Loading...
HomeMy WebLinkAboutMINUTES - 02081994 - 1.61 46c 30ARD OF SUPERVISO.AS FROM Allen Little, Acting Chief, o tra Costa County \ Contra Fire Protection District DATE'. February 8, 1994 SUBJECT' Approval of Contract Documents for Exterior Fire Hazard Abatement for County Fire Protection Districts SPECIFIC REQUEST S ) OR RECCMMENDATIONISi BACKGROUND AND JUSTIFICATION Recommendations: 1 . Approve Exterior Fire Hazard Abatement contract documents (Notice to Contractors, Contract, Abatement Specifications, Bid Proposal and Appendices) for the Bethel Island, Contra Costa County, East Diablo, Moraga, Oakley, Orinda, Riverview and West County Fire Protection Districts . 2 . Fix March 22, 1994 at 11 : 00 a.m. as the time to receive bid proposals for the above abatement 'work and direct the Clerk of the Board of Supervisors to publish the Notice to Contractors as specified by law. Reasons for Recommendations/Background: Dry grass and weeds and combustible rubbish are a seasonal and re-occurring public nuisance and fire hazard. The Fire Districts have been assigned the responsibility to insure the removal of such hazards . The subject contract provides the Districts with a contractor to conduct weed abatement and rubbish removal when the property owner fails to abate their property as ordered. As a result of functional integration the fire hazard abatement programs of the above fire districts are being consolidated into one contract. The contract requires the contractor to provide all materials, tools, equipment, transportation, supervision, incidentals and labor as specified for the abatement of exterior fire hazards . The contractor is required to provide necessary insurance and bonds and to meet salary requirements as determined by law. The contractor will also be required to meet the County's Affirmative Action Compliance Program. This contract is for one-year only. Since this contract represents an increase in the amount of abatement work due to the integration, there is not a data base to accurately estimate the amount of work to be done. The one-year contract will afford the Fire Districts the ability to establish a data base to more accurately estimate the amount of work to be done prior to obtaini-ng a multi-year contract. The contract has been reviewed and approved by the offices of County Counsel, Risk Management and Affirmative Action. CONTINUED ON ATTACHMENT' _ YES SIGNATURE: I r RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE APPROVE OTHER SIGNATURE(S1: p ACTION OF BOARD ON February 8 , 1994 APPROVED AS RECOMMENDED X 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 BOARD ABSENT: ABSTAIN: OF SUPERVISORS ON THE DATE SHOWN. Contact: Ron Garland 254-1110 ATTESTED February 8 , 1994_ cc: County Administrator PHIL BATCHELOR. CLERK OF THE BOARD OF Contra Costa County Fire District SUP RVISORS AND COUNTY ADMINISTRATOR Auditor-Controller County Counsel BY DEPUTY BETBEL ISLAND FIRE PROTECTION DISTRICT CONTRA COSTA COUNTY FIRE PROTECTION DISTRICT EAST DIABLO FIRE PROTECTION DISTRICT MORAGA FIRE PROTECTION DISTRICT OAKLEY FIRE PROTECTION DISTRICT ORINDA FIRE PROTECTION DISTRICT RIVERVIEW FIRE PROTECTION DISTRICT WEST COUNTY FIRE PROTECTION DISTRICT 1994 CONTRACT DOCUMENTS FOR EXTERIOR FIRE HAZARD CONTROL BY DISCING, ROTOVATING AND DOZING ON PRIVATE AND PUBLIC PROPERTIES AS ASSIGNED CONTRACT DOCUMENTS NOTICE TO CONTRACTOR ABATEMENT SPECIFICATIONS BID PROPOSAL ABATEMENT CONTRACT APPENDIX 1 : WORKERS COMPENSATION LIABILITY APPENDIX 2 : MINORITY AND WOMEN BUSINESS ENTERPRISE PROGRAM APPENDIX 3 : PERFORMANCE BOND APPENDIX 4: PAYMENT BOND NOTICE TO CONTRACTORS Notice is hereby given by order of the Board of Supervisors of Contra Costa County, as the Governing Board of the Bethel Island, Contra Costa County, East Diablo, Moraga, Oakley, Orinda, Riverview, and West County Fire .Protection Districts (hereinafter referred to collectively as "Contra Costa County Fire Protection District" or "Fire District" or "District" ) , that Clerk of said Board will receive bids for the abating of exterior fire hazards by discing, rotovating and dozing within the above Fire Protection District boundaries for 1994. Each bid is to be in accordance with the Abatement Specifications relating thereto which are on file at the Contra Costa County Fire Protection District office, 2010 Geary Road, Pleasant Hill, California 94523-4694. The Abatement Specifications and related contract documents may be examined at and obtained by prospective bidders from the above- mentioned District office. Each bid shall be made on a Bid Proposal form to be obtained at the District office and must be accompanied by a certified or cashier' s check or checks, or bid bond in the amount of ten percent ( 10%) of the base bid amount, made payable to the order of "Contra Costa County Fire Protection District" executed as surety by a corporation authorized to issue surety bonds in the State of California. The abovementioned bid security shall be given as a guarantee that the bidder will enter into a Contract if awarded the work, and will be forfeited by the bidder and retained by the District if the successful bidder refuses, neglects, or fails to enter into said Contract or to furnish the necessary bonds after being requested to do so by the Board of Supervisors of Contra Costa County, as governing Board of the District. In lieu of the foregoing, the bidder may elect to deposit securities of equivalent value with the District in accordance with the provisions of Section 22300 of . the Public Contract Code. Such securities, if deposited by the bidder, shall be valued by the District, whose decision on valuation of the securities shall be final . Bid Proposals shall be sealed and filed with the Clerk of the Board of Supervisors, Room 106, County Administration Building, 651 Pine Street, Martinez, California, 94553-1297, on or before March 22, 1994 , at 11 : 00 a.m. , and will be opened in public and at the time due in the Board of Supervisors' Chambers, Room 107, Administration Building, Martinez, Contra Costa County, California, and there read and recorded. Any Bid Proposals received after the time specified in this Notice will be returned unopened. No more than one ( 1) bid will be accepted from any one individual or firm. Bids will be presented to the Administrator of the Exterior Hazard Control Program for review. The Administrator of the Exterior Hazard Control Program is the Fire Chief of the Riverview Fire Protection District, hereinafter referred to as the Fire Chief. The Fire Chief will recommend to the Board of Supervisors the contract be awarded to the responsible bidder whose total aggregate bid on all of the estimated units is the lowest and whose proposal complies with all the requirements prescribed. All bids will be compared on the basis of the estimate of the quantities of work to be done set out in the proposal and in the form of contract. The right is reserved to reject any and all proposals. The successful bidder will be required to furnish a payment bond in an amount equal to one hundred percent of the contract price and a faithful performance bond in an amount equal to one hundred percent of the contract price, said bonds to be secured from a surety company authorized to do business in the State of California. Bidders are hereby notified that pursuant to Section 1773 of the Labor Code of the State of California, the said Board has obtained W.A.C. 94 - NC pl of 2 from the Director of the Department of Industrial Relations of the State of California the general prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work in the locality in which the public work is to be performed for each craft, classification or type or workers needed to execute the contract which will be awarded to the successful bidder. The prevailing rate of per diem wages is on file with the Clerk of the Board of Supervisors, and incorporated herein by reference thereto, the same as if set forth in full herein. For any classification not included in the list, the minimum wage shall be the general prevailing rate for Contra Costa County. The said Board reserves the right to reject any and all bids or any portion of any bid and/or waive any irregularity in any bid received. By Order of the Board of Supervisors of Contra Costa County as the Governing Body of the Bethel Island, Contra Costa County, East Diablo, Moraga, Oakley, Orinda, Riverview, and West County Fire Protection Districts Phil Batchelor Clerk of the Board of Supervisors and County Administrator By,: DATED: PUBLICATION DATES: (Pub. Contract Section 20812 ) W.A.C. 94 - NC p2 of 2 SPECIFICATIONS FOR EXTERIOR FIRE HAZARD CONTROL BY DISCING, ROTOVATING AND DOZING This Specifications document is intended to cooperate with the Notice to Contractors, Contract, Bid Proposal, and Orders as discussed herein, so that anything exhibited in the Notice to Contractors, Contract, Bid Proposal, and Orders not mentioned in the Abatement Specifications is to be considered as if exhibited, mentioned and set forth herein. SECTION A - DESCRIPTION OF PROJECT 1 . The Bethel Island, Contra Costa County, East Diablo, Moraga, Oakley, Orinda, Riverview, and West County Fire Protection Districts of Contra Costa County, hereinafter referred to collectively as the "Contra Costa County Fire Protection District" or "Fire District" or "District" , notifies property owners within each Fire District of potential fire hazards related to dry grass, weeds, combustible rubbish and dead trees on their property. The property owner is given a specified amount of time to remove the hazard. If they do not comply, a work order is given to the Fire District contractor to do the required work. 2 . Scope. The conditions to be covered under this contract consist of furnishing all materials, tools, equipment, transportation, supervision, incidentals and labor as specified in these documents, unless otherwise supplied by the Fire District involved in the abatement of weeds, refuse, rubbish, or other fire hazard conditions, in accordance with District Ordinance and the California Health & Safety Code, within the boundaries of the Fire District. SECTION B - -INSURANCE, BONDS AND SALARY REQUIREMENTS 1 . Before any work is commenced on this contract and within thirty (30) calendar days after the date of award, the successful bidder shall furnish to the Fire District evidence of insurance as follows: a. Workers' Compensation Insurance. The contractor shall maintain adequate Workers' Compensation Insurance under the laws of the State of California, for all labor employed by him/her or by any subcontractor under him/her, who may come within the protection of such Workers' Compensation Laws of the State of California, and shall provide, where practicable, employers' general liability insurance for the benefit of his/her employees and the employees of any subcontractor under him/her not protected by such compensation laws, and proof of such insurance, satisfactory to the Fire District, in form satisfactory to the Fire District. If such insurance is underwritten by any agency other than the State Compensation Fund, such agency shall be a company authorized to do business in the State of California. b. Public Liability and Property Damage Insurance. The contractor shall, in addition, take out and shall furnish, satisfactory proof by certificate or otherwise, as may be required, that he/she has taken out public liability and property damage insurance with an insurance company, complying with the requirements herein set forth and satisfactory to the Fire District, and in such form as shall be satisfactory to the Fire District, to protect said contractor and the Fire District, its officers, employees or agents, against loss from liability imposed by law, for damages on account of bodily injury, including death resulting therefrom, suffered or alleged directly or indirectly from the performance or execution of this contract or any subcontract thereunder, and, also to protect said contractor and the Fire District, its officers, employees, or agents against loss from liability imposed by law or damage to any property, caused directly or indirectly by the performance or execution of this contract or any subcontract thereunder. W.A.C. 94 - Spec . pl of 8 THE POLICY OR POLICIES, OR RIDER ATTACHED THERETO, SHALL NAME THE CONTRA COSTA COUNTY FIRE PROTECTION DISTRICT1, ITS OFFICERS AND EMPLOYEES, AS NAMED INSUREDS AND PROVIDE FOR AT LEAST THIRTY (30) DAYS WRITTEN NOTICE OF POLICY LAPSE OR CANCELLATION TO THE DISTRICT. Said public liability and property damage insurance shall be maintained by the contractor in full force and effect during the entire period of performance under this contract in the amounts of not less than the following: (1) Limit of liability for injury or accidental death: one person. . . . . . . . . . . . . . . . . . . . . $1, 000, 000 one accident. . . . . . . . . . . . . . . . . . . $1,000,000 (2) Limit of liability for property damage: one accident. . . . . . . . . . . . . . . . . $1, 000, 000 If the contractor fails to maintain such insurance, the Fire District will terminate this contract and deduct and retain a sufficient amount of money from any sums due the contractor under the contract to cover any damages which the Fire District may be liable to pay as a result of any uninsured operations by the contractor thereunder. Nothing herein contained shall be construed as limiting in any way the extent to which the contractor may be held responsible for payment of damages to persons or property resulting from the contractor' s operations or the operations of any subcontractor under him/her. 2 . Contract Bonds. The contractor shall, at the time of signing the contract, furnish two good and sufficient surety bonds of a surety company or companies authorized to do business in the State of California and satisfactory to the Fire District, covering the entire 1-year term of the contract, as follows: a bond in an amount equal to one hundred percent (100%) of the total bid for one year' s work for the payment of just claims for materials, labor and subcontractors employed by him/her thereon, and a bond in an amount equal to one hundred percent ( 100%) of the full amount of the total bid for one year' s work as surety for the faithful performance of the contract. 3 . The contractor shall comply with all local, State and Federal regulations applicable to labor, wage rates, hours of work, apprentices, aliens, subcontractors, and preference for materials. Wages paid shall not be less than the current prevailing wages obtained by the Board of Supervisors of Contra Costa County from the Director of Industrial 'Relations of the State of California in the locality in which the contract will be performed, which prevailing rate of per diem wages is on file with the Clerk of the Board of Supervisors, and is incorporated herein by reference thereto, the same as if set forth in full herein. SECTION C - CONTRACTOR RESPONSIBILITIES 1 . The contractor shall furnish all equipment, material, supplies and labor when and where ordered, and pay all fees necessary to complete the work to the satisfaction of the ,Fire District. lAs noted previously, whenever the term "Contra Costa County Fire Protection District" appears, it includes the Fire Protection Districts of Bethel Island, Contra Costa County, East Diablo, Moraga, Oakley, Orinda, Riverview and West County. W.A.C. 94 - spec. p2 of 8 2 . The contractor shall provide direct supervision of his/her employees and shall be responsible for correctly locating and abating all parcels designated for abatement. 3 . The contractor shall complete all work as described on work orders in a timely and professional manner to the satisfaction of the Fire District. Abatement work orders issued to the contractor shall be completed within fourteen (14) calendar days from the date of issuance. The contractor shall return the work orders no later than fourteen ( 14) calendar days after the work is completed. 4. There shall be at least one contractor' s representative (e. g. the owner, a supervisor or employee) who is fluent in English on the job site at all times to answer expressed concerns of involved landowners or residents and to address any on-site District staff concerns. 5 . The contractor shall, to the best of his/her ability, insure his/her employees are polite to the public at all times. 6. The contractor shall not abate parcels where work orders have been issued, when the following conditions are found to be present: A. Any property that shows signs that abatement has been started, unless otherwise directed by the Fire District; B. Growing cropland or other cultivated vegetation, unless existence of crops or cultivated vegetation is noted on work order; C. If permission to enter upon any property is denied, or the workers are ordered off the property; or D. The actual work to be done exceeds 150% of the abatement specified in the work order. In such cases, all workers and equipment are to be removed and the Fire District notified as soon as possible. 7 . Where the contractor is unable to complete the work as ordered, the contractor shall inform the Fire District in writing within 48 hours stating why such work was not or cannot be completed as ordered. 8. The contractor shall. maintain an office and adequate office staff within 100 miles of the Fire District' s office to facilitate necessary communication. The contractor and office staff must be available for ,contact by the Fire District during the normal work day (8am to 5pm) . The contractor shall maintain records and reports relating to the contract work, which shall be available for inspection by the Fire District. 9 . The Fire Chief shall be informed at all times as to the amount of equipment the contractor has operating in the District at any time during this contract. When the contractor has less than the total number of equipment in operation required by this contract, the Fire Chief may order the contractor to place more equipment into operation. Upon notification by the Fire Chief, the contractor will have forty-eight (48) hours to put the additional equipment into operation. 10. In accordance with Section 13 of the Abatement Contract, the contractor shall conform to the requirements of Section 4100 through 4113 of the Public Contract Code pertaining to subcontractors. 11 . Contra Costa County has a Minority Business Enterprise (MBE) and Women Business Enterprise (WBE) Contract Compliance Program. MBE and WBE definitions and detailed requirements are specified in Appendix 2 of the Abatement Contract. The contractor will be required to award at least fourteen percent (14%) of the total W.A.C. 94 - Spec . p3 of 8 base bid amount to certified MBEs and at least six percent (6%) to certified WBEs. Contractors who are certified MBE/WBE firms may use the value of work performed by their own forces toward meeting the required percentages. 12 . The contractor shall comply with all local, state and federal regulations applicable to labor, wage rates, hours of work, apprentices, aliens, subcontractors, and preference for materials. Wages paid shall not be less than the current prevailing wages obtained by the Board of Supervisors of Contra Costa County from the Director of Industrial Relations of the State of California in the locality in which the contract will be performed, which prevailing rate of per diem wages is on file with the Clerk of the Board of Supervisors, and is incorporated herein by reference thereto, the same as if set forth in full herein. 13 . The contractor shall at all times use the type of equipment that will do the ordered abatement satisfactorily and safely in the shortest amount of time, without creating erosion or slide problems. 14. The contractor shall complete all abatement work in the orders to be issued by the Fire District or indicate the reason why not done. The work orders will consist of parcels identified by County Assessor parcel numbers. The area to be abated on each parcel will be specified in these orders for the abatement work on such parcels. 15 . PHOTOGRAPHS. The contractor shall provide a sufficient number of good quality photographs not less than 3" x 3" in size to show the condition of each parcel just before the abatement work begins and the condition of the parcel upon the completion of the work. Before and after photographs shall be taken from the same location. Each photograph shall be identified by parcel number and date the photograph was taken. The photograph will be given to the Fire District by the contractor at the time of invoicing for work completed. Invoices without good quality photographs will not be accepted for payment. The photographs will become the property of the Fire District. All costs for cameras and photographs shall be included in the bid price. 16. The contractor shall be solely responsible for satisfactorily repairing or replacing anything damaged, such as water pipes, fences, gates, landscaping, etc . , by his/her employees and/or equipment. 17 . The contractor shall submit invoices at least every two weeks, unless a different length of time is approved by the Fire District. SECTION D - FIRE DISTRICT RESPONSIBILITIES AND PREROGATIVES 1 . The Fire Chief, as Administrator of the Exterior Fire Hazard Control Program, shall have final determination as to any conflict, dispute, changes or amendments, and shall be the sole judge concerning the intent of the contract documents. 2 . The Fire District reserves the right at any time during the period set for performance of the work to: A. Specify a particular method of abatement and type of equipment for any given parcel; B. Add to the amount of work to be completed; C. Remove certain work from the list (Orders) ; D. Schedule certain work as to date work is to .be performed. W.A.C. 94 - Spec. p4 of 8 3 . The Fire District will provide work orders giving the following information: A. County Assessor' s parcel number; B. Address and/or street name when possible; C. A copy of the map page from the County -Assessor' s map book to identify the parcel to be abated; D. Description of work to be done; E. Recommended type of equipment; and F. The District may, if it deems it appropriate, provide photographs to identify difficult to locate parcels to be abated. 4. The Fire District may amend the contract to add additional areas and properties for abatement, and the contractor has thirty (30) days after notification in which to accept the amended documents. If said acceptance is not verified within such period, the contract is thereupon terminated and no further work or compensation therefore shall be due or allowed under the contract. SECTION E - EQUIPMENT REQUIREMENTS 1 . Equipment must be available for immediate use at all times during the period of this contract. 2 . All equipment shall be in good and safe condition and shall be suitable for producing the required quality of work. All equipment and vehicles shall meet all federal, state and local requirements. All motorized equipment used off-road shall be provided with an approved spark arrester. 3 . Every operator of every vehicle or piece of equipment used for the work of the Fire District shall be skilled and competent in the operation of the vehicle or equipment he/she is operating and have any license .required by law. 4. The Fire Chief may order the removal of any vehicle, equipment or operator from the work if it is determined that they do not meet the provisions and intent of this section. When so ordered, the contractor shall repair or replace said vehicle, equipment, or operator within 48 hours, with one approved by the Fire Chief or an authorized representative of the Fire District. 5 . Minimum amount of equipment to be provided by contractor for discing, rotovating and dozing: A. Discing: A minimum of eight (8) tractors shall be needed. Five (5) tractors shall be of the wide track crawler type for extremely steep areas and three (3 ) tractors shall be wheel tractors for discing and rotovating level areas. Each tractor is to be provided with a disc of suitable type, weight and size as required to perform the best discing possible regardless of soil conditions or terrain. B. Rotovating. The contractor shall provide a minimum of one ( 1) 60" rotary tiller. Parcels of property may be ordered abated by a tractor drawn rotary tiller. Such tilling shall destroy and bury the grass and/or weed growth existing at the time of abatement. C. Dozing. The contractor shall provide a minimum of one (1) track layer type with a hydraulic operated angle blade. A dozer may be used to level mounds of dirt prior to discing or rotovating, to clear large areas of debris or to establish firebreaks in brush areas. The dozer shall not count as one of the track layers required in Section A above. W.A.C. 94 - Spec . p5 of 8 6. In addition, the contractor must provide: A. Sufficient transporting equipment to maintain efficient utilization of equipment; B. Arrangements for the storage, maintenance and repair of abatement equipment; C. Cameras and film, including backup cameras for repair replacement; and D. A means of communication, such as a 2-way radio system or cellular telephones, suitable for reaching all sections of the Fire District. The contractor shall provide a sufficient number of communications devices for each of the following: 1 . Job superintendent 2 . Discing crew foreman 3 . Transport drivers 4. Back-up devices for repair replacement, and 5 . Additional devices as needed to maintain efficient procedures. SECTION F - TYPES OF ABATEMENT 1 . Methods. The method of correction and abatement shall be to the specifications and standards of the Fire District and may consist of one or more of the following: A. Discing B. Rotovating C. Dozing D. Various other methods of correction and abatement as directed in the Orders issued. 2 . Discing is the preferred method of abatement on large parcels for complete abatement and the establishment of firebreaks on parcels where complete abatement is impractical due to size or terrain. 3 . Rotovating is used on smaller parcels where discing is not practical . 4. Dozing is occasionally used for the establishment of firebreaks in heavily brushed areas. 5 . These abatements often encounter the following conditions: A. Steep terrain; B. Rough, uneven terrain; C. Rocks, holes, scattered junk, rubbish and debris, etc . ; D. Hard soil conditions that require more than the normal amount of time to satisfactorily complete. SECTION G - ABATEMENT STANDARDS 1 . Discing and Rotovating. Regardless of soil conditions, all abatement work shall be completed so that all weeds, grass, crops or other vegetation or organic material which could be expected to burn when dry, are completely removed or turned under so there is W.A.C. 94 - Spec. p6 of 8 insufficient fuel to sustain or allow the spread of fire. Note: When soil conditions become dry and hard, usually about the middle of May, most parcels will require several discings. 2 . Complete Abatement. Where complete abatement is required, as much of the entire parcel as possible shall be abated in accordance with the above quality standard. 3 . Firebreaks. Firebreaks shall be installed in accordance with orders issued by the Fire District. SECTION H - PAYMENTS 1 . The contractor will be compensated for that work completed either at the unit charge or the hourly rate specified for that type of work supplied on the Bid Proposal . The number of parcels specified is estimated as a basis for bid purposes only and the contractor shall accept payment at the various price rates for only that work supplied and actually completed with no additional allowances to be made. 2 . Excluding work to be done on an hourly basis, unit prices are to be based upon the initial abatement work ordered. If the contractor fails to satisfactorily complete work on a given parcel , and is required to return and perform additional work, he/she shall receive no additional compensation over the unit price for the initial abatement work. 3 . Work orders will be furnished and only that work indicated for correction and work in such Orders will be compensated under the contract. 4. • In cases where the property owner or their representative orders the tractor operator to remove their equipment from the property, only a "kick-off" charge for the amount of work completed if the work order was issued by unit or the actual time work was being done if the work order was issued by the hourly rate can be charged. Photographs must be taken by the contractor of work done. 5. The Fire District may specify the maximum amount of time which will be chargeable and allowed for payment by the Fire District for work performed on an hourly basis on any particular parcel of property. If the contractor disputes the maximum amount of time which the Fire District will allow for correction of a fire hazard, the contractor shall submit the matter to the Fire Chief for determination in writing, setting forth specific facts, reasons, or circumstances justifying the need of additional time for the particular work. The Fire Chief' s determination shall be final and conclusive regarding the dispute and the amount of compensation due the contractor. 6. Work shall be performed under the general supervision of the Fire Chief, or an authorized representative of the Fire District, who shall have the authority to approve or reject any portion of the work, or to order the suspension of the work for cause. 7 . Payment for completed work will be made after the Fire District approves all work itemized on an invoice. Authorization for payment will be sent to the County Auditor-Controller' s office within thirty (30) days after the invoice arrives at the District. 8. 10% of each invoice payment will be withheld to cover any overpayment, or payment in error, or for settling legitimate damage claims against the contractor. This money will be released on or about December 31st if no assessment or damage complaints are pending. The contractor may elect to receive 100% of payments due under the contract from time to time, without retention of any portion of the payment by the Fire District, by depositing securities of equivalent value with the Fire District in accordance with the provisions of Section 22300 of the Public W.A.C. 94 - Spec . p7 of 8 Contract Code. Such securities, if deposited by the contractor, shall be valued by the Fire District, whose decision on valuation of the securities shall be final . 9. Invoices will consist of: A. Original work orders indicating that each item has been completed or reason for non-completion indicated. The work order shall include the following 'information. i . Date or dates work done. ii . For work orders issued by area, the unit price shall be listed. iii . For work orders issued by hour, the contractor shall indicate number of employees and actual number of hours each employee worked for each date. Hours charged shall be in 15 minute increments. Hours charged shall be for the actual time of abatement. iv. Total contractor charge for each work order. V. Sufficient number of good quality before and after photographs attached to the work order to document the conditions before work starts and the adequacy of the work done. B. Typed list giving parcel numbers, in numerical order, the total charges for each parcel and the total charge for the invoice. 10. Any request for a change in the charges invoiced for a parcel shall be made in writing with an explanation of the reason the change is being requested. ' W.A.C. 94 - Spec . p8 of 8 BID PROPOSAL BETHEL ISLAND FIRE PROTECTION DISTRICT CONTRA COSTA COUNTY FIRE PROTECTION DISTRICT EAST DIABLO FIRE PROTECTION DISTRICT MORAGA FIRE PROTECTION DISTRICT OAKLEY. FIRE PROTECTION DISTRICT ORINDA FIRE PROTECTION DISTRICT RIVERVIEW FIRE PROTECTION DISTRICT WEST COUNTY FIRE PROTECTION DISTRICT 1994 ABATEMENT FOR EXTERIOR FIRE HAZARD CONTROL BY DISCING, ROTOVATING AND DOZING ON PRIVATE AND PUBLIC PROPERTIES AS ASSIGNED For the performance of exterior fire hazard abatement work in the Bethel Island, Contra Costa County, East Diablo, Moraga, Oakley, Orinda, Riverview and West County Fire Protection Districts hereinafter referred to collectively as the "Contra Costa County Fire Protection District" or "Fire District" or "District" . Name of Bidder: Business Address: Place of Residence: The undersigned hereby offers to furnish all equipment, materials and labor where ordered, and to do the work necessary to complete the project as described in the Notice to Contractors in accordance with the Abatement Contract and Abatement Specifications relating thereto which are on file at the Fire District office at the unit prices set forth on Page 3 of this proposal at a total bid amount of: (total amount of composite bid from Page 3 of the Bid Document) Dollars $_ _ _, _ _ _ _ _ The work will be done pursuant to the said Abatement Specifications and the Orders as issued by the Fire District as to the specific properties to be abated. The Contractor Qualifications will be confirmed, analyzed, and evaluated by the Fire District after the public opening of the bids by the Contra Costa County Board of Supervisors, prior to the award of the contract by the Board to the lowest responsible bidder. And further, the undersigned agrees to enter into a contract with the Fire District to do the work as provided above if awarded the contract and to furnish the prescribed bonds and insurance. CONTRACTOR (General) AUTHORIZED SIGNATURE DATE: NOT VALID UNLESS RETURNED WITH COMPLETED PAGES 1-5 OF THE BID PROPOSAL W.A.C. 94 - BP pl of 5 I . BIDDING INFORMATION AND REQUIREMENTS A. The hourly rate is to be figured in man hours. Example: if two people each work one half hour, the charge will be for one hour' s work. B. PRE-BID INFORMATION MEETING Attendance by a representative of any company bidding this contract is required at one of two meetings that will be held at the Contra Costa County Fire Protection District office at 2010 Geary Road, Pleasant Hill, on March 2, 1994 at 3 :00 p.m. , or on March 3, 1994 at 9: 30 a.m. Bids will not be accepted from any company not having a representative at one of these meetings. W.A.C. 94 - BP p2 of 5 BID PROPOSAL DISCING DISCING AREA ESTIMATED UNIT UNIT PRICE TOTAL PRICE QUANTITY 0 - 11, 000 sq. ft. 25 Lots ea. 11,001 - 22 ,000 sq. ft. 25 Lots ea. 22 ,001 - 33 , 000 sq. ft. 20 Lots ea. 33 ,001 - 43 , 560 sq. ft. 15 Lots ea. More than 1 acre thru 10 acres 160 Acres Per Acre More than 10 acres 5 Acres Per Acre Hourly 150 Hours Per Hour ROTOVATING ROTOVATING AREA ESTIMATED UNIT UNIT PRICE TOTAL PRICE QUANTITY 0 - 5, 000 sq. ft. 25 Lots ea. 5, 001 - 10, 000 sq. ft. 20 Lots ea. 10, 001 - 15, 000 sq. ft. 20 Lots ea. 15, 001 - 20,000 sq. ft. 10 Lots ea. Hourly 50 Hours Per Hour DOZING DOZING AREA ESTIMATED UNIT UNIT PRICE TOTAL PRICE QUANTITY Angle Dozer & Operator 40 Hours Per Hour TOTAL COMPOSITE BID $ COMPENSATION SHALL BE MADE FOR THE TYPE OF WORK COMPLETED AT THE UNIT PRICE LISTED PER METHOD OF ABATEMENT WORK. The Contract will be awarded on the basis of the lowest composite bid and proven ability, dependability and responsibility, regardless of the individual unit prices listed for application. W.A.C. 94 - BP p3 of 5 1 . CONTRACTOR EXPERIENCE A. Number of years in professional weed abatement business: years.- B. List all weed abatement contracts you have had in the last five (5) years. Use additional page if necessary. YEARS NAME & ADDRESS OF CONTRACTING PARTY AMOUNT 2 . EQUIPMENT List all equipment you have available for use in performance of this contract. Indicate the equipment required by this contract in Section E, Specifications for Exterior Fire Hazard Control, with an asterisk (*) . Use additional page if necessary. AMOUNT TYPE SIZE 3 . CONTRACTOR' S BUSINESS OFFICE: ADDRESS TELEPHONE 4. SUBCONTRACTORS A. All subcontractors who will perform work or labor or render service to the contractor in fulfillment of this contract in an amount in excess of five percent (5%) of the contractor' s total bid price shall be under binding contract to the contractor to ensure his/her commitment for the term of this contract. B. If it should become necessary to add or change subcontractors during the term of this contract, the Chief shall be informed immediately. C. Provide the following information about subcontractors: Name: Years of Experience: Address: Phone #: Amount & Type of Equipment Provided: W.A.C. 94 - BP p4 of 5 Name: Years of Experience: Address: Phone #: Amount & Type of Equipment Provided: Name: Years of Experience: Address: Phone #: Amount & Type of Equipment Provided: W.A.C. 94 - BP p5 of 5 1994 ABATEMENT CONTRACT . FOR EXTERIOR FIRE HAZARD CONTROL BY DISCING, ROTOVATING AND DOZING 1 . SPECIAL TERMS: These special terms are incorporated below by reference. A. Parties: Bethel Island, Contra Costa County, East Diablo, Moraga, Oakley, Orinda, Riverview and West County Fire Protection Districts, hereinafter collectively referred to as "Contra Costa County Fire Protection District" or "Fire District" or "District" , (Contractor) B. Effective date: (See 3A for starting date) . C. The work: The contractor will at his/her own cost and expense, in a workmanlike manner, faithfully and fully do all the work and furnish all the equipment and materials necessary to complete, in accordance with the Abatement Specifications and related contract documents hereinafter mentioned, to the satisfaction of the Administrator of the Exterior Hazard Control Program administered by the Fire District, the abatement of fire hazards from the properties set forth by the Fire District. D. Completion time: Work orders shall be completed within fourteen ( 14) calendar days from the date of issuance of orders or as set forth by the Fire District in Orders to be issued. E. Fire District' s agent: Fire Chief of the Riverview Fire Protection District, Administrator of the Exterior Fire Hazard Control Program. F. Contract Price: $ (for unit price contracts, more or less, in accordance with finished qualities at unit bid prices) . W.A.C. 94 - AC pl of 6 2 . SIGNATURES AND ACKNOWLEDGEMENT: FIRE DISTRICT: by: (Fire Chief or Designated Representative) (Secretary) CONTRACTOR: hereby also acknowledging awareness of and compliance with Labor Code Sections 1861 and 3700 concerning Worker' s Compensation Law. by: (Designate official capacity in the business) by: (Designate official capacity in the business) Taxpayer Identification Number: Note to Contractor: ( 1) Execute acknowledgement form below, and (2 ) if a corporation, signatures must conform to designated representative groups pursuant to Corporations Code Section 313 . State of California ) ACKNOWLEDGEMENT (By Corporation, Partnership, County of ) or Individual) The person( s) signing above for Contractor, known to me in individual and business capacity(ies) as stated, personally appeared before me today and acknowledged that he/she/they executed it, and acknowledged to me that the partnership named above executed it or acknowledged to me that the corporation named above executed it pursuant to its bylaws or a resolution of its board of directors. DATED: (NOTARIAL SEAL) NOTARY PUBLIC Form approved: VICTOR J. WESTMAN COUNTY COUNSEL BY: Diana J. Silver Deputy County Counsel W.A.C. 94 - AC p2 of 6 3 . CONTRACT TERM. The term of this contract shall commence on the date the contract is executed on behalf of the Fire District and shall terminate on December 31, 1994. 4. WORK CONTRACT, CHANGES. A. By their signatures in Section 2 , effective on the above date, theseparties promise and agree as set forth in this contract, incorporating by these references the material ( "special terms" ) in Section 1 . B. Contractor shall, at his/her own cost and expense, and in a workmanlike manner, fully and faithfully perform and complete the work; and will furnish all materials, labor, services and transportation necessary, convenient and proper in order fairly to perform the requirements of this contract, all strictly in accordance with the Fire District' s Notice to Contractors, . Proposal, Orders and Abatement Specifications. C. The work can be changed only with the Fire District' s prior written order specifying such change and its cost agreed to by the parties; and the Fire District shall never have to pay more than specified in Section 7 without such an order. 5 . TIME: NOTICE TO PROCEED. Contractor shall start this work as directed in the , Orders and complete it as specified in Section 1 . 6. INTEGRATED DOCUMENTS. The Notice to Contractors, Bid Proposal, Orders and Abatement Specifications or special provisions of the Fire District' s call for bids, and contractor' s accepted bid for this work are hereby incorporated into this contract, and they are intended to cooperate, so that anything exhibited in the Notice to Contractors, Bid Proposal, and Orders not mentioned in the Abatement Specifications or special provisions, or vice versa, is to be executed as if exhibited, mentioned and set forth in both, to the true intent and meaning thereof when taken all together; and differences of opinion concerning these shall be finally determined by the Fire District' s agent specified in Section 1 . 7 . PAYMENT. For the strict and literal fulfillment of these promises and conditions, and as full compensation for all this work, the Fire District shall pay the contractor the sum specified in Section 1, except that in this unit price contract, the payment shall be for finished quantities by hours or at unit bid prices in accordance with the Abatement Specifications. 8. PAYMENTS WITHHELD. A. The Fire District or its agent may withhold any payment, or because of later discovered evidence, nullify all or any certificate for payment, to such extent and period of time only as may be necessary to protect the .Fire District from loss because of: 1 . defective work not remedied, or uncompleted work, or 2 . claims filed or reasonable evidence indicating probable filing, or 3 . failure to properly pay subcontractors or for material or labor, or 4. reasonable doubt that the work can be completed for the balance then unpaid, or 5. damage to another contractor, or 6. damage to the Fire District, other than damagedue to delay. W.A.C. 94 - AC p3 of 6 B. The Fire District shall use reasonable diligence to discover and report to the contractor, as the work progresses, the materials and labor which are not satisfactory to it, so as to avoid unnecessary trouble or cost to the contractor in making good any defective work or parts. C. 10% of each progress payment paid the contractor for work completed will be withheld until on or about December 31 . This money will be released after deducting for all overpayments or payments in error that may have been made during the year, and provided there are no damage claims remaining against the contractor, all claims for labor and materials have been resolved, no claims have been presented to the Fire District based on acts or omissions of the contractor, no unresolved liens or withhold notices have been filed against the work or the site, and there are no reasonable indications of defective or missing work or of late recorded liens or claims against contractor. The contractor may elect to receive 100% of payments due under the contract from time to time, without retention of any portion of. the payment by the Fire District, by depositing securities of equivalent value with the Fire District in accordance with the provisions of Section 22300 of the Public Contract Code. Such securities, if deposited by the contractor, shall be valued by the Fire District, whose decision on valuation of the securities shall be final . D. Following completion of the work, Fire District will file a Notice of Completion and Resolution of Acceptance with the Contra Costa County Board of Supervisors, and thereafter cause the same to be recorded at the Contra Costa County Recorder' s office. Recording of the Notice of Completion and Resolution of Acceptance shall not affect the Fire District' s right to withhold 10% of the progress payments under Subsection 8, c, above. 9. INSURANCE (Labor Code Sections 1860-61) On signing this contract, contractor must give Fire District: A. a certificate of consent to self-insure issued by the Director of Industrial Relations, or B. a certificate of Workers' Compensation Insurance issued by an admitted insurer, or C. an exact copy or duplicate thereof certified by the Director or the insurer. Contractor is aware of and complies with Labor Code Section 3700 and the Workers' Compensation Law. Pursuant to Labor Code Section 1861, prior to performing any work under this contract, contractor shall sign and submit to Fire District, the certification attached hereto as Appendix 1 . 10. BONDS. On signing this contract, contractor shall deliver to the Fire District for approval good and sufficient bonds with sureties, in amount(s) specified in the specifications or special provisions, guaranteeing his/her faithful performance of this contract and his/her payment for all labor and materials hereunder in the forms attached hereto as Appendices 3 and 4. 11. FAILURE TO PERFORM. If the contractor at any time refuses or neglects, without fault of the Fire District or its agent(s) , to supply sufficient materials or workers to complete this agreement and work as provided herein, for a period of 10 days or more after written notice thereof by the Fire District, the Fire District may furnish same and deduct the reasonable expenses thereof from the contract price. The Fire District may terminate this contract by registered mail where the contractor fails to provide sufficient W.A.C. 94 - AC p4 of 6 workers and equipment as previously ordered. The Fire District' s determination shall be final and conclusive as to sufficiency of workers and equipment. 12 . LAWS APPLY (GENERAL) . Both parties recognize the applicability of various federal, state and local laws and regulations, - including Chapter 1 of Part 7 of the California Labor Code, Section 1720 et seq. and including Sections' 1735, 1777. 5 and 1777. 6, and intend that this contract complies therewith. The parties stipulate that the relevant penalties and forfeitures provided in the Labor Code, including those contained in Sections 1775 and 1813 , concerning prevailing wages and hours, shall apply to this contract. 13 . SUBCONTRACTORS. A. Public Contract Code Sections 4100-4113 are incorporated herein. B. The contractor will be required to award at least fourteen percent ( 14%) of the total base bid amount to certified Minority Business Enterprises (MBEs) and six percent (6%) of the total base bid amount to certified Women Business Enterprises (WBEs) . MBE/WBE program requirements are set forth in Appendix 2 and are incorporated by reference herein. C. All subcontractors who will perform work or labor or render service to the contractor in fulfillment of this contract in an amount in excess of five percent (5%) of the contractor' s total bid price shall be under binding contract to the contractor to ensure his/her commitment for the term of this contract. D. If it should become necessary to add or change subcontractors during the term of the contract, the Chief shall be informed immediately. 14. WAGE RATES. A. Pursuant to Labor Code Section 1773 , the Director of the Department of Industrial Relations has ascertained the general prevailing rate of wages per diem, and for holiday and overtime. work in the locality in which this work is to be performed for each craft, classification, or type of worker needed to execute this contract, and said rate is on file with the Clerk of the Board of Supervisors, and is incorporated by reference thereto, the same as if set forth in full herein. B. This schedule of wages is based on a working day of 8 hours unless otherwise specified; and the daily rate is the hourly rate multiplied by the number of hours constituting the working day. When less than that number of hours is worked, the daily wage rate is proportionately reduced, but the hourly rate remains as stated. C. The contractor and all subcontractors must pay at least these rates to all persons on this work, including all travel, subsistence and fringe benefit payments provided for by applicable collective bargaining agreements. All skilled labor not listed above must be paid at least the wage scale established by collective bargaining agreement for such labor in the locality where such work is being performed. If it becomes necessary for the contractor or any subcontractor to employ any person in a craft, classification or type of work (except executive, supervisory, administrative, clerical or other non-manual workers as such) for which no minimum wage rate is specified, the contractor shall immediately notify the Fire District, which shall promptly determine the prevailing wage rate therefore and furnish the contractor with the minimum rate based thereon, which shall apply from the time of the initial employment of the person affected and during the continuance of such employment. W.A.C. 94 - AC p5 of 6 15. HOURS OF LABOR. Eight hours of labor in one calendar day constitutes a legal day' s work, and no worker employed at any time on this work by the contractor or by any subcontractor shall be required or permitted to work longer thereon except as provided in Labor Code Sections 1810-1815 . 16. APPRENTICES. Properly indentured apprentices may be employed on this work in accordance with Labor Code' Sections 1777 . 5 and 1777 . 6 (discrimination prohibited) . 17 . PREFERENCE FOR MATERIALS. The Fire District desires to promote the industries and economy of Contra Costa County and the contractor therefore promises to use the products, workers, laborers and mechanics of this County in 'every case where the . price, fitness and quality are equal . 18. ASSIGNMENT. This agreement binds the heirs, successors, assigns and representatives of the contractor; but he/she cannot assign it in whole or in part, nor any monies due or to become due under it, without the prior written consent of the Fire District and the contractor' s surety or sureties, unless they have waived notice of assignment. 19. NO WAIVER BY FIRE DISTRICT. Inspection of the work and/or materials, or approval of work and/or materials inspected, or statement by any officer, agent or employee of the Fire .District indicating the work or any part thereof complies with the requirements of this contract, or acceptance of the whole or any part of said work and/or materials, or payments therefore, or any combination of these acts, shall not relieve the contractor of his/her obligation to fulfill this contract as prescribed; nor shall the Public Agency be thereby stopped from bringing any action for damages or enforcement arising from the failure to comply with any of the terms and conditions hereof. 20. HOLD HARMLESS AND INDEMNITY. Contractor shall defend, indemnify, save and hold harmless the Fire District, its elective and appointive boards, commissions, officers, agents and employees, from any and all claims, costs or liability of any kind allegedly suffered, incurred or threatened, including but not limited to personal injury, death, property damage, ' inverse condemnation, or any combination of these, foreseeable or unforeseeable, arising directly or indirectly from or connected with any acts performed or work done pursuant to this contract, or any omission to perform . including, but not limited to, claims, costs or liability resulting from: 1 . The conduct, negligent or otherwise, of the contractor, . subcontractor( s) , or any officer( s) , agent( s) , or employee(s) of one or more of them; 2 . the joint conduct of the Fire District and Contractor, regardless of whether the Fire District is concurrently, actively or passively negligent or not negligent at all; or 3 . the sole or concurrent conduct of any other person or entity. The promise and agreement in this section is not conditioned or dependent on whether or not any Indemnitee has prepared, supplied, or approved any plan(s) , drawing( s) , specification(s) , or special provision(s) in connection with this work, has insurance or other indemnification covering any of these matters, or that the alleged damage resulted partly from any negligent or willful misconduct of any Indemnitee. W.A.C. 94 - AC p6 of 6 APPENDIX 1 CONTRACT: CONTRACTOR: CERTIFICATION BY CONTRACTOR (LABOR CODE SECTION 1861) TO BETHEL ISLAND FIRE PROTECTION DISTRICT CONTRA COSTA COUNTY FIRE PROTECTION DISTRICT EAST DIABLO FIRE PROTECTION DISTRICT MORAGA FIRE PROTECTION DISTRICT OAKLEY FIRE PROTECTION DISTRICT ORINDA FIRE PROTECTION DISTRICT RIVERVIEW FIRE PROTECTION DISTRICT WEST COUNTY FIRE PROTECTION DISTRICT I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers" compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the -work of this contract. I certify under penalty of perjury that .the foregoing is true and correct. DATE: at: CA CONTRACTOR BY: (Designate official capacity in business) BY: (Designate official capacity in business) APPENDIX 1 APPENDIX 2 DIVISION E. MINORITY AND WOMEN BUSINESS ENTERPRISE PROGRAM SECTION 1. PROGRAM A. The Contra Costa County Board of Supervisors has adopted a program to help develop and support Minority-owned Business Enterprises (MBE's) and Women-owned Business Enterprises (WBE's) by providing opportunities for participation in the performance of construction contracts financed with County funds. An MBE or WBE means a business enterprise which meets the criteria specified in Division E. B. To implement the purpose of this program, the County has established MBE/WBE goals for this project which are specified in the Notice to Contractors. C. If a construction contract is to be awarded, it shall be awarded in accordance with the requirements prescribed by the County to the lowest responsible bidder who also does either of the. following: 1) Meets the goals specified in Division A Notice to Contractors and requirements set forth in this Division E. 2) Makes a "good faith effort" (See Section 5) to comply with these goals prior to bid opening date. D. Where contracts are financed in whole or in part with federal or state funds and the grant, loan or other financing device contains MBE and WBE programs; the County will, where permitted by the grantor, meet the program requirements with the highest MBE/WBE goals. The Contract Compliance Officer will be responsible for monitoring the program to ensure the goals are met. SECTION 2. MBE/WBE PROGRAM CRITERIA A. MBE An eligible Minority Business Enterprise (MBE) is a business entity which is at least 51% owned and whose management and daily business operations are controlled by one or more minorities who are citizens or lawful permanent residents of the United States and a member of a recognized ethnic or racial group. The management operations and control must be substantial, real, and on-going on a regular basis. The eligible ethnic or racial groups are defined as follows: 1) Black: All persons having origins in any of the Black racial groups of Africa. 2) Latino(a) : All persons having origins in Mexico, Puerto Rico, Cuba, Central America or South America, regardless of race. 3) Asian All persons having origins in-any of the original Pacific peoples of Japan, China, the Indian Subcontinent, Islander: the Philippines, Vietnam, Cambodia, Laos, Korea, Samoa, Guam, the U.S. Trust Territories of the Pacific, Northern Marianas, Taiwan, Hawaii or the Pacific Islands; and American All persons having origins in any of the original Indian peoples of North America (including Aleuts and Alaskan Eskimos) who maintain cultural identification Native: through tribal affiliation or community recognition. DIVISION E - 1 DIVISION E. MINORITY AND WOMEN BUSINESS ENTERPRISE PROGRAM B. WBE An eligible Women Business Enterprise (WBE) is a business entity at least 51% owned and whose management and daily business operations are controlled by one or more women who are citizens or lawful permanent residents of the United States. The management operations, and control must be substantial, real, and on-going on a regular basis. C. SIZE STANDARD In order to receive credit against the goals an MBE/WBE must meet the size criteria of the Small Business Administration as set forth in Volume 13 of the Code of Federal Regulations, Chapter 1. D. SITE VISIT Site visits are required for all firms certified with Contra Costa County. In those instances' where site visits cannot be made because of geographical distance, the County reserves the right to denying certification. Affirmative Action Office staff will visit the business and review its operations, observe routine work hours and will talk with the owner(s) . SECTION 3. CERTIFICATION A. All contractors, subcontractors, suppliers, manufacturers, truckers or MBE/WBE members of a joint venture intended to satisfy the MBE/WBE goals must meet the County's Program Criteria and must be certified prior to bid opening with one of the agencies listed below. Any firm that is listed to satisfy the MBE/WBE goals and that does not meet the County's Program Criteria and does not hold a current certification with one of these agencies at the time of the bid opening will not be counted toward meeting the County's MBE/WBE goals. 1) Contra Costa County (510) 646-4106 651 Pine Street, 10th Floor Martinez, CA 94553 2) City of Oakland (510) 238-3970 Office of Public Works One City Hall Plaza Oakland, CA 94612 3) Los Angeles County Transportation Commission (213) 623-1194 818 West 7th Street, 4th Floor Los Angeles, CA 90017 4) The Port of Oakland (510) 272-1316 or 272-1390 530 Water Street Oakland, CA 94607 5) Regional Transit Association of the Bay Area (510) 464-7727 101 8th Street Oakland, CA 94607 6) . San Francisco Human Rights (415) 252-2513 or 252-2514 Commission 1170 Market Street, #500 San Francisco, CA 94102 (Note: You must be listed on their certification list, not their registry. ) DIVISION E - 2 DIVISION E. MINORITY AND WOMEN BUSINESS ENTERPRISE PROGRAM 7) U.S. Small Business Administration (415) 744-6429 71 Stevenson Street, 20th Floor San Francisco CA 94105 B. Joint ventures must be approved prior to bid opening. MBE/WBE firms in a Joint Venture must be certified prior to bid opening. Requests for "Joint Venture Request for Certification (Schedule B Form)" may be obtained from the Affirmative Action Office or General Services Department. C. Non-certified MBE/WBEs who wish to be certified by Contra Costa County may apply for certification by submitting "Request for Certification (Schedule A Form)", available from the County Affirmative Action Office or General Services Department. Notice, however, that there is not enough time to certify MBE's/WBE's for this project. Bidders are encouraged to submit "Request for Certification (Schedule A Form)" for use on future projects. SECTION 4. COUNTING MBE/WBE PARTICIPATION TOWARD MEETING MBE/WBE GOALS MBE/WBE participation shall be counted toward meeting MBE/WBE goals as follows: A. Once a firm is determined to be a certified MBE/WBE in accordance with the County's Program Criteria, the total dollar value of the subcontract awarded to the certified MBE/WBE is counted toward the applicable MBE/WBE goals. The total dollar value to be paid to the MBE/WBE shall be evaluated by the Contract Compliance Officer. If the evaluation shows that the bidder has not met or made a good faith effort to meet the contract goals for MBE/WBE participation, the bidder is not a responsive bidder and shall be disqualified. B. If the prime bidder is a certified MBE/WBE firm, he/she may apply the value of work performed by their firm toward meeting the specified goals. C. The total dollar value of a contract with a certified minority woman is counted toward both the minority goal and the goal for women. This is the only situation where work can be counted toward both goals. D. In counting MBE/WBE participation, credit will only be given for first tier subcontractors, suppliers, manufacturers and truckers. E. A contractor may count toward its MBE/WBE goals only expenditures to certified MBE/WBE's that perform a commercially useful function in the work of a contract. A certified MBE/WBE is considered to perform a commercially useful function when it is responsible for execution of a distinct element of the work of a contract and carrying out its responsibilities by actually performing, managing, and supervising the work involved. To determine whether a certified MBE/WBE is performing a commercially useful function, the County shall evaluate the amount of- work subcontracted, industry practices, and other relevant factors. F. Consistent with normal industry practices, a certified MBE/WBE may enter into subcontracts. If a certified MBE/WBE contractor or subcontractor subcontracts a significantly greater portion of the work of the contract than would be expected on the basis of normal industry practices, the certified MBE/WBE shall be presumed not to be performing a commercially useful function. The certified MBE/WBE may present evidence to rebut this presumption to the Affirmative Action Office. DIVISION E - 3 DIVISION E. MINORITY AND WOMEN BUSINESS ENTERPRISE PROGRAM G. A contractor may count toward its MBE/WBE goals expenditures for materials and supplies obtained from certified MBE/WBE suppliers and manufacturers, provided that the certified MBE/WBE's assume the actual and contractual responsibility for the provision of the materials and supplies. 1) The contractor may count its entire expenditure to a certified MBE/WBE manufacturer (e.i. , a supplier that produces goods from raw materials or substantially alters them before resale) . 2.) The contractor may count 60 percent of its expenditures to certified MBE/WBE suppliers that are not manufacturers, provided that the certified MBE/WBE supplier performs a commercially useful function in the supply process. H. A contractor may count toward its MBE/WBE goals expenditures to truckers in accordance with the following: 1) If trucking is to be performed by a certified MBE/WBE trucker who will perform the trucking with his/her own trucks, the contractor may count 100% of that expenditure. 2) If trucking is to be provided through a certified MBE/WBE trucking broker the contractor may count 100% of the expenditure to that broker provided that: a) The broker uses the majority of certified MBE/WBE truckers for the project who are certified with Contra Costa County or one of the other acceptable agencies listed in Section 3. b) The broker submits a "certified roster" of the truckers to be used for the project. The "certified roster" from the broker must indicate the truckers are MBE/WBE's who are certified by Contra Costa County or one of the other acceptable agencies listed in Section 3 and must show the truck numbers, owners names, Public Utilities Commission CAL-T numbers. 3) If trucking is to be provided through. a trucking broker who is not a certified MBE/WBE, the contractor may count only 60% of the expenditure to that broker provided that: a) The broker uses the majority of certified MBE/WBE truckers for the project who are certified with Contra Costa County or one of the other agencies listed in Section 3. b) The broker submits a "certified roster" of the truckers to be used for the project. The "certified roster" from the broker must indicate the truckers are MBE/WBE's who are certified by Contra Costa County or one of the other acceptable agencies listed in Section 3 and must show the truck numbers, owners names, Public Utilities Commission CAL-T numbers. 4) Credit will not be allowed for trucking brokers who do not have a "certified roster". Rosters must be submitted within two working days after bid opening. I. The final MBE/WBE participation determined by the Contract compliance Officer may be appealed by the bidder, or a third party challenger, to the County Administrator, c/o County Administrator's Office, 651 Pine Street, 11th Floor, Martinez, CA 94553. DIVISION E - 4 DIVISION E. MINORITY AND WOMEN BUSINESS ENTERPRISE PROGRAM SECTION 5. GOOD FAITH EFFORT REQUIREMENTS A. A "good faith effort" shall include specific affirmative action steps and documentation of those steps. The following list is not exclusive or exhaustive. other factors or types of efforts may be relevant in appropriate cases. 1) A bidder shall do all of the following: a) Attend any pre-solicitation or pre-bid meeting scheduled by the County for the project or, within one year preceding the bid opening, attend one or more pre- solicitation or pre-bid meetings scheduled by the County for other projects. . List the date(s) of the meeting(s) , the persons(s) attending and the project name(s) and number(s) . b) Identify, list and select specific items of the project to be performed by Minority and/or Women Business Enterprises to provide an opportunity for participation by those enterprises. The items identified and selected by the bidder shall be reasonably calculated to produce a level of MBE/WBE participation sufficient to meet the goals and requirements of the County. c) Not less than ten (10) calendar days prior to bid opening, advertise in one or more daily or weekly newspapers, trade association publications, trade journals, or other media, such as the Daily Construction Service, the Daily Pacific Builder or the Small Business Exchange. For each publication, submit a copy of the advertisement showing the date of publication and containing the following information: bid opening date; description of entire project; bidder's bond requirements; identification of items to be subcontracted; architect's estimate of entire project; calendar days in the contract; and other pertinent information. d) Not less than ten (10) calendar days prior to bid opening, for each identified item of the contract, send by certified mail or fax written notice of the bidder"s interest in bidding on the contract to at least three (3) certified MBE's and three (3) certified WBE's qualified to provide the item. Include .in each notice, the following minimum information: 1) bid opening date 2) description of entire project 3) bidder's bond requirements . 4) identification of items to be subcontracted 5) engineer's/architect's estimate of entire project 6) calendar days in the contract 7) other pertinent information. Submit copies of the written notices and signed return receipts or fax machine log as a part of "good faith effort documentation. e) Follow up initial solicitations of interest by contacting at least fifty percent (50%) of the certified MBE's and WBE's that were notified to determine with certainty whether they are interested in performing specific items of the project. List the name and phone number of each certified MBE or WBE contacted and the dates of initial notice and follow up contact. DIVISION E - 5 DIVISION E. MINORITY AND WOMEN BUSINESS ENTERPRISE PROGRAM f) Provide interested MBE's and WBE's with information about •the plans, specifications and requirements for the selected subcontracting or material supply work. List, for each certified MBE or WBE to which such information is provided, the name of the firm, contact person and telephone number. g) At least ten (10) calendar days prior to bid opening, request by certified mail or fax assistance from at least one (1) of the following: minority and women community organizations; minority and women contractor groups; local, state or federal minority and women business assistance offices (including the Public Works and/or General Services Department ' and the Affirmative Action Office) ; certifying agencies acceptable to the County; or other organizations that provide assistance in the recruitment and placement of Minority or Women Business Enterprises. For each agency or organization contacted, submit the name of the agency or organization, the contact person, the date of contact and the response received, and copies of the written request and signed return receipt or fax machine log. h) Negotiate in good faith with Minority or Women Business Enterprises and not unjustifiably reject as unsatisfactory bids prepared by any Minority or Women Business Enterprise as determined by the County. List each MBE/WBE from which a bid was received. If a bid from an MBE/WBE was not utilized, list detailed reasons. i) Where applicable, advise and make efforts to assist interested Minority and Women Business Enterprises in obtaining bonds, lines of credit or insurance required by the County or bidder. For each firm advised or assisted, list the name of the firm, the contact person and the date assistance was given. B. A bidder shall submit the following documentation of "good faith effort" based on the engineer's/architect's estimate of the project: 1) Projects between $50,001 and $100,000 -- submit documentation for items b, c, d, e, g, h and i. 2) Projects over $100,000 -- submit documentation for all of the above (items a-i) . The Contract Compliance Officer reserves the right in appropriate situations to require documentation of additional items listed above. C. In considering the bidder's documentation of "good faith effort", the County will consider whether--the bidder's- efforts- to obtain certified Minority and Women Business Enterprise participation could reasonably be expected to produce a level of participation sufficient to meet the goals and requirements of the County. D. In evaluating whether a bidder has made a "good faith effort", the Contract Compliance Officer shall have the right to assign such weight as it deems appropriate, in its sole discretion, to each of the criteria set forth in this Section. In addition, the County specifically reserves the right, in its sole discretion, to waive any of the time requirements set forth in this Division E and to waive any other irregularities relating to compliance with the County's MBE/WBE program. DIVISION E - 6 DIVISION E. MINORITY AND WOMEN BUSINESS ENTERPRISE PROGRAM E. The final MBE/WBE participation determined by the Contract Compli- ance Officer may be appealed by the bidder, or a third party challenger, to the County Administrator, c/o County Admin- istrator's Office, 651 Pine Street, 11th Floor, Martinez, CA 94553. SECTION 6. SUBMITTALS A. BIDDER MBE/WBE INFORMATION Bidders shall submit with their bids a completed "Bidder MBE/WBE Information" form. listing all certified MBE/WBE contractors, subcontractors (first tier only) , suppliers, manufacturers and truckers to be used on this project. Such information shall be subject to verification by the County. The information shall include, for each listed firm, the name of the firm, certifying agency, expiration date of certification, description of work to be performed, type of firm (MBE, WBE or both) and dollar value of the work to be performed. A sample of a completed "Bidder MBE/WBE Information" form is included at the end of this Division E. Failure to submit a "Bidder MBE/WBE Information" form with the bid shall be grounds for finding the bid or proposal non-responsive and the bid shall be rejected. B. CERTIFYING LETTERS MBE/WBE firms listed in the Bidder MBE/WBE Information form shall submit within two working days of bid opening copies of certifying letters from agency with which they are certified. C. GOOD FAITH EFFORT The three lowest bidders shall submit within two working days (no later then 5:00 p.m. ) after bid opening documentation of Good Faith Effort. Bidders are cautioned that even though their Bidder MBE/WBE Information form indicates that they meet the County's MBE/WBE goals, all bidders should document their good faith efforts. Such documentation can protect bidder's eligibility for award of the contract in case the County's review results in a finding that the goals have not been met. D. LETTER OF INTENT MBE/WBE firms listed in the Bidder MBE/WBE Information form shall submit, within two working days after bid opening, a completed form, "Letter of Intent to Perform as an MBE/WBE Subcontractor/ Supplier/Manufactures/Trucker" (a.copy of the form is included at the end of this Division E) . Use of the form will verify the subcontract amount each certified MBE/WBE subcontractor, supplier, manufacturer or trucker intends to perform for the prime bidder. The form shall be signed by the certified MBE/WBE subcontractor, supplier, -manufacturer or trucker identifying the item(s) of work to be performed and the actual dollar value to be received. No contract will be awarded without completed Letters of Intent. The Prime Contractor must explain in writing any differences between the dollar amounts shown on the Bidder MBE/WBE Information form and the dollar amounts show on the Letter of Intent forms. E. SUBCONTRACTS The Contractor shall .submit copies of fully executed subcontracts or purchase agreements with each eligible certified MBE/WBE listed on the "Bidder MBE/WBE Information" form to the General Services Department after the award of contract and no later than seven calendar days prior to work by each listed MBE/WBE subcontractor, supplier, manufacturer or trucker. Any amendments to these DIVISION E - 7 DIVISION E. MINORITY AND WOMEN BUSINESS ENTERPRISE PROGRAM subcontracts shall be submitted to the General Services Department within five days of execution. Non-compliance may be cause for the Public Agency to stop the work. In no case, will the County make any payment for work done by an MBE/WBE subcontractor, supplier, manufacturer, or trucker without prior submittal of a fully executed contract or purchase agreement covering this work. Delays caused by failure to meet this requirement shall not be considered a valid basis for extension of time for the purpose of calculating liquidated damages. F. VERIFICATION OF PERFORMANCE Upon completion of work, the Contractor shall submit a completed "Verification of Performance as an MBE/WBE Subcontractor/Supplier/ Manufacturer/Trucker" form for each. certified MBE/WBE listed on the "MBE/WBE Bidder Information" form that was submitted with the proposal. The form shall be signed by the certified MBE/WBE identifying the item(s) of work performed and the actual dollar amount received. A copy of this form is included at the end of Division E. Final payment for work done will not be made to the Contractor until all MBE WBE Verification of Performance forms are received. The Prime Contractor must explain in writing any total dollar amounts paid to subcontractors, suppliers, manufacturers or truckers that are less than the dollar amounts shown on the respective Letter of Intent. SECTION 7. RECORDS The Contractor shall maintain records, including canceled checks, of all invoices paid to certified MBE/WBE firms for a period of three years from date of completion of the contract. Such records shall show the name and address of each certified MBE/WBE subcontractor, supplier, manufacturer', trucker and joint venture .partner and the total dollar amount paid to each firm. These records shall be made available to the County Contract Compliance Officer when requested. SECTION S. ON-SITE VERIFICATION The Contract Compliance Officer, or his/her designee, shall have the right to visit the job site, unannounced, to monitor certified MBE/WBE utilization. SECTION 9. SUBSTITUTION OF SUBCONTRACTORS A. No substitution of a certified MBE/WBE subcontractor, supplier, manufacturer or trucker shall be made at any time without the written consent of the Contract Compliance Officer. If a certified MBE/WBE subcontractor, supplier, manufacturer or trucker is unable to perform successfully and is to be replaced, the Contractor will be required to make "good faith efforts" to replace the original certified MBE/WBE with another certified MBE/WBE subcontractor, supplier, manufacturer or trucker. MBE/WBE substitutes after the award of the contract must be certified by Contra Costa County or one of the other acceptable agencies listed in Section 3 in order to be substituted. B. Authorization to use other subcontractors or sources of materials (i.e. substitute MBE/WBE subcontractors, manufacturers, suppliers or truckers) may be requested for the following reasons: 1) The listed certified MBE/WBE subcontractors, manufacturers, supplier or truckers, after having had a reasonable opportunity to do so, fails or refuses to execute a written contract, when such written contract, based upon the general terms, conditions, plans and specifications for the project, or on the terms of such subcontractor's or supplier' s written bid, is presented by the Contractor. DIVISION E - 8 DIVISION E. MINORITY AND WOMEN BUSINESS ENTERPRISE PROGRAM 2) The listed certified MBE/WBE subcontractor, supplier, manufacturer or trucker becomes bankrupt or insolvent. 3) The listed certified MBE/WBE subcontractor, supplier, manufacturer or trucker fails or refuses to meet the conditions of the subcontract or furnish the listed materials. 4) The listed certified MBE/WBE .subcontractor fails or refuses to meet the bond requirements the Contractor specified before bid due date. 5) The work performed by the listed certified MBE/WBE subcontractor, supplier, manufacturer or truckers is unsatisfactory and is not in conformance with the plans and specifications, or the subcontractor is delaying or disrupting the progress of the. work. 6) It would be in the best interest of the County. C. The Contractor shall not be entitled to any payment for work or material unless it is performed or supplied by the listed certified MBE/WBE or by other forces (including those of the Contractor) pursuant to prior written authorization of the County. SECTION 10. AFFIRMATIVE ACTION AND EQUAL EMPLOYMENT OPPORTUNITY The Contractor shall pay special attention to Division F General Conditions, Section 36 Equal Employment Opportunity and Labor Code Section 1735 and these special provisions. A. EMPLOYMENT GOALS 1) On projects of $1,000,000 or more it shall be the goal of each contractor and subcontractor to ensure that the overall minority composition of all persons employed specifically for the purpose of completing this contract shall reflect the overall minority composition of the labor force of Contra Costa County (25.7%) and 6.9% of the labor force for women employed specifically for the purpose of completing this contract. This requirement does not apply to current employees used on this contract. 2) The contractor shall make a maximum effort to achieve this employment goal within each . trade by ensuring that the percentage of total hours worked within each trade by persons who are members of minority groups and women are in proportion to the overall minority composition of the Contra Costa County labor force population. 3) The goals shall apply to the contractor and. all subcontractors regardless of how they are selected. B. SPECIFIC AFFIRMATIVE ACTION STEPS 1) No contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals. The Contractor and subcontractor shall be given the opportunity to demonstrate that they have instituted these Specific Affirmative Action. Steps and have made every "good faith effort" to make these steps work toward the attainment of the above employment goals. The contractor shall inform its subcontractors of their respective obligations under the terms and requirements of these special provisions. 2) The Contractor's and subcontractors' Affirmative Action Program must include specific affirmative action steps to increase minority and women utilization. Any contractor who DIVISION E - 9 DIVISION E. MINORITY AND WOMEN BUSINESS ENTERPRISE PROGRAM fails to meet the employment goals outlined in Paragraph A "Employment Goals", above, must demonstrate to the satisfaction of the Contract Compliance Officer that a "good faith effort" was made to meet these goals. This effort must be at least as extensive and specific as the following: a) The Contractor shall notify the union (hiring hall) in writing that the employment goal of this project is not being met, and the Contractor shall solicit the union's assistance in meeting the specified goals. b) The Contractor shall make specific and continuing personal recruitment efforts, both written and oral, directed at minority, female and community organizations, schools with minority and female students, minority and female recruitment organizations, and minority and female training organizations within the greater San Francisco Bay Area. c) The Contractor shall notify the Contract Compliance Officer whenever the union or unions with whom the Contractor has a collective bargaining agreement have not referred to the Contractor a minority person or female in response to a request sent by the Contractor to the union or whenever the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet the specified employment goals. d) The Contractor shall actively participate as an individual or through an association in joint apprenticeship programs, and the Contractor shall, where reasonable, develop on-the-job training opportunities and programs which expressly include minorities and females. e) The Contractor shall solicit and sponsor members of minority groups and females for pre-apprenticeship training. f) The Contractor shall. demonstrate an effort to cooperate with the unions with which the Contractor has agreements in the development of programs to assure qualified members or minority groups and females of equal opportunity in employment in the construction trades. g) The Contractor shall maintain a file of the names, addresses and telephone numbers of minority and female workers referred to said Contractor, what actions were taken with respect to each referred worker, and if the worker was not employed, the reasons why. For each such worker not employed by the Contractor, the Contractor's file shall document the reasons. h) The Contractor shall establish and maintain a current list of minority and female recruitment - sources, and shall notify community organizations that the Contractor has employment opportunities available, and shall maintain the records of organizations' responses. The Contractor shall make a specific effort to encourage its current employees to recruit any qualified minority and female workers. DIVISION E - 10 DIVISION E. MINORITY AND WOMEN BUSINESS ENTERPRISE PROGRAM i) The Contractor shall disseminate an Equal Employment Opportunity (EEO) policy within the Contractor's own organization by including it in any policy manual and collective bargaining agreement; by publicizing it in company newspapers and annual reports; by conducting staff and employee representative meetings to explain and discuss policy; by posting of the policy; and by specific review of the policy with minority and female employees. j ) The Contractor shall disseminate an EEO policy externally by providing notice of the policy to the unions and training programs and requesting their cooperation in assisting the Contractor in meeting EEO obligations; by informing and discussing it with all recruitment sources; by advertising in the news media, specifically including minority and female news media; by notifying and discussing it with all subcontractors and suppliers. k) The Contractor shall ensure that all facilities and company activities are nonsegregated. If necessary, changing facilities shall be provided to assure privacy between the sexes. 1) The Contractor shall conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage such employees to seek or to prepare for, through appropriate training, etc. , such opportunities. m) The Contractor shall review, at least annually, the company's EEO policy. Upon request by the Contract Compliance Officer, the Contractor shall provide copies of documentation that a "good faith effort" was made. C. REPORTING REQUIREMENTS The provisions in Division F General Conditions, Section 36 Equal Employment Opportunity and Labor Code Section 1735 are amended as follows: Each employee shall be identified as to minority or non-minority status and as to gender status on a form acceptable to the Contract Compliance Officer. Forms shall be submitted weekly to the Contract Compliance Officer. When payroll records are required, this information may be included on certified payroll records using California Department of Industrial Relations Public Works Payroll Reporting Form A-1-131. D. ENFORCEMENT The Contract Compliance Office will review Contractor's and subcontractor's "project" employment practices during the performance of the work. 1) Determination of Noncompliance: If the Contract Compliance Officer determines that there is an apparent violation of any substantial requirements of these "Affirmative Action and Equal Employment Opportunity" special provisions, Division F General Conditions, Section 36 Equal Employment Opportunity or Labor Code Section 1735 by the Contractor or one of its subcontractors, the Contract Compliance Officer will hold a meeting with the Contractor, and its subcontractor (if applicable) , for the purpose of determining whether the Contractor is indeed out of compliance. DIVISION E - 11 DIVISION E. MINORITY AND WOMEN BUSINESS ENTERPRISE PROGRAM If after the meeting the Contract Compliance Officer finds the Contractor out of compliance, the Contractor will be notified of its appeal rights to the County Administrator. In the event that the Contractor disagrees with the County Administrator's determination, the Contractor may appeal, in writing, to the Board of Supervisors. If the Board of Supervisors concurs that there has been a violation, the Contract Compliance Officer will notify the Contractor in writing of the sanctions to be imposed. In addition, the Contra Costa County Board of Supervisors will deem a finding of willful violation of the California Fair Employment Act by the Fair Employment Practices Commission to be a violation by the Contractor of the nondiscrimination requirements of this project, and such violation shall be subject to the sanctions provided herein. The same shall apply to violations of the Equal Employment Opportunity Commission regulation and other state and federal compliance agencies. Any sanctions imposed by the County for such violations shall be in addition to any sanctions or penalties imposed by the regulatory agencies or commissions. 2. Sanctions: A finding at the public hearing that there has been a violation of the Affirmative Action and Equal Employment opportunity requirements of this project shall be cause for the Board of Supervisors to impose any or all of the following sanctions: a) Withhold an additional (10%) of all further contract progress payments until the Contractor provides evidence satisfactory to the Board of Supervisors that the condition of noncompliance has been corrected. b) Suspend the contract until such time as the Contractor provides evidence satisfactory to the Board of Supervisors that the condition of noncompliance has been corrected. All expenses, including liquidated damages shall be paid by the Contractor for any resultant delays. c) Cancel the contract and collect appropriate damages from the Contractor. d) Declaration that the Contractor is non-responsible and is ineligible to make bids on future County contracts until the Contractor can demonstrate to the satisfaction of the Board of Supervisors that the violation has been corrected. SECTION 11. FORMS Forms referred to in the foregoing sections are included at the end of this Division E for the convenience of bidders and/or the Contractor and include the following: A. BIDDER MBE/WBE INFORMATION The "Bidder MBE/WBE Information" form, which must be submitted with the bid, is attached and is an example of how it should be completed. B. "GOOD FAITH EFFORT" FORMAT A copy of the format for "good faith effort" documentation is attached. DIVISION E - 12 DIVISION E. MINORITY AND WOMEN BUSINESS ENTERPRISE PROGRAM C. LETTER OF INTENT A copy of the form "Letter of Intent to Perform as an MBE/WBE Subcontractor/Supplier/Manufacturer/Trucker" is attached. See Section 6 for submittal requirement. D. VERIFICATION OF PERFORMANCE A copy of the form "Verification of Performance as an MBE/WBE Subcontractor/Supplier/Manufacturer/Trucker" is attached. See Section 6 for submittal requirements. DIVISION.E1 GB:ls 12-29-93 DIVISION E - 13 N x w ` E >U'• O a E 6 W O U ❑ m O O O O O O O 7 E ° Z O� > OO O O O O O O C z 3 Jl N Wm qa 3 0 0 0 o O o O 8 W ° O 1� .7 O N p in O E El m E❑+ 4 3 O ~ .» E- 0 h ❑ 3 � z�Z O z O U O - r� Z E W XI %I xl xl I xl I M, z > W H 3 O H ❑ m u1 U H Z m m o 4 (n z Exi E V S V W10 c ❑❑0 03y W O N 4 N = N m W 10 $ >> m n E 6 x a 3: OOJ W 3 > E w r m + •• -+ z a a vi [O[�� vWWi dF o c o 02 73 O U Z W z N w u 3 C E4 3 0 C4 W o o w e c E4 8w w y Z Y. 4 +� y Z C O I•+ E Q W m W O ti w Gp an� 3 m 0 O O Z W y E a E O N m O J x 3 W W W W z w Ow m c In -� >� w a oa E w 6 z a H ❑ E Z I•' O w w m 0) -••I w a w O W E E z O E U m U -y m a O .1 a ll x w- m N O m w .ti N ... Z G r+ S U O o Q w x o a u c+ >1 m o E E z m ° y m c +° C: b u, z ¢ E zz d i••I w w a U m m ' E a x o Q ❑ m m w c C .0 O+ z O E tll O O r c c O O > > 2 x W a m .I w -+ o of y U' w c ¢ +� ++ (n w O Y x z ❑ x a m a u ww m w w o x Ai �7 Z c O U w 0 E - ❑ 3 W z a 3 9 RC �+ m w •'1 w (/1 = a, U z m a is c w c m N m o a. w w c> aim w m c E m cxi ai D a u w N E E w U -+ M 3 W m Of 'w C N ❑ - .C41 1 i m W of ❑ n n Z 9 7G�.. W 9 a O r•i r•i Ot a T m m H O 'O 1 W E4 H Of (M 1 'n 1 C 0 eP JP C E !+ E.ryr• 1 10 v r•i .•1 in w to v 10 z W ••I I w .0 T1 Q u a In m .. _ m w .7 a0+ m O E z m Z U O pz7 W N m m m O w > E o6 .0 .+ z v ° ° uu �' 0. N u w U U m > �O+ cO m ?• m - w0 CQ O0 %4 Um w >1mC 1J U eP yN �m 8wac . w 6 EliCy - N O c 7 a+ Y c = ^' Gay; C 7 w Y w w rr a7 H 6 00 -•+ moo w 6 000 m -•+ m w 3 W u U u Q ULE m m U U a O nE N 0 QEH Z Q In 0 II II 4 {L a [DHy W O O O O 7 0 U w O O O 9 N Z N O U I-1 . . . m Ci 1 x o O o o > c z O N O S U .+ N z 0 4 m N N N m 41 N Q U 7 w UU O m • N U c 7 U' e4 w vs eA N 0 w OJ 0 C U c N 4O CO U U z z ••0, w U m u .~•I m q O [O� O — O B +i 4 d .0 7 w w m -+ U w .-1 w w w C p1 U U x 3 w 0 ow Y 0 40 0 - � O 0 - N ca m u .m V 7 U m 0 m N m 0 0. G7 Z U O N u w 7 4 E O w 0 4 , w 4 EI E E0 N 0 K.LG L ON Z Z W U ++ C a+ w m w U ' O W m N z z z z m .•� t W N m W O w C a, +r w m C W G m c > O 7 O W 3 a+ U U M E H Q >) m 71 -M r m Y m U CJ W 9 o U L UO U U M O O E U al U Uo y m m a. C U c a.1 1� - m 4 m >� N 7 4 7 O � m 4 ' m m z 7 = C c 7 �+ 3 O E m N O vl w v1 L E O u] O rA w rn cWp O W ❑ O m x z — 3 z w. u r U - n - E z a w DTVTSTON R - IA N O N d ate': a- 00 oZ L W Ln :t:itl> cn O N 00 I O 1 1 CO I I I n i s Q� �Q IT C J 00 u1 rn cn Q H hz W E-+ W Lr Lf) O O O C:] H U � a N a0 fl- rn ,ri Gz O �O d Lr) IT IT �• G1 O� d O� L:7 C:7 ci Z i}jJj> 6 U U U U y cu O C cin O ccz L L 3 H O ro H ro a � LL- o n wi z cn v v c W m u y v ca z Z4J L L J r 03 - N cn cn fa y s w U - �Lj u .14 W n H on r-; w �-+ 3 z O LU v ri = a r~ sa n o cn o O 6 M N �p rr tt1 N•+ [rl =a z � w z 6 C H �-7 � W H H n z Lu, d w � "i:i�•. 47 O Z "� c ' v cu W u v 6 O u O +J U r?d 1J }�+ U 60 G G Z> J L - G O O x] cn ro -4 v m o x 4JE4 � u r-a G U ro c0 G U U E--+4 C u W O O v cn d ro m Z P4 H H L G uLJ cn �+ O v G GJ N fQ Office of the County Administrator Contra Costa County . Affi-r native Action Office 651 Pine Street, MA=,ti*+ez, CA 94553 (510) 646-4106 February 16, 1993 TO: Bidders FROM: Emma Ruevor Contract Compliance Officer SUBJECT: "Good Faith Effort" Document The following format is presented to assist you is documenting your "good faith effort" . Be specific and answer each. step co=letely. If you have any questions, don't hesitate to call the Affirmative Action Office at. (510) 646-4106. ER: fch a:.t�moc DIVISION E - 16 "GOOD FAITH EFFORT" DOCUMENTATION GUIDELINES A "good faith effort" shall include specific affirmative action steps and documentation of those steps . The following list is not exclusive or exhaustive. Other factors or types of efforts may be relevant in appropriate cases . A bidder should do all of the following: a. Attend any pre-solicitation or pre-bid meeting scheduled by the County for the Project or, within one year preceding the bid opening, attend one or more presolici- tation or pre-bid meeting scheduled by the county for other projects . List the date(s ) of the meeting( s ) , the person(s) attending and the project name( s ) and number(s ) . Name Date Project b. Identify, list and select specific items of the project to * be performed by Minority and/or Women Business Enterprises to provide an opportunity for participation by those enterprises . Specific Items for Subcontracting C . Not less than ten ( 10) calendar days prior to bid opening, advertise in one or more daily or weekly newspapers , trade .-- association publications , trade- journals , or other media, such as the Daily Construction Service, the Daily Pacific Builder or the Small Business Exchange. For each publication, submit a copy of the advertisement showing the date of publication. d. Not less than ten ( 10) calendar days prior to bid opening, for each identified item of the contract, send by certified mail , or by facsimile, written notice of the bidder' s interest in bidding on the contract to at least -1- DIVISION E - 17 three ( 3 ) certified MBEs and three ( 3 ) certified WBEs qualified to provide the item. Include in each notice, the following minimum information: 1 . bid opening date 2 . description of entire project 3 . bidder' s bond requirements 4 . identification of items to be subcontracted 5 . engineer' s/architect' s estimate of entire project 6 . working days in the contract 7 . other pertinent information Submit copies of the written notices and signed return receipts , or copies of the faxed notices and fax log, as a part of "good faith effort" documentation. e. Follow up initial solicitations of interest by contacting at least fifty percent (50%) of the certified MBEs and WBEs that were notified to determine with certainty whether they are interested in performing specific items of the project. List the name and phone number of each certified MBE or WBE contacted and the dates of initial notice and follow up contact. MBE Follow or Date Up Phone Name WBE Contacted Date Number f . Provide interested MBEs and WBEs with information about the plans , specifications and requirements for the selected subcontracting or material supply work. List, for each certified MBE or WBE to which such information is provided, the name of the firm, contact person and telephone number. Telephone Information Name Firm Number Provided g. At least ten ( 10 ) calendar days prior to bid opening, request by certified mail , or by fax, assistance from at least one ( 1) of the following: minority and women -2- DIVISION E - 18 community organizations; minority and women contractor groups ; local, state or federal minority and women business assistance offices ( including the Public Works and/or General Services Department and the Affirmative Action Office) ; certifying agencies acceptable to the County; or other organizations that provide assistance in -the recruitment and placement of Minority or Women Business Enterprises . For each agency or organization contacted, list the name of the agency or organization, the contact person, the date of contact and the response received, and a copy of the written notice or copies of the faxed notices and fax log. Agency/ Organization Contacted Person Date Response h. Negotiate in good faith with Minority or Women Business Enterprises and not unjustifiably reject as unsatisfactory bids prepared by any Minority or Women Business Enterprise as determined by the County. List each MBE/WBE from which a bid was received. If a bid from an MBE/WBE was not utilized, list detailed reasons . MBE Bid Awarded Bid or Dollar Reason(s ) Not To Received WBE Amount Utilized (Firm Name) i . Where applicable, advise and make efforts to assist interested Minority and Women Business Enterprises in obtaining bonds , lines of credit or insurance required by the County or bidder. For each firm advised or assisted, list the name of the firm, the contact person and the date assistance was given. -3- DIVISION E - 19 Name of Contact Assistance Firm. Person Date Given r A bidder should submit the following documentation of "good faith effort" based on the engineer' s/architect' s estimate of the project: 1 . Project between $50 , 001 and $100, 000 -- submit documentation for items b, c, d, e, g, h and i . 2 . Projects over $100 , 000 -.- submit documentation for all of the above (items a-i) . The Contract Compliance Officer reserves the right in appropriate situations to require documentation of additional items listed above . In considering the bidder' s documentation of "good faith effort" , the County will .consider whether the bidder' s efforts to obtain certified Minority and Women Business Enterprise participation could reasonably be expected to produce a level of participation sufficient to meet the goals and requirements of the County. Bidders are cautioned that, even though their submittal indicates that they meet the MBE/WE goals , the lowest three ( 3 ) bidders should document their "good faith effort and, within two ( 2 ) working days after bid opening, will submit this information to either the Public Works Department, Construction Division or the General Services Department, Architectural Division to protect eligibility for award of the contract in the event the County' s review results in a finding that the goals have not been met. EK; fch A:\PUBGEN.GDF REV 9/10/93 -4- DIVISION E - 20 Contra Costa County MBS/WBE CONTRACT COMPLIANCE PROGRAM Affirmative Action Office 651 Pine Street, Martinez, CA 94553 510/646-4106; FAX 510/646-4098 LETTER OF INTENT TO PERFORM AS AN MBE/WBE SUBCONTRACTOR/SUPPLIER/MANIIFACTQRER/TRUCRER PROVIDER 1. Name of Prime Contractor 2. Name of Project 3. Project Number 4_ The undersigned will perform work in connection with the above project as (check one) : sole proprietorship corporation partnership joint venture Please attach your MBE/WBE certification letter or certificate if available. 5. Check one of the following: MBE Subcontractor WBE Subcontractor MBE Supplier WBE Supplier MBE Manufacturer WBE Manufacturer MBE Trucker WBE Trucker MBE Other WBE Other . Describe Describe 6_. The undersigned will perform the following described work in connection with the above project (specify in detail the particular work items or parts to be performed: 7. Total Bid to Prime .Contractor: $ 8. Signature Position Title Date 9_ Name of Person. Completing This Form 10_ MBE WBE Company Name Phone Number- - - FA% Number A:\CCP1-3.CHT (4/5/93) DIVISION E - 21 Contra Costa County MBE/WBE CONTRACT COMPLIANCE PROGRAM Affirmative Action Office 651 Pine Street, Martinez, CA 94553 510/646-4106; FAX 510/646-4098 VERIFICATION OF PERFORMANCE AS AN MBE/WBE . SUBCONTRACTOR/SUPPLIER/MANUFACTURER/TRUCRER 1. Name of Prime Contractor 2. Name of Project 3. Project Number 4. The undersigned performed work in connection with the above project as (check one) : sole proprietorship corporation partnership joint venture 5. Check one of the following: MBB Subcontractor WBE Subcontractor MBE Supplier WBE Supplier MBE Manufacturer WBE Manufacturer MBE Trucker WBE Trucker Other Other Describe Describe 6. The undersigned has performed the following described work in connection with the above project (specify in detail the particular work items or parts that were performed) : 7. Total Bid to Prime Contractor (Refer to line #7 on the "Letter of Intent" Form) : 8. Total Amount Received: $ 9. Explain any difference between lines #7 and #8 by attaching a written explanation. 10 Signature Position Title Date 11. Name of Person Completing This Form 12. ( ) MBE WBE Company Name Phone Number FAX Number A:\CCP1-3.CST 4/5/93 DIVISION E-22 APPENDIX 3 PERFORMANCE BOND Bond No. Premium Any claim under this Bond should be sent to the following address : KNOW ALL MEN BY THE PRESENTS: That we, , as Principal, and a corporation organized and existing under the laws of the State of and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto CONTRA COSTA COUNTY FIRE PROTECTION DISTRICT, as Obligee, in the sum of Dollars ($) lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents . THE CONDITION of the above obligation is such that, whereas the Principal has entered into a contract dated with the Obligee to do and perform the following work, to-wit: as is more specifically set forth in the contract documents, reference to which is hereby made. NOW, THEREFORE, if the Principal shall well and truly perform all the requirements of said contract documents required to be performed on its part, at the times and in the manner specified therein, then this obligation shall be null and void, otherwise it shall remain in full force and effect. PROVIDED, that any alterations in the work to be done or the materials to be furnished, or changes in the time of completion, which may be made pursuant to the terms of said contract documents, shall not in any way release the Principal or the Surety thereunder, nor shall any extensions of time granted under the provisions of said contract documents release either the Principal or the Surety, and notice of such alterations or extensions of time is hereby waived by the Surety. PROVIDED, that if any action is commenced on this bond by the Obligee, in addition to the sum specified above, the Principal and the Surety, their heirs, executors, administrators, successors and assigns, jointly and severally, shall be obligated to pay to the Obligee all costs, attorney' s fees and other litigation expenses incurred by the Obligee in collecting monies due under the terms of this bond. SIGNED AND SEALED, this day of , 19 (SEAL). (SEAL) (Principal) (Surety) By: .(Signature) (Signature) (SEAL AND ACKNOWLEDGEMENT OF NOTARY) APPENDIX 4 PAYMENT BOND Bond No. Premium Any claim under this Bond should be sent to the following address : KNOW ALL MEN BY THE PRESENTS: That we, , as Principal, and a corporation organized and existing under the laws of the State of and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto CONTRA COSTA COUNTY FIRE PROTECTION DISTRICT, as Obligee, in the sum of Dollars ($) lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents . THE CONDITION of the above obligation is such that, whereas the Principal has entered into a contract dated with the Obligee to do and perform the following work, to-wit: as is more specifically set forth in the contract documents, reference to which is hereby made. NOW, THEREFORE, if the Principal or a subcontractor fails to pay any of the persons named in Section 3181 of the Civic Code, or amounts due under the Unemployment Insurance Code with respect to work or labor performed under the contract, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code, with respect to such work and labor, the Surety will pay for the same, in an amount not exceeding the sum specified in this bond, and also, in case suit is brought upon this bond, a reasonable attorney' s fee, to be fixed by the court. This bond shall enure to the benefit of any of the persons named in Section 3181 of the Civic Code so as to give a right of action to such persons or their assigns in any suit brought upon this bond. SIGNED AND SEALED, this day of , 19 (SEAL) (SEAL) (Principal) (Surety) By: (Signature) (Signature) (SEAL AND ACKNOWLEDGEMENT OF NOTARY)