HomeMy WebLinkAboutMINUTES - 06052001 - C.20 TO: BOARD OF SUPERVISORS . . 910
FROM: JOHN SWEETEN
County Administrator
DATE: June 5, 2001
SUBJECT: WEED ABATEMENT CONTRACTS FOR THE CONTRA COSTA COUNTY, BETHEL
ISLAND AND EAST DIABLO FIRE PROTECTION DISTRICTS
Specific Request(s) or Recommendation(s) & Background & Justification
RECOMMENDATION:
As ex-officio of the Governing Board of the Contra Costa County, Bethel Island and East Diablo Fire
Protection Districts, approve weed abatement contract, documents, fix July10, 2001 at 11:00 a.m. as
the time to receive bid proposals for the performance of the abatement work and direct the Clerk to
publish Notice to Contractors as-required by law.
REASONS FOR RECOMMENDATION/BACKGROUND:
The Contra Costa County (including Bethel Island and East Diablo), Fire Protection Districts have
submitted contract documents (Notice to Contractors, Agreement, Abatement Specifications and Bid
Proposal) for the abatement of weeds, rubbish and other fire hazard conditions within the district.
The contract period shall begin on July 1, 2001 and terminate on December 31, 2003.
a
w
cl
Continued on Attachment: YES Signature:
Recommendation of County Administrator
Recommendation of Board Committee
Approve Other
Signature(s):
Action of Board on: ybm 55, 2001 Approved as Recommended Y Other
Vote of Supervisors: I HEREBY CERTIFY THAT THIS IS A TRUE
AND CORRECT COPY OF AN ACTION TAKEN
X Unanimous (Absent none ) AND ENTERED ON THE MINUTES OF THE
Ayes: Noes: ) BOARD OF SUPERVISORS ON DATE SHOWN.
Contact: R. Seithel (335-1024) Attested: June 5, 2001
Cc: County Administrator John Sweeten, Clerk of the Board of
Auditor-Controller Supervisors and County Administrator
County Counsel
Contra Costa County Fire • "
Protection District By: , DEPUTY
I
`C..•y'�-•._per
LEGAL PUBLICATION REQUISTION
Contra Costa County
From: Clerk of the Board To: Contra Costa Times
651 Pine St., Room 106 PO Box 5124
Martinez, CA 94553 Walnut Creek, CA 94596
Requested by: Patty Molloy Date: June 8, 2001
Phone No: 335-1907 Reference No:- 532
Org: 1100 Sub Object: .2190 Task: Activity.
Publication Date (s):June 13 and 20, 2001
No. of Pages: c
LEGAL PUBLICATION- Weed Abatement Contracts for the. Contra Costa County;
Bethel Island and Fast Diablo Fire Protection Districts, C.20, 6/5/01
""Immediately upon expiration of publication*••!-. _—
send in one affidavit for each publication in
order that the auditor may be authorized to pay your bill.
Authorized Signature:
Please confirm date of publication & receipt of this fax.
SE G
oot.'er- _ - `< LEGAL PUBLICATION REQUISTION
Contra Costa County
COVN
From: Clerk of the Board To: Ledger Dispatch
651 Pine St., Room 106 PO Box 2299
Martinez, CA 94553 Antioch, CA 94549
Requested by: Patty Molloy Date: June 8, 2001
Phone No: 335-1907 Reference No: 534
Org: 1100 Sub Object: 2190 Task: Activity:
Publication Date (s): .Tune 13 and 20, 2001
No. of Pages: 9
LEGAL PUBLICATION- Weed Abatement Contracts for the Contra Costa County,
Bethel Island and East Diablo Fire Protection Districts, C.20, 6/5/01
****Immediately upon expiration of publication,****
send in one affidavit for each publication in
order that the auditor may be authorized to pay your bill.
Authorized Signature:
Please confirm date of publication & receipt of this fax.
a =,s LEGAL PUBLICATION REQUISTION
x. - y.:... : .
Contra Costa County
' OSr' COUN�
From: Clerk of the Board To: West County Times
651 Pine St., Room. 106 PO Box 100
Martinez, CA 94553 Pinole, CA 94564
Requested by: Patty Molloy Date: June 8, 2001
Phone No: 335-1907 Reference No: 533
Org: 1100 Sub Object: 2190 Task: Activity:
Publication Date (s): June 13 and 20, 2001
No. of Pages: 9
LEGAL PUBLICATION- Weed Abatement Contracts for the Contra Costa County,
Bethel Island and East Diablo Fire Protection Districts, C.20, 6/5/01.
""Immediately upon expiration of publication,""
send in one affidavit for each publication in
order that the auditor may be authorized to pay your bill.
Authorized Signature:
Please confirm date of publication & receipt of this fax.
r,
:-
a LEGAL PUBLICATION RE UISTION
Contra Costa County
. P
GrTA Cf)UN'�
From: Clerk of the Board To: San Ramon Valley Times
651 Pine St., Room 106 PO Box 68
Martinez, CA 94553 Danville, CA 94526
Requested by: Patty Molloy Date: June 8, 2001
Phone No: 335-1907 Reference No: 535
Org: 1100 Sub Object: 2190 Task: Activity:
Publication Date (s): June 13 and 20, 2001
No. of Pages: 9
LEGAL PUBLICATION- Weed Abatement Contracts for the Contra Costa County,
Bethel Island and East Diablo Fire Protection Districts, C.20, 6/5/01
""Immediately upon expiration of publication,""
send in one affidavit for each publication in
order that the auditor may be authorized to pay your bill.
Authorized Signature:
Please confirm date of publication & receipt of this fax.
"Jon Peters" To: gmart@cao.co.contra-costa.ca.us
<jpeters@cctimes.co cc:
m> Subject: Re: Legal publication-Weed Abatement Contracts
06/11/2001 05:44 PM
These are all set for 6/13, 6/20 unless you have any changes Tuesday morning
Wacwm.doc
legal 5925
cost: $293.88
Waccm.doc
legal 5926
cost: $296.36
Wacem.doc
legal 5927
cost: $301.32
Waccd.doc
legal 5928
cost: $271.56
Jon
gmart@cao.co.contra-costa.ca.us wrote:
> Hi John:
> As requested, here are the legal publications for Weed Abatement Contracts
> for the Contra Costa County, Bethel Island and East Diablo Fire Protection
> Districts, C.20, 6/5/01
> There are four: one for East County; two for Central County (different
> activities) ; and one for West County.
> If you have any questions, please call me at (925) 335-1908. (See attached
> file: Wacwm.doc) (See attached file: Waccm.doc) (See attached file:
> Wacem.doc) (See attached file: Waccd.doc)
> Call me to confirm receipt of these legal notices.
> ------------------------------------------------------------------------
> Name: Wacwm.doc
> Wacwm.doc Type: Download File (application/msword)
> Encoding: base64
> Download Status: Not downloaded with message
> Name: Waccm.doc
> Waccm.doc Type: Download File (application/msword)
> Encoding: base64
> Download Status: Not downloaded with message
> Name: Wacem.doc
> Wacem.doc Type: Download File (application/msword)
> Encoding: base64
> Download Status: Not downloaded with message
> Name: Waccd.doc
> Waccd.doc Type: Download File (application/msword)
> Encoding: base64
> Download Status: Not downloaded with message
jpeters.vcf
NOTICE TO CONTRACTORS
Notice is hereby given by order of the Board of Supervisors of Contra Costa County, as the governing
board of the Contra Costa County Fire Protection District, (hereinafter"District"), that Clerk of said
Board will receive bids for the abating of weeds, rubbish and other fire hazard conditions within the
East Division of the Contra Costa County Fire Protection District boundaries and under its jurisdiction.
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, 2003.
The East Division of the Contra Costa County Fire Protection District, consists of Antioch, Pittsburg,
Bay Point, and county lands in and around these communities, and for the purpose of providing weed
abatement services, Bethel Island Fire Protection District and East Diablo Fire Protection District.
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". The above mentioned 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
July 10, 2001 , 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. The
Administrator of the Exterior Hazard Control program is the Fire Chief of the Contra Costa County
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 fifty percent
(50%) of the contract price and a faithful performance bond in an amount equal to fifty percent (50%)
of the contract price, said bonds to be secured from a surety company authorized to do business in the
State of California.
"TORW �WACEM M -
y
Bidders are hereby notified that pursuant to Section 1773 of the Labor Code of the State of
California, the Board of Supervisors has obtained 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 of 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.
Bidders are hereby notified that the Contra Costa County Board of Supervisors has adopted an
Outreach Program. Bidders are expected to comply with the Construction Outreach Program
component of this program. Definitions and detailed information are included in Appendix A of the
Specifications. Bidders will be expected to attach to their bid proposals all relevant documentation
indicating that they have complied with the Construction Outreach Program and verify compliance
on their bid proposals.
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 Contra
Costa County Fire Protection District, East Division.
John Sweeten, Clerk of the Board of Supervisors and County Administrator
By: v
Deputy 7-77
Publication Dates: June 13 and 20, 2001
(Pub. Contract Section 2081 2)
NOTICE TO CONTRACTORS
Notice is hereby given by order of the Board of Supervisors of Contra Costa County, as the governing
board of the Contra Costa County Fire Protection District, (hereinafter"District"), that Clerk of said
Board will receive bids for the abating of weeds, rubbish and other fire hazard conditions within the
Central Division of the Contra Costa County Fire Protection District, boundaries and under its
jurisdiction. 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, 2003.
The Central Division of the Contra Costa County Fire Protection District, consists of Concord,
Clayton, Pacheco, Pleasant Hill, Lafayette, Martinez, Walnut Creek, and county lands in and around
these communities.
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". The above mentioned 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
July 10, 2001 , 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. The
Administrator of the Exterior Hazard Control program is the Fire Chief of the Contra Costa County
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 fifty percent
(50%) of the contract price and a faithful performance bond in an amount equal to fifty percent (50%)
of the contract price, said bonds to be secured from a surety company authorized to do business in the
State of California.
T�FQMS�� �AC M
Bidders are hereby notified that pursuant to Section 1773 of the Labor Code of the State of
California, the Board of Supervisors has obtained 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 of 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.
Bidders are hereby notified that the Contra Costa County Board of Supervisors has adopted an
Outreach Program. Bidders are expected to comply with the Construction Outreach Program
component of this program. Definitions and detailed information are included in Appendix A of the
Specifications. Bidders will be expected to attach to their bid proposals all relevant documentation
indicating that they have complied with the Construction Outreach Program and verify compliance
on their bid proposals.
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 Contra
Costa County Fire Protection District,Cent,-0- W.W.ision.
John Sweeten, Clerk of the Board of Supervisors and County Administrator
By:
Deputy
cif} Mou.o y
Publication Dates: June 13 and 20, 2001
(Pub. Contract Section 20812)
NOTICE TO CONTRACTORS
Notice is hereby given by order of the Board of Supervisors of Contra Costa County, as the governing
board of the Contra Costa County Fire Protection District, (hereinafter"District"), that Clerk of said
Board will receive bids for the abating of weeds, rubbish and other fire hazard conditions within the
West Division of the Contra Costa County Fire Protection District boundaries and under its
jurisdiction. 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, 2003.
The West Division of the Contra Costa County Fire Protection District, consists of El Sobrante, San
Pablo and county lands in and around these communities.
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". The above mentioned 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
July 10, 2001 , 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. The
Administrator of the Exterior Hazard Control program is the Fire Chief of the Contra Costa County
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 fifty percent
(50%) of the contract price and a faithful performance bond in an amount equal to fifty percent (50%)
of the contract price, said bonds to be secured from a surety company authorized to do business in the
State of California.
�AFJOCS\W�EE \W�ACW
i
Bidders are hereby notified that pursuant to Section 1773 of the Labor Code of the State of
California, the Board of Supervisors has obtained 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 of 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.
Bidders are hereby notified that the Contra Costa County Board of Supervisors has adopted an
Outreach Program. Bidders are expected to comply with the Construction Outreach Program
component of this program. Definitions and detailed information are included in Appendix A of the
Specifications. Bidders will be expected to attach to their bid proposals all relevant documentation
indicating that they have complied with the Construction Outreach Program and verify compliance
on their bid proposals.
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 Contra
Costa County Fire Protection District, West Division.
John Sweeten, Clerk of the Board of Supervisors and County Administrator
By:
Deputy
�m
Publication Dates: June 13 and 20, 2001
(Pub. Contract Section 20812)
NOTICE TO CONTRACTORS
Notice is hereby given by order of the Board of Supervisors of Contra Costa County, as the governing
board of the Contra Costa County Fire Protection District, (hereinafter"District"), that Clerk of said
Board will receive bids for the abating of weeds, rubbish and other fire hazard conditions within the
Central Division of the Contra Costa County Fire Protection District boundaries and under its
jurisdiction. The term of this contract shall commence on the date the contract is executed on behalf of
the Fire District and shall terminate December 31, 2003.
The Central Division of the Contra Costa County Fire Protection District, consists of Concord,
Martinez, Pleasant Hill, Walnut Creek, Lafayette, Pacheco, Clayton, and county lands in and around
the communities.
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". The above mentioned 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
July 10,200 at 11:00 a.rg 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. The
Administrator of the Exterior Hazard Control program is the Fire Chief of the Contra Costa County
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 fifty percent
(50%) of the contract price and a faithful performance bond in an amount equal to fifty percent (50%)
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 Board of Supervisors has obtained 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
RMS\ S\ CD-R D -
- 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 Contra
Costa County Fire Protection District, Central Division.
John Sweeten, Clerk of the Board of Supervisors and County Administrator
By:
Deputy
Publication Dates: June 13 and 20, 2001
(Pub. Contract Section 20812)
..FORM WEEDS\WAC D
DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on County-Funded Construction
Contracts of$50,000 and Greater
SECTION 1. OUTREACH PROGRAM
A. General
This project is subject to the policies and requirements established in the County's Outreach
Program for the use of Minority Business Enterprises (MBEs), Women Business Enterprises
(WBEs), Other Business Enterprises (OBEs), Small Business Enterprises (SBEs), and Local
Business Enterprises (LBEs). The County is committed to ensuring full and equitable
participation by minority, women, and other sub-bid or subcontracting businesses in County-
funded construction projects. The Outreach Program is set forth herein. Bidders should be
fully informed of this program. Bidders are encouraged to use MBE/WBE firms whenever
there is a need to subcontract portions of the work. Failure to comply with the County's
Outreach Program may render the bid non-responsive.
B. MBE/WBE/OBE Participation
The Outreach Program requires the bidder to make a "Good Faith Effort" to obtain sub-bid
participation by MBEs, WBEs, OBEs, SBEs, and LBEs which is anticipated by the County to
produce levels of participation as stated in the proposal form.
C. Definitions
For purposes of this program, the following definitions shall apply:
1. "Minority or Women Business Enterprise (MBE or WBE)" means a business enterprise
that meets both of the following criteria:
a. A business entity that is at least 51 percent owned by one or more minority persons or
women or, in the case of any business whose stock is held, at least 51 percent of the
stock is owned by one or more minority persons or women; and
b. A business whose management and daily business operations are controlled by one or
more minority persons or women.
2. "Other Business Enterprise (OBE)" means any business which does not otherwise qualify
as a Minority or Women Business Enterprise.
3. "Small Business Enterprise (SBE)" means a small business concern, as defined in Section
3 of the Small Business Act and implementing regulations (Volume 13 of the Code of
Federal Regulations, Chapter 1).
4. "Local Business Enterprise (LBE)" means a business that has its main office or principal
place of business within the boundaries of Contra Costa County.
\\Gsd_fsl\volapp\TEMPLATE\ARCH\Boiler Plates\Division E 8-0O.doc (Rev.7/12/00) DIVISION E - 1
DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on County-Funded Construction
Contracts of$50,000 and Greater
5. "Minority person" means African Americans; Hispanic Americans; Native Americans
(including American Indians, Eskimos, Aleuts, and Native Hawaiians); Asian Pacific
(including persons whose origins are from Japan, China, Taiwan, Korea, Vietnam, Laos,
Cambodia, the Philippines, Samoa, Guam, the U.S. Trust Territories of the Pacific, and
the Northern Marianas); and Asian Indians (including persons whose origins are from
India, Pakistan, and Bangladesh).
6. "Subcontract" means an agreement between the prime contractor and an individual, firm,
or corporation for the performance of a particular portion(s) of the work which the prime
contractor has obligated itself.
7. "Subcontractor" means an individual, firm, or corporation having a direct contract with
the contractor for the performance of a part of the work which is proposed to be
constructed or done under the contract or permit, including the furnishing of all labor,
materials, or equipment.
8. "Vendor and/or supplier" means a firm that owns, operates, or maintains a store,
warehouse, or other establishment in which the materials or supplies required for the
performance of the contract are bought, kept in stock, and regularly sold to the public in
the usual course of business. The firm must engage in, as its principal business, and its
own name, the purchase and sale of the products in question. A vendor and/or supplier of
bulk items such as steel, cement, stone, and petroleum products need not keep such
products in stock, if it owns or operates distribution equipment.
9. "Manufacturer" means a firm that operates or maintains a factory or establishment that
produces on the premises the materials or supplies obtained by the contractor.
10. "Trucker" means a firm that performs hauling or trucking work with trucks owned or
leased by that firm.
11. "Broker" means a firm that charges for providing a bona fide service such as professional,
technical, consultant, or managerial services and assistance in the procurement of
essential personnel, facilities, equipment, insurance or bonds, materials, or supplies
required for the performance of the contract. The fee or commission is to be reasonable
and not excessive as compared with fees customarily allowed for similar services.
D. Certification and Participation of Minority and Women Business Enterprises
1. If recognition is to be given to MBE/WBE participation on this project, within three (3)
working days after bid opening, an MBE/WBE must be: (a) certified by the involved
County department or self-certified on an appropriate form satisfactory to the County; or
(b) certified by any of the following agencies-State of California Department of
Transportation (Caltrans), City of Oakland, Port of Oakland, Regional Transit
Coordinating Council, San Francisco Human Rights Commission, Los Angeles County
Metropolitan Transportation Commission, or U.S. Small Business Administration.
\\Gsd_fsl\volapp\TEMPLATE\ARCH\Boiler Plates\Division E 8-OO.doc (Rev. 7/12/00) DIVISION E - 2
DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on County-Funded Construction
Contracts of$50,000 and Greater
Applications for certification and/or directories of MBE/WBE certified firms are
available at the following locations:'
a. Contra Costa County
Affirmative Action Office, 651 Pine Street, 10th Floor, Martinez, CA 94553
Telephone: (925) 335-1045
Fax: (925)646-1353
Email: brive@cao.co.contra-costa.ca.us
b. City of Oakland
Office of Public Works, One City Hall Plaza, Oakland, CA 94612
Telephone: (510) 238-3970
Fax: (510) 234-2233
c. Los Angeles County Metropolitan Transportation Commission
Equal Opportunity Department, 1 Gateway Plaza, Los Angeles, CA 90012
Telephone: (2 1')) 922-2600
Fax: (213) 922-7660
d. Port of Oakland
530 Water Street, Oakland, CA 94607
Telephone: (510) 272-1390
Fax: (510) 272-1172
e. Regional Transit Coordinating Council
Includes the following agencies:
AC Transit (Alameda Contra Costa Transit District)
Telephone: (510) 577-8812
Fax: (510) 577-8839
Email: sandyp@pacbell.net
BART(Bay Area Rapid Transit District)
Telephone: (510)464-6110
Fax: (510) 464-7587
Email:jmackl@bart.dst.ca.us
County Connection (Central Contra.Costa Transit Authority)
Telephone: (925) 676-1976 x223
Fax: (925) 686-2630
Metropolitan Transportation Commission
Telephone: (510) 464-7750
Fax: (510) 464-7848
Email:jmiyas@mtc.dst.ca.us
\\Gsd_fsl\volapp\TEMPLATE\ARCH\Boiler Plates\Division E 8-OO.doc (Rev.7/12/00) DIVISION E - 3
DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on County-Funded Construction
Contracts of$50,000 and Greater
Samtrans (San Mateo County Transit District)
Telephone: (415) 508-6417
Fax: (415) 508-6415
San Francisco Municipal Railway
Telephone: (415) 923-6139
Fax: (415) 923-6180
Santa Clara Valley Transportation Authority
Telephone: (408) 321-5606
Fax: (408) 955-0892
Email: andy.flores@vta.org
f. San Francisco Human Rights Commission
25 Van Ness Avenue, Suite 800, San Francisco, CA 94102-6033
Telephone: (415)252-2500
Fax: (415) 431-5764
Webpage: http://www.sfhumanrights.org/
(Note: Firm must be listed on their certification list, not their registry).
g. Caltrans (California Department of Transportation)
Division of Civil Rights, 1120 N Street, Room 2445, Sacramento, CA 95814
Webpage: http:/www.dot.ca.gov/hq
h. U.S. Small Business Administration
Regional Office, 71 Stevenson Street, 20th Floor, San Francisco, CA 94105-2939
Telephone: (415) 744-6808
Webpage: http://www/govcon.com/
2. This applies to recognition as an MBE/WBE.
a. All listed MBE or WBE firms must be certified as defined under the preceding
paragraph before credit may be allowed toward the respective MBE or WBE
participation level.
b. Work performed by a prime contractor will be considered for credit in computing any
level of anticipated MBE/WBE participation established for this project. The prime
contractor will be required to make a good faith effort to obtain certified
MBEs/WBEs through subcontracting to reach anticipated participation levels.
c. A listed MBE or WBE firm must perform a commercially useful function, i.e., must
be responsible for the execution of a distinct element of the work and must carry out
its responsibility by actually performing, managing, and supervising the work.
\\Gsd_fsl\volapp\TEMPLATE\ARCH\Boiler Plates\Division E 8-OO.doc (Rev. 7/12/00) DIVISION E -4
DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on County-Funded Construction
Contracts of$50,000 and Greater
d. Recognition for materials and/or supplies is limited to 60 percent of the amount to be
paid to the vendor for such materials/supplies in computing the levels of MBE/WBE
participation, unless the vendor manufactures or substantially alters the
materials/supplies.
e. MBE/WBE credit shall not be given to a Joint Venture partner listed as a
subcontractor by a Joint Venture bidder.
f. MBE/WBE credit for brokers required for performance of the contract is limited to
the reasonable fee or commission charged, as not considered excessive, as compared
with fees customarily allowed for similar services.
E. Good Faith Effort Documentation
The bidder must take affirmative steps prior to bid opening to ensure that a maximum effort
is made to recruit sub-bidder/subcontractors. Minority and women-owned and controlled
businesses must be considered along with other business enterprises whenever possible as
sources of supplies, construction, and other services. The required affirmative steps for Good
Faith Effort documentation are outlined below.
It is the policy of Contra Costa County to provide all MBEs, WBEs, OBEs, SBEs, and LBEs
an equal opportunity to participate in the performance of all County contracts. Bidders must
assist the County in implementing this policy by taking all reasonable steps to ensure that all
qualified business enterprises, including MBEs, WBEs, OBEs, SBEs, and LBEs have an
equal opportunity to compete for and participate in County contracts. A bidder's good faith
efforts to reach out to MBEs, WBEs, OBEs, SBEs, and LBEs (subcontractors, suppliers,
manufacturers, truckers, etc.) will be determined by the Board of Supervisors from written
documentation of the level of effort put into achieving the indicators. Failure to meet
anticipated MBE/WBE participation levels will not by itself be the basis for disqualification
or determination of noncompliance with this policy. However, failure to include
supporting documentation of a good faith effort and failure to achieve a minimum of 75
out of 100 Good Faith Effort evaluation points may render the bid non-responsive and
may result in its rejection. Adequacy of bidder's good faith effort will be determined after
consideration of the indicators of good faith as set forth below.
Indicator 1 2 3 4 5 6 7 8 9 10 Total
Points 0 10 13 9 10 10 5 10 26 7 100
Each indicator(2-10) is evaluated on a pass/fail basis, i.e., either full or zero points can be
achieved for compliance with each item.
\\Gsd_fsl\volapp\TEMPLATE\ARCH\Boiler Plates\Division E 8-OO.doc (Rev. 7/12/00) DIVISION E - 5
DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on County-Funded Construction
Contracts of$50,000 and Greater
1 LEVEL OF ANTICIPATED MBE/WBE PARTICIPATION No Points
The bidder has made a good faith effort to obtain sub-bid participation by MBEs, WBEs, OBEs,
SBEs, and LBEs which could be expected by the County to produce a reasonable level of
participation by interested business enterprises, including the anticipated levels of MBE and
WBE participation set forth in the proposal form and to have the bidder meet the Mandatory
Subcontracting Minimum for the project.
2 1 ATTENDED PRE-BID MEETING 10 Points
The bidder has attended the pre-bid meeting scheduled by the County to inform all bidders of the
requirements for the project for which the contract will be awarded. This requirement may be
waived only if the bidder certifies in writing prior to the pre-bid meeting that it was already
informed as to those project requirements.
Required Documentation: a) Attend pre-bid meeting and be listed on the attendance sheet; or b)
Submit a letter prior to the pre-bid meeting either by fax to (925) 313-7299 or by mail to Contra
Costa County General Services Department, Architectural Division, 1220 Morello Avenue, Suite
100, Martinez California 94553.
3 1 SUFFICIENT WORK IDENTIFIED FOR SUBCONTRACTORS 113 Points
The bidder has identified, listed and selected specific work items in the project to be performed
by sub-bidders/subcontractors in order to provide an opportunity for participation by MBEs,
WBEs, OBEs, SBEs, and LBEs. Upon making this determination, the bidder subdivided the total
contract work requirements into smaller portions or quantities to permit maximum active
participation of MBEs, WBEs, OBEs, SBEs, and LBEs.
Required Documentation: Proof of this must be demonstrated in either Indicator 4 or 5.
4 1 ADVERTISEMENT 19 Points
Not less than ten (10) calendar days prior to bid opening, the bidder advertised for sub-bids from
interested business enterprises in one or more daily or weekly newspapers, trade association
publications, minority or trade oriented publications, trade journals, or other media, specified by
the County, such as the Daily Construction Service, the Daily Pacific Builder, or the Small
Business Exchange.
Required Documentation: A copy of the advertisement and a proof of publication statement or
other verification which confirms the date the advertisement was published.
Note: The advertisement must be specific to the project, not generic, and may not be a plan
holder advertisement provided by the publication. It should include the County project name,
name of bidder, areas of work available for subcontracting, and a contact person's name and
telephone number, information on the availability of plans and specifications and the bidder's
\\Gsd_fsIWolapp\TEMPLATMARMBoiler Plates\Division E 8-OO.doc (Rev. 7/12/00) DIVISION E - 6
DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on County-Funded Construction
Contracts of$50,000 and Greater
policy concerning assistance .to subcontractors in obtaining bonds, lines of credit, and/or
insurance. Consideration will be given to the wording of the advertisement to ensure that it did
not exclude or seriously limit the number of potential. respondents.
5 1 WRITTEN NOTICES TO SUBCONTRACTORS 10 Points
The bidder has provided written notice of its interest in receiving sub-bids on the contract to
those subcontractors, suppliers, manufacturers, and truckers, including MBEs, WBEs, OBEs,
SBEs, and LBEs having an interest in participation in the selected work items. All notices of
interest shall be provided not less than ten (10) calendar days prior to the date the bids are
required to be submitted.
Required Documentation: A copy of each letter sent to available MBEs, WBEs, OBEs, SBEs,
and LBEs for each item of work to be performed. If there is only one mastei notification, then a
copy of the letter along with a listing of all recipients will suffice. Faxed copies must include the
fax transmittal confirmation slip showing the date and time of transmission. Mailed letters must
include copies of the metered envelopes or certified mail receipts. Letters must contain: areas of
work to be subcontracted; County project name; name of the bidder; contact person's name,
address, and telephone number; information on the availability of plans and specifications; and
the bidder's policy concerning assistance with bonds, lines of credit, and insurance.
Note: This written notice can be used to satisfy Indicators 3, 7, and 10.
CERTIFICATION AGENCIES
(Bidders should contact the agencies listed in Paragraph D.1 above to obtain current copies of
MBE/WBE directories for listings of certified MBE/WBE firms.)
6 1 FOLLOW-UP ON INITIAL SOLICITATION 10 Points
The bidder has documented efforts to follow-up initial solicitations made in Indicator #5 by
contacting the MBEs, WBEs, OBEs, LBEs, and SBEs to determine with certainty whether said
businesses were interested in performing specific portions of the project work, to answer any
questions from them, to record any telephone quotes, and to confirm/record the business' interest
in bidding on the project.
Required Documentation: A copy of telephone logs. These logs must include the name of the
company called, telephone number, contact person, who did the calling, time, date, and the result
of the conversation. Bidder must follow-up with all subcontractors to whom they sent letters.
7 1 PLANS, SPECIFICATIONS AND REQUIREMENTS 15 Points
The bidder has provided interested sub-bid enterprises with information about the plans,
specifications, and requirements for the selected sub-bid/subcontracting work.
Required Documentation: Include in Indicator 4 or 5, information detailing how, where, and
when the bidder will make the required information available to interested subcontractors.
\\Gsd_fsl\volapp\TEMPLATE\ARCH\Boiler Plates\Division E 8-OO.doc (Rev.7/12/00) DIVISION E - 7
DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity .for Use on County-Funded Construction
Contracts of$50,000 and Greater
8 1 CONTACTED RECRUITMENT/PLACEMENT ORGANIZATIONS 10 Points
The bidder has requested assistance from organizations that provide assistance in the recruitment
and placement of MBEs, WBEs, OBEs, SBEs, and LBEs not less than fifteen (15) calendar days
prior to the submission of bids. Any organizations which have been contacted must be listed in
the required documentation.
Required Documentation: A copy of each letter sent to outreach agencies requesting assistance
in recruiting MBEs, WBEs, OBEs, SBEs, and LBEs. Faxed copies must include the fax
transmittal confirmation slip showing the date and time of transmission. Mailed letters must
include copies of the metered envelopes or certified mail receipts. Letters must contain areas of
work to be subcontracted, County project name, name of the bidder, and contact person's name,
address, and telephone number.
9I NEGOTIATE IN GOOD FAITH 26 Points
The bidder has negotiated in good faith with interested MBEs, WBEs, OBEs, SBEs, and LBEs
and did not unjustifiably reject as unsatisfactory bids or proposals prepared by any enterprise, as
determined by the County.
Required Documentation: a) Copies of all MBE/WBE/OBE/SBE/LBE bids or quotes received;
and b) Summary sheet organized by work area, listing the bids received, the name of the
company that submitted the bid, the dollar amount of the bid and the subcontractor selected for
that work area. If the bidder elects to perform a listed work area with its own forces, they must
include a bid that shows their own costs for the work.
10 1 BOND, LINES OF CREDIT, AND INSURANCE ASSISTANCE 7 Points
The bidder has documented efforts to advise and assist interested MBEs, WBEs, OBEs, SBEs,
and LBEs in obtaining bonds, lines of credit, and insurance required by the County or contractor.
Required Documentation: Include in Indicator 4 or 5, information about the bidders's efforts to
assist with bonds, lines of credit, and insurance.
No later than three (3) working days following bid opening, the bidders shall submit
completed good faith effort documentation to the County. In its review of the good faith
effort documentation, the County may request additional information to validate and/or
clarify that the good faith effort submission was adequate. Such information shall be
submitted promptly upon request by the County.
For MBE/WBE firms to be used on the project, the bidder shall submit, within three (3)
working days after bid opening, a completed "Letter of Intent" form for each such firm (see
sample form at end of Division E). Use of the form will verify the amount of work each
MBE/WBE subcontractor, supplier, manufacturer, or trucker intends to perform. The form
\\Gsd_fsIWolapp\TEMPLATEAtCMBoiler Plates\Division E 8-OO.doc (Rev.7/12/00) DIVISION E - 8
DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on County-Funded Construction
Contracts of$50,000 and Greater
shall be signed by the MBE/WBE subcontractor, supplier, manufacturer, or trucker
identifying the item(s) of work to be performed and the actual dollar value to be received.
F. Award of Contract
The Board reserves the right to reject any and all bids. The award of a contract will be to
the lowest responsive, responsible bidder whose proposal complies with all requirements
prescribed herein. This includes compliance with the required Outreach Program. A
positive and adequate demonstration to the satisfaction of the Board of Supervisors that a
good faith effort to include MBE/WBE/OBE/SBE/LBE subcontractors' participation was
made is a condition for eligibility for award of the contract.
In the event that the Board considers awarding away from the apparent low bidder because
of the bidder's failure to supply adequate good faith effort documentation, the County shall
afford the bidder an opportunity to present further evidence prior to award of contract.
The Board 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 Outreach Program.
G. Subcontractor Substitution
In addition to the requirements set forth in the provisions pertaining to the listing of
subcontractors the following shall apply for the purpose of this program:
1. Substitution During Construction: The contract award requires that the level of all
subcontractor participation shall be maintained throughout the duration of the contract.
a. The Contractor shall request advance approval for all substitutions of bid-listed
subcontractors.
b. The request shall be in writing and submitted to the County. The request shall
give the reason for the substitution, the name of the subcontractor, supplier,
trucker, or manufacturer, and the name of the replacement.
2. MBE/WBE Sub-bidder/Subcontractor Substitution: The County requires that
whenever the Contractor seeks to substitute a bid-listed MBE/WBE subcontractor,
supplier, manufacturer, or trucker, the Contractor must make a good faith effort to
replace the MBE/WBE with a firm of the same certification status (i.e., MBE for MBE
and WBE for WBE).
a. The Contractor shall call at lease two (2) certified MBE or WBE sub-bid
prospects from each trade for which sub-bid/subcontracting work is available and
document the following for submittal:
\\Gsd_fsI\volapp\TEMPLATE\ARCH\Boiler Plates\Division E 8-OO.doc (Rev. 7/12/00) DIVISION E - 9
DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on County-Funded Construction
Contracts of$50,000 and Greater
Name of the company called; contact person and telephone number; date and
time of contact.
Response for each item of .work which was solicited, including dollar
amounts.
Reason for selection or rejection of sub-bid prospect.
b. The Contractor shall submit all documentation of good faith efforts to the County
for review and approval by the County Administrator's Office.
H. Sub-Agreement Falsification
Falsification or misrepresentation of a sub-agreement as to company name, contract
amount, and/or actual work to be done by the sub-bidder/subcontractor will result in
sanctions set forth in provisions pertaining to listing of subcontractors.
I. Final Subcontracting Report Submittal/Verification of Performance Forms
The Contractor must submit the Final Subcontracting Report to the County Affirmative
Action Office within fifteen (15) calendar days after the final inspection of the contract
work by the County. Failure to comply may result in the assessment of liquidated damages
in the amount of five hundred dollars ($500.00) per calendar day by the Board of
Supervisors.
Upon completion of work, the Contractor shall submit a completed "Verification of
Performance" form (see sample form at end of Division E) for each MBE/WBE prime
contractor, subcontractor, supplier, manufacturer, or trucker used on the project or listed in
the bid. The form shall be signed by the MBE/WBE identifying the item(s) of work
performed and the actual dollar amount received. Final payment for work done may be
withheld until all MBE/WBE Verification of Performance forms are received. The Prime
Contractor must explain in writing any total dollar amounts paid to MBE/WBE
subcontractors, suppliers, manufacturers, or truckers that are less than the dollar amounts
shown on the respective Letter of Intent.
J. Review of Records
Upon request, the Contractor and its subcontractors and truckers shall promptly make
available, for review by the County Administrator's Office, certified payroll records and
copies of purchase orders, invoices, and/or contracts from suppliers and manufacturers.
K. Prompt Payment
The Contractor shall make prompt payment to its subcontractors, truckers, suppliers, and
manufacturers in accordance with their contracts and legal relationships.
\\Gsd_fsl\volapp\TEMPLATE\ARCH\Boiler Plates\Division E 8-OO.doc (Rev.7/12/00) DIVISION E - 10
DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on County-Funded Construction
Contracts of$50,000 and Greater
SECTION 2. MANDATORY SUBCONTRACTING MINIMUM
A. General
This project is subject to the policies and requirements established by the Board of
Supervisors Outreach Program-Construction. The County is committed to maximizing
subcontracting opportunities in the provision of all goods and services to the County on a
contractual basis. The Outreach Program is set forth herein. Bidders should be fully
informed of this program. Failure to comply with the Mandatory Subcontracting Minimum
requirements may render the bid non-responsive.
B. Mandatory Subcontracting Minimum Participation Level
To be eligible for award of this project, the Board of Supervisors requires the bidder to
subcontract a minimum percentage of its bid, which is stated in the proposal form, to any
qualified available contractor, and list all subcontractors, regardless of amount, that the
bidder wishes to be credited toward achieving the required MSM. Failure to list the
subcontractors and subcontracting amounts with the bid on the form provided in the
proposal, sufficient to meet or exceed the required MSM, may cause the bid to be rejected
by the Board of Supervisors as non-responsive.
C. Definitions
For purposes of this program, the following definitions shall apply:
1. "Subcontractor" means an individual, firm or corporation having a direct contract with
the contractor for the performance of a part of work which is proposed to be
constructed or done under the contract or permit, including the furnishing of all labor,
materials, or equipment.
2. "Subcontract" means an agreement between the prime contractor and an individual,
firm or corporation for the performance of a particular portion(s) of the work which
the prime contractor has obligated itself.
3. "Vendor and/or supplier" means a firm that owns, operates or maintains a store,
warehouse, or other establishment in which the materials or supplies required for the
performance of the contract are bought, kept in stock, and regularly sold to the public
in the usual course of business. The firm must engage in, as its principal business,
and its own name, the purchase and sale of the products in question. A supplier of
bulk items such as steel, cement, stone and petroleum products need not keep such
products in stock, if it owns or operates distribution equipment.
4. "Manufacturer" means a firm that operates or maintains a factory or establishment that
produces on the premises the materials or suppliers obtained by the contractor.
\\Gsd_fs1\volapp\TEMPLATMARCHToiler Plates\Division E 8-00.doc (Rev. 7/12/00) DIVISION E - I I
DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on County-Funded Construction
Contracts of$50,000 and Greater
5. "Broker" means a firm that charges for providing a bona fide service, such as
professional, technical, consultant or managerial services and assistance in the
procurement of essential personnel, facilities, equipment, insurance or bonds,
materials or supplies required for performance of the contract. The fee or
commission is to be reasonable and not excessive as compared with fees customarily
allowed for similar services.
D. MSM Participation Recognition
1. Work performed by a prime contractor will not be considered for credit toward the
MSM participation level.
2. MSM credit for materials and/or supplies is limited to 60 percent of the amount to be
paid to the vendor for the materials/supplies.
3. MSM credit for a vendor who substantially alters materials/supplies and/or is a
manufacturer will be 100 percent.
4. MSM credit for brokers required for performance of the contract is limited to the
reasonable fee or commission charged, as not considered excessive, as compared with
fees customarily allowed for similar services.
5. MSM credit shall not be given to a Joint Venture partner listed as a subcontractor by a
Joint Venture bidder.
\\Gsd_fsl\volapp\TEMPLATE\ARCH\Boiler Plates\Division E 8-OO.doc (Rev.7/17/00) DIVISION E - 12
l
DIVISION E.Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on County-Funded Construction Contracts of$50,000
and Greater
PROPOSAL
All good faith effort documentation must be submitted with the bid or within three (3) working
days following the bid opening.
Failure to submit the required good faith effort documentation within three (3) working days
following the bid opening may render the bid non-responsive.
The County anticipated levels of
MBE Participation: 14%
VWBE Participation: 6%
The bidder is required to subcontract the following minimum percentage of its bid:
Mandatory Subcontracting
Minimum (MSM) 12
Requirement
NOTE: Outreach Program information and/or assistance may be obtained
through the County's Affirmative Action Office at (925) 335-1045.
\\Gsd_fsl\volapp\TEMPLATE\ARCH\Boiler Plates\Division E 8-OO.doc (Rev.7/12/00) DIVISION E - 13
DIVISION E.Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on County-Funded Construction
Contracts of$50,000 and Greater
SECTION 3. 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 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.
\\Gsd_fsl\volapp\TEMPLATE\ARCH\Boiler Plates\Division E 8-OO.doc (Rev. 7/12/00) DIVISION E - 14
DIVISION E.Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on County-Funded Construction
Contracts of$50,000 and Greater
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.
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.
\\Gsd_fsI\volapp\TEMPLATB\ARCHToiler Plates\Division E 8-OO.doc (Rev. 7/12/00) DIVISION E - 15
DIVISION E.Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on County-Funded Construction
Contracts of$50,000 and Greater
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.
\\Gsd_fsl\volapp\TEMPLATE\ARCH\Boiler Plates\Division E 8-00.doc (Rcv.7/12/00) DIVISION E - 16
DIVISION E.Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on County-Funded Construction
Contracts of$50,000 and Greater
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. 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.
DS:GB:ls
\\Gsd_fsl\volapp\TEMPLATE\ARCH\Boiler Plates\Division E 8-OO.doc (Rev.7/12/00) DIVISION E - 17
Contra Costa County
OUTREACH PROGRAM
Affirmative Action Office
651 Pine Street, Martinez, CA 94553
(925) 335-1045 Fax(925) 646-1353
LETTER OF INTENT TO PERFORM AS A
SUBCONTRACTOR/SUPPLIER/MANUFACTURER/TRUCKER
Name of Prime Contractor
Name of Project
Project Number
The undersigned is a(check one):
Sole proprietorship _ Corporation Limited Liability
Partnership Joint Venture
Check the following which may apply.
MBE WBE SBE LBE
_ Subcontractor _ Subcontractor _ Subcontractor _ Subcontractor
_ Supplier _ Supplier _ Supplier _ Supplier
_ Manufacturer _ Manufacturer _ Manufacturer _ Manufacturer
Trucker _ Trucker _ Trucker Trucker
_ Other _ Other _ Other.- _ Other
Describe Describe Describe Describe
_None of the Above Apply
The undersigned is prepared to perform the following described work in connection with the above project(specify in
detail the particular work items or parts thereof to be performed):
Total Amount Bid to Prime Contractor: $
Signature Position Title Date
Name of Person Completing this Form
Company Name Phone Number
Fax Number
\\Gsd_fsI\volapp\TEMPLATE\ARCH\Boiler Plates\Division E 8-OO.doe (Rev.7/12/00) DIVISION E - 18
Contra Costa County
OUTREACH PROGRAM
Affirmative Action Office
651 Pine Street, Martinez, CA 94553
(925) 335-1045 Fax(925) 646-1353
VERIFICATION OF PERFORMANCE
SUBCONTRACTOR/SUPPLIER/MANUFACTURER/TRUCKER/SUBCONSULTANT
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 Limited Liability
Partnership _ Joint Venture
5. Check the following which may apply.
MBE WBE SBE LBE
Subcontractor _ Subcontractor _ Subcontractor _ Subcontractor
Supplier Supplier _ Supplier _ Supplier
_ Manufacturer Manufacturer _ Manufacturer _ Manufacturer
_ Trucker Trucker _ Trucker _ Trucker
_ Sub Consultant _ Sub Consultant _ Sub Consultant _ Sub Consultant
_ Other _ Other _ Other _ Other
Describe Describe Describe Describe
_None of the Above Apply
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 or Consultant: $
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. ( 1
Company Name Phone Number
( 1
FAX Number
\\Gsd_fsIWolapp\TEMPLATB\ARMBoiler Plates\Division E 8-OO.doc (Rev. 7/12/00) DIVISION E - 19
Contra Costa County Fire Protection District
East Division
2001/2002/2003
CONTRACT DOCUMENTS
FOR EXTERIOR FIRE HAZARD CONTROL
by
HAND MOWING, RUBBISH REMOVAL, GENERAL LABOR,
DISCING, TRACTOR DRAWN MOWING AND DOZING
CONTRACT DOCUMENTS
NOTICE TO CONTRACTOR
APPENDIX A: OUTREACH PROGRAM
ABATEMENT SPECIFICATIONS
BID PROPOSAL
ABATEMENT CONTRACT
APPENDIX 1: WORKERS COMPENSATION LIABILITY
APPENDIX 2: PERFORMANCE BOND
APPENDIX 3: PAYMENT BOND
VERIFICATION OF PERFORMANCE
TAFORMSMEEDSMACEM
NOTICE TO CONTRACTORS
Notice is hereby given by order of the Board of Supervisors of Contra Costa County, as the governing
board of the Contra Costa County Fire Protection District, (hereinafter"District"), that Clerk of said
Board will receive.bids for the abating of weeds, rubbish and other fire hazard conditions within the
East Division of the Contra Costa County Fire Protection District boundaries and under its jurisdiction.
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, 2.003.
The East Division of the.Contra Costa County Fire Protection District, consists of Antioch, Pittsburg,
Bay Point, and county lands in and around these communities, and for the purpose of providing weed
abatement services, Bethel Island Fire Protection District and East Diablo Fire Protection District.
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". The above mentioned 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 bidderand retained by the District if the
successful bidder refuses, neglects, or fails to enter into said Contractor 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
July 10, 2001 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. The
Administrator of the Exterior Hazard Control program is the Fire Chief of the Contra Costa County
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 fifty percent
(50%) of the contract price and a faithful performance bond in an amount equal to fifty percent (50%)
of the contract price, said bonds to be secured from a surety company authorized to do business in the
State of California.
}
TAFORMSMEEDSMACEM M - 1
Bidders are hereby notified that pursuant to Section 1773 of the Labor Code of the State of
California, the Board of Supervisors has obtained 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 of 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.
Bidders are hereby notified that the Contra Costa County Board of Supervisors has adopted an
Outreach Program. Bidders are expected to comply with the Construction Outreach Program
component of this program. Definitions and detailed information are included in Appendix A of the
Specifications. Bidders will be expected to attach to their bid proposals all relevant documentation
indicating that they have complied with the Construction Outreach Program and verify compliance
on their bid proposals.
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 Contra
Costa County Fire Protection District, East Division.
John Sweeten, Clerk of the Board of Supervisors and County Administrator
By: ILI
Deputy
Publication Dates:
(Pub. Contract Section 2081 2)
ABATEMENT SPECIFICATIONS
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
d. The Contra Costa County Fire Protection District, hereinafter referred to as the "Fire
District" or"District", notifies property owners within the Fire District of potential fire
hazards related to dry grass, weeds, combustible rubbish and other.fire hazards 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.
e. 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 ten (10) 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 Workers'
Compensation Insurance sufficient to meet contractor's obligation to provide benefits
to its employees as required by the State of California. Such Workers' Compensation
Insurance shall be extended to include Employers' Liability coverage. Evidence of
Contractor's Workers' Compensation Insurance shall be furnished in the form of a
Certificate of Insurance to the Fire District and underwritten by either the State
Compensation Insurance Fund or an insurance company authorized to write Workers'
Compensation Insurance in the State of California. All subcontractors engaged by
contractor to furnish either labor or services under this contract shall.be required by
contractor to maintain adequate Workers' Compensation Insurance as required by the
State of California and Employers' Liability protection.
b. Public Liability and Property Damage Insurance Including Automobile Liability
Coverage. 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 including automobile liability coverage 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 allegedly 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.
THE POLICY OR POLICIES, OR RIDER ATTACHED THERETO, SHALL NAME THE
CONTRA. COSTA COUNTY FIRE PROTECTION DISTRICT, ITS OFFICERS AND
EMPLOYEES, AS ADDITIONAL INSURED AND PROVIDE FOR AT LEAST THIRTY (30)
DAYS WRITTEN NOTICE OF POLICY LAPSE OR CANCELLATION TO THE DISTRICT.
TAFORMSMEEDSMACEM M - 4
Said public liability and property damage insurance including automobile liability 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 $1 million bodily injury and property damage combined single
limit per occurrence. See 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 may 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 and prior to
January Vt of each subsequent year of 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, in an amount equal to fifty percent (50%) of the contract price
(for subsequent years, contract price to be increased or decreased in accordance with Section 3-
C of the contract agreement) for the payment of just claims for materials, labor, and
subcontractors employed by him thereon, and a bond equal to fifty percent(50%) of the
contract price (for subsequent years, contract price to be increased.or decreased in accordance
with Section 3-C of the contract agreement) 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 RESPONSIIBILITIES
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.
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 and the prevention of
damage to markers, utilities, planted vegetation or other property, public or private.
3. The contractor shall be solely responsible for satisfactorily repairing or replacing anything
damaged, such as water pipes, fences, gates, landscaping, etc., by his employees and/or
equipment.
4. 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.
T TORMSMEEDSMACEM M - 5
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. 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.
12. 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.
13. All equipment shall be in good and safe condition and shall be suitable for producing the
required quality of work. All equipment used in crop land, range land, watershed or other open
land shall have an approved spark arrestor affixed to the exhaust system.
14. 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 his vehicle or equipment.
15. The contractor shall provide the number of instant color photographs necessary to do the
following:
a. Identify the parcel by landmarks.
b. Show the entire abatement problem before the abatement work begins.
TAFORMSMEEDSMACEM M - 6
I _.
SECTION E TYPES OF ABATEMENT
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. Hand Mowing
b. Rubbish Removal (hand loaded and tractor)
C. Tree Trimming
d. Brush Removal
e. Discing
f. Tractor Drawn Mowing
g. Dozing
h. Various other methods of correction and abatement as directed in the Orders issued.
ABATEMENT STANDARDS
1. Complete Abatement- When complete abatement is ordered, as much of the entire parcel as
possible shall be abated.
2. Firebreaks - Firebreaks shall be installed in accordance with the orders issued by the Fire
District.
3. Mowing- Parcels abated by mowing shall be completed so that all weeds, grass or other
vegetation or organic material which could be expected to burn, shall be cut to a height of not
more than three (3) inches.
4. Tree Trimming- Trees may be required to be trimmed to allow for abatement underneath the
tree or to prevent the accumulation of rubbish.
5. Rubbish and/or Other Combustible Debris - Shall be completely removed when so ordered
and disposed of at a proper site.
6. Discing- Discing equipment shall be set at an angle sufficient to cut the growth loose from its
existing position and when drawn at the proper speed, turn the weeds over and cover them with
soil.
7. Dozing—May be used to level mounds of dirt prior to discing or rotovating or to clear large
areas of debris.
8. Various Other Methods—As assigned by the Fire District in order to secure compliance with
District Ordinances.
SECTION F EQUIPMENT REQUIREMENTS
The equipment required by this abatement specifications document must be available for use at all
times during the term of this contract.
a. Hand Mowing- Due to the amount of rocks and other obstacles hidden in the grass on
many parcels, the mowers used must be heavy-duty and made for rough ground and of
the belt driven blade type.
TAFORMSMEEDSMACEM M - 8
Contractor shall provide enough.mowers and/or gas powered heavy-duty weed eaters to
supply at least two (2) work crews of a least three (3) persons, trucks to haul equipment
and debris plus sufficient back-up equipment to complete the work orders in the allotted
time.
b. Removal of Rubbish (hand loaded) - The minimum crew for the removal of rubbish
shall consist of three (3) people and one (1)truck.
C. Tree Trimming—Two (2) chain saws having a minimum 24 inch bar.
d. Discing—The contractor shall provide a minimum of one (1) wheel tractor and one (1)
track layer type tractor with discs at all times. Discing equipment.shall be set at an
angle sufficient to cut the growth loose from its existing position and when drawn at the
proper speed, turn the weeds over and cover them with soil. The contractor shall
provide at least one (1)reserve tractor and disc to be used as replacements for
breakdowns of the two (2) required units. Enough tractor transportation equipment and
qualified drivers to move tractors from parcel to parcel as necessary to complete all
required abatement within the required time limits.
e. Tractor Drawn Mowing—The contractor shall provide a minimum of one (1) 48"
rotary mower to be utilized in areas where mowing by motorized equipment is possible.
f. ' Dozing—The contractor shall provide a minimum of one (1)JD 350 track layer or.
equivalent with a hydraulic operated angle.dozer blade. May be used to level mounds of
dirt prior to discing or rotovating or to clear large areas of debris.
g. Rubbish Removal(mechanical) —Excessive accumulations of rubbish and debris may
be ordered removed when such accumulation has been determined to be a fire hazard.
The minimum crew of rubbish removal will consist of one dump truck with
driver/laborer and one tractor operator with a four-in-one bucket or a loader bucket of
not less than 3/4 yard. Compensation will be made for on site work only(not for travel
and dump time). Disposal charges—actual disposal charges for rubbish removal will
be in addition do bid prices and included on completed work orders. Receipt with
parcel number must accompany work orders. Rubbish from more than one parcel can
be on one receipt, but amount charged to each parcel must be indicated.
SECTION G 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 contractor to
remove his/her equipment from the property,only a"kick-off' charge for the amount of work
completed may be billed. Photographs must be taken by the contractor of work done.
5. Compensation for rubbish removals shall be made for on-site work only.
Compensation shall not be made for travel time or dump time.
h. Disposal charges for rubbish removal will be in addition to bid prices and included on
completed orders. Receipt with parcel number must accompany orders. Rubbish from more
than one parcel can be on one receipt, but amount charged to each parcel must be indicated and
a copy of the receipt attached to each order.
TAFORMSMEEDSMACEM M - 9
1
7. 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 respecting the dispute and the amount of
compensation due the contractor.
8. 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.
9. Payment for competed 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.
10. 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 31"if no assessment or damage complaints are pending. The
contractor may elect to receive 100% of payment 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.
11. 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:
(1) Date or dates work done.
(2) For orders issued by area, the unit price shall be listed.
(3) For 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.
(4) Total contractor charge for each work order.
(5) A copy of the receipt for dump charges shall be attached to all work
orders for rubbish removal.
(6) 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.
12. 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.
TAFORMS\WEEDMACEM M - 10
Contra Costa County Fire Protection District
East Division
BID PROPOSAL
FOR EXTERIOR FIRE HAZARD CONTROL
By
HAND MOWING, RUBBISH REMOVAL, GENERAL LABOR,
DISCING, TRACTOR DRAWN MOWING AND DOZING
2001/2002/2003 ABATEMENT CONTRACT
For the performance of exterior fire hazard abatement work in the Contra Costa County Fire Protection
District, hereinafter referred to as the "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_of this proposal at a total bid amount of:
(TOTAL AMOUNT OF COMPOSITE BID FROM THE BID PROPOSAL)
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 Fire Protection District, prior to the award of
the contract by the Contra Costa County Board of Supervisors 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.
By signing below, the undersigned verifies that he or she has complied with the County's Outreach
Program by making good faith outreach efforts pursuant to the program and as outlined in the
documentation attached to this proposal.
CONTRACTOR(General):
AUTHORIZED SIGNATURE:
DATE:
NOT VALID UNLESS RETURNED WITH COMPLETED PAGES M-11 THROUGH M-15 OF
THE BID PROPOSAL.
TAFORMSMEEDSMACEM M - 11
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. Actual dump charges for rubbish removals will be in addition to bid prices and included on
completed work orders. Receipts with parcel numbers must accompany work orders. Rubbish
from more than one parcel can be on a receipt, but amount charged to each parcel must be
indicated.
C. PRE-BID INFORMATION MEETING
Attendance by a representative of any company bidding,this contract is required to attend one of
the meetings that will be held at the Contra Costa County Fire Protection District office at 2010
Geary Road, Pleasant Hill, on.hme 21, 2001 , at 3:00 p.m. and Jame 19, 2001 , at 9:30 a.m.
BID PROPOSAL
HAND MOWING BID PRICE TO INCLUDE REMOVAL&DISPOSAL OF ALL WEEDS AFTER MOWING
.)... ........v!w.. YS ...,,... ....F .. ....: ::..::r.. :lam
. ..<.'.... .. ...... .�:.;'
4 x.. ..:'.';. :.�: .::l.: ..
,.: ..........
T ;, . .
HAND MO��IN . .. E5T)<MA ED UNIT 1<1NIT PACE` �':TOTAL�PIZIC•E,-<
0 - 25500 Sq. Ft. 10 Parcels Ea.
2,501 - 5,000 Sq. Ft. 8 Parcels Ea.
5,001 - 7,500 Sq. Ft. 6 Parcels Ea.
7,501 - 10,000 Sq. Ft. 6 Parcels Ea.
10,001'- 15,000 Sq. Ft. 4 Parcels Ea.
15,001 - 20,000 Sq. Ft. 4 Parcels Ea.
20,001 - 25,000 Sq. Ft. 2 Parcels Ea.
25,001 - 30,000 Sq. Ft. 2 Parcels Ea.
30,001 - 35,000 Sq. Ft. 1 Parcels Ea.-
35,001
a:35,001 - 40,000 Sq. Ft. 1 Parcels Ea.
40,001 - 45,000 Sq. Ft.. 1 Parcels Ea.
More than 1 Acre thru 5 Acres 1 Acre Per Acre
Hourly Mowing & Misc. Per Man
Hand Work 40 Hours Hour
RUBBISH REMOVAL -HAND LOADED
Per Cubic Yard 25 Cu. Yd. Ea. Cu. Yd.
Hourly 40 Hours Per Man Hour
TAFORMSMEEDSMACEM M - 12
TRACTOR DRAWN MOWING
qv, _ "*'�� - . }},.:ma�y;; ,,:�. •��y�ry�'l„`w',>
0 - 11,000 Sq. Ft. 2 Parcels Ea.
11,001 - 22,000 Sq. Ft. 2 Parcels Ea.
22,001 - 33,000 S . Ft 2 Parcels Ea.
33,001 - 43,560 Sq. Ft. 2 Parcels Ea.
More Than 1 Acre 1 Acre Per Acre
Hourly 10 Hours Per Hour
RUBBISH REMOVAL BY TRACTOR
tn
is : .• Fg`':L.t,. Y 5 b. .� i°a
Loader, Dump Truck
& Operator 1 Hour Per Hour
Per Cubic Yard 1 Cu. Yd. Ea. Cu. Yd.
COMPENSATION SHALL BE MADE FOR ON SITE WORK ONLY,NOT FOR TRAVEL&DUMP TIME
DOZING
y.t." .!(
I.,
..iS���"f £ �
�' � ,y V .ya' .>.•F:. ...�..:.�: :Y.3' ;:jx'{a•+.� •.ri .•3. .i..V'�+.::�.'yy. ,Y:�:i'.�kn
L`i`' .�' WXL, � .�.... 5'C't•. .X: �.k'.: .:tw• .* '�b.... .��.s�S 5d�..
Angle Dozer& Operator 1 Hour Per Hour
DISCING
r
1.hw..
.... .. x., t:• ,0.y.,,,..r-:•r..,.:.f: ,; .� .:c.; ',�,;::r.: .:: :x.,76 'r:: .r�.� ��sv
:. -,:.,. . r.e :x.•:.._� v ,� 3..
`{�
0 - 11,000 Sq. Ft. 4 Parcels Ea.
11,001 - 22,000 Sq. Ft. 4 Parcels Ea.
22,001 - 33,000 Sq. Ft. 4 Parcels Ea.
33,001 - 43,560 Sq. Ft. 4 Parcels Ea.
More than 1 Acre - 10 Acres 1 Acre Per.Acre
More than 10 Acres 1 Acre Per Acre
Hourly 25 Hours Per Hour
TOTAL COMPOSITE BID S
The contract will be awarded to the lowest responsible and responsive bidder (based upon the
bidder's composite bid, not individual unit prices) who has been found to have met the
requirements of the County's Outreach and Mandatory Subcontracting Minimum Program.
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.
TAFORMSMEEDSMACEM M - 13
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 NA1ViE&'"ADDRESSOF CONTRACTING PARTY,.;'
�:. , :. .. id
f.... ....
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.
.. ... ..,..... A!. .......:......... : ....... ......., e .. n':°�r c.E::_t',u•�i":}+:. .:4`rtyy��� :t 4.
.: ...... ........3.� ...,... ,... .,.... ._... .. ._..e!..�.<4(S.f:. - I ;2r,•.,�:�,>:.-.::::v�-?cS'�'�<i�:;'y�,'s°<i.':c:::.�'::.;.::::;:i::;,
,. .. ..<...: ate. ..: .:. $. .:. <�+,4
r. : .. C
. ..,. .. .. p,.
AM UNT. , TYPE.
Ox . ��., ,�.. ,. ,� � .
....:.:.::
IA
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:
TAFORMMEEDSMACEM M '14
Name: Years of Experience:
Address:
Phone #:
Amount& Type of Equipment Provided:
Name: Years of Experience:
Address:
Phone #:
Amount & Type of Equipment Provided:
Name: Years of Experience:
Address:
Phone #:
Amount& Type of Equipment Provided:
Name: Years of Experience:
Address:
Phone #:
Amount & Type of Equipment Provided:
Name: Years of Experience:
Address:
Phone #:
Amount& Type of Equipment Provided:
T:\FORMS\WEEDS\WACEM M - 15
..e—
r
2001/2002/2003 ABATEMENT CONTRACT
EAST DIVISION
FOR EXTERIOR FIRE HAZARD CONTROL
By
HAND MOWING, RUBBISH REMOVAL, GENERAL LABOR,
DISCING, TRACTOR DRAWN MOWING AND DOZING
1. SPECIAL TERMS: These special terms are incorporated below by reference.
A. PARTIES:
Contra Costa County Fire Protection District, hereinafter referred to as "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 Fire 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 District, Administrator of the Exterior Fire Hazard Control Program.
F. CONTRACT PRICE:
$ (for unit price contracts, more or less, in accordance with
finished quantities at unit bid prices).
2. SIGNATURES AND ACKNOWLEDGMENT:
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 acknowledgment form below, and(2) if a corporation,
signatures must conform to designated representative groups pursuant to Corporations Code Section
313.
TAFORMSMEEDSMACEM M - 16
(State of California) ACKNOWLEDGMENT
(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: SILVANO MARCHESI
COUNTY COUNSEL BY:
Diane J. Silver
Deputy County Counsel
3. CONTRACT TERM:
a. 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, 2003.
b. This contract may be terminated by the Fire District, at its own discretion, by said Fire
District giving written notice of said termination to contractor, at the address set forth by
contractor in his bid proposal, no less than 30 days before October 1, 2001 or
October 1, 2002. If notice of termination is given, the contract shall be terminated on
the December 31 following the notice of termination. In the event of termination,
contractor shall be entitled to payments due through the date of termination, but Fire
District shall assume no other duty or liability to contractor on account of its termination
of the contract.
C. Unless the contract is terminated in the manner set forth in paragraph (b) above, the
contractor shall be entitled during the term of this contract to annual adjustments in the
contract price, upward or downward,to reflect changes in the"Consumer Price Index
for Urban Wage Earners and Clerical Workers, San Francisco-Oakland, Al items---
Series A (1982/84-100)", published by the Bureau of Labor Statistics of the United
States as follows: The Cost of Living Index published for the year ending December 31,
2000, shall be taken as the "Base Index" for the purpose of computation. On January 1,
2002 and again on January 1, 2003, the rates set forth in this contract shall be increased
or decreased by not more than a percentage amount equal to the new percentage change
between the Base Index and the Cost of Living Index for the calendar year ending
December 31 of the previous year. The adjusted rate shall be deemed thereafter to be
the Base Index for the purposes of the next rate computation. Such percentage of
change shall be calculated to the nearest one-tenth of 1%, and said rates shall be
rounded off to the nearest one cent of increases or decreases.
4. WORK CONTRACT, CHANGES:
a. By their signatures in Section 2, effective on the above date, these parties promise and
agree as set forth in this contract, incorporating by these references the material
("special terms") in Section 1.
TAFORMSMEEDSMACEM M - 17
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 damage due to delay.
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.
TAFORMSMEEDSMACEM M - 18
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 over
payment 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 or 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 thereunder in the forms attached hereto as Appendices 2 and 3.
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 workers and equipment as previously ordered. The Fire District's
determination shall be final and conclusive as to sufficiency of workers and equipment.
TAFORMSMEEDSMACEM M - 19
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 as though fully stipulated herein.
13. SUBCONTRACTORS:
a. Public Contract Code Sections 4100-4113 are incorporated herein.
b. 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.
C. 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.
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.
TAFORMSMEEDSMACEM M -20
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 moneys 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:
a. 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;
b. 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
C. 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
Indemnity 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
Indemnity.
TAFORMSUEEDSMACEM M -21
i
APPENDIX 1
CONTRACT:
CONTRACTOR:
CERTIFICATION BY CONTRACTOR (LABOR CODE, SECTION 1861) TO CONTRA
COSTA 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
1
CONTRACTOR
BY:
(Designate official capacity in business)
BY:
(Designate official capacity in business)
I
TAFORMSMEEDSMACEM M —22
— r:rvrcm�wvttuJvvH� tm IVI —LJ
` Contra Costa County
CONTRACT COMPLIANCE OUTREACH PROGRAM
Affirmative Action Office
651 Pine Street, Martinez;CA 94553
(510)335-1045; FAX (510) 646-1353
VERIFICATION OF PERFORMANCE
AS A MBE WBE SBE LBE
PRIME/SUBCONTRACTOR/SUPPLIER/MANUFACTURER/TRUCKER
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 the following which may apply:
If non apply check"none"
_ None
MBE WBE SBE LBE
_ Subcontractor _ Subcontractor _ Subcontractor _ Subcontractor
Supplier _ Supplier _ Supplier _ Supplier
Manufacturer _ Manufacturer _ Manufacturer _ Manufacturer
Trucker _ Trucker _ Trucker _ Trucker
_ Other _ Other _ Other _ Other
Describe Describe 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: $ '
8. Total Amount Received: $
9. Explain any difference between lines N7 and 118 by attaching a written explanation.
10.
Signature Position/Title Date
11.
Name of Person Completing this Form
12. ( l
Company Name Phone Number
FAX Number
c:\forms\vop.wpd j
REVISED
11/97
APPENDIX A
OUTREACH PROGRAM
TAFORMMEEDSMACEM M - 3
Contra Costa County Fire Protection District
West Division
2001/2002/2003
CONTRACT DOCUMENTS
FOR EXTERIOR FIRE HAZARD CONTROL
by
HAND MOWING, RUBBISH REMOVAL, GENERAL LABOR,
DISCING, TRACTOR DRAWN MOWING AND DOZING
CONTRACT DOCUMENTS
NOTICE TO CONTRACTOR
APPENDIX A: OUTREACH PROGRAM
ABATEMENT SPECIFICATIONS
BID PROPOSAL
ABATEMENT CONTRACT
APPENDIX 1: WORKERS COMPENSATION LIABILITY
APPENDIX 2: PERFORMANCE BOND
APPENDIX 3: PAYMENT BOND
VERIFICATION OF PERFORMANCE
TAFORMSMEEDSMAMM
NOTICE TO CONTRACTORS
Notice is hereby given by order of the Board of Supervisors of Contra Costa County, as the governing
board of the Contra Costa County Fire Protection District, (hereinafter"District"),that Clerk of said
Board will receive bids for the abating of weeds, rubbish and other fire hazard conditions within the
West Division of the Contra Costa County Fire Protection District boundaries and under its
jurisdiction. 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, 2003.
The West Division of the Contra Costa County Fire Protection District, consists of El Sobrante, San
Pablo and county lands in and around these communities.
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". The above mentioned 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
July 10, 2001 , 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. The
Administrator of the Exterior Hazard Control program is the Fire Chief of the Contra Costa County
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 fifty percent
(50%) of the contract price and a faithful performance bond in an amount equal to fifty percent (50%)
of the contract price, said bonds to be secured from a surety company authorized to do business in the
State of California.
TAFORMSMEEDSMACWM M - 1
Bidders are hereby notified that pursuant to Section 1773 of the Labor Code of the State of
California, the Board of Supervisors has obtained 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 of 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.
Bidders are hereby notified that the Contra Costa County Board of Supervisors has adopted an
Outreach Program. Bidders are expected to comply with the Construction Outreach Program
component of this program. Definitions and detailed information are included in Appendix A of the
Specifications. Bidders will be expected to attach to their bid proposals all relevant documentation
indicating that they have complied with the Construction Outreach Program and verify compliance
on their bid proposals.
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 Contra
Costa County Fire Protection District, West Division.
John Sweeten, Clerk of the Board of Supervisors and County Administrator
By: O
Deputy
Publication Dates:
(Pub. Contract Section 20812)
ABATEMENT SPECIFICATIONS
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
d. The Contra Costa County Fire Protection District, hereinafter referred to as the "Fire
District" or"District", notifies property owners within the Fire District of potential fire
hazards related to dry grass, weeds, combustible rubbish and other fire hazards 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.
e. 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 ten (10) 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 Workers'
Compensation Insurance sufficient to meet contractor's obligation to provide benefits
to its employees as required by the State of California. Such Workers' Compensation
Insurance shall be extended to include Employers' Liability coverage. Evidence of
Contractor's Workers' Compensation Insurance shall be furnished in the form of a
Certificate of Insurance to the Fire District and underwritten by either the State
Compensation Insurance Fund or an insurance company authorized to write Workers'
Compensation Insurance in the State of California. All subcontractors engaged by
contractor to furnish either labor or services under this contract shall be required by
contractor to maintain adequate Workers' Compensation Insurance as required by the
State of California and Employers' Liability protection.
b. Public Liability and Property Damage Insurance Including Automobile Liability
Coverage. 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 including automobile liability coverage 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 allegedly 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.
THE POLICY OR POLICIES, OR RIDER ATTACHED THERETO, SHALL NAME THE
CONTRA COSTA COUNTY FIRE PROTECTION DISTRICT, ITS OFFICERS AND
EMPLOYEES, AS ADDITIONAL INSURED AND PROVIDE FOR AT LEAST THIRTY (30)
DAYS WRITTEN NOTICE OF POLICY LAPSE OR CANCELLATION TO THE DISTRICT.
TAFORMSMEEDSMACWM M - 4
Said public liability and property damage insurance including automobile liability 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 $1 million bodily injury and property damage combined single
limit per occurrence. See 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 may 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 and prior to
January I"of each subsequent year of 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, in an amount equal to fifty percent (50%) of the contract price
(for subsequent years, contract price to be increased or decreased in accordance with Section 3-
C of the contract agreement) for the payment of just claims for materials, labor, and
subcontractors employed by him thereon, and a bond equal to fifty percent (50%) of the
contract price (for subsequent years, contract price to be increased or decreased in accordance
with Section 3-C of the contract agreement) 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.
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 and the prevention of
damage to markers, utilities, planted vegetation or other property, public or private.
3. The contractor shall be solely responsible for satisfactorily repairing or replacing anything
damaged, such as water pipes, fences, gates, landscaping, etc., by his employees and/or
equipment.
4. 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.
TAFORMSMEEDSMAMM M - 5
5. 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. 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. The actual work to be done exceeds 150% of the abatement specified in the work order.
d. If permission to enter upon any property is denied, or the workers are ordered off the
property. In such cases, all workmen and equipment are to be removed and the Fire
District notified immediately.
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 50 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. 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.
12. 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.
13. All equipment shall be in good and safe condition and shall be suitable for producing the
required quality of work. All equipment used in crop land, range land, watershed or other open
land shall have an approved spark arrestor affixed to the exhaust system.
14. 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 his vehicle or equipment.
15. The contractor shall provide the number of instant color photographs necessary to do the
following:
a. Identify the parcel by landmarks.
b. Show the entire abatement problem before the abatement work begins.
T:\FORMS\WEEDS\WACWM M - 6
C. Show the entire condition of the parcel upon completion of the work.
d. Before and after photos will be taken from the same location.
e. Each said photograph shall be identified by parcel number, time, date, and specify
whether before or after picture and bear the name of the photographer.
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 comply with the Outreach Program adopted by the Contra Costa Board of
Supervisors. The Outreach Program is attached as Appendix A to the Notice to Contractors.
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.
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 ten (10) 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.
5. The Fire Chief may order the removal of any vehicle, equipment or operator from the work if
he determines that they do not meet the provisions and intent of this section. When so ordered,
the contractor shall immediately replace said vehicle, equipment or operator with one approved
by the Fire Chief or his authorized representative.
TAFORMSMEEDSMAMM M - 7
SECTION E TYPES OF ABATEMENT
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. Hand Mowing
b. Rubbish Removal (hand loaded and tractor)
C. Tree Trimming
d. Brush Removal
e. Discing
f. Tractor Drawn Mowing
g. Dozing
h. Various other methods of correction and abatement as directed in the Orders issued.
ABATEMENT STANDARDS
1. Complete Abatement- When complete abatement is ordered, as much of the entire parcel as
possible shall be abated.
2. Firebreaks - Firebreaks shall be installed in accordance with the orders issued by the Fire
District.
3. Mowing- Parcels abated by mowing shall be completed so that all weeds, grass or other
vegetation or organic material which could be expected to burn, shall be cut to a height of not
more than three (3) inches.
4. Tree Trimming- Trees may be required to be trimmed to allow for abatement underneath the
tree or to prevent the accumulation of rubbish.
5. Rubbish and/or Other Combustible Debris - Shall be completely removed when so ordered
and disposed of at a proper site.
6. Discing- Discing equipment shall be set at an angle sufficient to cut the growth loose from its
existing position and when drawn at the proper speed, turn the weeds over and cover them with
soil.
7. Dozing—May be used to level mounds of dirt prior to discing or rotovating or to clear large
areas of debris.
8. Various Other Methods—As assigned by the Fire District in order to secure compliance with
District Ordinances.
SECTION F EQUIPMENT REQUIREMENTS
The equipment required by this abatement specifications document must be available for use at all
times during the term of this contract.
a. Hand Mowing- Due to the amount of rocks and other obstacles hidden in the grass on
many parcels, the mowers used must be heavy-duty and made for rough ground and of
the belt driven blade type.
TAFORMSMEEDSMAMM M - 8
Contractor shall provide enough mowers and/or gas powered heavy-duty weed eaters to
supply at least two (2) work crews of a least three (3) persons, trucks to haul equipment
and debris plus sufficient back-up equipment to complete the work orders in the allotted
time.
b. Removal of Rubbish (hand loaded) - The minimum crew for the removal of rubbish
shall consist of three (3) people and one (1) truck.
C. Tree Trimming—Two (2) chain saws having a minimum 24 inch bar.
d. Discing—The contractor shall provide a minimum of one (1) wheel tractor and one (1)
track layer type tractor with discs at all times. Discing equipment shall be set at an
angle sufficient to cut the growth loose from its existing position and when drawn at the
proper speed, turn the weeds over and cover them with soil. The contractor shall
provide at least one (1)reserve tractor and disc to be used as replacements for
breakdowns of the two (2) required units. Enough tractor transportation equipment and
qualified drivers to move tractors from parcel to parcel as necessary to complete all
required abatement within the required time limits.
e. Tractor Drawn Mowing—The contractor shall provide a minimum of one (1) 48"
rotary mower to be utilized in areas where mowing by motorized equipment is possible.
f. Dozing—The contractor shall provide a minimum of one (1) JD 350 track layer or
equivalent with a hydraulic operated angle dozer blade. May be used to level mounds of
dirt prior to discing or rotovating or to clear large areas of debris.
g. Rubbish Removal(mechanical) —Excessive accumulations of rubbish and debris may
be ordered removed when such accumulation has been determined to be a fire hazard.
The minimum crew of rubbish removal will consist of one dump truck with
driver/laborer and one tractor operator with a four-in-one bucket or a loader bucket of
not less than'/4 yard. Compensation will be made for on site work only (not for travel
and dump time). Disposal charges —actual disposal charges for rubbish removal will
be in addition do bid prices and included on completed work orders. Receipt with
parcel number must accompany work orders. Rubbish from more than one parcel can
be on one receipt, but amount charged to each parcel must be indicated.
SECTION G 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 contractor to
remove his/her equipment from the property, only a "kick-off' charge for the amount of work
completed may be billed. Photographs must be taken by the contractor of work done.
5. Compensation for rubbish removals shall be made for on-site work only.
Compensation shall not be made for travel time or dump time.
6. Disposal charges for rubbish removal will be in addition to bid prices and included on
completed orders. Receipt with parcel number must accompany orders. Rubbish from more
than one parcel can be on one receipt, but amount charged to each parcel must be indicated and
a copy of the receipt attached to each order.
TAFORMSMEEDSMAMM M - 9
7. 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 respecting the dispute and the amount of
compensation due the contractor.
8. 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.
9. Payment for competed 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.
10. 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 315 if no assessment or damage complaints are pending. The
contractor may elect to receive 100% of payment 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.
11. 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:
(1) Date or dates work done.
(2) For orders issued by area,the unit price shall be listed.
(3) For 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.
(4) Total contractor charge for each work order.
(5) A copy of the receipt for dump charges shall be attached to all work
orders for rubbish removal.
(6) 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.
12. 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.
T:\FORMS\WEEDS\WACWM M - 10
Contra Costa County Fire Protection District
West Division
BID PROPOSAL
FOR EXTERIOR FIRE HAZARD CONTROL
By
HAND MOWING, RUBBISH REMOVAL, GENERAL LABOR,
DISCING, TRACTOR DRAWN MOWING AND DOZING
2001/2002/2003 ABATEMENT CONTRACT
For the performance of exterior fire hazard abatement work in the Contra Costa County Fire Protection
District, hereinafter referred to as the "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_of this proposal at a total bid amount of.
(TOTAL AMOUNT OF COMPOSITE BID FROM THE BID PROPOSAL)
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 Fire Protection District, prior to the award of
the contract by the Contra Costa County Board of Supervisors 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.
By signing below, the undersigned verifies that he or she has complied with the County's Outreach
Program by making good faith outreach efforts pursuant to the program and as outlined in the
documentation attached to this proposal.
CONTRACTOR (General):
AUTHORIZED SIGNATURE:
DATE:
NOT VALID UNLESS RETURNED WITH COMPLETED PAGES M-11 THROUGH M-15 OF
THE BID PROPOSAL.
TAFORMSMEEDSMACWM M - 11
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. Actual dump charges for rubbish removals will be in addition to bid prices and included on
completed work orders. Receipts with parcel numbers must accompany work orders. Rubbish
from more than one parcel can be on a receipt, but amount charged to each parcel must be
indicated.
C. PRE-BID INFORMATION MEETING
Attendance by a representative of any company bidding this contract is required to attend one of
the meetings that will be held at the Contra Costa County Fire Protection District office at 2010
Geary Road, Pleasant Hill, on ,Time 21, 2001 , at 3:00 p.m. and Jame 19, 2001 , at 9:30 a.m.
BID PROPOSAL
HAND MOWING BID PRICE TO INCLUDE REMOVAL&DISPOSAL OF ALL WEEDS AFTER MOWING
t:..5 ....... ...... .. „-S..5
.
. . :.
-a.. .a.. .r r5 .x. wa,
..''Y'''om
.as
:d... .<
.r... <
HAND MOWIl�TG ESTIMATED
UNIT< .;UNIT`PRICE�� "-JO -E:
9
.:$F;$e::::%':.
.......r.r. ..�. .. ... �. .. . ...... .. • _
0 - 2,500 Sq. Ft. 10 Parcels Ea.
2,501 - 5,000 Sq. Ft. 10 Parcels Ea.
5,001 - 7,500 Sq. Ft. 10 Parcels Ea.
7,501 - 10,000 Sq. Ft. 8 Parcels Ea.
10,001 - 15,000 Sq. Ft. 4 Parcels Ea.
15,001 - 20,000 Sq. Ft. 4 Parcels Ea.
20,001 - 25,000 Sq. Ft. 2 Parcels Ea.
25,001 - 30,000 Sq. Ft. 2 Parcels Ea.
30,001 - 35,000 Sq. Ft. 1 Parcels Ea.
35,001 -40,000 Sq. Ft. 1 Parcels Ea.
40,001 - 45,000 Sq. Ft. 1 Parcels Ea.
More than 1 Acre thru 5 A71 Acre Per Acre
Hourly Mowing & Misc. Per Man
Hand Work 100 Hours Hour
RUBBISH REMOVAL - HAND LOADED
Per Cubic Yard 25 Cu. Yd. Ea. Cu. Yd.
Hourly 40 Hours Per Man Hour
TAFORMSMEEDSMACWM M - 12
TRACTOR DRAWN MOWING
.............
0 - 11,000 Sq. Ft. 2 Parcels Ea.
-11,001 - 22,000 Sq. Ft. 2 Parcels Ea.
22,001 - 33,000 Sq. Ft 2 Parcels Ea.
33,001 -43,560 Sq. Ft. 2 Parcels Ea.
More Than I Acre I Acre Per Acre
Hourly 10 Hours Per Hour
RUBBISH REMOVAL BY TRACTOR
PM-ITTEDI;
Loader, Dump Truck
& Operator I Hour Per Hour
Per Cubic Yard I Cu. Yd. 1 Ea. Cu. Yd.
COMPENSATION SHALL BE MADE FOR ON SITE WORK ONLY,NOT FOR TRAVEL&DUMP TIME
DOZING
.9 grgs
LT'A�RTC
Angle Dozer& Operator I Hour Per Hour
DISCING
0 - 11,000 Sq. Ft. 2 Parcels Ea.
11,001 - 22,000 Sq. Ft. 2 Parcels Ea.
22,001 - 33,000 Sq. Ft. 2 Parcels Ea.
33,001 - 43,560 Sq. Ft. 2 Parcels Ea.
More than I Acre - 10 Acres I Acre Per Acre
More than 10 Acres I Acre Per Acre
Hourly 20 Hours Per Hour
TOTAL COMPOSITE BID $
The contract will be awarded to the lowest responsible and responsive bidder (based upon the
bidder's composite bid, not individual unit prices) who has been found to have met the
requirements of the County's Outreach and Mandatory Subcontracting Minimum Program.
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.
TAFORMSMEEDSMACM M - 13
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.
0
tMW DRESS-AmCONTAA
y
r.
.
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.
ts—
".6.4
AM-0
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:
TAFORMSMEEDSMAMM M - 14
Name: Years of Experience:
Address:
Phone #:
Amount& Type of Equipment Provided:
Name: Years of Experience:
Address:
Phone #:
Amount& Type of Equipment Provided:
Name: Years of Experience:
Address:
Phone #:
Amount & Type of Equipment Provided:
Name: Years of Experience:
Address:
Phone #:
Amount& Type of Equipment Provided:
Name: Years of Experience:
Address:
Phone #:
Amount& Type of Equipment Provided:
T:\FORMS\WEEDS\WACWM M - 15
2001/2002/2003 ABATEMENT CONTRACT
WEST DIVISION
FOR EXTERIOR FIRE HAZARD CONTROL
By
HAND MOWING, RUBBISH REMOVAL, GENERAL LABOR,
DISCING, TRACTOR DRAWN MOWING AND DOZING
1. SPECIAL TERMS: These special terms are incorporated below by reference.
A. PARTIES:
Contra Costa County Fire Protection District, hereinafter referred to as "Fire District" or
"District",
(Contractor)
B. EFFECTIVE DA TE.- (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 Fire 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 District, Administrator of the Exterior Fire Hazard Control Program.
F. CONTRACT PRICE:
$ (for unit price contracts, more or less, in accordance with
finished quantities at unit bid prices).
2. SIGNATURES AND ACKNOWLEDGMENT:
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 acknowledgment form below, and (2) if a corporation,
signatures must conform to designated representative groups pursuant to Corporations Code Section
313.
TAFORMSMEEDSMACWM M - 16
(State of California) ACKNOWLEDGMENT
(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: SILVANO MARCHESI
COUNTY COUNSEL BY:
Diane J. Silver
Deputy County Counsel
3. CONTRACT TERM:
a. 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, 2003.
b. This contract may be terminated by the Fire District, at its own discretion,by said Fire
District giving written notice of said termination to contractor, at the address set forth by
contractor in his bid proposal, no less than 30 days before October 1, 2001 or
October 1, 2002. If notice of termination is given, the contract shall be terminated on
the December 31 following the notice of termination. In the event of termination,
contractor shall be entitled to payments due through the date of termination, but Fire
District shall assume no other duty or liability to contractor on account of its termination
of the contract.
C. Unless the contract is terminated in the manner set forth in paragraph (b) above, the
contractor shall be entitled during the term of this contract to annual adjustments in the
contract price, upward or downward, to reflect changes in the"Consumer Price Index
for Urban Wage Earners and Clerical Workers, San Francisco-Oakland, Al items---
Series A (1982/84-100)", published by the Bureau of Labor Statistics of the United
States as follows: The Cost of Living Index published for the year ending December 31,
2000, shall be taken as the "Base Index" for the purpose of computation. On January 1,
2002 and again on January 1, 2003, the rates set forth in this contract shall be increased
or decreased by not more than a percentage amount equal to the new percentage change
between the Base Index and the Cost of Living Index for the calendar year ending
December 31 of the previous year. The adjusted rate shall be deemed thereafter to be
the Base Index for the purposes of the next rate computation. Such percentage of
change shall be calculated to the nearest one-tenth of I%, and said rates shall be
rounded off to the nearest one cent of increases or decreases.
4. WORK CONTRACT, CHANGES:
a. By their signatures in Section 2, effective on the above date, these parties promise and
agree as set forth in this contract, incorporating by these references the material
("special terms") in Section 1.
TAFORMSMEEDSMAG M M - 17
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 damage due to delay.
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.
TAFORMSMEEDSMACWM M - 18
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 over
payment 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 or 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 thereunder in the forms attached hereto as Appendices 2 and 3.
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 workers and equipment as previously ordered. The Fire District's
determination shall be final and conclusive as to sufficiency of workers and equipment.
TAFORMSMEEDSMAMM M - 19
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 as though fully stipulated herein.
13. SUBCONTRACTORS:
a. Public Contract Code Sections 4100-4113 are incorporated herein.
b. 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.
C. 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.
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.
TAFORMSMEEDSMAMM M -20
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 moneys 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:
a. 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;
b. 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
C. 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
Indemnity 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
Indemnity.
TAFORMSUEEDSMACWM M -21
APPENDIX 1
CONTRACT:
CONTRACTOR:
CERTIFICATION BY CONTRACTOR(LABOR CODE, SECTION 1861) TO CONTRA
COSTA 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)
T:\FORMS\WEEDS\WACWM M -22
APPENDIX 2
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
, 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 moneys due under the terms of this bond.
SIGNED AND SEALED, this day of , 20
(SEAL) (SEAL)
(Principal) (Surety)
By:
(Signature) (Signature)
(SEAL AND ACKNOWLEDGMENT OF NOTARY)
TAFORMMEEDSMAMM M -23
APPENDIX 3
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
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 , 20
(SEAL) (SEAL)
(Principal) (Surety)
By:
(Signature) (Signature)
(SEAL AND ACKNOWLEDGMENT OF NOTARY)
TAFORMSMEEDSMACWM M -24
. Contra Costa County
CONTRACT COMPLIANCE OUTREACH PROGRAM
Affirmative Action Office
651 Pine Street, Martinez,CA 94553
(510) 335-1045; FAX (510)646-1353
VERIFICATION OF PERFORMANCE
AS A MBE WBE SBE LBE
PRIME/SUBCONTRACTOR/SUPPLIER/MANUFACTURER/TRUCKER
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 the following which may apply:
If non apply check"none"
_ None
MBE WBE SBE LBE
Subcontractor _ Subcontractor _ Subcontractor _ Subcontractor
Supplier _ Supplier _ Supplier _ Supplier
_ Manufacturer _ Manufacturer _ Manufacturer _ Manufacturer
_ Trucker _ Trucker _ Trucker _ Trucker
_ Other _ Other _ Other _ Other
Describe Describe 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: $
8. Total Amount Received: $
9. Explain any difference between lines #7 and #8 by attaching a written explanation.
10.
Signature Positionll-itle Date
Name of Person Completing this Form
12. ( 1
Company Name Phone Number
L �
FAX Number
0.forms\vop.wpd
REVISED
1iron
APPENDIX A
OUTREACH PROGRAM
TAFORMSMEEDSMACWM M - 3
DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on County-Funded Construction
Contracts of$50,000 and Greater
SECTION 1. OUTREACH PROGRAM
A. General
This project is subject to the policies and requirements established in the County's Outreach
Program for the use of Minority Business Enterprises (MBEs), Women Business Enterprises
(WBEs), Other Business Enterprises (OBEs), Small Business Enterprises (SBEs), and Local
Business Enterprises (LBEs). The County is committed to ensuring full and equitable
participation by minority, women, and other sub-bid or subcontracting businesses in County-
funded construction projects. The Outreach Program is set forth herein. Bidders should be
fully informed of this program. Bidders are encouraged to use MBE/WBE firms whenever
there is a need to subcontract portions of the work. Failure to comply with the County's
Outreach Program may render the bid non-responsive.
B. MBE/WBE/OBE Participation
The Outreach Program requires the bidder to make a "Good Faith Effort" to obtain sub-bid
participation by MBEs, WBEs, OBEs, SBEs, and LBEs which is anticipated by the County to
produce levels of participation as stated in the proposal form.
C. Definitions
For purposes of this program, the following definitions shall apply:
1. "Minority or Women Business Enterprise (MBE or WBE)" means a business enterprise
that meets both of the following criteria:
a. A business entity that is at least 51 percent owned by one or more minority persons or
women or, in the case of any business whose stock is held, at least 51 percent of the
stock is owned by one or more minority persons or women; and
b. A business whose management and daily business operations are controlled by one or
more minority persons or women.
2. "Other Business Enterprise (OBE)" means any business which does not otherwise qualify
as a Minority or Women Business Enterprise.
3. "Small Business Enterprise (SBE)" means a small business concern, as defined in Section
3 of the Small Business Act and implementing regulations (Volume 13 of the Code of
Federal Regulations, Chapter 1).
4. "Local Business Enterprise (LBE)" means a business that has its main office or principal
place of business within the boundaries of Contra Costa County.
\\Gsd_fsIWolapp\TEMPLATMARCMBoiler Plates\Division E 8-OO.doc (Rev. 7/12/00) DIVISION E - 1
DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on County-Funded Construction
Contracts of$50,000 and Greater
5. "Minority person" means African Americans; Hispanic Americans; Native Americans
(including American Indians, Eskimos, Aleuts, and Native Hawaiians); Asian Pacific
(including persons whose origins are from Japan, China, Taiwan, Korea, Vietnam, Laos,
Cambodia, the Philippines, Samoa, Guam, the U.S. Trust Territories of the Pacific, and
the Northern Marianas); and Asian Indians (including persons whose origins are from
India, Pakistan, and Bangladesh).
6. "Subcontract" means an agreement between the prime contractor and an individual, firm,
or corporation for the performance of a particular portion(s) of the work which the prime
contractor has obligated itself.
7. "Subcontractor" means an individual, firm, or corporation having a direct contract with
the contractor for the performance of a part of the work which is proposed to be
constructed or done under the contract or permit, including the furnishing of all labor,
materials, or equipment.
8. "Vendor and/or supplier" means a firm that owns, operates, or maintains a store,
warehouse, or other establishment in which the materials or supplies required for the
performance of the contract are bought, kept in stock, and regularly sold to the public in
the usual course of business. The firm must engage in, as its principal business, and its
own name, the purchase and sale of the products in question. A vendor and/or supplier of
bulk items such as steel, cement, stone, and petroleum products need not keep such
products in stock, if it owns or operates distribution equipment.
9. "Manufacturer" means a firm that operates or maintains a factory or establishment that
produces on the premises the materials or supplies obtained by the contractor.
10. "Trucker" means a firm that performs hauling or trucking work with trucks owned or
leased by that firm.
11. "Broker" means a firm that charges for providing a bona fide service such as professional,
technical, consultant, or managerial services and assistance in the procurement of
essential personnel, facilities, equipment, insurance or bonds, materials, or supplies
required for the performance of the contract. The fee or commission is to be reasonable
and not excessive as compared with fees customarily allowed for similar services.
D. Certification and Participation of Minority and Women Business Enterprises
1. If recognition is to be given to MBE/WBE participation on this project, within three (3)
working days after bid opening, an MBE/WBE must be: (a) certified by the involved
County department or self-certified on an appropriate form satisfactory to the County; or
(b) certified by any of the following agencies-State of California Department of
Transportation (Caltrans), City of Oakland, Port of Oakland, Regional Transit
Coordinating Council, San Francisco Human Rights Commission, Los Angeles County
Metropolitan Transportation Commission, or U.S. Small Business Administration.
\\Gsd_fsl\volapp\TEMPLATE\ARCH\Boiler Plates0ivision E 8-OO.doc (Rev. 7/12/00) DIVISION E - 2
DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity .for Use on County-Funded Construction
Contracts of$50,000 and Greater
Applications for certification and/or directories of MBE/WBE certified firms are
available at the following locations:
a. Contra Costa County
Affirmative Action Office, 651 Pine Street, 10th Floor, Martinez, CA 94553
Telephone: (925) 335-1045
Fax: (925)646-1353
Email: brive@cao.co.contra-costa.ca.us
b. City of Oakland
Office of Public Works, One City Hall Plaza, Oakland, CA 94612
Telephone: (510) 238-3970
Fax: (510) 234-2233
c. Los Angeles County Metropolitan Transportation Commission
Equal Opportunity Department, 1 Gateway Plaza, Los Angeles, CA 90012
Telephone: (2 1')) 922-2600
Fax: (213) 922-7660
d. Port of Oakland
530 Water Street, Oakland, CA 94607
Telephone: (510) 272-1390
Fax: (510) 272-1172
e. Regional Transit Coordinating Council
Includes the following agencies:
AC Transit (Alameda Contra Costa Transit District)
Telephone: (510) 577-8812
Fax: (510) 577-8839
Email: sandyp@pacbell.net
BART (Bay Area Rapid Transit District)
Telephone: (510)464-6110
Fax: (510)464-7587
Email:jmackl@bart.dst.ca.us
County Connection (Central Contra.Costa Transit Authority)
Telephone: (925) 676-1976 x223
Fax: (925) 686-2630
Metropolitan Transportation Commission
Telephone: (510) 464-7750
Fax: (510) 464-7848
Email:jmiyas@mtc.dst.ca.us
\\Gsd_fsl\volapp\TEMPLATE\ARCH\Boilcr Plates\Division E 8-OO.doc (Rev. 7/12/00) DIVISION E - 3
DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on County-Funded Construction
Contracts of$50,000 and Greater
Samtrans (San Mateo County Transit District)
Telephone: (415) 508-6417
Fax: (415) 508-6415
San Francisco Municipal Railway
Telephone: (415) 923-6139
Fax: (415) 923-6180
Santa Clara Valley Transportation Authority
Telephone: (408) 321-5606
Fax: (408) 955-0892
Email: andy.flores@vta.org
f. San Francisco Human Rights Commission
25 Van Ness Avenue, Suite 800, San Francisco, CA 94102-6033
Telephone: (415) 252-2500
Fax: (415) 431-5764
Webpage: http://www.sfhumanrights.org/
(Note: Firm must be listed on their certification list, not their registry).
g. Caltrans California Department of Transportation)
Division of Civil Rights, 1120 N Street, Room 2445, Sacramento, CA 95814
Webpage: http:/www.dot.ca.gov/hq
h. U.S. Small Business Administration
Regional Office, 71 Stevenson Street, 20th Floor, San Francisco, CA 94105-2939
Telephone: (415) 744-6808
Webpage: http://www/govcon.com/
2. This applies to recognition as an MBE/WBE.
a. All listed MBE or WBE firms must be certified as defined under the preceding
paragraph before credit may be allowed toward the respective MBE or WBE
participation level.
b. Work performed by a prime contractor will be considered for credit in computing any
level of anticipated MBE/WBE participation established for this project. The prime
contractor will be required to make a good faith effort to obtain certified
MBEs/WBEs through subcontracting to reach anticipated participation levels.
c. A listed MBE or WBE firm must perform a commercially useful function, i.e., must
be responsible for the execution of a distinct element of the work and must carry out
its responsibility by actually performing, managing, and supervising the work.
\\Gsd_fsIWolapffEMPLATMARMBoiler PlatesOivision E 8-00.doc (Rev. 7/12/00) DIVISION E -4
DIVISION E. Outreach Program/Mandatoty Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on County-Funded Construction
Contracts of$50,000 and Greater
d. Recognition for materials and/or supplies is limited to 60 percent of the amount to be
paid to the vendor for such materials/supplies in computing the levels of MBE/WBE
participation, unless the vendor manufactures or substantially alters the
materials/supplies.
e. MBE/WBE credit shall not be given to a Joint Venture partner listed as a
subcontractor by a Joint Venture bidder.
f. MBE/WBE credit for brokers required for performance of the contract is limited to
the reasonable fee or commission charged, as not considered excessive, as compared
with fees customarily allowed for similar services.
E. Good Faith Effort Documentation
The bidder must take affirmative steps prior to bid opening to ensure that a maximum effort
is made to recruit sub-bidder/subcontractors. Minority and women-owned and controlled
businesses must be considered along with other business enterprises whenever possible as
sources of supplies, construction, and other services. The required affirmative steps for Good
Faith Effort documentation are outlined below.
It is the policy of Contra Costa County to provide all MBEs, WBEs, OBEs, SBEs, and LBEs
an equal opportunity to participate in the performance of all County contracts. Bidders must
assist the County in implementing this policy by taking all reasonable steps to ensure that all
qualified business enterprises, including MBEs, WBEs, OBEs, SBEs, and LBEs have an
equal opportunity to compete for and participate in County contracts. A bidder's good faith
efforts to reach out to MBEs, WBEs, OBEs, SBEs, and LBEs (subcontractors, suppliers,
manufacturers, truckers, etc.) will be determined by the Board of Supervisors from written
documentation of the level of effort put into achieving the indicators. Failure to meet
anticipated MBE/WBE participation levels will not by itself be the basis for disqualification
or determination of noncompliance with this policy. However, failure to include
supporting documentation of a good faith effort and failure to achieve a minimum of 75
out of 100 Good Faith Effort evaluation points may render the bid non-responsive and
may result in its rejection. Adequacy of bidder's good faith effort will be determined after
consideration of the indicators of good faith as set forth below.
Indicator 1 2 3 4 5 6 7 8 9 10 Total
Points 0 10 13 9 10 10 5 10 26 7 100
Each indicator(2-10) is evaluated on a pass/fail basis, i.e., either full or zero points can be
achieved for compliance with each item.
\\Gsd_fsl\volapp\TEMPLATE\ARCH\Boiler Plates\Division E 8-OO.doc (Rev.7/12/00) DIVISION E - 5
DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on County-Funded Construction
Contracts of$50,000 and Greater
1 LEVEL OF ANTICIPATED MBE/WBE PARTICIPATION No Points
The bidder has made a good faith effort to obtain sub-bid participation by MBEs, WBEs, OBEs,
SBEs, and LBEs which could be expected by the County to produce a reasonable level of
participation by interested business enterprises, including the anticipated levels of MBE and
WBE participation set forth in the proposal form and to have the bidder meet the Mandatory
Subcontracting Minimum for the project.
2 1 ATTENDED PRE-BID MEETING 10 Points
The bidder has attended the pre-bid meeting scheduled by the County to inform all bidders of the
requirements for the project for which the contract will be awarded. This requirement may be
waived only if the bidder certifies in writing prior to the pre-bid meeting that it was already
informed as to those project requirements.
Required Documentation: a) Attend pre-bid meeting and be listed on the attendance sheet; or b)
Submit a letter prior to the pre-bid meeting either by fax to (925) 313-7299 or by mail to Contra
Costa County General Services Department, Architectural Division, 1220 Morello Avenue, Suite
100, Martinez California 94553.
3 1 SUFFICIENT WORK IDENTIFIED FOR SUBCONTRACTORS 13 Points
The bidder has identified, listed and selected specific work items in the project to be performed
by sub-bidders/subcontractors in order to provide an opportunity for participation by MBEs,
WBEs, OBEs, SBEs, and LBEs. Upon making this determination, the bidder subdivided the total
contract work requirements into smaller portions or quantities to permit maximum active
participation of MBEs, WBEs, OBEs, SBEs, and LBEs.
Required Documentation: Proof of this must be demonstrated in either Indicator 4 or 5.
4 1 ADVERTISEMENT 19 Points
Not less than ten (10) calendar days prior to bid opening, the bidder advertised for sub-bids from
interested business enterprises in one or more daily or weekly newspapers, trade association
publications, minority or trade oriented publications, trade journals, or other media, specified by
the County, such as the Daily Construction Service, the Daily Pacific Builder, or the Small
Business Exchange.
Required Documentation: A copy of the advertisement and a proof of publication statement or
other verification which confirms the date the advertisement was published.
Note: The advertisement must be specific to the project, not generic, and may not be a plan
holder advertisement provided by the publication. It should include the County project name,
name of bidder, areas of work available for subcontracting, and a contact person's name and
telephone number, information on the availability of plans and specifications and the bidder's
\\Gsd_fsIWolapp\TEMPLATE\ARCH\136ter Plates\Division E 8-OO.doc (Rev.7/12/00) DIVISION E - 6
DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on County-Funded Construction
Contracts of$50,000 and Greater
policy concerning assistance to subcontractors in obtaining bonds, lines of credit, and/or
insurance. Consideration will be given to the wording of the advertisement to ensure that it did
not exclude or seriously limit the number of potential respondents.
5 WRITTEN NOTICES TO SUBCONTRACTORS 10 Points
The bidder has provided written notice of its interest in receiving sub-bids on the contract to
those subcontractors, suppliers, manufacturers, and truckers, including MBEs, WBEs, OBEs,
SBEs, and LBEs having an interest in participation in the selected work items. All notices of
interest shall be provided not less than ten (10) calendar days prior to the date the bids are
required to be submitted.
Required Documentation: A copy of each letter sent to available MBEs, WBEs, OBEs, SBEs,
and LBEs for each item of work to be performed. If there is only one master notification, then a
copy of the letter along with a listing of all recipients will suffice. Faxed copies must include the
fax transmittal confirmation slip showing the date and time of transmission. Mailed letters must
include copies of the metered envelopes or certified mail receipts. Letters must contain: areas of
work to be subcontracted; County project name; name of the bidder; contact person's name,
address, and telephone number; information on the availability of plans and specifications; and
the bidder's policy concerning assistance with bonds, lines of credit, and insurance.
Note: This written notice can be used to satisfy Indicators 3, 7, and 10.
CERTIFICATION AGENCIES
(Bidders should contact the agencies listed in Paragraph D.1 above to obtain current copies of
MBE/WBE directories for listings of certified MBE/WBE firms.)
6 FOLLOW-UP ON INITIAL SOLICITATION 10 Points
The bidder has documented efforts to follow-up initial solicitations made in Indicator #5 by
contacting the MBEs, WBEs, OBEs, LBEs, and SBEs to determine with certainty whether said
businesses were interested in performing specific portions of the project work, to answer any
questions from them, to record any telephone quotes, and to confirm/record the business' interest
in bidding on the project.
Required Documentation: A copy of telephone logs. These logs must include the name of the
company called, telephone number, contact person, who did the calling, time, date, and the result
of the conversation. Bidder must follow-up with all subcontractors to whom they sent letters.
7 1 PLANS, SPECIFICATIONS AND REQUIREMENTS 15 Points
The bidder has provided interested sub-bid enterprises with information about the plans,
specifications, and requirements for the selected sub-bid/subcontracting work.
Required Documentation: Include in Indicator 4 or 5, information detailing how, where, and
when the bidder will make the required information available to interested subcontractors.
\\Gsd_fsIWolapp\TEMPLATE\ARMBoiler Plates\Division E 8-OO.doe (Rev. 7/12/00) DIVISION E - 7
DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on County-Funded Construction
Contracts of$50,000 and Greater
8 1 CONTACTED RECRUITMENT/PLACEMENT ORGANIZATIONS 10 Points
The bidder has requested assistance from organizations that provide assistance in the recruitment
and placement of MBEs, WBEs, OBEs, SBEs, and LBEs not less than fifteen (15) calendar days
prior to the submission of bids. Any organizations which have been contacted must be listed in
the required documentation.
Required Documentation: A copy of each letter sent to outreach agencies requesting assistance
in recruiting MBEs, WBEs, OBEs, SBEs, and LBEs. Faxed copies must include the fax
transmittal confirmation slip showing the date and time of transmission. Mailed letters must
include copies of the metered envelopes or certified mail receipts. Letters must contain areas of
work to be subcontracted, County project name, name of the bidder, and contact person's name,
address, and telephone number.
9 1 NEGOTIATE IN GOOD FAITH 126 Points
The bidder has negotiated in good faith with interested MBEs, WBEs, OBEs, SBEs, and LBEs
and did not unjustifiably reject as unsatisfactory bids or proposals prepared by any enterprise, as
determined by the County.
Required Documentation: a) Copies of all MBE/WBE/OBE/SBE/LBE bids or quotes received;
and b) Summary sheet organized by work area, listing the bids received, the name of the
company that submitted the bid, the dollar amount of the bid and the subcontractor selected for
that work area. If the bidder elects to perform a listed work area with its own forces, they must
include a bid that shows their own costs for the work.
10 1 BOND, LINES OF CREDIT, AND INSURANCE ASSISTANCE 7 Points
The bidder has documented efforts to advise and assist interested MBEs, WBEs, OBEs, SBEs,
and LBEs in obtaining bonds, lines of credit, and insurance required by the County or contractor.
Required Documentation: Include in Indicator 4 or 5, information about the bidders's efforts to
assist with bonds, lines of credit, and insurance.
No later than three (3) working days following bid opening, the bidders shall submit
completed good faith effort documentation to the County. In its review of the good faith
effort documentation, the County may request additional information to validate and/or
clarify that the good faith effort submission was adequate. Such information shall be
submitted promptly upon request by the County.
For MBE/WBE firms to be used on the project, the bidder shall submit, within three (3)
working days after bid opening, a completed "Letter of Intent" form for each such firm (see
sample form at end of Division E). Use of the form will verify the amount of work each
MBE/WBE subcontractor, supplier, manufacturer, or trucker intends to perform. The form
\\Gsd_fsI\volapp\TEMPLATE\ARCH\Boiler Plates\Division E 8-OO.doc (Rev.7/12/00) DIVISION E - 8
DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on County-Funded Construction
Contracts of$50,000 and Greater
shall be signed by the MBE/WBE subcontractor, supplier, manufacturer, or trucker
identifying the item(s) of work to be performed and the actual dollar value to be received.
F. Award of Contract
The Board reserves the right to reject any and all bids. The award of a contract will be to
the lowest responsive, responsible bidder whose proposal complies with all requirements
prescribed herein. This includes compliance with the required Outreach Program. A
positive and adequate demonstration to the satisfaction of the Board of Supervisors that a
good faith effort to include MBE/WBE/OBE/SBE/LBE subcontractors' participation was
made is a condition for eligibility for award of the contract.
In the event that the Board considers awarding away from the apparent low bidder because
of the bidder's failure to supply adequate good faith effort documentation, the County shall
afford the bidder an opportunity to present further evidence prior to award of contract.
The Board 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 Outreach Program.
G. Subcontractor Substitution
In addition to the requirements set forth in the provisions pertaining to the listing of
subcontractors the following shall apply for the purpose of this program:
1. Substitution During Construction: The contract award requires that the level of all
subcontractor participation shall be maintained throughout the duration of the contract.
a. The Contractor shall request advance approval for all substitutions of bid-listed
subcontractors.
b. The request shall be in writing and submitted to the County. The request shall
give the reason for the substitution, the name of the subcontractor, supplier,
trucker, or manufacturer, and the name of the replacement.
2. MBE/WBE Sub-bidder/Subcontractor Substitution: The County requires that
whenever the Contractor seeks to substitute a bid-listed MBE/WBE subcontractor,
supplier, manufacturer, or trucker, the Contractor must make a good faith effort to
replace the MBE/WBE with a firm of the same certification status (i.e., MBE for MBE
and WBE for WBE).
a. The Contractor shall call at lease two (2) certified MBE or WBE sub-bid
prospects from each trade for which sub-bid/subcontracting work is available and
document the following for submittal:
\\Gsd_fsIWolapp\TEMPLATE\ARMBoiler Plates\Division E S-OO.doc (Rev.7/12/00) DIVISION E - 9
DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on County-Funded Construction
Contracts of$50,000 and Greater
Name of the company called; contact person and telephone number; date and
time of contact.
Response for each item of work which was solicited, including dollar
amounts.
Reason for selection or rejection of sub-bid prospect.
b. The Contractor shall submit all documentation of good faith efforts to the County
for review and approval by the County Administrator's Office.
H. Sub-Agreement Falsification
Falsification or misrepresentation of a sub-agreement as to company name, contract
amount, and/or actual work to be done by the sub-bidder/subcontractor will result in
sanctions set forth in provisions pertaining to listing of subcontractors.
I. Final Subcontracting Report Submittal/Verification of Performance Forms
The Contractor must submit the Final Subcontracting Report to the County Affirmative
Action Office within fifteen (15) calendar days after the final inspection of the contract
work by the County. Failure to comply may result in the assessment of liquidated damages
in the amount of five hundred dollars ($500.00) per calendar day by the Board of
Supervisors.
Upon completion of work, the Contractor shall submit a completed "Verification of
Performance" form (see sample form at end of Division E) for each MBE/WBE prime
contractor, subcontractor, supplier, manufacturer, or trucker used on the project or listed in
the bid. The form shall be signed by the MBE/WBE identifying the item(s) of work
performed and the actual dollar amount received. Final payment for work done may be
withheld until all MBE/WBE Verification of Performance forms are received. The Prime
Contractor must explain in writing any total dollar amounts paid to MBE/WBE
subcontractors, suppliers, manufacturers, or truckers that are less than the dollar.amounts
shown on the respective Letter of Intent.
J. Review of Records
Upon request, the Contractor and its subcontractors and truckers shall promptly make
available, for review by the County Administrator's Office, certified payroll records and
copies of purchase orders, invoices, and/or contracts from suppliers and manufacturers.
K. Prompt Payment
The Contractor shall make prompt payment to its subcontractors, truckers, suppliers, and
manufacturers in accordance with their contracts and legal relationships.
\\Gsd_fsl\volapp\TEMPLATE\ARCH\Boiler Plates\Division E 8-OO.doc (Rev.7/12/00) DIVISION E - 10
DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on County-Funded Construction
Contracts of$50,000 and Greater
SECTION 2. MANDATORY SUBCONTRACTING MINIMUM
A. General
This project is subject to the policies and requirements established by the Board of
Supervisors Outreach Program-Construction. The County is committed to maximizing
subcontracting opportunities in the provision of all goods and services to the County on a
contractual basis. The Outreach Program is set forth herein. Bidders should be fully
informed of this program. Failure to comply with the Mandatory Subcontracting Minimum
requirements may render the bid non-responsive.
B. Mandatory Subcontracting Minimum Participation Level
To be eligible for award of this project, the Board of Supervisors requires the bidder to
subcontract a minimum percentage of its bid, which is stated in the proposal form, to any
qualified available contractor, and list all subcontractors, regardless of amount, that the
bidder wishes to be credited toward achieving the required MSM. Failure to list the
subcontractors and subcontracting amounts with the bid on the form provided in the
proposal, sufficient to meet or exceed the required MSM, may cause the bid to be rejected
by the Board of Supervisors as non-responsive.
C. Definitions
For purposes of this program, the following definitions shall apply:
1. "Subcontractor" means an individual, firm or corporation having a direct contract with
the contractor for the performance of a part of work which is proposed to be
constructed or done under the contract or permit, including the furnishing of all labor,
materials, or equipment.
2. "Subcontract" means an agreement between the prime contractor and an individual,
firm or corporation for the performance of a particular portion(s) of the work which
the prime contractor has obligated itself.
3. "Vendor and/or supplier" means a firm that owns, operates or maintains a store,
warehouse, or other establishment in which the materials or supplies required for the
performance of the contract are bought, kept in stock, and regularly sold to the public
in the usual course of business. The firm must engage in, as its principal business,
and its own name, the purchase and sale of the products in question. A supplier of
bulk items such as steel, cement, stone and petroleum products need not keep such
products in stock, if it owns or operates distribution equipment.
4. "Manufacturer" means a firm that operates or maintains a factory or establishment that
produces on the premises the materials or suppliers obtained by the contractor.
\\Gsd_fsI\volapp\TEMPLATE\ARCH\Boiler Plates\Division E 8-oo.doc (Rev.7/12/00) DIVISION E - 11
DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on County-Funded Construction
Contracts of$50,000 and Greater
5. "Broker" means a firm that charges for providing a bona fide service, such as
professional, technical, consultant or managerial services and assistance in the
procurement of essential personnel, facilities, equipment, insurance or bonds,
materials or supplies required for performance of the contract. The fee or
commission is to be reasonable and not excessive as compared with fees customarily
allowed for similar services.
D. MSM Participation Recognition
1. Work performed by a prime contractor will not be considered for credit toward the
MSM participation level.
2. MSM credit for materials and/or supplies is limited to 60 percent of the amount to be
paid to the vendor for the materials/supplies.
3. MSM credit for a vendor who substantially alters materials/supplies and/or is a
manufacturer will be 100 percent.
4. MSM credit for brokers required for performance of the contract is limited to the
reasonable fee or commission charged, as not considered excessive, as compared with
fees customarily allowed for similar services.
5. MSM credit shall not be given to a Joint Venture partner listed as a subcontractor by a
Joint Venture bidder.
\\Gsd_fsl\volapp\TEMPLATE\ARCH\Boiler Plates\Division E 8-OO.doc (Rev.7/12/00) DIVISION E - 12
DIVISION E.Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on County-Funded Construction Contracts of$50,000
and Greater
PROPOSAL
All good faith effort documentation must be submitted with the bid or within three (3) working
days following the bid opening.
Failure to submit the required good faith effort documentation within three (3) working days
following the bid opening may render the bid non-responsive.
The County anticipated levels of
MBE Participation: 14%
WBE Participation: 6%
The bidder is required to subcontract the following minimum percentage of its bid:
Mandatory Subcontracting
Minimum (MSM) 11%
Requirement
NOTE: Outreach Program information and/or assistance may be obtained
through the County's Affirmative Action Office at (925) 335-1045.
\\Gsd_fsIWolapp\TEMPLATE\ARCM3oiler Plates\Division E 8-OO.doc (Rev. 7/12/00) DIVISION E - 13
DIVISION E.Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on County-Funded Construction
Contracts of$50,000 and Greater
SECTION 3. 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 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.
\\Gsd_fsl\volapp\TEMPLATE\ARCH\Boiler Plates\Division E 8-OO.doc (Rev. 7/12/00) DIVISION E - 14
DIVISION E.Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on County-Funded Construction
Contracts of$50,000 and Greater
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.
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.
\\Gsd_fsl\volapp\TEMPLATE\ARCH\Boiler Platesoivision E 8-OO.doc (Rev.7/12/00) DIVISION E - 15
DIVISION E.Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on County-Funded Construction
Contracts of$50,000 and Greater
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.
\\Gsd_fsI\volapp\TEMPLATE\ARCH\Boi1cr Plates\Division E 8-OO.doc (Rev.7/12/00) DIVISION E - 16
DIVISION E.Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on County-Funded Construction
Contracts of$50,000 and Greater
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. 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.
DS:GB:ls
\\Gsd_fsl\volapp\TEMPLATE\ARCH\Boiler Plates\Division E 8-OO.doc (Rev. 7/12/00) DIVISION E - 17
Contra Costa County
OUTREACH PROGRAM
Affirmative Action Office
651 Pine Street, Martinez, CA 94553
(925) 335-1045 Fax (925)646-1353
LETTER OF INTENT TO PERFORM AS A
SUBCONTRACTOR/SUPPLIER/MANUFACTURER/TRUCKER
Name of Prime Contractor
Name of Project
Project Number
The undersigned is a(check one):
Sole proprietorship Corporation Limited Liability
Partnership Joint Venture
Check the following which may apply.
MBE WBE SBE LBE
Subcontractor _ Subcontractor _ Subcontractor _ Subcontractor
_ Supplier _ Supplier _ Supplier _ Supplier
Manufacturer _ Manufacturer _ Manufacturer _ Manufacturer
_ Trucker _ Trucker _ Trucker _ Trucker
Other _ Other _ Other _ Other
Describe Describe Describe Describe
None of the Above Apply
The undersigned is prepared to perform the following described work in connection with the above project(specify in
detail the particular work items or parts thereof to be performed):
Total Amount Bid to Prime Contractor: $
Signature Position Title Date
Name of Person Completing this Form
Company Name Phone Number
Fax Number
\\Gsd_fsI\volapp\TEMPLATE\ARCH\Boiler Plates\Division E".doc (Rcv.7/12/00) DIVISION E - 18
Contra Costa County
OUTREACH PROGRAM
Affirmative Action Office
651 Pine Street, Martinez, CA 94553
(925)335-1045 Fax(925) 646-1353
VERIFICATION OF PERFORMANCE
SUBCONTRACTOR/SUPPLIER/MANUFACTURER/TRUCKER/SUBCONSULTANT
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 Limited Liability
Partnership Joint Venture
5. Check the following which may apply.
MBE WBE SBE LBE
_ Subcontractor _ Subcontractor _ Subcontractor _ Subcontractor
Supplier _ Supplier _ Supplier _ Supplier
_ Manufacturer _ Manufacturer _ Manufacturer _ Manufacturer
Trucker _ Trucker _ Trucker _ Trucker
Sub Consultant _ Sub Consultant _ Sub Consultant _ Sub Consultant
_ Other _ Other _ Other _ Other
Describe Describe Describe Describe
None of the Above Apply
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 or Consultant: $
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. ( )
Company Name Phone Number
FAX Number
\\Gsd_fsIWolapp\TEMPLATB\ARCMBoiler Plates\Division E 8-OO.doc (Rev.7/12/00) DIVISION E - 19
Contra Costa County Fire Protection District
Central Division
2001/2002/2003
CONTRACT DOCUMENTS
FOR EXTERIOR FIRE HAZARD CONTROL
by
HAND MOWING, RUBBISH REMOVAL AND GENERAL LABOR
CONTRACT DOCUMENTS
NOTICE TO CONTRACTOR
APPENDIX A: OUTREACH PROGRAM
ABATEMENT SPECIFICATIONS
BID PROPOSAL
ABATEMENT CONTRACT
APPENDIX 1: WORKERS COMPENSATION LIABILITY
APPENDIX 2: PERFORMANCE BOND
APPENDIX 3: PAYMENT BOND
VERIFICATION OF PERFORMANCE
TAFORMSMEEDMACCM
NOTICE TO CONTRACTORS
Notice is hereby given by order of the Board of Supervisors of Contra Costa County, as the governing
board of the Contra Costa County Fire Protection District, (hereinafter"District"), that Clerk of said
Board will receive bids for the abating of weeds, rubbish and other fire hazard conditions within the
Central Division of the Contra Costa County Fire Protection District, boundaries and under its
jurisdiction. 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, 2003.
The Central Division of the Contra Costa County Fire Protection District, consists of Concord,
Clayton, Pacheco, Pleasant Hill, Lafayette, Martinez, Walnut Creek, and county lands in and around
these communities.
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". The above mentioned 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
July 10, 2001 , 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. The
Administrator of the Exterior Hazard Control program is the Fire Chief of the Contra Costa County
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 fifty percent
(50%) of the contract price and a faithful performance bond in an amount equal to fifty percent (50%)
of the contract price, said bonds to be secured from a surety company authorized to do business in the
State of California.
TAFORMMEEDSMACCM M - 1
Bidders are hereby notified that pursuant to Section 1773 of the Labor Code of the State of
California, the Board of Supervisors has obtained 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 of 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.
Bidders are hereby notified that the Contra Costa County Board of Supervisors has adopted an
Outreach Program. Bidders are expected to comply with the Construction Outreach Program
component of this program. Definitions and detailed information are included in Appendix A of the
Specifications. Bidders will be expected to attach to their bid proposals all relevant documentation
indicating that they have complied with the Construction Outreach Program and verify compliance
on their bid proposals.
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 Contra
Costa County Fire Protection District,CenD'.v-_sion.
John Sweeten, Clerk of the Board of Supervisors and County Administrator
By:
Deputy
Publication Dates:
(Pub. Contract Section 20812)
ABATEMENT SPECIFICATIONS
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 Contra Costa County Fire Protection District, hereinafter referred to as the "Fire District"
or"District", notifies property owners within the Fire District of potential fire hazards related to
dry grass, weeds, combustible rubbish and other fire hazards 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 ten (10) 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 Workers'
Compensation Insurance sufficient to meet contractor's obligation to provide benefits
to its employees as required by the State of California. Such Workers' Compensation
Insurance shall be extended to include Employers' Liability coverage. Evidence of
Contractor's Workers' Compensation Insurance shall be furnished in the form of a
Certificate of Insurance to the Fire District and underwritten by either the State
Compensation Insurance Fund or an insurance company authorized to write Workers'
Compensation Insurance in the State of California. All subcontractors engaged by
contractor to furnish either labor or services under this contract shall be required by
contractor to maintain adequate Workers' Compensation Insurance as required by the
State of California and Employers' Liability protection.
b. Public Liability and Property Damage Insurance Including Automobile Liability
Coverage. 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 including automobile liability coverage 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 allegedly 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.
THE POLICY OR POLICIES, OR RIDER ATTACHED THERETO, SHALL NAME THE
CONTRA COSTA COUNTY FIRE PROTECTION DISTRICT, ITS OFFICERS AND
EMPLOYEES, AS ADDITIONAL INSURED AND PROVIDE FOR AT LEAST THIRTY (30)
DAYS WRITTEN NOTICE OF POLICY LAPSE OR CANCELLATION TO THE DISTRICT.
TAFORMSMEEDS\WACCM M - 4
Said public liability and property damage insurance including automobile liability 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 $1 million bodily injury and property damage combined single
limit per occurrence. See 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 may 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 and prior to
January 1 S` of each subsequent year of 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, in an amount equal to fifty percent (50%) of the contract price
(for subsequent years, contract price to be increased or decreased in accordance with Section 3-
C of the contract agreement) for the payment of just claims for materials, labor, and
subcontractors employed by him thereon, and a bond equal to fifty percent (50%) of the
contract price (for subsequent years, contract price to be increased or decreased in accordance
with Section 3-C of the contract agreement) 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.
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 and the prevention of
damage to markers, utilities, planted vegetation or other property, public or private.
3. The contractor shall be solely responsible for satisfactorily repairing or replacing anything
damaged, such as water pipes, fences, gates, landscaping, etc., by his employees and/or
equipment.
4. 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.
TAFORMSMEEDSMACCM M - 5
5. 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. 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. The actual work to be done exceeds 150% of the abatement specified in the work order.
d. If permission to enter upon any property is denied, or the workers are ordered off the
property. In such cases, all workmen and equipment are to be removed and the Fire
District notified immediately.
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 50 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. 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.
12. 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.
13. All equipment shall be in good and safe condition and shall be suitable for producing the
required quality of work. All equipment used in crop land, range land, watershed or other open
land shall have an approved spark arrestor affixed to the exhaust system.
14. 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 his vehicle or equipment.
15. The contractor shall provide the number of instant color photographs necessary to do the
following:
a. Identify the parcel by landmarks.
b. Show the entire abatement problem before the.abatement work begins.
TAFORMSMEEDSMACCM M - 6
c. Show the entire condition of the parcel upon completion of the work.
d. Before and after photos will be taken from the same location.
e. Each said photograph shall be identified by parcel number, time, date, and specify
whether before or after picture and bear the name of the photographer.
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 comply with the Outreach Program adopted by the Contra Costa Board of
Supervisors. The Outreach Program is attached as Appendix A to the Notice to Contractors.
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.
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 ten (10) 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.
5. The Fire Chief may order the removal of any vehicle, equipment or operator from the work if
he determines that they do not meet the provisions and intent of this section. When so ordered,
the contractor shall immediately replace said vehicle, equipment or operator with one approved
by the Fire Chief or his authorized representative.
TAFORMSMEEDSMACCM M - 7
SECTION E TYPES OF ABATEMENT
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. Hand Mowing
b. Rubbish Removal (hand loaded)
C. Tree Trimming
d. Brush Removal
e. Various other methods of correction and abatement as directed in the Orders issued.
ABATEMENT STANDARDS
1. Complete Abatement- When complete abatement is ordered, as much of the entire parcel as
possible shall be abated.
2. Firebreaks - Firebreaks shall be installed in accordance with the orders issued by the Fire
District.
3. Mowing- Parcels abated by mowing shall be completed so that all weeds, grass or other
vegetation or organic material which could be expected to burn, shall be cut to a height of not
more than three (3) inches.
4. Tree Trimming- Trees may be required to be trimmed to allow for abatement underneath the
tree or to prevent the accumulation of rubbish.
5. Rubbish and/or Other Combustible Debris - Shall be completely removed when so ordered
and disposed of at a proper site.
6. Various Other Methods - As assigned by the Fire District in order to secure compliance with
District Ordinances.
SECTION F EQUIPMENT REQUIREMENTS
The equipment required by this abatement specifications document must be available for use at all
times during the term of this contract.
a. Hand Mowing- Due to the amount of rocks and other obstacles hidden in the grass on
many parcels, the mowers used must be heavy-duty and made for rough ground and of
the belt driven blade type.
Contractor shall provide enough mowers and/or gas powered heavy-duty weed eaters to
supply at least two (2) work crews of a least three (3) persons, trucks to haul equipment
and debris plus sufficient back-up equipment to complete the work orders in the allotted
time.
b. Removal of Rubbish (hand loaded) - The minimum crew for the removal of rubbish
shall consist of three (3) people and one (1) truck.
C. Tree Trimming- Two (2) chain saws having a minimum 24 inch bar.
TAFORMSMEEDSMACCM M - 8
SECTION G 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 contractor to
remove his/her equipment from the property, only a"kick-off' charge for the amount of work
completed may be billed. Photographs must be taken by the contractor of work done.
5. Compensation for rubbish removals shall be made for on-site work only.
Compensation shall not be made for travel time or dump time.
6. Disposal charges for rubbish removal will be in addition to bid prices and included on
completed orders. Receipt with parcel number must accompany orders. Rubbish from more
than one parcel can be on one receipt, but amount charged to each parcel must be indicated and
a copy of the receipt attached to each order.
7. 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 respecting the dispute and the amount of
compensation due the contractor.
8. 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.
9. Payment for competed 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.
10. 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 payment 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.
11. 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:
(1) Date or dates work done.
(2) For orders issued by area, the unit price shall be listed.
TAFORMSMEEDSMACCM M - 9
(3) For 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.
(4) Total contractor charge for each work order.
(5) A copy of the receipt for dump charges shall be attached to all work
orders for rubbish removal.
(6) 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.
12. 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.
T:\FORMS\WEEDS\WACCM M - 10
Contra Costa County Fire Protection District
Central Division
BID PROPOSAL
FOR EXTERIOR FIRE HAZARD CONTROL
By
HAND MOWING, RUBBISH REMOVAL, AND GENERAL LABOR
2001/2002/2003 ABATEMENT CONTRACT
For the performance of exterior fire hazard abatement work in the Contra Costa County Fire Protection
District, hereinafter referred to as the "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_of this proposal at a total bid amount of:
(TOTAL AMOUNT OF COMPOSITE BID FROM THE BID PROPOSAL)
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 Fire Protection District, prior to the award of
.the contract by the Contra Costa County Board of Supervisors 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.
By signing below, the undersigned verifies that he or she has complied with the County's Outreach
Program by making good faith outreach efforts.pursuant to the program and as outlined in the
documentation attached to this proposal.
CONTRACTOR(General):
AUTHORIZED SIGNATURE:
DATE:
NOT VALID UNLESS RETURNED WITH COMPLETED PAGES M-11 THROUGH M-14 OF
THE BID PROPOSAL.
TAFORMSMEEDSMACCM M - 11
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. Actual dump charges for rubbish removals will be in addition to bid prices and included on
completed work orders. Receipts with parcel numbers must accompany work orders. Rubbish
from more than one parcel can be on a receipt, but amount charged toeach parcel must be
indicated.
C. PRE-BID INFORMATION MEETING
Attendance by a representative of any company bidding this contract is required to attend one of
the meetings that will be held.at the Contra Costa County Fire Protection District office at 2010
Geary Road, Pleasant Hill, on J m 21, 2001 , at 3:00 p.m. and Jury 19, 2001 , at 9:30 a.m.
BID PROPOSAL
HAND MOWING BID PRICE TO INCLUDE REMOVAL&DISPOSAL OF ALL WEEDS AFTER MOWING
K. R.. ..._, .. :.
V\ w1•,
. r
'E5TIMATD ;;::>: UN°IT : .; vi
�.. 1 `
,TO
1NI�T�'PRI
ANTI.
0 - 2,500 Sq. Ft. 10 Parcels Ea.
2;501 - 5,000 Sq. Ft. 10 Parcels Ea.
5,001 - 7,500 Sq. Ft. 10 Parcels Ea.
7,501 - 10,000 Sq. Ft. 10 Parcels Ea.
10,001 - 15,000 Sq. Ft. 10 Parcels Ea.
15,001 - 20,000 Sq. Ft. 8 Parcels Ea.
20,001 - 25,000 Sq. Ft. 4 Parcels Ea.
25,001 - 30;000 Sq. Ft. 4 Parcels Ea.
30,001 - 35;000 Sq. Ft. 2 Parcels Ea.
35,001 - 40,000 Sq. Ft. 1 Parcels Ea.
40,001 -45,000 Sq. Ft. 1 Parcels Ea.
More than 1 Acre thru 5 Acres 1 Acre Per Acre
Hourly Mowing & Misc. Per Man
Hand Work 40 Hours Hour
RUBBISH REMOVAL - HAND LOADED
Per Cubic Yard 25 Cu. Yd. Ea. Cu. Yd.
Hourly 40 Hours Per Man Hour
TOTAL COMPOSITE BID S
The contract will be.awarded to the lowest responsible and responsive bidder (based upon the
bidder's composite bid, not individual unit prices) who has been found to have met the
requirements of, the County's Outreach and Mandatory Subcontracting Minimum Program.
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.
T:IFORMSMEEDSMACCM M - 12
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.
:.:...:.........:.........:..
'a
... ...... .. .. .:'. :.....,....,:.�....�. :....•. :., r�.�, ;r ;7,..� mss...::
..........�.. . ....c........ ..
a.,.,rra
�. r: ,
ME&ADDRESS<OE-CONTRACTING°PARTY
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.
< ...... ......
....,; UNT 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:
TAFORMSMEEDSMACCM M - 13
Name: Years of Experience:
Address:
Phone #:
Amount.& Type of Equipment Provided:
Name: Years of Experience:
Address:
Phone #:
Amount & Type of Equipment Provided:
Name: Years of Experience:
Address:
Phone #:
Amount & Type of Equipment Provided:
Name: Years of Experience:
Address:
Phone #:
Amount & Type of Equipment Provided:
Name: Years of Experience:
Address:
Phone #:
Amount & Type of Equipment Provided:
T:\FORMS\WEEDS\WACCM M - 14
2001/2002/2003 ABATEMENT CONTRACT
CENTRAL DIVISION
FOR EXTERIOR FIRE HAZARD CONTROL
By
HAND MOWING, RUBBISH REMOVAL, AND GENERAL LABOR
1. SPECIAL TERMS: These special terms are incorporated below by reference.
A. PARTIES:
Contra Costa County Fire Protection District, hereinafter referred to as "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 Fire 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 District, Administrator of the Exterior Fire Hazard Control Program.
F. . CONTRACT PRICE:
$ (for unit price contracts, more or less, in accordance with
finished quantities at unit bid prices).
2. SIGNATURES AND ACKNOWLEDGMENT:
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 acknowledgment form below, and (2) if a corporation,
signatures must conform to designated representative groups pursuant to Corporations Code Section
313.
TAFORMSMEEDSMACCM M - 15
(State of California) ACKNOWLEDGMENT
(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: SILVANO MARCHESI
COUNTY COUNSEL BY:
Diane J. Silver
Deputy County Counsel
3. CONTRACT TERM:
a. 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, 2003.
b. This contract may be terminated by the Fire District, at.its own discretion, by said Fire
District giving written notice of said termination to contractor, at the address set forth by
contractor in his bid proposal, no less than 30 days before October 1, 2001 or
October 1, 2002. If notice of termination is given, the contract shall be terminated on
the December 31 following the notice of termination. In the event of termination,
contractorshall be entitled to payments due through the date of termination, but Fire
District shall assume no other duty or liability to contractor on account of its termination
of the contract.
C. Unless the contract is terminated in-the manner set forth in paragraph (b) above, the
contractor shall be entitled during the term of this contract to annual adjustments in the
contract price, upward or downward, to reflect changes in the "Consumer Price Index
for Urban Wage Earners and Clerical Workers, San Francisco-Oakland, Al items---
Series A (1982/84-100)", published by the Bureau of Labor Statistics of the United
States as follows: The Cost of Living Index published for the year ending December 31,
2000, shall be taken as the "Base Index" for the purpose of computation. On January 1,
2002 and again on January 1, 2003, the rates set forth in this contract shall be increased
or decreased by not more than a percentage amount equal to the new percentage change
between the Base Index and the Cost of Living Index for the calendar year ending
December 31 of the previous year. The adjusted.rate shall be deemed thereafter to be
the Base Index for the purposes of the next rate computation. Such percentage of
change shall be calculated to the nearest one-tenth of 1%, and said rates shall be
rounded off to the nearest one cent of increases or decreases.
4. WORK CONTRACT, CHANGES:
a. By their signatures in Section 2, effective on the above date, these parties promise and
agree as set forth in this contract, incorporating by these references the material
("special terms") in Section 1.
TAFORMSMEEDS\WACCM M - 16
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:
i
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 damage due to delay.
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.
TAFORMSMEEDSMACCM M - 17
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 over
payment 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 or 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 thereunder in the forms attached hereto as Appendices 2 and 3.
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 workers and equipment as previously ordered. -The Fire District's
determination shall be final and conclusive as to sufficiency of workers and equipment.
TAFORMSMEEDSMACCM M - 18
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 as though fully stipulated herein.
.13. SUBCONTRACTORS:
a. Public Contract Code Sections 4.100-4113 are incorporated herein.
b. 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.
C. 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.
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.
TAFORMSMEEDSMACCM M - 19
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 moneys 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:
a. 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;
b. 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
C. 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
Indemnity 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
Indemnity.
TAFORMSMEEDSUACCM M 20
APPENDIX 1
CONTRACT:
CONTRACTOR:
CERTIFICATION BY CONTRACTOR(LABOR CODE, SECTION 1861) TO CONTRA
COSTA 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)
TAFORMSMEEDSMACCM M -21
APPENDIX 2
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
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 moneys due under the terms of this bond.
SIGNED AND SEALED, this day of , 20
(SEAL) (SEAL)
(Principal) (Surety)
By:
(Signature) (Signature)
(SEAL AND ACKNOWLEDGMENT OF NOTARY)
TAFORMSMEEDSMACCM M -22
APPENDIX 3
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
, 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 , 20
(SEAL) (SEAL)
(Principal) (Surety)
By:
(Signature) (Signature)
(SEAL AND ACKNOWLEDGMENT OF NOTARY)
TAFORMSMEEDSMACCM M -23
Contra Costa County
CONTRACT COMPLIANCE OUTREACH PROGRAM
Affirmative Action Office
651 Pine Street, Martinez, CA 94553
(510) 335-1045; FAX(510)646-1353
VERIFICATION OF PERFORMANCE
AS A MBE WBE SBE LBE
PRIME/SUBCONTRACTOR/SUPPLIER/MANUFACTURER/TRUCKER
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 the following which may apply:
If non apply check"none"
_ None
MBE WBE SBE LBE
Subcontractor _ Subcontractor _ Subcontractor _ Subcontractor
_ Supplier _ Supplier _ Supplier _ Supplier
_ Manufacturer _ Manufacturer _ Manufacturer _ Manufacturer
_ Trucker Trucker _ Trucker _ Trucker
_ Other _ Other. _ Other _ Other
Describe Describe 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: $
8. Total Amount Received: $
9. Explain any difference between lines !17 and N8 by attaching a written explanation.
10.
Signature Position/Title Date
11.
Name of Person Completing this Form
12. ( )
Company Name Phone Number
( 1
FAX Number
c:\forms\vop.wpd
REVISED
11/97
I
APPENDIX A
OUTREACH PROGRAM
TAFORMSMEEDSMACCM M - 3
DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on County-Funded Construction
Contracts of$50,000 and Greater
SECTION 1. OUTREACH PROGRAM
A. General
This project is subject to the policies and requirements established in the County's Outreach
Program for the use of Minority Business Enterprises (MBEs), Women Business Enterprises
(WBEs), Other Business Enterprises (OBEs), Small Business Enterprises (SBEs), and Local
Business Enterprises (LBEs). The County is committed to ensuring full and equitable
participation by minority, women, and other sub-bid or subcontracting businesses in County-
funded construction projects. The Outreach Program is set forth herein. Bidders should be
fully informed of this program. Bidders are encouraged to use MBE/WBE firms whenever
there is a need to subcontract portions of the work. Failure to comply with the County's
Outreach Program may render the bid non-responsive.
B. MBE/WBE/OBE Participation
The Outreach Program requires the bidder to make a "Good Faith Effort" to obtain sub-bid
participation by MBEs, WBEs, OBEs, SBEs, and LBEs which is anticipated by the County to
produce levels of participation as stated in the proposal form.
C. Definitions
For purposes of this program, the following definitions shall apply:
1. "Minority or Women Business Enterprise (MBE or WBE)" means a business enterprise
that meets both of the following criteria:
a. A business entity that is at least 51 percent owned by one or more minority persons or
women or, in the case of any business whose stock is held, at least 51 percent of the
stock is owned by one or more minority persons or women; and
b. A business whose management and daily business operations are controlled by one or
more minority persons or women.
2. "Other Business Enterprise (OBE)" means any business which does not otherwise qualify
as a Minority or Women Business Enterprise.
3. "Small Business Enterprise (SBE)" means a small business concern, as defined in Section
3 of the Small Business Act and implementing regulations (Volume 13 of the Code of
Federal Regulations, Chapter 1).
4. "Local Business Enterprise (LBE)" means a business that has its main office or principal
place of business within the boundaries of Contra Costa County.
\\Gsd fsl\volapp\TEMPLATE\ARCH\Boiler Plates\Division E 8-0O.doc (Rev.7/12/00) DIVISION E - 1
DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on County-Funded Construction
Contracts of$50,000 and Greater
5. "Minority person" means African Americans; Hispanic Americans; Native Americans
(including American Indians, Eskimos, Aleuts, and Native Hawaiians); Asian Pacific
(including persons whose origins are from Japan, China, Taiwan, Korea, Vietnam, Laos,
Cambodia, the Philippines, Samoa, Guam, the U.S. Trust Territories of the Pacific, and
the Northern Marianas); and Asian Indians (including persons whose origins are from
India, Pakistan, and Bangladesh).
6. "Subcontract" means an agreement between the prime contractor and an individual, firm,
or corporation for the performance of a particular portion(s) of the work which the prime
contractor has obligated itself.
7. "Subcontractor" means an individual, firm, or corporation having a direct contract with
the contractor for the performance of a part of the work which is proposed to be
constructed or done under the contract or permit, including the furnishing of all labor,
materials, or equipment.
8. "Vendor and/or supplier" means a firm that owns, operates, or maintains a store,
warehouse, or other establishment in which the materials or supplies required for the
performance of the contract are bought, kept in stock, and regularly sold to the public in
the usual course of business. The firm must engage in, as its principal business, and its
own name, the purchase and sale of the products in question. A vendor and/or supplier of
bulk items such as steel, cement, stone, and petroleum products need not keep such
products in stock, if it owns or operates distribution equipment.
9. "Manufacturer" means a firm that operates or maintains a factory or establishment that
produces on the premises the materials or supplies obtained by the contractor.
10. "Trucker" means a firm that performs hauling or trucking work with trucks owned or
leased by that firm.
11. "Broker" means a firm that charges for providing a bona fide service such as professional,
technical, consultant, or managerial services and assistance in the procurement of
essential personnel, facilities, equipment, insurance or bonds, materials, .or supplies
required for the performance of the contract. The fee or commission is to be reasonable
and not excessive as compared with fees customarily allowed for similar services.
D. Certification and Participation of Minority and Women Business Enterprises
1. If recognition is to be given to MBE/WBE participation on this project, within three (3)
working days after bid opening, an MBE/WBE must be: (a) certified by the involved
County department or self-certified on an appropriate form satisfactory to the County; or
(b) certified by any of the following agencies-State of California Department of
Transportation (Caltrans), City of Oakland, Port of Oakland, Regional Transit
Coordinating Council, San Francisco Human Rights Commission, Los Angeles County
Metropolitan Transportation Commission, or U.S. Small Business Administration.
\\Gsd_fsI\volapp\TEMPLATE\ARCHToilcr Platcs\Division E 8-OO.doc (Rcv.7/12/00) DIVISION E - 2
DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on County-Funded Construction
Contracts of$50,000 and Greater
Applications for certification and/or directories of MBE/WBE certified firms are
available at the following locations:
a. Contra Costa County
Affirmative Action Office, 651 Pine Street, 10th Floor, Martinez, CA 94553
Telephone: (925) 335-1045
Fax: (925)646-1353
Email: brive@cao.co.contra-costa.ca.us
b. City of Oakland
Office of Public Works, One City Hall Plaza, Oakland, CA 94612
Telephone: (510) 238-3970
Fax: (510) 234-2233
c. Los Angeles County Metropolitan Transportation Commission
Equal Opportunity Department, 1 Gateway Plaza, Los Angeles, CA 90012
Telephone: (213) 922-2600
Fax: (213) 922-7660
d. Port of Oakland
530 Water Street, Oakland, CA 94607
Telephone: (510) 272-1390
Fax: (510) 272-1172
e. Regional Transit Coordinating Council
Includes the following agencies:
AC Transit (Alameda Contra Costa Transit District)
Telephone: (510) 577-8812
Fax: (510) 577-8839
Email: sandyp@pacbell.net
BART (Bay Area Rapid Transit District)
Telephone: (510)464-6110
Fax: (510) 464-7587
Email:jmackl@bart.dst.ca.us
County Connection (Central Contra.Costa Transit Authority)
Telephone: (925) 676-1976 x223
Fax: (925) 686-2630
Metropolitan Transportation Commission
Telephone: (510)464-7750
Fax: (510) 464-7848
Email:jmiyas@mtc.dst.ca.us
\\Gsd_fsIWolapp\TEMPLATMARMBoiler Plates\Division E 8-oo.doc (Rev. 7/12/00) DIVISION E - 3
DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on County-Funded Construction
Contracts of$50,000 and Greater
Samtrans (San Mateo County Transit District)
Telephone: (415) 508-6417
Fax: (415) 508-6415
San Francisco Municipal Railway
Telephone: (415) 923-6139
Fax: (415) 923-6180
Santa Clara Valley Transportation Authority
Telephone: (408) 321-5606
Fax: (408) 955-0892
Email: andy.flores@vta.org
f. San Francisco Human Rights Commission
25 Van Ness Avenue, Suite 800, San Francisco, CA 94102-6033
Telephone: (415) 252-2500
Fax: (415) 431-5764
Webpage: http://www.sfhumanrights.org/
(Note: Firm must be listed on their certification list, not their registry).
g. Caltrans (California Department of Transportation)
Division of Civil Rights, 1120 N Street, Room 2445, Sacramento, CA 95814
Webpage: http:/www.dot.ca.gov/hq
h. U.S. Small Business Administration
Regional Office, 71 Stevenson Street, 20th Floor, San Francisco, CA 94105-2939
Telephone: (415) 744-6808
Webpage: http://www/govcon.com/
2. This applies to recognition as an MBE/WBE.
a. All listed MBE or WBE firms must be certified as defined under the preceding
paragraph before credit may be allowed toward the respective MBE or WBE
participation level.
b. Work performed by a prime contractor will be considered for credit in computing any
level of anticipated MBE/WBE participation established for this project. The prime
contractor will be required to make a good faith effort to obtain certified
MBEs/WBEs through subcontracting to reach anticipated participation levels.
c. A listed MBE or WBE firm must perform a commercially useful function, i.e., must
be responsible for the execution of a distinct element of the work and must carry out
its responsibility by actually performing, managing, and supervising the work.
\\Gsd_fsIWolapp\TEMPLATE\ARMBoder Plates\Division E 8-OO.doc (Rev. 7/12/00) DIVISION E -4
DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on County-Funded Construction
Contracts of$50,000 and Greater
d. Recognition for materials and/or supplies is limited to 60 percent of the amount to be
paid to the vendor for such materials/supplies in computing the levels of MBE/WBE
participation, unless the vendor manufactures or substantially alters the
materials/supplies.
e. MBE/WBE credit shall not be given to a Joint Venture partner listed as a
subcontractor by a Joint Venture bidder.
f. MBE/WBE credit for brokers required for performance of the contract is limited to
the reasonable fee or commission charged, as not considered excessive, as compared
with fees customarily allowed for similar services.
E. Good Faith Effort Documentation
The bidder must take affirmative steps prior to bid opening to ensure that a maximum effort
is made to recruit sub-bidder/subcontractors. Minority and women-owned and controlled
businesses must be considered along with other business enterprises whenever possible as
sources of supplies, construction, and other services. The required affirmative steps for Good
Faith Effort documentation are outlined below.
It is the policy of Contra Costa County to provide all MBEs, WBEs, OBEs, SBEs, and LBEs
an equal opportunity to participate in the performance of all County contracts. Bidders must
assist the County in implementing this policy by taking all reasonable steps to ensure that all
qualified business enterprises, including MBEs, WBEs, OBEs, SBEs, and LBEs have an
equal opportunity to compete for and participate in County contracts. A bidder's good faith
efforts to reach out to MBEs, WBEs, OBEs, SBEs, and LBEs (subcontractors, suppliers,
manufacturers, truckers, etc.) will be determined by the Board of Supervisors from written
documentation of the level of effort put into achieving the indicators. Failure to meet
anticipated MBE/WBE participation levels will not by itself be the basis for disqualification
or determination of noncompliance with this policy. However, failure to include
supporting documentation of a good faith effort and failure to achieve a minimum of 75
out of 100 Good Faith Effort evaluation points may render the bid non-responsive and
may result in its rejection. Adequacy of bidder's good faith effort will be determined after
consideration of the indicators of good faith as set forth below.
Indicator 1 I = 3 4 5 6 7 8 9 10 Total
Points 0 10 13 9 10 10 5 10 26 7 100
Each indicator(2-10) is evaluated on a pass/fail basis, i.e., either full or zero points can be
achieved for compliance with each item.
\\Gsd_fsI\volapp\TEMPLATE\ARCH\Boiler Plates\Division E 8-OO.doc (Rev. 7/12/00) DIVISION E - 5
DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on County-Funded Construction
Contracts of$50,000 and Greater
1 LEVEL OF ANTICIPATED MBE/WBE PARTICIPATION No Points
The bidder has made a good faith effort to obtain sub-bid participation by MBEs, WBEs, OBEs,
SBEs, and LBEs which could be expected by the County to produce a reasonable level of
participation by interested business enterprises, including the anticipated levels of MBE and
WBE participation set forth in the proposal form and to have the bidder meet the Mandatory
Subcontracting Minimum for the project.
2 1 ATTENDED PRE-BID MEETING 10 Points
The bidder has attended the pre-bid meeting scheduled by the County to inform all bidders of the
requirements for the project for which the contract will be awarded. This requirement may be
waived only if the bidder certifies in writing prior to the pre-bid meeting that it was already
informed as to those project requirements.
Required Documentation: a) Attend pre-bid meeting and be listed on the attendance sheet; or b)
Submit a letter prior to the pre-bid meeting either by fax to (925) 313-7299 or by mail to Contra
Costa County General Services Department, Architectural Division, 1220 Morello Avenue, Suite
100, Martinez California 94553.
3 1 SUFFICIENT WORK IDENTIFIED FOR SUBCONTRACTORS 113 Points
The bidder has identified, listed and selected specific work items in the project to be performed
by sub-bidders/subcontractors in order to provide an opportunity for participation by MBEs,
WBEs, OBEs, SBEs, and LBEs. Upon making this determination, the bidder subdivided the total
contract work requirements into smaller portions or quantities to permit maximum active
participation of MBEs, WBEs, OBEs, SBEs, and LBEs.
Required Documentation: Proof of this must be demonstrated in either Indicator 4 or 5.
4 1 ADVERTISEMENT 19 Points
Not less than ten (10) calendar days prior to bid opening, the bidder advertised for sub-bids from
interested business enterprises in one or more daily or weekly newspapers, trade association
publications, minority or trade oriented publications, trade journals, or other media, specified by
the County, such as the Daily Construction Service, the Daily Pacific Builder, or the Small
Business Exchange.
Required Documentation: A copy of the advertisement and a proof of publication statement or
other verification which confirms the date the advertisement was published.
Note: The advertisement must be specific to the project, not generic, and may not be a plan
holder advertisement provided by the publication. It should include the County project name,
name of bidder, areas of work available for subcontracting, and a contact person's name and
telephone number, information on the availability of plans and specifications and the bidder's
\\Gsd_fsIWolapp\TEMPLATE\ARCH\Boiler Plates\Division E 8-OO.doc (Rev. 7/12/00) DIVISION E - 6
DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on County-Funded Construction
Contracts of$50,000 and Greater
policy concerning assistance to subcontractors in obtaining bonds, lines of credit, and/or
insurance. Consideration will be given to the wording of the advertisement to ensure that it did
not exclude or seriously limit the number of potential respondents.
5 1 WRITTEN NOTICES TO SUBCONTRACTORS 10 Points
The bidder has provided written notice of its interest in receiving sub-bids on the contract to
those subcontractors, suppliers, manufacturers, and truckers, including MBEs, WBEs, OBEs,
SBEs, and LBEs having an interest in participation in the selected work items. All notices of
interest shall be provided not less than ten (10) calendar days prior to the date the bids are
required to be submitted.
Required Documentation: A copy of each letter sent to available MBEs, WBEs, OBEs, SBEs,
and LBEs for each item of work to be performed. If there is only one master notification, then a
copy of the letter along with a listing of all recipients will suffice. Faxed copies must include the
fax transmittal confirmation slip showing the date and time of transmission. Mailed letters must
include copies of the metered envelopes or certified mail receipts. Letters must contain: areas of
work to be subcontracted; County project name; name of the bidder; contact person's name,
address, and telephone number; information on the availability of plans and specifications; and
the bidder's policy concerning assistance with bonds, lines of credit, and insurance.
Note: This written notice can be used to satisfy Indicators 3, 7, and 10.
CERTIFICATION AGENCIES
(Bidders should contact the agencies listed in Paragraph D.1 above to obtain current copies of
MBE/WBE directories for listings of certified MBE/WBE firms.)
6 1 FOLLOW-UP ON INITIAL SOLICITATION 10 Points
The bidder has documented efforts to follow-up initial solicitations made in Indicator #5 by
contacting the MBEs, WBEs, OBEs, LBEs, and SBEs to determine with certainty whether said
businesses were interested in performing specific portions of the project work, to answer any
questions from them, to record any telephone quotes, and to confirm/record the business' interest
in bidding on the project.
Required Documentation: A copy of telephone logs. These logs must include the name of the
company called, telephone number, contact person, who did the calling, time, date, and the result
of the conversation. Bidder must follow-up with all subcontractors to whom they sent letters.
7 PLANS, SPECIFICATIONS AND REQUIREMENTS 5 Points
The bidder has provided interested sub-bid enterprises with information about the plans,
specifications, and requirements for the selected sub-bid/subcontracting work.
Required Documentation: Include in Indicator 4 or 5, information detailing how, where, and
when the bidder will make the required information available to.interested subcontractors.
\\Gsd_fsIWolapp\TEMPLATE\ARCH\13oiler Plates\Division E 8-0O.doc (Rev.7/12/00) DIVISION E - 7
DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on County-Funded Construction
Contracts of$50,000 and Greater
8 1 CONTACTED RECRUITMENT/PLACEMENT ORGANIZATIONS 10 Points
The bidder has requested assistance from organizations that provide assistance in the recruitment
and placement of MBEs, WBEs, OBEs, SBEs, and LBEs not less than fifteen (15) calendar days
prior to the submission of bids. Any organizations which have been contacted must be listed in
the required documentation.
Required Documentation: A copy of each letter sent to outreach agencies requesting assistance
in recruiting MBEs, WBEs, OBEs, SBEs, and LBEs. Faxed copies must include the fax
transmittal confirmation slip showing the date and time of transmission. Mailed letters must
include copies of the metered envelopes or certified mail receipts. Letters must contain areas of
work to be subcontracted, County project name, name of the bidder, and contact person's name,
address, and telephone number.
9 1 NEGOTIATE IN GOOD FAITH 126 Points
The bidder has negotiated in good faith with interested MBEs, WBEs, OBEs, SBEs, and LBEs
and did not unjustifiably reject as unsatisfactory bids or proposals prepared by any enterprise, as
determined by the County.
Required Documentation: a) Copies of all MBE/WBE/OBE/SBE/LBE bids or quotes received;
and b) Summary sheet organized by work area, listing the bids received, the name of the
company that submitted the bid, the dollar amount of the bid and the subcontractor selected for
that work area. If the bidder elects to perform a listed work area with its own forces, they must
include a bid that shows their own costs for the work.
10 1 BOND, LINES OF CREDIT, AND INSURANCE ASSISTANCE 7 Points
The bidder has documented efforts to advise and assist interested MBEs, WBEs, OBEs, SBEs,
and LBEs in obtaining bonds, lines of credit, and insurance required by the County or contractor.
Required Documentation: Include in Indicator 4 or 5, information about the bidders's efforts to
assist with bonds, lines of credit, and insurance.
No later than three (3) working days following bid opening, the bidders shall submit
completed good faith effort documentation to the County. In its review of the good faith
effort documentation, the County may request additional information to validate and/or
clarify that the good faith effort submission was adequate. Such information shall be
submitted promptly upon request by the County.
For MBE/WBE firms to be used on the project, the bidder shall submit, within three (3)
working days after bid opening, a completed "Letter of Intent" form for each such firm (see
sample form at end of Division E). Use of the form will verify the amount of work each
MBE/WBE subcontractor, supplier, manufacturer, or trucker intends to perform. The form
\\Gsd_fs I Wolapp\TEMPLATMARMBoiler Plates\Division E 8-OO.doc (Rev.7/12/00) DIVISION E - 8
DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on County-Funded Construction
Contracts of$50,000 and Greater
shall be signed by the MBE/WBE subcontractor, supplier, manufacturer, or trucker
identifying the item(s) of work to be performed and the actual dollar value to be received.
F. Award of Contract
The Board reserves the right to reject any and all bids. The award of a contract will be to
the lowest responsive, responsible bidder whose proposal complies with all requirements
prescribed herein. This includes compliance with the required Outreach Program. A
positive and adequate demonstration to the satisfaction of the Board of Supervisors that a
good faith effort to include MBE/WBE/OBE/SBE/LBE subcontractors' participation was
made is a condition for eligibility for award of the contract.
In the event that the Board considers awarding away from the apparent low bidder because
of the bidder's failure to supply adequate good faith effort documentation, the County shall
afford the bidder an opportunity to present further evidence prior to award of contract.
The Board 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 Outreach Program.
G. Subcontractor Substitution
1
In addition to the requirements set forth in the provisions pertaining to the listing of
subcontractors the following shall apply for the purpose of this program:
1. Substitution During Construction: The contract award requires that the level of all
subcontractor participation shall be maintained throughout the duration of the contract.
a. The Contractor shall request advance approval for all substitutions of bid-listed
subcontractors.
b. The request shall be in writing and submitted to the County. The request shall
give the reason for the substitution, the name of the subcontractor, supplier,
trucker, or manufacturer, and the name of the replacement.
2. MBE/WBE Sub-bidder/Subcontractor Substitution: The County requires that
whenever the Contractor seeks to substitute a bid-listed MBE/WBE subcontractor,
supplier, manufacturer, or trucker, the Contractor must make a good faith effort to
replace the MBE/WBE with a firm of the same certification status (i.e., MBE for MBE
and WBE for WBE).
a. The Contractor shall call at lease two (2) certified MBE or WBE sub-bid
prospects from each trade for which sub-bid/subcontracting work is available and
document the following for submittal:
\\Gsd_fsl\volapp\TEMPLATE\ARCH\Boiler Plates\Division E 8-OO.doc (Rev.7/12/00) DIVISION E - 9
-- - - products in stock, it it owns or operates aistnnution equipment. -- — — --
4. "Manufacturer" means a firm that operates or maintains a factory or establishment that
produces on the premises the materials or suppliers obtained by the contractor.
\\Gsd_fsIWolapp\TEMPLATE\ARCH\Boiler Plates\Division E 8-00.doc (Rev.7/12/00) DIVISION E - l l
■
DIVISION E.Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on County-Funded Construction Contracts of$50,000
and Greater
PROPOSAL
All good faith effort documentation must be submitted with the bid or within three (3) working
days following the bid opening.
Failure to submit the required good faith effort documentation within three (3) working days
following the bid opening may render the bid non-responsive.
The County anticipated levels of
MBE Participation: 14%
WBE Participation: 6%
The bidder is required to subcontract the following minimum percentage of its bid:
Mandatory Subcontracting
Minimum (MSM) 4%
Requirement
NOTE: Outreach Program information and/or assistance may be obtained
through the County's Affirmative Action Office at (925) 335-1045.
\\Gsd_fsl\volapp\TEMPLATE\ARCH\Boiler Plates\Division E 8-0O.doc (Rev.7/12/00) DIVISION E - 13
DIVISION E.Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on County-Funded Construction
Contracts of$50,000 and Greater
SECTION 3. 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 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.
\\Gsd_fsIWolapp\TEMPLATE\ARCH\Boiler Plates\Division E 8-OO.doc (Rev.7/12/00) DIVISION E - 14
DIVISION E.Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on County-Funded Construction
Contracts of$50,000 and Greater
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.
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.
\\Gsd_fsIWolapp\TEMPLATE\ARCMBoiler Plates\Division E 8-OO.doc (Rcv. 7/12/00) DIVISION E - 15
DIVISION E.Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on County-Funded Construction
Contracts of$50,000 and Greater
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.
\\Gsd_fsl\volapp\TEMPLATE\ARCH\Boiler Plates\Division E 8-0O.doc (Rev.7/12/00) DIVISION E - 16
DIVISION E.Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on County-Funded Construction
Contracts of$50,000 and Greater
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. 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.
DS:GB:ls
\\Gsd fsl\volapp\TEMPLATE\ARCH\Boilcr Plates\Division E 8-OO.doc (Rev. 7/12/00) DIVISION E - 17
Contra Costa County
OUTREACH PROGRAM
Affirmative Action Office
651 Pine Street, Martinez, CA 94553
(925)335-1045 Fax (925) 646-1353
LETTER OF INTENT TO PERFORM AS A
SUBCONTRACTOR/SUPPLIER/MANUFACTURER/TRUCKER
Name of Prime Contractor
Name of Project
Project Number
The undersigned is a(check one):
Sole proprietorship Corporation Limited Liability
Partnership Joint Venture
Check the following which may apply.
MBE WBE SBE LBE
Subcontractor _ Subcontractor _ Subcontractor _ Subcontractor
_ Supplier _ Supplier _ Supplier _ Supplier
_ Manufacturer _ Manufacturer _ Manufacturer _ Manufacturer
Trucker _ Trucker _ Trucker _ Trucker
_ Other _ Other _ Other — Other
Describe Describe Describe Describe
_None of the Above Apply
The undersigned is prepared to perform the following described work in connection with the above project(specify in
detail the particular work items or parts thereof to be performed):
Total Amount Bid to Prime Contractor: $
Signature Position Title Date
Name of Person Completing this Form
Company Name Phone Number
Fax Number
\\Gsd fsl\volapp\TEMPLATE\ARCH\Boiler Plates\Division E 8-OO.doc (Rev. 7/12/00) DIVISION E - 18
Contra Costa County
OUTREACH PROGRAM
Affirmative Action Office
651 Pine Street, Martinez, CA 94553
(925) 335-1045 Fax(925) 646-1353
VERIFICATION OF PERFORMANCE
SUBCONTRACTOR/SUPPLIER/MANUFACTURER/TRUCKER/SUBCONSULTANT
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 Limited Liability
Partnership Joint Venture
5. Check the following which may apply.
MBE WBE SBE LBE
Subcontractor _ Subcontractor _ Subcontractor _ Subcontractor
Supplier _ Supplier _ Supplier _ Supplier
_ Manufacturer _ Manufacturer _ Manufacturer Manufacturer
_ Trucker _ Trucker _ Trucker — Trucker
Sub Consultant _ Sub Consultant _ Sub Consultant _ Sub Consultant
_ Other _ Other _ Other _ Other
Describe Describe Describe Describe
_None of the Above Apply
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 or Consultant: $
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. ( )
Company Name Phone Number
L )
FAX Number
\\Gsd_fsl\volapp\TEMPLATE\ARCH\Boiler Plates\Division E 8-OO.doc (Rev. 7/12/00) DIVISION E - 19
Contra Costa County Fire Protection District
Central Division
2001/2002/2003
CONTRACT DOCUMENTS
FOR EXTERIOR FIRE HAZARD CONTROL
by
DISCING, TRACTOR DRAWN MOWING AND DOZING
CONTRACT DOCUMENTS
NOTICE TO CONTRACTOR
ABATEMENT SPECIFICATIONS
BID PROPOSAL
ABATEMENT CONTRACT
APPENDIX 1: WORKERS COMPENSATION LIABILITY
APPENDIX 2: PERFORMANCE BOND
APPENDIX 3: PAYMENT BOND
TAFORMSMEEDSMACCD-R
NOTICE TO CON'T'RACTORS
Notice is hereby given by order of the Board of Supervisors of Contra Costa County, as the governing
board of the Contra Costa County Fire Protection District, (hereinafter"District"), that Clerk of said
Board will receive bids for the abating of weeds, rubbish and other fire hazard conditions within the
Central Division of the Contra Costa County Fire Protection District boundaries and under its
jurisdiction. The term of this contract shall commence on the date the contract is executed on behalf of
the Fire District and shall terminate December 31, 2003.
The Central Division of the Contra Costa County Fire Protection District, consists of Concord,
Martinez, Pleasant Hill, Walnut Creek, Lafayette, Pacheco, Clayton, and county lands in and around
the communities.
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". The above mentioned 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
July 10,200], at 11:00 a. 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. The
Administrator of the Exterior Hazard Control program is the Fire Chief of the Contra Costa County
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 fifty percent
(50%) of the contract price and a faithful performance bond in an amount equal to fifty percent (50%)
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 Board of Supervisors has obtained 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
TAFORMSUEEDSMACCD-R D - 1
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 Contra
Costa County Fire Protection District, Central Division.
John Sweeten, Clerk of the Board of Supervisors and County Administrator
By:
Deputy
Publication Dates:
(Pub. Contract Section 20812)
TAFORMS\WEEDS\WACCD-R D - 2
ABATEMENT SPECIFICATIONS
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 Contra Costa County Fire Protection District, hereinafter referred to as the "Fire
District" or"District", notifies property owners within the Fire District of potential fire
hazards related to dry grass, weeds, combustible rubbish and other fire hazards 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 ten (10) 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 Workers'
Compensation Insurance sufficient to meet contractor's obligation to provide benefits
to its employees as required by the State of California. Such Workers' Compensation
Insurance shall be extended to include Employers' Liability coverage. Evidence of
Contractor's Workers' Compensation Insurance shall be furnished in the form of a
Certificate of Insurance to the Fire District and underwritten by either the State
Compensation Insurance Fund or an insurance company authorized to write Workers'
Compensation Insurance in the State of California. All subcontractors engaged by
contractor to furnish either labor or services under this contract shall be required by
contractor to maintain adequate Workers' Compensation Insurance as required by the
State of California and Employers' Liability protection.
b. Public Liability and Property Damage Insurance Including Automobile Liability
Coverage. 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 including automobile liability coverage 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 allegedly 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.
THE POLICY OR POLICIES, OR RIDER ATTACHED THERETO, SHALL NAME THE
CONTRA COSTA COUNTY FIRE PROTECTION DISTRICT, ITS OFFICERS AND
EMPLOYEES, AS ADDITIONAL INSURED AND PROVIDE FOR AT LEAST THIRTY (30)
DAYS WRITTEN NOTICE OF POLICY LAPSE OR CANCELLATION TO THE DISTRICT.
TAFORMSMEEDSMACCD-R D - 3
Said public liability and property damage insurance including automobile liability 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 $1 million bodily injury and property damage combined single
limit per occurrence. See 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 may 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 and prior to
January 1"of each subsequent year of 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, in an amount equal to fifty percent (50%) of the contract price
(for subsequent years, contract price to be increased or decreased in accordance with Section 3-
C of the contract agreement) for the payment of just claims for materials, labor, and
subcontractors employed by him thereon, and a bond equal to fifty percent (50%) of the
contract price (for subsequent years, contract price to be increased or decreased in accordance
with Section 3-C of the contract agreement) 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.
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 and the prevention of
damage to markers, utilities,planted vegetation or other property, public or private.
3. The contractor shall be solely responsible for satisfactorily repairing or replacing anything
damaged, such as water pipes, fences, gates, landscaping, etc., by his employees and/or
equipment.
4. 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.
TAFORMSMEEDSMACCD-R D - 4
5. 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. 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. The actual work to be done exceeds 150% of the abatement specified in the work order.
d. If permission to enter upon any property is denied, or the workers are ordered off the
property. In such cases, all workmen and equipment are to be removed and the Fire
District notified immediately.
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 50 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. 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.
12. 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.
13. All equipment shall be in good and safe condition and shall be suitable for producing the
required quality of work. All equipment used in crop land, range land, watershed or other open
land shall have an approved spark arrestor affixed to the exhaust system.
14. 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 his vehicle or equipment.
TAFORMSMEEDSMACCD-R D - 5
15. The contractor shall provide the number of instant color photographs necessary to do the
following:
a. Identify the parcel by landmarks.
b. Show the entire abatement problem before the abatement work begins.
C. Show the entire condition of the parcel upon completion of the work.
d. Before and after photos will be taken from the same location.
e. Each said photograph shall be identified by parcel number,time, date, and specify
whether before or after picture and bear the name of the photographer.
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.
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.
Orders);d. Schedule certain work as to date work is to be performed.
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.
TAFORMSMEEDSMACCD-R D - 6
4. The Fire District may amend the contract to add additional areas and properties for abatement,
and the contractor has ten (10) 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.
5. The Fire Chief may order the removal of any vehicle, equipment or operator from the work if
he determines that they do not meet the provisions and intent of this section. When so ordered,
the contractor shall immediately replace said vehicle, equipment or operator with one approved
by the Fire Chief or his authorized representative.
SECTION E TYPES OF ABATEMENT
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. Rubbish removal (tractor)
b. Discing
C. Tractor Drawn Mowing
d. Dozing
ABATEMENT STANDARDS
1. Complete Abatement- When complete abatement is ordered, as much of the entire parcel as
possible shall be abated.
2. Firebreaks - Firebreaks shall be installed in accordance with the orders issued by the Fire
District.
3. Mowing- Parcels abated by mowing shall be completed so that all weeds, grass or other
vegetation or organic material which could be expected to burn, shall be cut to a height of not
more than three (3) inches.
4. Discing- Discing equipment shall be set at an angle sufficient to cut the growth loose from its
existing position and when drawn at the proper speed, turn the weeds over and cover them with
soil.
5. Dozing - May be used to level mounds of dirt prior to discing or rotovating or to clear large
areas of debris.
6. Rubbish and/or Other Combustible Debris - Shall be completely removed when so ordered
and disposed of at a proper site.
7. Various Other Methods - Various other methods of correction and abatement as directed in the
Orders issued.
TAFORMSMEEDSMACCD-R D - 7
SECTION F EQUIPMENT REQUIREMENTS
The equipment required by this abatement specifications document must be available for use at all
times during the term of this contract.
a. Discing- The contractor shall provide a minimum of one (1) wheel tractor and two (2)
track layer type tractors with discs at all times. Discing equipment shall be set at an angle
sufficient to cut the growth loose from its existing position and when drawn at the proper speed,
turn the weeds over and cover them with soil. The contractor shall provide at least one (1)
reserve tractor and disc to be used as replacements for breakdowns of the three (3) required
units. Enough tractor transportation equipment and qualified drivers to move tractors from
parcel to parcel as necessary to complete all required abatement within the required time limits.
b. Tractor Drawn Mowing- The contractor shall provide a minimum of one (1) 48"rotary mower
to be utilized in areas where mowing by motorized equipment is possible.
C. Dozing- The contractor shall provide a minimum of one (1) JD 350 track layer or equivalent
with a hydraulic operated angle dozer blade. May be used to level mounds of dirt prior to
discing or rotovating or to clear large areas of debris.
d. Rubbish Removal(mechanical) - Excessive accumulations of rubbish and debris may
be ordered removed when such accumulation has been determined to be a fire hazard. The
minimum crew of rubbish removal will consist of one dump truck with driver/laborer and one
tractor operator with a four-in-one bucket or a loader bucket of not less than 3/4 yard.
Compensation will be made for on site work only (not for travel and dump time). Disposal
charges - actual disposal charges for rubbish removal will be in addition to bid prices and
included on completed work orders. Receipt with parcel number must accompany work orders.
Rubbish from more than one parcel can be on one receipt, but amount charged to each parcel
must be indicated.
SECTION G 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 contractor to
remove his/her equipment from the property, only a"kick-off' charge for the amount of work
completed may be billed. Photographs must be taken by the contractor of work done.
5. Compensation for rubbish removals shall be made for on-site work only.
Compensation shall not be made for travel time or dump time.
6. Disposal charges for rubbish removal will be in addition to bid prices and included on
completed orders. Receipt with parcel number must accompany orders. Rubbish from more
than one parcel can be on one receipt, but amount charged to each parcel must be indicated and
a copy of the receipt attached to each order.
TAFORMSMEEDSMACCD-R D - 8
7. 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 respecting the dispute and the amount of
compensation due the contractor.
8. 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.
9. Payment for competed 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.
10. 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 31" if no assessment or damage complaints are pending. The
contractor may elect to receive 100% of payment 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.
11. 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:
(1) Date or dates work done.
(2) For orders issued by area, the unit price shall be listed.
(3) For 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.
(4) Total contractor charge for each work order.
(5) A copy of the receipt for dump charges shall be attached to all work
orders for rubbish removal.
(6) 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.
12. 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.
TAFORMSMEEDSMACCD-R D - 9
Contra Costa County Fire Protection District
Central Division
BID PROPOSAL
FOR EXTERIOR FIRE HAZARD CONTROL
By
DISCING, TRACTOR DRAWN MOWING AND DOZING
2001/2002/2003 ABATEMENT CONTRACT
For the performance of exterior fire hazard abatement work in the Contra Costa County Fire Protection
District, hereinafter referred to as the "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_of this proposal at a total bid amount of:
(TOTAL AMOUNT OF COMPOSITE BID FROM THE BID PROPOSAL)
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 Fire Protection District, prior to the award of
the contract by the Contra Costa County Board of Supervisors 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 D-11 THROUGH D-15 OF
THE BID PROPOSAL.
TAFORMS\WEEDS\WACCD-R D - 10
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. Actual dump charges for rubbish removals will be in addition to bid prices and included on
completed work orders. Receipts with parcel numbers must accompany work orders. Rubbish
from more than one parcel can be on a receipt, but amount charged to each parcel must be
indicated.
C. PRE-BID INFORMATION MEETING
Attendance by a representative of any company bidding this contract is required to attend one of
the meetings that will be held at the Contra Costa County Fire Protection District office at 2010
Geary Road, Pleasant Hill, on,hnze 21, 2001, at 3:00 p.m. and Jame 19, 2001 , at 9:30 a.m.
TAFORMSMEEDSMACCD-R D - 11
BID PROPOSAL
TRACTOR DRAWN MOWING
��� .'�,i r�,l`�{ �� ,' r � ...5;.�.. . '�•1,,grfi ;1� t $Q �"' lt+ '�t
,3 S i � zv. '-7"'f�.41'ti 3 •^ .'i:ta�c'' £dv:}}Y' J' r .
� ,n: �"c4 .32%a. "dW'7:I,i V�ii �t�'�i %. 4� a „.� ��}s'� ••'+� - ad:.',+"s
fiY .
F
0 - 11,000 Sq. Ft. 2 Parcels Ea.
11,001 - 22,000 Sq. Ft. 2 Parcels Ea.
22,001 - 33,000 Sq. Ft 2 Parcels Ea.
33,001 -43,560 Sq. Ft. 2 Parcels Ea.
More Than 1 Acre 4 Acres Per Acre
Hourly 16 Hours Per Hour
RUBBISH REMOVAL BY TRACTOR
'>;. rc ,I,sX'%s1'�r. ..y.'iL ,'tinh.,:P',y,,• i.•.¢.!:Svice:a- �. �• �f,' ?y3£ ye'>..
Loader, Dump Truck
& Operator 1 Hour Per Hour
Per Cubic Yard 1 Cu. Yd. Ea. Cu. Yd.
COMPENSATION SHALL BE MADE FOR ON SITE WORK ONLY,NOT FOR TRAVEL& DUMP TIME
DOZING
tb`k... *4..,:+2� .•'S�Lig .�r.'9?ft�i� � „.�"::te, ?,� ..»�• ..0 ",.�t 5,�'�•x',���;
�' �'"� OLIN. •A;.:�.,�a% T. :�T��D'.�,��'�_��"�_. UNTI'z;�` P', C<s• ,� ;�"�, .CE��
�, s a�.....aw�t''yryr, r a..3tt.J^»b.it> f< a:'�.83 :T. s: ',',G' :7.5#.�;F'•rp'tY'_.
Angle Dozer& Operator 1 Hour Per Hour
DISCING
.3' •�Y. r.lj':Y. .e€ C'.,:!::>g.-,.,. ..s •rtiti».Tl ra
11.
ro
.vad. JV�EI�tyfl:y:�•,�',^'V...'�•>'rt''�.'1,kin,:t;e.rr'$.� _ Sr'iif'.T;�fS(,:4:.}si�fs7T.�<,.YE�'Via<,.;��,P`P"=}C.:k$y.s.i,`nEa
l
,;.
,
:�leS�.a4' d.`....k? :. '' :>A•'„':�.:Y`.� ...;5 LC,::,'.:ti.(:;•.'::•.:.:: Yy'E'`' yt,''.�i� F.I:i.;�,`..(:�a.);,811^2.'A ).i:�J(1�:3!.
.n
0 - 11,000 Sq. Ft. 4 Parcels Ea.
11,001 - 22,000 Sq. Ft. 4 Parcels Ea.
22,001 - 33,000 Sq. Ft. 4 Parcels Ea.
33,001 - 43,560 Sq. Ft. 4 Parcels Ea.
More than 1 Acre - 10 Acres 1 Acre Per Acre
More than 10 Acres 1 Acre Per Acre
Hourly 40 Hours Per Hour
TOTAL COMPOSITE BID S
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.
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.
TAFORMSMEEDSMACCD-R D - 12
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.
4'�t. ,�,�� _.?,o. 1'.yi:,�.Mr:i.Yl���"��t':�* .q:. r.u::•::.;'S°�i63 `s"...,. ...�,: :!Y?:�::e1.;`;?•:.r:" :.�9.;v;' 'ay,. �. {��y ,�.Pr...:::.r.:_. y .°,1•:'w•.r,
.7.�. „b,r.:'7�• � �:Y•>.. `•k". .;Vii:`<�.{:.;.�.. �f�:�R•::7.iF' S .. .."F':.
f L,. ¢,.. .�a.� Y,. � °..tet,. 'Y .4.•
5 "F ^9'";,�Y>` ..s. � 6t �'','•. '.y::+r�'Yr�r'�`�"'i..;:1:::M��. ,.G,r. .�.r'i..w. - a ::Vy r;:'' =py+. ;?,y.�;
�! � YL..ir ':?V' ��•:�.C' "DG'rt�33��W� .k .l�t�:?'� '• -Y •." ,. .S•1.G' �Y'' ^tf'N'�
�" `- �•+ 4 � �® �C® �TR;AC���TNG:, 'Alx� ''• � �`�Tj'NT�y��. 3
.t k`t„';4�' n .�., .t.•'..:/: •.�":<.k .�j. ':t' `;.c .a: `'�:t'.;F'1.,A,.•.,(� :.yx:4., ';• 'O:,
�°i�4�.5� �.}�nil,:��F?fiTY.2•RN�2: i.t.
' .'t 4'#' •..�,5»a:v�..�+b.,;'�.e•::..:^•,::�t�s
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.
t. .!• ,i 1 Y :. 4.;a,,y.:x .1{.. ��,� .,k � h; � ��9� 'SE i a�.
M: ,.n��,,t�• !� K' ''Lr�.>Y.¢J���..1�'z+��' 7 h��w,.��3.. ��� •°;�1� t! J��i,S.:i.. Sl'�
;..y
: �+ °rp `<afR�� 'k •.%�i :Yo.$';''i.«p,�`;i...;”. .r' M'. :S �>y.K'M,(. !)
[�� �t' yA 'Pi. `^% Y .1 '��'?'� ..:$':�:� q.1�' .:•Y�:tR�',r�6:�a,7f;>
�:�. "v`.9 Y .Y ��SK^i:• ,Yr f .S;i� � ;1s.�>� 'n+• ,^...';� C�'• x:+x, •� s:<:.X,
•
'.i> .>s y.%i'i J»N �? 'lllc+'�'. •'.C��..>.•�:..'��w:. � }>n� i:fi J� a!n .YY:!.fa,65.i. �+•i::'+�tiai+'Y:'"...�il:lf
:.n
:
dY:.
3. CONTRACTOR'S BUSINESS OFFICE
Address:
Telephone:
T:\FORMS\WEEDS\WACCD-R D - 13
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:
Name: Years of Experience:
Address:
Phone #:
Amount& Type of Equipment Provided:
Name: Years of Experience:
Address:
Phone #:
Amount & Type of Equipment Provided:
T:\FORMS\WEEDS\WACCD-R D - 14
2001/2002/2003 ABATEMENT CONTRACT
CENTRAL DIVISION
FOR EXTERIOR FIRE HAZARD CONTROL
By
DISCING, TRACTOR DRAWN MOWING AND DOZING
1. SPECIAL TERMS: These special terms are incorporated below by reference.
A. PARTIES:
Contra Costa County Fire Protection District, hereinafter referred to as "Fire District" or
"District",
(Contractor)
B. EFFECTIVE DATE: (See 3A for starting date).
C. THE WORK.-
The
ORK: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 Fire 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 District, Administrator of the Exterior Fire Hazard Control Program.
F. CONTR4CT PRICE:
$ (for unit price contracts, more or less, in accordance with
finished quantities at unit bid prices).
2. SIGNATURES AND ACKNOWLEDGMENT:
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 acknowledgment form below, and (2) if a corporation,
signatures must conform to designated representative groups pursuant to Corporations Code Section
313.
TAFORMSMEEDSMACCD-R D - 15
(State of California ) ACKNOWLEDGMENT
(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: SILVANO MARCHESI
COUNTY COUNSEL BY:
Diane J. Silver
Deputy County Counsel
3. CONTRACT TERM:
a. 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, 2003.
b. This contract may be terminated by the Fire District, at its own discretion, by said Fire
District giving written notice of said termination to contractor, at the address set forth by
contractor in his bid proposal, no less than 30 days before October 1, 2001 or October 1,
2002. If notice of termination is given, the contract shall be terminated on the
December 31 following the notice of termination. In the event of termination,
contractor shall be entitled to payments due through the date of termination, but Fire
District shall assume no other duty or liability to contractor on account of its termination
of the contract.
C. Unless the contract is terminated in the manner set forth in paragraph (b) above, the
contractor shall be entitled during the term of this contract to annual adjustments in the
contract price, upward or downward, to reflect changes in the "Consumer Price Index
for Urban Wage Earners and Clerical Workers, San Francisco-Oakland, All items---
Series A (1982/84-100)", published by the Bureau of Labor Statistics of the United
States as follows: The Cost of Living Index published for the year ending December 31,
2000, shall be taken as the "Base Index" for the purpose of computation. On January 1,
2001 and again on January 1, 2002, the rates set forth in this contract shall be increased
or decreased by not more than a percentage amount equal to the new percentage change
between the Base Index and the Cost of Living Index for the calendar year ending
December 31 of the previous year. The adjusted rate shall be deemed thereafter to be
the Base Index for the purposes of the next rate computation. Such percentage of
change shall be calculated to the nearest one-tenth of 1%, and said rates shall be
rounded off to the nearest one cent of increases or decreases.
4. WORK CONTRACT, CHANGES:
a. By their signatures in Section 2, effective on the above date, these parties promise and
agree as set forth in this contract, incorporating by these references the material
("special terms") in Section 1.
TAFORMSMEEDSMACCD-R D - 16
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 damage due to delay.
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.
TAFORMSMEEDSMACCD-R D - 17
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 over
payment 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 or 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 thereunder in the forms attached hereto as Appendices 2 and 3.
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 workers and equipment as previously ordered. The Fire District's
determination shall be final and conclusive as to sufficiency of workers and equipment.
TAFORMSMEEDSMACCD-R D - 18
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 as though fully stipulated herein.
13. SUBCONTRACTORS:
a. Public Contract Code Sections 4100-4113 are incorporated herein.
b. 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.
C. 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.
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.
TAFORMSMEEDSMACCD-R D - 19
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 moneys 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:
a. 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;
b. 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
C. 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
Indemnity 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
Indemnity.
TAFORMSUEEDSMACCD-R D - 20
APPENDIX 1
CONTRACT:
CONTRACTOR:
CERTIFICATION BY CONTRACTOR(LABOR CODE, SECTION 1861) TO CONTRA
COSTA 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)
TAFORMSMEEDSMACCM D -21
APPENDIX 2
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
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 moneys due under the terms of this bond.
SIGNED AND SEALED, this day of , 20
(SEAL) (SEAL)
(Principal) (Surety)
By:
(Signature) (Signature)
(SEAL AND ACKNOWLEDGMENT OF NOTARY)
TAFORMSMEEDSMACCD-R D -22
APPENDIX 3
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
, 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 , 20
(SEAL) (SEAL)
(Principal) (Surety)
By:
(Signature) (Signature)
(SEAL AND ACKNOWLEDGMENT OF NOTARY)
TAFORMS\WEEDS\WACCD-R D - 23