-
REQUEST FOR QUALIFICATIONS (NON-IT) MAIN
- COVER PAGE
-
1. OVERVIEW
-
2. RULES AND CONDITIONS
- 2.1. INTRODUCTION
- 2.2. COMMITMENT
- 2.3. CONFLICT OF INTEREST AND FOLLOW-ON CONTRACTS
- 2.4. ANTITRUST CLAIMS
- 2.5. PARTICIPATION COSTS
- 2.6. PUBLIC RECORDS ACT
- 2.7. WRITTEN QUESTIONS
- 2.8. ADDENDA
- 2.9. MODIFICATION OF SUBMITTALS
- 2.10. ERRORS IN SUBMITTALS
- 2.11. UPLOAD OF SUBMITTALS
- 2.12. UNRELIABLE LIST
- 2.13. GOVERNANCE
- 2.14. ELECTRONIC WASTE RECYCLING
- 2.15. USE TAX
- 2.16. SUBCONTRACTORS
- 2.17. GENERATIVE ARTIFICIAL INTELLIGENCE
-
3. STATEMENT OF QUALIFICATIONS SUBMITTAL REQUIREMENTS
- 3.1. INTRODUCTION
- 3.2. DEADLINE
- 3.3. CONTRACTOR ELIGIBILITY
- 3.4. COVER LETTER
- 3.5. TABLE OF CONTENTS
- 3.6. STATEMENT OF QUALIFICATIONS
- 3.7. ILLNESS AND INJURY PREVENTION PROGRAM (IIPP)
- 3.8. QUALIFICATIONS AND LICENSES
- 3.9. REQUIRED CERTIFICATIONS
- 3.10. SMALL BUSINESS (SB) PARTICIPATION
- 3.11. DISABLED VETERAN BUSINESS ENTERPRISE (DVBE) PARTICIPATION
- 3.12. SB/DVBE REPORTING REQUIREMENT
- 3.13. COMMERCIALLY USEFUL FUNCTION (CUF) CERTIFICATION
- 3.14. SB/DVBE RESOURCES
-
4. EVALUATION AND SELECTION
-
5. COST AND PAYMENT PROVISIONS
- 5.1. PAYMENT
- 5.2. LABOR RATES
- 5.3. TRAVEL AND PER DIEM
- 5.4. OFFICE SUPPORT EMPLOYEES
- 5.5. CONTRACTOR-OWNED EQUIPMENT (IF APPLICABLE)
- 5.6. RENTAL EQUIPMENT (IF APPLICABLE)
- 5.7. SMALL EQUIPMENT AND TOOLS (IF APPLICABLE)
- 5.8. MATERIALS (IF APPLICABLE)
- 5.9. COMMUNICATION
- 5.10. SUBCONTRACTORS
- 5.11. NON-HAZARDOUS MATERIAL TRANSPORT AND DISPOSAL
- 5.12. HAZARDOUS MATERIAL TRANSPORT AND DISPOSAL (IF APPLICABLE)
- 5.13. OTHER SERVICES AND MATERIAL
- 5.14. NON-COMPENSABLE SERVICES
- 5.15. RECORDS
- 5.16. STATE INCOME TAX WITHHOLDING
- 5.17. DAMAGES DUE TO ERRORS AND OMISSIONS
- 6. DEFINITION AND TERMS
-
ATTACHMENT 1: STATEMENT OF QUALIFICATIONS QUESTIONNAIRE
-
ATTACHMENT 2: CLIENT REFERENCES
-
ATTACHMENT 3: COMPLIANCE WITH GOVERNMENT CODE, SECTION 87100
-
ATTACHMENT 4: PUBLIC CONTRACT CODE SECTION 10162 – QUESTIONNAIRE
-
ATTACHMENT 5: PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT
-
ATTACHMENT 6: NONCOLLUSION AFFIDAVIT
-
ATTACHMENT 7: BIDDER DECLARATION
-
ATTACHMENT 8: CONTRACTOR CERTIFICATION CLAUSES (CCC 04/2017)
-
ATTACHMENT 9: COMMERCIALLY USEFUL FUNCTION (CUF) CERTIFICATION (CALRECYCLE 75)
-
ATTACHMENT 10: DARFUR CONTRACTING ACT
-
ATTACHMENT 11: CALIFORNIA CIVIL RIGHTS LAWS CERTIFICATION
- ATTACHMENT 12: SMALL BUSINESS SUBCONTRACTOR PAYMENT CERTIFICATION
-
ATTACHMENT 13: SCORING CRITERIA
- ATTACHMENT 14: SAMPLE STANDARD AGREEMENT
-
EXHIBIT A: SCOPE OF WORK
-
EXHIBIT B: BUDGET DETAIL AND PAYMENT PROVISIONS
-
EXHIBIT B1: RATE SHEET
-
EXHIBIT C: GENERAL TERMS AND CONDITIONS
-
EXHIBIT D: SPECIAL TERMS AND CONDITIONS
- EXHIBIT E: RECYCLED CONTENT CERTIFICATION
-
ATTACHMENT 15: FINAL PROPOSAL CHECKLIST
Warning, this is just a preview of the form. Please do not draft responses on this form as changes will not be saved. Return to the application link and sign up to draft and submit a response.
Download as PDF
Rubberized Asphalt Concrete Engineering and Technical Assistance, DRR24057
The details of the solicitation are below. To submit a response, please complete all the necessary fields within this page. You can navigate to different sections using the Table of Contents. You can save your progress by clicking the "Save" button and you can Submit your response by clicking the "Submit and Complete" button.
Submission Start and End dates
March 4, 2025 at 12:00 AM - April 1, 2025 at 2:00 PM (Pacific Time (US & Canada))
REQUEST FOR QUALIFICATIONS (NON-IT) MAIN
COVER PAGE

DEPARTMENT OF RESOURCES RECYCLING AND RECOVERY
Notice to Prospective Proposers
March 4, 2025
You are invited to review and respond to this Request for Qualifications (RFQ), entitled “Rubberized Asphalt Concrete Engineering and Technical Assistance, DRR24057". In submitting your Statement of Qualifications package, you must comply with the instructions herein.
Note that all agreements entered into with the State of California will include by reference General Terms and Conditions, Special Terms and Conditions and Contractor Certification Clauses which are referenced in this package.
In the opinion of the Department of Resources Recycling and Recovery (CalRecycle) this RFQ is complete and without need of explanation. However, if you have questions, or should you need any clarifying information, the contact person for this RFQ is:
Melissa Atencio
contracts@calrecycle.ca.gov
(916) 341-6544
Please note that no verbal information given will be binding upon the State unless such information is issued in writing as an official addendum.
Melissa Atencio
Contract Administrator
1.
OVERVIEW
1.1.
GENERAL INFORMATION
CalRecycle’s mission is to protect California’s environment and climate for the health and prosperity of future generations through the reduction, reuse and recycling of California resources, environmental education, disaster recovery and the transition from a disposable to a fully circular economy.
“Firm” as used herein refers to the party submitting a Statement of Qualifications. “Contractor” as used herein refers to the firm awarded the Contract resulting from the Request for Qualifications.
1.2.
CALRECYCLE CONTACT INFORMATION
Department of Resources Recycling and Recovery | |
Physical Address: |
1001 I Street Sacramento, CA 95814 CalRecycle Contracts Unit |
Mailing Address: |
P.O. Box 4025 Sacramento, CA 95812-4025 Attn: Contracts Unit, MS-19A |
Phone: | (916) 341-6544 |
Email: | contracts@calrecycle.ca.gov |
1.3.
SERVICE NEEDED
The purpose of this Contract is to continue support of CalRecycle’s rubberized asphalt concrete (RAC) grant programs via RAC technology transfer and technical assistance to local governments; and support CalRecycle’s non-grant RAC initiatives, including technical investigations, local government technical assistance, and new ad-hoc initiatives. CalRecycle will hire an engineering consultant with expertise in RAC processes and construction to help provide training, technology transfer and technical assistance to local government agencies who want to increase their knowledge and use of RAC. Projects under the Contract will include fostering partnerships between local governments, other state agencies, and private industry.
For a complete description of the services needed during the term of the Agreement, refer to the EXHIBIT A: SCOPE OF WORK in the Sample Standard Agreement in this document.
1.4.
CONTRACT BUDGET
This Contract is valid and enforceable only if sufficient funds are made available by the Budget Act of the appropriate fiscal year for the purposes of this program. In addition, this Contract is subject to any additional restriction, limitations or conditions enacted by the Legislature, which may affect the provisions, terms, or funding of this Contract in any manner.
This Contract will ultimately encumber funding from Fiscal Year(s) 2024/2025, 2025/2026 and 2026/2027 and is subject to the passage of the respective Budget Acts and approval by CalRecycle. There is a current maximum budget of 900,000.00 (Nine hundred thousand dollars and zero cents).
1.5.
CONTRACT AMENDMENT
If required for completion of the work, CalRecycle reserves the right tomay amend the Agreement for additional time or funding through a formal written amendment executed by both CalRecycle and the Contractor.as required for completion of work, or to increase funding, in accordance Amendments must comply with EXHIBIT B: BUDGET DETAIL AND PAYMENT PROVISIONS, and are subject to the limitations set forth in the State Contracting Manual (SCM), including but not limited to Sections 3.09 and 5.81. Contracts awarded based on a law requiring competitive bidding may only be amended if the law explicitly allows it and the amendment does not materially alter the original terms. of the resulting Agreement.
All amendments require the execution of a Std. 213A and, if applicable, approval by the Department of General Services (DGS).
1.6.
PAYMENT WITHHOLD
The provisions for payment under this contract will be subject to a ten percent (10%) withhold per task and/or deliverable. The withheld payment amount will be included in the final payment to the Contractor and will only be released when all required work has been completed to the satisfaction of CalRecycle.
1.7.
CONTRACT TERM
The term of this Agreement will span approximately thirty-six (36) months and is expected to begin in May, 2025. CalRecycle reserves the right to amend the term of this Contract as needs arise.
1.8.
PROCESS TYPE
Request for Qualifications (RFQ)
1.9.
PROCESS SCHEDULE
This process will be conducted according to the following tentative schedule where all times are Pacific Time
Advertisement Date | March 4, 2025 |
Written Questions Due by 5:00 pm | March 18, 2025 |
Statement of Qualifications (SOQ) Due by 2:00 pm | April 1, 2025 |
Oral Interviews Conducted with Highest Ranked Firms | April 23, 2025 |
Negotiations begin with Most Qualified Firm | April 24, 2025 |
2.
RULES AND CONDITIONS
2.1.
INTRODUCTION
The information below sets out the conditions that this RFQ, the submitting firm’s Statement of Qualifications (SOQ or SOQ package) and the resulting Contract are subject to and/or the requirements with which the firm must comply. Any concerns or issues with any of the conditions or requirements, including those referenced below under Commitment must be addressed during the question and answer period of this RFQ.
2.2.
COMMITMENT
The following documents and the SOQ package will comprise the Contract:
- Special Terms and Conditions available for viewing in EXHIBIT D: SPECIAL TERMS AND CONDITIONS.
- General Terms and Conditions (GTCs) and Contractor Certification Clauses (CCCs) are both available for viewing at https://www.dgs.ca.gov/OLS/Resources.
- CalTrans Standard Specifications DOT Standard Plans and Specifications.
- Solid Waste Trust Fund Standard Specification - Modifications to the General Provisions of the CalTrans Standard Specifications dated 12/2022 available for viewing at https://calrecycle.ca.gov/Contracts/Forms/.
- Work Orders
- Supplemental agreements which may be required to complete the work in a substantial and acceptable manner.
The above terms, conditions, and/or requirements are not subject to negotiation. Any SOQ that reserves a right to negotiate or expresses any exception to the above terms, conditions, and/or requirements will be disqualified. However, requests to revise any of the above terms, conditions, and/or requirements may be submitted during the formal question and answer period. Any such requests must include the current language, the proposed revised language, and the justification for the proposed revision. Any revisions are at the sole discretion of CalRecycle and will only be made under very limited circumstances in which the revisions apply to all firms and benefit or enhance the Contract.
By submitting a SOQ, the firm commits to accepting these terms, conditions and requirements.
CalRecycle is not committed to award a Contract resulting from this RFQ. In addition, award of this Contract does not obligate CalRecycle to issue any work orders and the Contractor shall have no claim for damages or compensation for anticipated profits should CalRecycle not issue any work orders.
2.3.
CONFLICT OF INTEREST AND FOLLOW-ON CONTRACTS
All firms are required to disclose whether they, or any subcontractor they intend to use, are currently providing consulting services to CalRecycle, or have provided such services to CalRecycle within the five (5) years preceding the release of this solicitation.
2.4.
ANTITRUST CLAIMS
In submitting a SOQ Package to a public purchasing body, the firm offers and agrees that if the SOQ Package is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 [commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, materials, or services by the firm for sale to the purchasing body pursuant to the SOQ Package. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the Contractor. (See Government Code Section 4552.)
If an awarding body or public purchasing body receives, either through judgment or settlement, a monetary recovery for a cause of action assigned under this chapter, the assignor shall be entitled to receive reimbursement for actual legal costs incurred and may, upon demand, recover from the public body any portion of the recovery, including treble damages, attributable to overcharges that were paid by the assignor but were not paid by the public body as part of the SOQ Package price, less the expenses incurred in obtaining that portion of the recovery. (See Government Code Section 4553.)
Upon demand in writing by the assignor, the assignee shall, within one year from such demand, reassign the cause of action assigned under this part if the assignor has been or may have been injured by the violation of law for which the cause of action arose and (a) the assignee has not been injured thereby, or (b) the assignee declines to file a court action for the cause of action. (See Government Code Section 4554.)
2.5.
PARTICIPATION COSTS
All costs resulting from the firm’s participation in the RFQ process are at the firm’s expense. No costs incurred by a firm participating in the RFQ process will be reimbursed by CalRecycle.
2.6.
PUBLIC RECORDS ACT
All materials submitted in response to this RFQ will become the property of CalRecycle and, as such, are subject to the Public Records Act (Government Code Sections 7920.000 et seq.). CalRecycle will disregard any language purporting to render all of portions of any SOQ package confidential.
All information obtained or produced during the course of the Agreement will be made available to CalRecycle.
Any information obtained or produced during the course of the Agreement that qualifies as confidential or a trade secret(s) under the Public Records Act (PRA) or the Public Contract Code (PCC), and is thus exempt from disclosure under those statutes, shall be so marked by the firm prior to submission to CalRecycle. Any claims of confidentiality or trade secret(s) except as to information that qualifies as such under the PRA or PCC may result in disqualification.
CalRecycle will hold information obtained or produced during the course of the Agreement deemed confidential or trade secret(s) by the firm to the extent allowable by the California PRA and the PCC.
2.7.
WRITTEN QUESTIONS
Firms needing clarification of the requirements of this solicitation may submit questions to CalRecycle’s Contracts Unit via email at Contracts@calrecycle.ca.gov. All inquiries must be received no later than March 18, 2025 . Questions will not be accepted via any other method.
Questions, suggestions, or objections regarding the content of this solicitation, including but not limited to the purpose, scope of work, etc., not submitted by the deadline for questions shall be deemed waived and may not be raised at a later time.
Oral communications with CalRecycle officers and employees shall be non-binding on the State and shall in no way exclude the Bidders of any obligations as set forth in this package. All questions or inquiries regarding this solicitation shall be submitted via email to CalRecycle's Contracts Unit at Contracts@calrecycle.ca.gov. Emails should be clearly marked "Questions Relating to SOLICITATION 24057". CalRecycle will not accept written questions through the electronic bid system.
The questions and answers will be published in an Addendum to the RFQ (see below, Addenda).
2.8.
ADDENDA
CalRecycle reserves the right to amend, alter, or change the rules and conditions of this RFQ.
Any ambiguity, conflict, discrepancy, omission, or other error discovered in the RFQ should immediately be reported to CalRecycle prior to the deadline for submission of written questions. CalRecycle will issue an addendum to address such issues. All addendums will be posted on CaleProcure at https://caleprocure.ca.gov/ and available on CalRecycle's webpage for this particular solicitation at www.calrecycle.ca.gov/contracts.
Any addendum that includes RFQ revisions will be made in the electronic bid system and a system-generated Summary of Changes document will be made available to all Bidders. The revisions will replace all prior versions of the RFQ.
Receipt of Addenda must be acknowledged in the cover letter and as indicated in Attachment 1, section 8, “Acknowledgment/Authorization Form”.
2.9.
MODIFICATION OF SUBMITTALS
A SOQ submitted prior to the submittal deadline, can be withdrawn or modified by the submitting firm. The firm must:
- Log in to the electronic bid system Vendor Submission Portal and make any necessary changes to required documents.
A SOQ package cannot be withdrawn for modification after the submittal deadline has passed.
2.10.
ERRORS IN SUBMITTALS
An error in a SOQ package may be cause for rejection of that SOQ.
CalRecycle may make certain corrections if the error is of a minor nature and/or the firm’s intent is clearly established based on a review of the complete SOQ package as determined by CalRecycle.
2.11.
UPLOAD OF SUBMITTALS
All required documents must be submitted through the electronic bid system Vendor Submission Portal. The required documents are provided as a link to download, complete, and upload. The electronic bid system only allows for a single file upload. If you have multiple documents to upload, the Firm must create a zip file or combine PDFs and upload as a single file. For any issues with completing an upload, Firms must reach out to the Vendor support team via email at support@authorium.com for assistance. CalRecycle is not aware of any file size restrictions.
2.12.
UNRELIABLE LIST
Any firm currently on the CalRecycle Unreliable list is ineligible to apply for or participate in this contract.
2.13.
GOVERNANCE
If any provisions of the Contract are found to be unlawful or unenforceable, such provisions will be voided and severed from the Contract without affecting any other provision of the Contract. To the full extent, however, that the provisions of such applicable law may be waived, they are hereby waived to the end that the Contract be deemed to be a valid and binding agreement enforceable in accordance with its terms.
This Contract is governed by and shall be interpreted in accordance with the laws of the State of California.
All proceedings concerning the validity and operation of the Contract and the performance of the obligations imposed upon the parties hereunder shall be held in Sacramento County, California. The parties hereby waive any right to any other venue. The place where the Contract is entered into and place where the obligation is incurred is Sacramento County, California.
The person signing the Contract on behalf of the Contractor shall certify under penalty of perjury under the laws of California, that the Contractor is not an expatriate corporation or subsidiary of an expatriate corporation within the meaning of Public Contract Code Section 10286 and 10286.1 and is eligible to contract with the State of California. This statement may be included on the cover letter of the SOQ.
2.14.
ELECTRONIC WASTE RECYCLING
If the Contractor or any subcontractors participate in activities that result in the disposition of electronic components, they shall comply with the provisions of Public Resources Code, Chapter 8.5.
2.15.
USE TAX
If, during the course of the Contract, the Contractor will be involved in the re-sale of goods to the State, they must comply with the requirements of Section 6452.1, 6487, 6487.3, 7101, and 18510 of the Revenue and Taxation Code, in addition to Section 10295.1 of the Public Contract Code.
2.16.
SUBCONTRACTORS
All subcontractors identified in the SOQ, must be experts in their respective disciplines and capable of performing the tasks for which they are hired.
The Department of General Services (DGS), Office of Small Business and Disabled Veteran Business Enterprise Services (OSDS) oversees the Small Business (SB) and Disabled Veteran Business Enterprise (DVBE) certification programs. If awarded the Contract, the Contractor must use all of the certified SB and DVBE firms identified on the ATTACHMENT 7: BIDDER DECLARATION form.These firms must perform a commercially useful function. Per Government Code section 14837(d)(4), a certified small business or microbusiness is deemed to perform a commercially useful function if the business does all of the following:
Is responsible for the execution of a distinct element of the work of the contract
Carries out its obligation by actually performing, managing, or supervising the work involved;
Performs work that is normal for its business services and functions;
Is responsible, with respect to products, inventories, materials, and supplies required for the contract, for negotiating price, determining quality and quantity, ordering, installing (if applicable) and making payment; and
Is not further subcontracting a portion of the work that is greater than that expected to be subcontracted by normal industry practices.
Contractor understands and agrees that should award of this contract be based in part on their commitment to use the DVBE subcontractor(s) identified in their SOQ, per Military and Veterans Code (M&VC) Section 999.5 (e), a DVBE subcontractor may only be replaced by another DVBE subcontractor and must be approved by the DGS. Changes to the Scope of Work that impact the DVBE subcontractor(s) identified in the SOQ and approved DVBE substitutions will be documented by contract amendment.
Failure of the Contractor to seek substitution and adhere to the DVBE participation level identified in the SOQ may be cause for contract termination, recovery of damages under rights and remedies due to the State, and penalties as outlined in M&VC § 999.9; Public Contract Code (PCC) § 10115.10, or PCC § 4110 (applies to public works only).
CalRecycle reserves the right to approve substitutions of subcontractors, as long as, certified business participation levels remain unchanged.
2.17.
GENERATIVE ARTIFICIAL INTELLIGENCE
The State of California seeks to realize the potential benefits of GenAI, through the development and deployment of GenAI tools, while balancing the risks of these new technologies.
The firm must notify the State in writing if it: (1) intends to provide GenAI as a deliverable to the State; or (2), intends to utilize GenAI, including GenAI from third parties, to complete all or a portion of any deliverable that materially impacts: (i) functionality of a State system, (ii) risk to the State, or (iii) Contract performance. For avoidance of doubt, the term “materially impacts” shall have the meaning set forth in State Administrative Manual (SAM) § 4986.2 Definitions for GenAI.
Failure to report GenAI to the State may result in disqualification. The State reserves the right to seek any and all relief to which it may be entitled to as a result of such non-disclosure.
Upon notification by the firm of GenAI as required, the State reserves the right to incorporate GenAI Special Provisions into the final contract or reject bids/offers that present an unacceptable level of risk to the State.
Government Code § 11549.64 defines “Generative Artificial Intelligence (GenAI)” as an artificial intelligence system that can generate derived synthetic content, including text, images, video, and audio that emulates the structure and characteristics of the system’s training data.
3.
STATEMENT OF QUALIFICATIONS SUBMITTAL REQUIREMENTS
3.1.
INTRODUCTION
Failure to follow the instructions contained in this document may be grounds for rejection of a Statement of Qualifications package.
CalRecycle may reject any SOQ if it is conditional, incomplete or contains irregularities. CalRecycle may waive an immaterial deviation in a SOQ, if deemed in the best interest of CalRecycle.
3.2.
DEADLINE
SOQ packages must be submitted through the electronic bid system. All submission requirements must be completed by the "Submittals Due by 2:00" date in SECTION 1. OVERVIEW.
SOQs will not be accepted after the deadline.
3.3.
CONTRACTOR ELIGIBILITY
The firm must include a written declaration in the cover letter (see below), stating that the Contractor and any Subcontractors to be used during the performance of the contract are eligible to contract with the State of California, pursuant to PCC § 10286 et seq.
3.4.
COVER LETTER
The cover letter shall be signed by an individual who is authorized to bind the firm and shall indicate that person's title or position. The cover letter must be on the firm's company letterhead and contain the following information:
- Name and address of the firm submitting qualifications;
- Firm’s Headquarters for purposes of this Contract, if awarded;
- Name, telephone number, and e-mail address of a person who can be contacted if further information is required.
- Name, title, address, telephone number, and e-mail address of individual(s) with authority to negotiate and execute a binding Contract on behalf of the firm.
- Statement that the submission is a firm and irrevocable offer for a Ninety (90) day period.
- Statement attesting to the fact of the percentage of post-consumer recycled content fiber paper used in the compilation of the SOQ package.
- Statement acknowledging the receipt of all issued Addenda pertaining to this RFQ.
- Statement stating that the Contractor and any Subcontractors to be used during the performance of the contract are eligible to contract with the State of California, pursuant to PCC § 10286.
- List of Contractor’s and any subcontractor(s’) business names, identification of certified Small Business (SB) or Disabled Veteran Business Enterprise (DVBE) status, if applicable, and corresponding Office of Small Business and Disabled Veteran Business Enterprise Services (OSDS) Reference number(s) issued by DGS;
-
Statement disclosing whether the firm, or any subcontractor they intend to use, are currently providing consulting services to CalRecycle, or have provided such services to CalRecycle within the five (5) years preceding the release of this solicitation, if applicable; and
-
Statement disclosing whether the firm:(1) intends to provide or not provide GenAI as a deliverable to the State; or (2), intends to utilize GenAI, including GenAI from third parties, to complete all or a portion of any deliverable that materially impacts: (i) functionality of a State system, (ii) risk to the State, or (iii) Contract performance. For avoidance of doubt, the term “materially impacts” shall have the meaning set forth in State Administrative Manual (SAM) § 4986.2 Definitions for GenAI.
3.5.
TABLE OF CONTENTS
The information must be organized as presented in conformance with the ATTACHMENT 1: STATEMENT OF QUALIFICATIONS QUESTIONNAIRE format listed with corresponding page references (i.e., General Information, Licensing/Health and Safety Information, etc.). Supporting documentation must also be included.
3.6.
STATEMENT OF QUALIFICATIONS
Firms shall respond to all items in the SOQ package. If the answer to any item is "Not Applicable" or "None" so state in the designated space on the SOQ form. If there is no response for an item, the SOQ package may be considered non-responsive, and the submittal may be rejected. The following information is provided as clarification of the requirements of some subjects contained within the SOQ but is not a complete list of all information required for inclusion in the firm’s submittal:
References: Firms must provide the name and current phone number of references who can confirm the accuracy of the experience and qualifications listed in the SOQ. References who are employees of the firm submitting the SOQ or employees of entities legally associated with the firm submitting the SOQ will not be considered as valid references. Experience or qualifications that cannot be confirmed by CalRecycle staff (e.g., inappropriate contact person or incorrect telephone number) will be disregarded.
Organizational Chart: Firms must provide an organizational chart identifying the Project Manager, all subcontractors, all key personnel of the firm and subcontractors who will be providing services under the contract, and all primary employees of the firm and subcontractors who will or may be involved with projects during the course of the Contract. The organizational chart shall indicate whether the individual works for the firm or a subcontractor (SECTION 7. PERSONNEL & ORGANIZATIONAL INFORMATION).
Résumé: A résumé for each of the individuals identified in the Organization Chart must be submitted with the SOQ. The same person may be responsible for multiple tasks, but their experience in each task must be indicated in their résumé. Each person’s résumé must identify experience related to task(s) that he/she will perform under the EXHIBIT A: SCOPE OF WORK.
Additional Information: Firms may provide additional information that demonstrates their ability in performing projects of similar nature of work identified in the EXHIBIT A: SCOPE OF WORK in the Sample Standard Agreement.
Partners/Subcontractors: The variety of work may require resources beyond the capabilities of some firms. If other firms are proposed as partners or subcontractors, the experience of those firms, in addition to the experience of the prime firm, shall be indicated on the appropriate forms in the SOQ. All experience documented on the forms shall be clearly marked to show which firm was responsible for the specific work.
3.7.
ILLNESS AND INJURY PREVENTION PROGRAM (IIPP)
The Contractor shall have a current company IIPP that meets the requirements of 29 CFR 1910.120(b) or a sample of a recently prepared Health and Safety Plan (HSP) environmental remediation/cleanup project representative of the types of projects envisioned to be conducted and included in ATTACHMENT 1: STATEMENT OF QUALIFICATIONS QUESTIONNAIRE. The IIPP shall apply to all employees involved in the Agreement. Each subcontractor involved in the agreement shall also have a current company IIPP.
The Contractor shall at all times be responsible for the protection of its employees and the public. Review of the Contractor's IIPP by CalRecycle staff shall in no way relieve the Contractor of responsibility for any aspect of its work, or for compliance with all Federal, State, and local laws pertaining to health and safety.
The Contractor's Project Manager and the assigned Safety Manager (can be the same person) shall be at the site whenever work is being performed, unless otherwise authorized by CalRecycle Staff.
Prior to site entry, the Contractor shall ensure that:
- Adequate work planning, health and safety evaluation of the proposed work scope and safety planning and operating procedures review have been completed;
- All personnel have been properly trained and briefed in hazards and procedures for the site to be entered;
- Equipment and materials are on-hand to safely and efficiently complete the work, and;
-
Proper site access authorization has been obtained.
- Proposed project employees have read and signed the IIPP.
Firms invited to the interview phase of the selection process will be required to provide a current copy of their IIPP and/or HSP to the Contract Administrator prior to the interview.
3.8.
QUALIFICATIONS AND LICENSES
The Contractor shall be an individual or firm qualified to do business in California. Required documentation includes the following as applicable:
- A copy of the firm’s registration with the Secretary of State.
- Pursuant to the California Business and Professions Code, for services of a “professional” nature requiring a professional license issued by the CA Department of Consumer Affairs, all team members who will provide contract services of a “professional” nature, including, but not limited to, Professional Civil Engineer (PE), which must be licensed in the State of California and the firm must submit a copy of the appropriate license(s) as part of its SOQ package.
-
The prime Contractor must have the required PE license issued by the State of California. Subcontractors alone cannot be used to fulfill this requirement.
-
Demonstrate experience in the following areas: providing technology transfer/training and technical assistance; knowledge of RAC specifications; RAC production, handling, and construction best practices; construction management; project coordination; conducting technical investigations/evaluations.
-
Demonstrate that they have sufficient personnel to provide services to multiple projects concurrently.
-
Demonstrate experience working closely with local government agencies to provide RAC technology transfer (training) and project implementation.
-
Demonstrate experience in providing technical assistance ranging from specification review to construction management assistance on RAC projects.
-
Demonstrate their ability to conduct research on issues related to the use of tire rubber in paving projects.
3.9.
REQUIRED CERTIFICATIONS
Contractors submitting an SOQ package for this RFQ are required to complete and submit several certifications with their SOQ.
3.10.
SMALL BUSINESS (SB) PARTICIPATION
Small Business participation is not mandatory. CalRecycle encourages a minimum of twenty-five percent (25%) of the project services be contracted to a California OSDS certified SB that performs a commercially useful function.
If the awarded firm is able to use OSDS certified SBs, as defined in SECTION 6. DEFINITION AND TERMS, the ATTACHMENT 7: BIDDER DECLARATION form must be completed and submitted with the Work Plan for each Work Order.
Upon receipt of a Work Order for services provided in the resulting Contract, the Contractor shall, provide CalRecycle’s Contract Manager with a cost estimate and a ATTACHMENT 7: BIDDER DECLARATION form reporting how Small Business usage will be achieved for work to be performed in that particular Work Order.
3.11.
DISABLED VETERAN BUSINESS ENTERPRISE (DVBE) PARTICIPATION
The DVBE participation requirement and incentive is being waived for this solicitation., however the DVBE incentive is available to those bidders meeting participation goals.
This goal can be achieved by a combined effort of the prime and/or any Subcontractors, which includes:
-
If the submitting firm is a certified OSDS DVBE, as defined in SECTION 6. DEFINITION AND TERMS, the ATTACHMENT 7: BIDDER DECLARATION form shall be completed and submitted with the SOQ package.
-
If the submitting firm has identified qualified certified OSDS DVBE firms to use as subcontractors the ATTACHMENT 7: BIDDER DECLARATION form shall be completed and submitted with the SOQ package.
-
The submitting firm claiming the DVBE incentive must complete and return the ATTACHMENT: DISABLED VETERAN BUSINESS ENTERPRISES DECLARATIONS (DGS PD 843) form.
Upon receipt of a Work Order for services provided in the resulting Contract, the Contractor shall, provide CalRecycle’s Contract Manager with a cost estimate and a Bidder Declaration form reporting how DVBE usage will be achieved for work to be performed in that particular Work Order.
In compliance with M&VC 999.5(d) and 999.7, awarded Contractor shall, upon completion of an awarded contract for which the Contractor entered into a subcontract with a DVBE, certify to CalRecycle all of the following:
The total amount the prime contractor received under the contract.
The name and address of the DVBE that participated in the performance of the contract and the contract number.
The amount and percentage of work the prime contractor committed to provide to one or more DVBEs under the requirements of the contract and the amount each DVBE received from the prime contractor.
That all payments under the contract have been made to the DVBE. Upon request by the awarding department, the prime contractor shall provide proof of payment for the work.
After being awarded, Contractor shall use the DVBE subcontractors or suppliers proposed in the bid to the State unless a substitution is requested and approved. Contractor shall request the substitution in writing to CalRecycle and receive approval from both the CalRecycle and DGS in writing prior to the commencement of any work by the proposed subcontractor or supplier. A DVBE subcontractor may only be replaced by another DVBE subcontractor. Changes to the scope of work that impact the DVBE subcontractor(s) identified in the bid or offer and approved DVBE substitutions will be documented by contract amendment.
The Contractor shall report and certify DVBE subcontractor payments to CalRecycle by completing and submitting an accurate Prime Contractor’s Certification – DVBE Subcontracting Report STD 817 upon contract completion. CalRecycle will withhold $10,000 from the final payment, or the full final payment if less than $10,000, until the Contractor complies with the reporting and certification requirements above. A Contractor that fails to comply with the reporting and certification requirement shall, after written notice, be allowed to cure the defect. Notwithstanding any other law, if, after at least 15 calendar days but not more than 30 calendar days from the date of notice, the prime contractor refuses to comply with the certification requirements, CalRecycle shall permanently deduct $10,000 from the final payment, or the full payment if less than $10,000.
A person or entity that knowingly provides false information shall be subject to a civil penalty for violation (M&VC § 999.5(d); GC § 14841). Contractor agrees to comply with the rules, regulations, ordinances, and statutes that apply to the DVBE program as defined in Section 999 of the M&VC, including, but not limited to, the requirements of Section 999.5(d). (PCC Code 10230.)
Refer to ATTACHMENT: DISABLED VETERAN BUSINESS SUBCONTRACTOR PAYMENT CERTIFICATION.
3.12.
SB/DVBE REPORTING REQUIREMENT
In compliance with GC 14841, awarded Contractor shall, upon completion of an awarded contract for which a commitment to small business subcontractors, report to CalRecycle the actual percentage of small business participation that was achieved.
In compliance with M&VC 999.5(d) and 999.7, awarded Contractor shall, upon completion of an awarded contract for which the Contractor entered into a subcontract with a DVBE, certify to CalRecycle all of the following:
- The total amount the prime contractor received under the contract.
- The name and address of the DVBEs that participated in the performance of the contract and the contract number.
- The amount and percentage of work the prime contractor committed to provide to one or more DVBEs under the requirements of the contract and the amount each DVBE received from the prime contractor.
- That all payments under the contract have been made to the DVBE. Upon request by the awarding department, the prime contractor shall provide proof of payment for the work.
After being awarded, Contractor shall use the DVBE subcontractors or suppliers proposed in the bid to the state unless a substitution is requested and approved. Contractor shall request the substitution in writing to CalRecycle and receive approval from both the CalRecycle and DGS in writing prior to the commencement of any work by the proposed subcontractor or supplier. A DVBE subcontractor may only be replaced by another DVBE subcontractor. Changes to the scope of work that impact the DVBE subcontractor(s) identified in the bid or offer and approved DVBE substitutions will be documented by contract amendment.
If for this contract, Contractor made a commitment to achieve the DVBE participation goal, CalRecycle will withhold $10,000 from the final payment, or the full final payment if less than $10,000, until the Contractor complies with the certification requirements above. A Contractor that fails to comply with the certification requirement shall, after written notice, be allowed to cure the defect. Notwithstanding any other law, if, after at least 15 calendar days but not more than 30 calendar days from the date of notice, the prime Contractor refuses to comply with the certification requirements, the CalRecycle shall permanently deduct $10,000 from the final payment, or the full payment if less than $10,000.
A person or entity that knowingly provides false information shall be subject to a civil penalty for violation (M&VC § 999.5(d); GC § 14841). Contractor agrees to comply with the rules, regulations, ordinances, and statutes that apply to the DVBE program as defined in Section 999 of the M&VC, including, but not limited to, the requirements of Section 999.5(d). (PCC Code 10230.)
Refer to ATTACHMENT 12: SMALL BUSINESS SUBCONTRACTOR PAYMENT CERTIFICATION and ATTACHMENT: DISABLED VETERAN BUSINESS SUBCONTRACTOR PAYMENT CERTIFICATION to fulfill this requirement.
3.13.
COMMERCIALLY USEFUL FUNCTION (CUF) CERTIFICATION
Each listed certified SB/MB or DVBE must perform a "commercially useful function" in the performance of the contract as defined in Government Code Section 14837(d)(4). Proposers who are found to not be performing a CUF will have their proposals deemed nonresponsive. An SB/MB or DVBE is deemed to perform a CUF when the contractor does all the following:
- Is responsible for the execution of a distinct element of the work of the Agreement.
- Carries out its obligation by actually performing, managing, or supervising the work involved.
- Performs work that is normal for its business services and functions.
- Is responsible, with respect to products, inventories, materials, and supplies required for the agreement, for negotiating price, determining quality and quantity, ordering, installing, if applicable, and making payment.
- Is not further subcontracting a portion of the work that is greater than that expected to be subcontracted by normal industry practices.
Each listed certified SB/MB or DVBE is required to use ATTACHMENT 9: COMMERCIALLY USEFUL FUNCTION (CUF) CERTIFICATION (CALRECYCLE 75). Agreements resulting from this solicitation shall afterward be monitored for compliance with CUF for the duration of the agreement.
3.14.
SB/DVBE RESOURCES
The following may be used to locate DVBE Suppliers.
STATE: State of California, Department of General Services, Procurement Division, Office of Small Business and DVBE Services (OSDS) offers many services that assist contractor/business owners with a variety of information designed to streamline the State contracting process. OSDS also certifies DVBE contractors. For more information, please contact OSDS to find out more:
Office of Small Business and DVBE Services
Department of General Services
Procurement Division
707 Third Street
West Sacramento, CA 95605
Phone: (916) 375-4940
Email: OSDSHelp@dgs.ca.gov
Access the list of Focus-Trade Papers and Referral Organizations at: https://www.dgs.ca.gov/-/media/Divisions/PD/OSDS/Certification/CUF/Focus-TradePaper.pdf?la=en&hash=A310ABD432B537302CFFF6C1812166C3D88DC689
Access the list of all certified DVBEs by using the Department of General Services, Procurement Division (DGS-PD) online certified firm database at: https://caleprocure.ca.gov/pages/PublicSearch/supplier-search.aspx
Search by “Keywords” or United Nations Standard Products and Services Codes (UNSPSC) that apply to the elements of work you want to subcontract to a DVBE.
Check for subcontractor ads that may be placed on the California State Contracts Register (CSCR) for this solicitation prior to the closing date. You may access the CSCR at: https://www.caleprocure.ca.gov/pages/index.aspx
Remember to verify each firm’s status as a California certified DVBE.
AWARDING DEPARTMENT: Contact the department’s contracting official named in this solicitation for any DVBE suppliers who may have identified themselves as potential subcontractors, and to obtain suggestions for search criteria to possibly identify DVBE suppliers for the solicitation.
4.
EVALUATION AND SELECTION
4.1.
INTRODUCTION
CalRecycle will perform a Pre-Qualification Evaluation process to ensure that the SOQ includes all required documentation and information. Upon completion of the SOQ evaluation a short list will be developed, and oral interviews will be held with the three (3) highest scoring firms to determine the best qualified professional firm for the contract.
If an SOQ package does not meet all of the requirements set forth in this RFQ, it will be considered non-responsive and rejected from further competition.
SOQ packages that pass this review will be forwarded to the Selection Committee for Evaluation.
4.2.
GROUNDS FOR REJECTION
CalRecycle may reject any SOQ package if it is conditional, incomplete, or contains irregularities. CalRecycle may waive immaterial deviations and the SOQ package may be evaluated based on the information provided when considered to be in the best interest of CalRecycle. Waiver of an immaterial deviation shall in no way modify the RFQ requirements or excuse the firm from full compliance with the Contract requirements. Grounds for rejection of a SOQ package include, but are not limited to, the following:
- It is received after the due date and time for submittal.
- It does not include a reproducible master and the required number of copies.
- All responses to an item are not completed.
- Required license information is not submitted with the SOQ package.
- Required authorizations and certifications for the SOQ package are not properly completed and signed.
- The firm has received a substantive negative contract performance from the State.
- Any items required by the RFQ are not included with the submittal.
No SOQ package will be rejected arbitrarily or without reasonable cause.
4.3.
SELECTION PROCESS
SOQs that pass the Pre-Qualification Evaluation identified on the ATTACHMENT 15: FINAL PROPOSAL CHECKLIST will be submitted to a Selection Committee.
The Selection Committee members will, individually and/or as a team, review, evaluate and numerically score SOQs based on the adequacy, thoroughness, and degree to which they comply with the RFQ requirements, utilizing the ATTACHMENT 13: SCORING CRITERIA.
Points |
Interpretation |
General basis for point assignment |
0 |
Inadequate |
SOQ response (i.e., content and/or explanation offered) is inadequate or does not meet CalRecycle’s needs/requirements or expectations. The omission(s), flaw(s), or defect(s) are significant and unacceptable. |
1 |
Barely Adequate | SOQ response (i.e., content and/or explanation offered) is barely adequate or barely meets CalRecycle’s needs/requirements or expectations. The omission(s), flaw(s), or defect(s), are inconsequential and acceptable. |
2 |
Fully Adequate |
SOQ response (i.e., content and/or explanation offered) is fully adequate or fully meets CalRecycle’s needs/requirements or expectations. The omission(s), flaw(s), or defect(s), if any, are inconsequential and acceptable. |
3 |
Excellent or Outstanding |
SOQ response (i.e., content and/or explanation offered) is above average or exceeds CalRecycle’s needs/requirements or expectations. Minimal weaknesses are acceptable. Firm offers one or more enhancing feature, method, or approach that will enable performance to exceed our basic expectations. |
In assigning points for individual rating factors, Selection Committee members may consider issues including, but not limited to, the extent to which an SOQ response:
- Is lacking information, lacking depth or breadth or lacking significant facts and/or details, and/or;
- Is fully developed, comprehensive and has few if any weaknesses, defects or deficiencies, and/or;
- Demonstrates that the Contractor understands CalRecycle’s needs, the services sought, and/or the Contractor's responsibilities, and/or;
- Illustrates the Contractor's capability to perform all services and meet all scope of work requirements, and/or;
- If implemented, will contribute to the achievement of CalRecycle’s goals and objectives, and/or;
- Demonstrates the Firm's capacity, capability and/or commitment to exceed regular service needs (i.e., enhanced features, approaches, or methods; creative or innovative business solutions).
Scores assigned based on evaluation criteria will then be converted to a ranking score. For purposes of identifying the firms to be interviewed, staff will determine the ranking hierarchy based on the cumulative ranking score received by each firm. At a minimum, the top three ranked firms will be invited to interview. In the event that less than three firms are qualified, all qualified firms will be invited to interview.
Information obtained from references, client contacts, project inspectors and regulators significantly influences the ranking of responsive firms. Firms shall provide the name and current telephone number of references that can confirm the accuracy of experience and qualifications listed in the SOQ. Employees of firms, or employees of entities legally associated with the firm, shall not be considered valid references. References that are inaccurately listed (e.g., inappropriate contact person or incorrect telephone number) shall be disregarded. Experience that cannot be confirmed by CalRecycle staff shall be disregarded.
4.4.
ORAL INTERVIEW
Firms selected for interviews will be notified in advance of the time and place that the interviews will be conducted. Interviews will address the information provided in the SOQ including, but not limited to, evaluation of qualifications and methods for furnishing the required services.
Failure to appear at the interview will be considered non-responsive and the firm may be eliminated from any further consideration.
Each committee member will independently score the interviewees’ qualifications based on the criteria identified in the Scoring Criteria ATTACHMENT 13: SCORING CRITERIA , and when appropriate, supplemental questions. Scores assigned will then be converted to a ranking score. For purposes of identifying the most qualified firm, staff will determine the ranking hierarchy based on the cumulative ranking score received by each interviewed firm. In the event of a tie, the Selection Committee will be reconvened to review the scores and identify the firm deemed most highly qualified to provide the services required.
4.5.
NEGOTIATING OF CONTRACTS
Once the highest ranked firm is identified, CalRecycle staff will notify the firm and request the firm’s Detailed Fee Schedule. The firm’s Detailed Fee Schedule shall include appropriate wage rates for office support personnel and appropriate markup rates to be utilized in the performance of the Contract.
CalRecycle staff will attempt to negotiate an agreement with the highest ranked firm. If an agreement is reached, staff will recommend award of the Contract to the firm. If an agreement cannot be reached, negotiations will formally be terminated with that firm. Negotiations will then begin with the next highest ranked firm. Failing accord, negotiations shall be terminated. This process will be repeated as necessary until negotiations have been terminated with all interviewed firms. Should CalRecycle staff be unable to negotiate a satisfactory agreement with all of the interviewed firms, CalRecycle staff may select additional firms in the manner prescribed above and continue the negotiation procedure until an agreement is reached, or negotiations on this RFQ are terminated by CalRecycle.
4.6.
AWARD OF CONTRACT
Award of the Contract shall be to the highest-ranking firm meeting all the requirements of this RFQ after successful negotiations have been completed.
CalRecycle reserves the right to not award the Contract.
The following forms and information shall be required prior to CalRecycle’s execution of the Contract:
- Payee Data Record (Standard Form 204);
- Verification of Worker’s Compensation Insurance;
- Certificate(s) of Insurance; and
- Contractor Certification Clauses.
4.7.
EXECUTION OF CONTRACT
The proposed awardee must sign and return the Contract to CalRecycle within Ten (10) days, not including Saturdays, Sundays, and legal holidays. If the proposed awardee fails to return the signed Contract within this time period, CalRecycle may deem the proposed awardee to have rejected the Contract. At that point, CalRecycle may disqualify that firm and negotiate and award the Contract to the next most qualified firm.
4.8.
INSURANCE
The awarded contractor shall furnish to the State, concurrently with Award of the Contract, evidence of the required insurance meeting the conditions set forth in the Sample Standard Agreement, EXHIBIT D: SPECIAL TERMS AND CONDITIONS, Insurance Provisions.
4.9.
START OF WORK
When the Contract has been signed by CalRecycle, a fully executed copy of the Contract will be provided to the Contractor. Upon receipt of the executed Contract, CalRecycle staff may provide the Contractor with Work Orders for work described in this RFQ.
4.10.
PROTEST OF AWARD
This RFQ process is not subject to Protest pursuant to GC § 4525.
5.
COST AND PAYMENT PROVISIONS
5.1.
PAYMENT
The Contractor will be reimbursed in arrears for services satisfactorily rendered and approved by CalRecycle’s Contract Manager, as promptly as fiscal procedures will permit upon receipt by CalRecycle’s Contract Manager of itemized invoices submitted electronically, with one set of supporting documentation. Separate invoices itemizing all costs are required for all work performed under each Work Order (in accordance with the Work Authorization clause in EXHIBIT D: SPECIAL TERMS AND CONDITIONS.
5.2.
LABOR RATES
During Contract fee negotiations, labor and equipment rates will be determined for the Contractor and subcontractors as required by law. If a rate is not listed for a required service, the Contractor agrees to accept a fair and reasonable rate for that service subject to applicable legal requirements.
The Contractor will be compensated for the cost of workers used in the actual and direct performance of the work. To the total of the direct costs computed as provided in the following subsection "Actual Wages," there will be added a markup to be negotiated, but not to exceed 33 percent. No markup shall be added to costs computed as provided in the following subsections, "Labor Surcharge" and "Subsistence and Travel Allowance." Compensation for prevailing wage employees shall be made at the appropriate rate for each classification as determined by the Director of Industrial Relations pursuant to California Labor Code Part 7, Chapter 1, Article 2, Sections 1770, 1773 and 1773.1 (rates available at http://www.dir.ca.gov). Contractor shall be responsible for any future adjustments to prevailing wage rates including but not limited to, base hourly rates and employer payments as determined by the Department of Industrial Relations. The Contractor is responsible for paying the appropriate rate, including escalations that take place during the term of the Agreement.
A mistake, inadvertence, or neglect by the Contractor in failing to pay the legally required prevailing wage rate will be remedied solely by the Contractor and will not, under any circumstances, be considered as the basis of a claim against CalRecycle.
The cost of labor will be the sum of the following:
-
Actual Wages: The actual wages paid shall include any employer payments to or on behalf of the workers for health and welfare, pension, vacation and similar purposes.
- Labor Surcharge: To the actual wages, as defined in the above subsection, "Actual Wages," a labor surcharge will be added as set forth in the Department of Transportation publication entitled Labor Surcharge and Equipment Rental Rates, which is in effect on the date upon which the work is accomplished. Said labor surcharge shall constitute full compensation for all payments imposed by State and federal laws and for all other payments made to, or on behalf of, the workers, other than actual wages as defined above and subsistence and travel allowance as follows.
A mistake, inadvertence, or neglect by the Contractor in failing to pay the legally required wage rates will be remedied solely by the Contractor and will not, under any circumstances, be considered as the basis of a claim against CalRecycle.
5.3.
TRAVEL AND PER DIEM
Only the least costly travel method (for example, personal car, rental car, or air travel) will be reimbursed. When determining the least costly travel method, the Contractor should take into consideration not only direct expenses, but also the time billed. If the Contractor is unsure what the least costly method may be, he or she shall consult with the Contract Manager. All travel will be reimbursed at the excluded employee travel rates in accordance with the California Code of Regulations Title 2, Division 1, Chapter 3, Subchapter 1, Article 2, Section 599.615.1 et seq. At the time of the RFQ release, the rates listed below apply. However, they are subject to change and the Contractor will be held to the State per diem rates in effect at the time of travel. Per diem (lodging, meals and incidentals) will not be reimbursed for travel within 50 miles of Contractor’s headquarters. Readable receipts with sufficient detail (date, time and expense description and amount) are required for all expenses. Credit card receipts are generally not sufficient documentation for travel expenses.
- Lodging (receipts required) per day:
”In-State Lodging" effective October 1, 2024, to September 30, 2025:
County | 2024 Oct |
Nov |
Dec |
2025 Jan |
Feb |
Mar |
Apr |
May |
Standard Rate applies for all locations without specified rates | $110 |
$110 |
$110 |
$110 |
$110 |
$110 |
$110 |
$110 |
Alameda | $145 |
$145 |
$145 |
$145 |
$145 |
$145 |
$145 |
$145 |
City limits of Santa Monica | $273 |
$273 |
$273 |
$273 |
$273 |
$273 |
$273 |
$273 |
Contra Costa | $147 |
$147 |
$147 |
$147 |
$147 |
$147 |
$147 |
$147 |
El Dorado | $141 |
$141 |
$247 |
$247 |
$247 |
$247 |
$143 |
$143 |
Fresno | $129 |
$129 |
$129 |
$129 |
$129 |
$129 |
$129 |
$129 |
Humboldt | $125 |
$125 |
$125 |
$125 |
$125 |
$125 |
$125 |
$125 |
Inyo / NAWS China Lake | $142 |
$142 |
$142 |
$142 |
$142 |
$142 |
$142 |
$142 |
Kern | $132 |
$132 |
$132 |
$132 |
$132 |
$132 |
$132 |
$132 |
Los Angeles / Orange / Ventura / Edwards AFB less the city of Santa Monica | $191 |
$191 |
$191 |
$191 |
$191 |
$191 |
$191 |
$191 |
Madera | $135 |
$135 |
$135 |
$135 |
$135 |
$135 |
$135 |
$135 |
Marin | $153 |
$153 |
$153 |
$153 |
$153 |
$153 |
$153 |
$153 |
Mariposa | $181 |
$181 |
$181 |
$203 |
$203 |
$203 |
$203 |
$181 |
Mendocino | $129 |
$129 |
$129 |
$129 |
$129 |
$129 |
$129 |
$129 |
Mono | $139 |
$139 |
$195 |
$195 |
$195 |
$195 |
$139 |
$139 |
Monterey | $191 |
$191 |
$191 |
$191 |
$199 |
$199 |
$199 |
$199 |
Napa | $246 |
$246 |
$172 |
$172 |
$246 |
$246 |
$246 |
$246 |
Nevada | $142 |
$142 |
$169 |
$169 |
$169 |
$146 |
$146 |
$146 |
Placer | $131 |
$131 |
$131 |
$131 |
$131 |
$131 |
$131 |
$131 |
Riverside | $186 |
$186 |
$186 |
$186 |
$186 |
$186 |
$186 |
$141 |
Sacramento | $150 |
$150 |
$150 |
$150 |
$150 |
$150 |
$150 |
$150 |
San Bernardino | $124 |
$124 |
$124 |
$124 |
$124 |
$124 |
$124 |
$124 |
San Diego | $199 |
$199 |
$199 |
$199 |
$199 |
$199 |
$199 |
$199 |
San Francisco | $272 |
$272 |
$272 |
$259 |
$259 |
$259 |
$259 |
$259 |
San Joaquin | $132 |
$132 |
$132 |
$132 |
$132 |
$132 |
$132 |
$132 |
San Luis Obispo | $163 |
$163 |
$163 |
$163 |
$163 |
$163 |
$163 |
$163 |
San Mateo | $183 |
$183 |
$183 |
$183 |
$183 |
$183 |
$183 |
$183 |
Santa Barbara | $205 |
$205 |
$205 |
$205 |
$205 |
$205 |
$205 |
$205 |
Santa Clara | $192 |
$192 |
$192 |
$192 |
$192 |
$192 |
$192 |
$192 |
Santa Cruz | $139 |
$139 |
$139 |
$139 |
$139 |
$139 |
$139 |
$139 |
Sonoma | $157 |
$157 |
$157 |
$157 |
$157 |
$157 |
$157 |
$157 |
Tulare | $131 |
$131 |
$131 |
$131 |
$131 |
$131 |
$131 |
$131 |
Yolo | $142 |
$142 |
$142 |
$142 |
$142 |
$142 |
$142 |
$142 |
County | 2025 Jun |
Jul |
Aug |
Sep |
Standard Rate applies for all locations without specified rates | $110 |
$110 |
$110 |
$110 |
Alameda | $145 |
$145 |
$145 |
$145 |
City limits of Santa Monica | $273 |
$273 |
$273 |
$273 |
Contra Costa | $147 |
$147 |
$147 |
$147 |
El Dorado | $171 |
$171 |
$171 |
$141 |
Fresno | $129 |
$129 |
$129 |
$129 |
Humboldt | $172 |
$172 |
$172 |
$125 |
Inyo / NAWS China Lake | $142 |
$142 |
$142 |
$142 |
Kern | $132 |
$132 |
$132 |
$132 |
Los Angeles / Orange / Ventura / Edwards AFB less the city of Santa Monica | $191 |
$191 |
$191 |
$191 |
Madera | $135 |
$135 |
$135 |
$135 |
Marin | $175 |
$175 |
$175 |
$175 |
Mariposa | $181 |
$181 |
$181 |
$181 |
Mendocino | $129 |
$129 |
$129 |
$129 |
Mono | $139 |
$139 |
$139 |
$139 |
Monterey | $199 |
$279 |
$279 |
$191 |
Napa | $246 |
$246 |
$246 |
$246 |
Nevada | $173 |
$173 |
$173 |
$142 |
Placer | $131 |
$131 |
$131 |
$131 |
Riverside | $141 |
$141 |
$141 |
$141 |
Sacramento | $150 |
$150 |
$150 |
$150 |
San Bernardino | $124 |
$124 |
$124 |
$124 |
San Diego | $237 |
$237 |
$199 |
$199 |
San Francisco | $259 |
$259 |
$259 |
$272 |
San Joaquin | $132 |
$132 |
$132 |
$132 |
San Luis Obispo | $203 |
$203 |
$163 |
$163 |
San Mateo | $183 |
$183 |
$183 |
$183 |
Santa Barbara | $205 |
$262 |
$262 |
$205 |
Santa Clara | $192 |
$192 |
$192 |
$192 |
Santa Cruz | $176 |
$176 |
$176 |
$139 |
Sonoma | $157 |
$157 |
$157 |
$157 |
Tulare | $131 |
$131 |
$131 |
$131 |
Yolo | $142 |
$142 |
$142 |
$142 |
- Incidentals – up to a maximum of $5.00 per day.
Standard Meal & Incidental Expense (M&IE) Rate - Effective October 1, 2024, to September 30, 2025.
M&IE Total Daily Maximum for Actual Expenses | Breakfast |
Lunch |
Dinner |
Incidental Expenses |
Up to $68 | $16 |
$19 |
$28 |
$5 |
- Travel timeframes determining allowable reimbursement of M&IE are as follows:
M&IE timeframes | ||
When travel status is | Maximum reimbursement for actual expenses is | |
More than 12 but less than 24 hours | Up to 75% of the applicable M&IE standard rate for each calendar day in a travel status. | |
24 hours or more, on | The day of departure | Up to 75% of the applicable M&IE standard rate. |
Full days of travel | Up to 100% of the applicable M&IE standard rate. | |
The last day of travel | Up to 75% of the applicable M&IE standard rate. | |
Travel less than 12 hours | Not eligible for M&IE reimbursement. |
- Coach airfare, mid-size/economy rental cars, parking, and fuel – actual costs verified by bills or receipts. Expenses for rental car insurance, fuel for rental cars purchased from the rental car company, and additional air travel expenses such as preferred boarding, will not be reimbursed. First Class or Business Class air travel is not allowed. Airport parking must be at the most economical rate. Expenses for one-way rental car expenses (i.e., charges for returning a rental car to a location other than that from which it was rented) will only be reimbursed if preapproval is given by the Contract Manager prior to the expense being incurred.
- Personal Vehicle Use for travel is reimbursed at $0.67 per mile; however, fuel will not be reimbursed if a personal vehicle is used.
If the Contractor is unable to obtain lodging at the excluded employee rate, the Contractor shall request preapproval from the Contract Manager for lodging rates that exceed the allowable rates. Preapproval of excess lodging rates requires the Contractor to complete and submit CalRecycle form 151. The form requires a written justification and supporting documentation including a minimum of three lodging quotes to validate the excess lodging rate. The Contract Manager will notify the Contractor of their decision. Excess lodging that is not preapproved will not be reimbursed.
5.4.
OFFICE SUPPORT EMPLOYEES
Compensation for various project management categories shall be determined during Contract negotiations. This compensation shall be the actual wages, plus any employer payments to or on behalf of the employees for health and welfare, pension, vacation and similar purposes, and include overhead and profit. Compensation for employees not previously identified shall be negotiated between the Contract Manager and the Contractor.
5.5.
CONTRACTOR-OWNED EQUIPMENT (IF APPLICABLE)
Contractor-owned equipment will be paid for at the rates listed for such equipment in the Department of Transportation publication entitled Labor Surcharge and Equipment Rental Rates, which is in effect on the date upon which the work is accomplished, plus a markup to be negotiated, but not to exceed 15 percent. Rates paid for equipment shall include the cost of fuel, oil, lubrication, supplies, small tools, necessary attachments, repairs and maintenance of any kind, depreciation, storage, insurance, and all incidentals.
Payment for equipment identified in a Work Plan and approved as necessary for the timely completion of a project, that will not be operated on a continuous basis throughout the project (e.g., water trucks and haul trucks), will be paid for in accordance with Table VI-1.
Equipment operated for overtime hours will be paid for in accordance with provisions specified in the Labor Surcharge and Equipment Rental Rates.
The hours to be paid for equipment that is operated less than 8 hours due to breakdowns shall not exceed 8 less the number of hours the equipment is inoperative due to breakdowns.
More than or equal to 30 minutes of operation shall be considered a full hour of operation. Less than 30 minutes of operation will not be considered as operated.
Table VI-1
Hours Equipment is in Operation |
Hours to be Paid |
1 |
4.5 |
2 |
5 |
3 |
5.5 |
4 |
6 |
5 |
6.5 |
6 |
7 |
7 |
7.5 |
8 |
8 |
If it is deemed necessary to use equipment not listed in the Labor Surcharge and Rental Equipment Rates, a suitable rate for such equipment will be established by CalRecycle’s Contract Manager. The Contractor may furnish any cost data that might assist in the establishment of such rate.
After commencement of work, should it become necessary to suspend work for more than two working days for reasons beyond control of the Contractor, the Contractor shall immediately notify CalRecycle staff in writing. CalRecycle staff will promptly investigate and determine whether or not to compensate the Contractor for idle equipment. If CalRecycle staff determines compensation is warranted, CalRecycle staff will determine whether to maintain the Contractor's equipment on site and compensate the Contractor for idle equipment charges in accordance with provisions of Section 8-1.07C, "Payment Adjustments" in the Standard Specifications or direct the Contractor to demobilize the equipment. Contractor will be compensated for demobilization charges or idle equipment charges approved in writing by CalRecycle staff but shall not have claim to anticipated profit and overhead costs for work not performed.
5.6.
RENTAL EQUIPMENT (IF APPLICABLE)
Payment for rental equipment at invoice rates may be allowed by Contract Manager after review of pertinent information provided by the Contractor. This information includes a minimum of three (3) quotes from rental firms. A separate allowance may be permitted for fuel and lube of rental equipment if those costs are not included in the rental agreement. This information shall be included in the Work Plan. A markup to be negotiated, but not to exceed 15 percent, will be allowed for this equipment. If allowed by the Contract Manager, acceptable equipment rates and agreement conditions will be included in the Work Order for site remediation.
5.7.
SMALL EQUIPMENT AND TOOLS (IF APPLICABLE)
Individual pieces of equipment or tools, such as disposable items or items that may be used on other projects, and having a replacement value of less than $500, whether or not consumed by use, shall be considered to be small tools and not eligible for compensation under this Agreement.
Specialty equipment and tools, such as personal protective equipment (PPE), sampling containers, and safety equipment may be eligible for reimbursement if requested in the Work Plan and approved by the Work Order.
5.8.
MATERIALS (IF APPLICABLE)
Based on the total direct costs of purchased materials a markup may be negotiated, but shall not exceed 15 percent. Cost of materials will be the cost to the Contractor. Only materials furnished by the Contractor and required for the performance of work will be considered for payment. CalRecycle staff reserves the right to furnish such materials as it deems advisable, and the Contractor shall have no claim for costs and markup on such materials.
5.9.
COMMUNICATION
CalRecycle may reimburse the Contractor for project-related cellular charges made by the Project Manager while on a project if approved by the Work Order. A weekly rate of $25.00 may be approved for these purposes only. All other phone charges by the Contractor or subcontractors are considered part of overhead costs and will not be reimbursed.
5.10.
SUBCONTRACTORS
When subcontractors are required in performance of the work and have been approved in the Work Order, the Contractor will be compensated for invoiced cost of the services plus a markup to be negotiated, but not to exceed ten (10) percent. This markup shall reimburse the Contractor for profit and additional administrative costs, and no other additional payment for performance of work by a subcontractor will be made under this Contract.
5.11.
NON-HAZARDOUS MATERIAL TRANSPORT AND DISPOSAL
When required by the Work Order, non-hazardous materials designated for removal shall be excavated, minimizing unnecessary over-excavation or removal of clean material. Screening or other approved methods may be utilized to separate soil from refuse. The Work Plan shall include rates from licensed haulers for removal of material. Non-hazardous material removed from a site shall be disposed of at appropriately permitted facilities. Disposal costs shall be identified in the Work Plan. Markup to be negotiated, but not to exceed 10 percent, will be allowed for approved transport and disposal charges.
5.12.
HAZARDOUS MATERIAL TRANSPORT AND DISPOSAL (IF APPLICABLE)
If any material encountered during the work is determined or is suspected to be a hazardous substance as previously defined, the Contractor shall notify CalRecycle’s Staff. If required by CalRecycle’s Staff or a Work Order any cleanup, packaging, transportation and disposal or recycling of that material shall follow all prescribed health and safety procedures. Haulers must have appropriate license to transport these materials, and the disposal site shall have permits appropriate for the types and volumes of these materials. Markup to be negotiated, but not to exceed 10 percent, will be allowed for approved transport and disposal charges for these materials.
5.13.
OTHER SERVICES AND MATERIAL
CalRecycle will reimburse the Contractor for other services, if authorized in the Work Order. Examples of other services include: obtaining permits and licensing fees for site remediation to comply with state and local regulatory agency laws, codes, regulations and ordinances, surveys, sampling and testing, report reproduction, over-night mail, materials and supplies; and other such costs determined reimbursable by CalRecycle staff. Markup to be negotiated, but not to exceed 5 percent, will be allowed other services and materials.
5.14.
NON-COMPENSABLE SERVICES
Compensation for overhead costs, office fax and telephone charges, pagers, miscellaneous incidentals and supplies will be deemed to be included in the mark-up percentages applied to labor, equipment, and material charges as noted above. Charges not reimbursable include such items as invoice preparation, project accounting, billing, photocopying invoices and billing information, and administrative overhead. Examples of non-reimbursable expenses are direct or indirect overhead incidental to providing the contracted services and cost of business and professional licenses and permits.
5.15.
RECORDS
The Contractor shall furnish completed daily work reports on acceptable forms to CalRecycle’s Contract Manager for each day's work. Daily work reports shall itemize the materials used, labor and equipment hours of both Contractor and subcontractor employees and equipment.
A separate report will be maintained by CalRecycle’s Staff. At the end of each workday the work reports shall be compared and any discrepancies resolved. Resolved work reports shall be signed by the Contractor's site superintendent and a copy shall be provided to CalRecycle’s Staff. When these daily work reports are agreed upon and signed by both parties, they shall become the basis of payment for the work performed, but shall not preclude subsequent adjustment based on audits or reviews.
Material charges shall be substantiated by valid copies of vendors' invoices, which shall be submitted with Contractor's billings and as applicable shall include vehicle weight or load slips or record of measurement by vehicle number.
5.16.
STATE INCOME TAX WITHHOLDING
Pursuant to California Revenue and Taxation Code Section 18806.1, independent contractors may be subject to one (1) percent State Income Tax withholding.
An independent contractor, as defined in Black’s Law Dictionary, is:
“One who, in the exercise of independent employment, contracts to do a piece of work according to their own methods and is subject to their employer’s control only as the end product or final result of work.”
5.17.
DAMAGES DUE TO ERRORS AND OMISSIONS
- Architectural and Engineering (A&E) Consultants shall be responsible for the professional quality, technical accuracy, and coordination of all services required under this Agreement. A firm may be liable for CalRecycle’s costs resulting from errors or deficiencies in designs furnished under its Agreement.
- When a modification to a remediation Contract is required because of an error or deficiency in the services provided under this A&E Agreement, CalRecycle’s Contract Manager (with the advice of technical personnel and legal counsel) shall consider the extent to which the A&E Consultant may be reasonably liable.
The CalRecycle Contract Manager shall enforce the liability and collect the amount due, if the recoverable cost will exceed the administrative cost involved or is otherwise in CalRecycle’s interest. The Contract Manager shall include in the Agreement file a written statement of the reasons for the decision to recover or not to recover the costs from the firm
6.
DEFINITION AND TERMS
General
Unless the context otherwise requires, wherever in this RFQ or addenda, the following abbreviations and terms, or pronouns in place of them, are used, the intent and meaning shall be interpreted as provided in this Section.
Working titles having a masculine gender, such as “draftsman” and “journeyman” and the pronoun “he”, are utilized in these provisions for the sake of brevity and are intended to refer to persons of either sex.
Abbreviations
ADA | Americans with Disabilities Act |
CAL EPA | California Environmental Protection Agency |
CalRecycle | Department of Resources Recycling and Recovery |
CCR | California Code of Regulations |
DVBE | Disabled Veteran Business Enterprise |
EPA | Environmental Protection Agency (Federal Government) |
GC | Government Code |
PCC | Public Contract Code |
RFQ | Request for Qualifications |
SB | Small Business |
SOW | Scope of Work |
OSDS | The Department of General Services (DGS), Procurement Division (PD), Office of Small Business and DVBE Services (OSDS) |
Agreement
Interchangeable with Contract. See Contract.
Cal EPA
The California Environmental Protection Agency
CalRecycle Staff
Staff of the Department of Resources Recycling and Recovery involved in the implementation of this Contract.
Contract
The written agreement covering the performance of the work and furnishing of labor, materials, tools, and equipment in providing the work. The Agreement shall include the STD213, RFQ, Exhibits, SOQ submittal, general and specific terms and conditions, Work Orders, and supplemental agreements, which may be required to complete the work in a substantial and acceptable manner.. Interchangeable with Agreement.
Contract Manager
A person designated by CalRecycle to manage performance under a contract.
Contractor (may also be referred to as “Consultant”)
The person or persons, firm, partnership, corporation, or combination thereof that contracts with CalRecycle to provide work pursuant to this RFQ.
Director
The Director of CalRecycle, or his/her designees. Any references to Executive Officer shall mean the Director and/or designated officer.
Disabled Veteran Business Enterprise (DVBE Certified)
A business that has been certified by the State of California, Department of General Services, Procurement Division (PD), Office of Small Business and DVBE Services (OSDS), as Disabled Veteran Business Enterprise (DVBE) as defined in Military and Veterans Code 999 et. seq. and 2 California Code of Regulation (CCR) 1896.60.
Firm
A party submitting a SOQ.
Legal Holiday
Those days designated as State holidays in the Government Code.
Project Manager
Contractor’s representative for all work performed under this Contract. All official correspondence, reports, submittals, billings, and other work done under this Contract shall be reviewed and signed by the Project Manager prior to submittal to CalRecycle.
Scope of Work
The description of work required of the Contractor by CalRecycle.
Small Business (Certified)
A business that has been certified by the Department of General Services (DGS), Procurement Division (PD), Office of Small Business and DVBE Services (OSDS), as a small business as defined in GC 14837 and 2 CCR 1896.
State
The State of California.
State Contract Law
The Public Contract Code and other applicable laws that form and constitute a part of the provisions of this Contract to the same extent as if set forth herein in full.
Subcontractor
A person or entity which contracts with the Contractor to perform all or a portion of the work as specified in the Scope of Work.
ATTACHMENT 1: STATEMENT OF QUALIFICATIONS QUESTIONNAIRE
1.
GENERAL INFORMATION
2.
LICENSING/HEALTH & SAFETY INFORMATION
3.
FINANCIAL INFORMATION
If yes, enter the date in the next field.
4.
PROJECT EXPERIENCE
5.
BONDING INFORMATION
All construction activities require a Performance Bond which unconditionally guarantees the Contractor’s and its Subcontractor’s performance in all respects of the terms, conditions and provisions of the Contract. A Performance Bond is required for every Work Order that involves construction activities and shall be provided to CalRecycle’s Contract Manager on or before the signed Work Order is returned to CalRecycle’s Contract Manager. This bond must guarantee Contractor’s and its Subcontractors’ compliance with the terms of the Agreement and Work Order. In no event shall Contractor or its Subcontractors commence any construction activities unless and until Contractor provides a complete and valid Performance Bond to CalRecycle’s Contract Manager.
6.
LITIGATION/CLAIMS INFORMATION
7.
PERSONNEL & ORGANIZATIONAL INFORMATION
Attach an organization chart indicating the Project Manager and other staff designations as required by the RFQ. Other personnel may be included in the organization chart. A resume is required for each person shown on the organization chart. Only personnel listed on the organizational chart may attend interviews and negotiation meetings. Each resume shall include, at a minimum, the following:
- Current position in the firm.
- Experience for at least the last five (5) years.
- Major projects and accomplishments.
- Education and special training.
- Professional Registrations, include certificate number(s).
- Professional affiliations.
This is a single file upload. If you have multiple documents, please create a zip file or combined PDF and upload as a single file.
8.
ACKNOWLEDGMENT/AUTHORIZATION FORM
ATTACHMENT 2: CLIENT REFERENCES
CLIENT REFERENCES
ATTACHMENT 3: COMPLIANCE WITH GOVERNMENT CODE, SECTION 87100
COMPLIANCE WITH GOVERNMENT CODE, SECTION 87100
ATTACHMENT 4: PUBLIC CONTRACT CODE SECTION 10162 – QUESTIONNAIRE
PUBLIC CONTRACT CODE SECTION 10162 – QUESTIONNAIRE
In accordance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire:
ATTACHMENT 5: PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT
PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT
In accordance with Public Contract Code Section 10285.1, Bidder shall complete, under penalty of perjury, the following statement:
ATTACHMENT 6: NONCOLLUSION AFFIDAVIT
NONCOLLUSION AFFIDAVIT
ATTACHMENT 7: BIDDER DECLARATION
BIDDER DECLARATION GSPD 05-106
Bidder must complete and submit the Bidder Declaration form available at: https://www.documents.dgs.ca.gov/dgs/fmc/gs/pd/gspd05-106.pdf
Bidders shall list the name and location of all subcontractors who will be employed, the kind of work which each will perform, and the percentage of the total bid that will be paid to each in the completion of the work.
For Bidders who are Certified SB and/or DVBE, Bidder shall indicate their certification by completing item 1(a).
For Bidders using subcontractors to meet the SB and DVBE requirements the Bidder shall complete item 2(b) and include the listed subcontractor’s Office of Small Business and DVBE Services (OSDS) certification number and certify that the subcontractor will perform a commercially useful function.
Failure to submit this form with the proposal will result in the proposal being considered non-responsive.
This is a single file upload. If you have multiple documents, please create a zip file or combined PDF and upload as a single file.
ATTACHMENT 8: CONTRACTOR CERTIFICATION CLAUSES (CCC 04/2017)
CONTRACTOR CERTIFICATION CLAUSES (CCC 04/2017)
Bidders must complete and submit CCC’s included by reference and available for download at: https://www.dgs.ca.gov/OLS/Resources/Page-Content/Office-of-Legal-Services-Resources-List-Folder/Standard-Contract-Language.
An Agreement entered into by the State of California will include by reference the Contractor Certification Clauses (CCC).
Failure to submit this form with the Statement of Qualifications will result in the proposal being considered non-responsive.
The Contractor Certification Clauses document is required for all vendor submissions.
ATTACHMENT 9: COMMERCIALLY USEFUL FUNCTION (CUF) CERTIFICATION (CALRECYCLE 75)
CUF CERTIFICATION- CR75
Each listed certified SB/MB or DVBE must perform a "commercially useful function" in the performance of the contract as defined in Government Code Section 14837(d)(4). Proposers who are found to not be performing a CUF will have their proposals deemed nonresponsive. An SB/MB or DVBE is deemed to perform a CUF when the contractor does all the following:
- Is responsible for the execution of a distinct element of the work of the Agreement.
- Carries out its obligation by actually performing, managing, or supervising the work involved.
- Performs work that is normal for its business services and functions.
- Is responsible, with respect to products, inventories, materials, and supplies required for the agreement, for negotiating price, determining quality and quantity, ordering, installing, if applicable, and making payment.
- Is not further subcontracting a portion of the work that is greater than that expected to be subcontracted by normal industry practices.
Each listed certified SB/MB or DVBE is required to use the COMMERCIALLY USEFUL FUNCTION (CUF) CERTIFICATION. Agreements resulting from this solicitation shall afterward be monitored for compliance with CUF for the duration of the agreement.
This is a single file upload. If you have multiple documents, please create a zip file or combined pdf and upload as a single file.
ATTACHMENT 10: DARFUR CONTRACTING ACT
DARFUR CONTRACTING ACT
Bidder must complete, as instructed, and submit the Darfur Contracting Act included by reference and available at: http://www.documents.dgs.ca.gov/dgs/FMC/GS/PD/PD_1.pdf
PCC section 10475 through 10481 apply to any company that currently or within the previous three (3) years has had business activities or other operations outside of the United States. For such a company to bid on or submit a proposal for a State of California contract, the company must certify that it is either: a) not a scrutinized company or b) a scrutinized company that has been granted permission by the DGS to submit a proposal.
A scrutinized company is a company doing business in Sudan, as defined in PCC section 10476. Scrutinized companies are ineligible to, and cannot, bid on or submit a proposal for a contract with a State agency for goods or services (PCC section 10477(a)) unless written permission from the Director of DGS to bid on this procurement has been granted (PCC section 10477(b)).
Failure to submit this form with the Statement of Qualifications will result in the proposal being considered non-responsive
Read the form in the link and determine which option applies to your company.
If your company has not had business activities outside the U.S., you are not required to complete this form. Please indicate that by entering, “N/A” on this form and uploading it to avoid the appearance that you have not provided a response to this requirement.
If your company has not had business activities outside the U.S., you are not required to complete this form. Please indicate that by entering, “N/A” on this form and uploading it to avoid the appearance that you have not provided a response to this requirement.
ATTACHMENT 11: CALIFORNIA CIVIL RIGHTS LAWS CERTIFICATION
CALIFORNIA CIVIL RIGHTS LAWS CERTIFICATION
Bidders must complete and submit the California Civil Rights Laws Attachment included by reference and available at: https://www.dgs.ca.gov/-/media/divisions/pd/acquisitions/solicitation document attachments/California civil rights law.pdf
Pursuant to PCC section 2010, any Bidder entering into or renewing a contract over one hundred thousand dollars ($100,000) on or after January 1, 2017, must certify that they are in compliance with:
- the Unruh Civil Rights Act (Section 51 of the Civil Code).
- the California Fair Employment and Housing Act (Chapter 7 (commencing with section 12960) of Part 2.8 of Division 3 of Title 2 of the Government Code).
Failure to submit this completed form with the Statement of Qualifications will result in the Statement of Qualifications being considered non-responsive.
Pursuant to Public Contract Code section 2010, a person that submits a bid or proposal to, or otherwise proposes to enter into or renew a contract with, a state agency with respect to any contract in the amount of $100,000.00 or above shall review and sign the California Civil Rights Laws Certification.
ATTACHMENT 12: SMALL BUSINESS SUBCONTRACTOR PAYMENT CERTIFICATION
Please click the button below to download the attached file.
ATTACHMENT 13: SCORING CRITERIA
SCORING CRITERIA
Rubberized Asphalt Concrete Engineering and Technical Assistance, DRR24057
Contractor/Company Name: |
|
|||||
Pursuant to Title 14, California Code of Regulations (14 CCR), Section 17022, CalRecycle shall select firms utilizing the following criteria and relative weightings based on their ability to perform the specific functions outlined in the Request for Qualifications (RFQ). Each criteria can be awarded between 0 to 3 points. A total of 39 points is possible. | ||||||
CRITERIA |
Points |
Weight |
Score |
|||
Overall professional experience, reliability, and continuity of the firm as related to the tasks described in the RFQ. (0-3 points) |
|
3 |
|
|||
Professional experience of the firm in executing Contracts of a similar nature. (0-3 points) |
|
2 |
|
|||
Adequacy of personnel numbers within specific disciplines required to complete the work required by the RFQ and the adequacy of number of principal(s) which are intended to be assigned to the Contract. (0-3 points) |
|
1 |
|
|||
Experience and training of key personnel as related to the work described in the RFQ and knowledge of applicable regulations and technology associated with the Contract. (0-3 points) |
|
2 |
|
|||
Quality and timeliness of recently completed or nearly completed projects, which were similar to the work described in the RFQ. (0-3 points) |
|
1 |
|
|||
Specialized qualifications for the services to be performed. (0-3 points) |
|
2 |
|
|||
Knowledge of applicable regulations and technology associated with the Contract. (0-3 points) |
|
2 |
|
|||
(Total Possible Score = 39) Total Score |
|
|||||
Explanation of Point Assignment
(Details can be found in SECTION 4. EVALUATION AND SELECTION )
Points |
Interpretation |
General basis for point assignment |
0 |
Inadequate |
Significantly and unacceptably inadequate proposal content and explanation. |
1 |
Barely Adequate |
Barely adequate proposal content and explanation, but inconsequential and acceptable. |
2 |
Fully Adequate |
Fully adequate proposal content and explanation. |
3 |
Excellent or Outstanding |
Above average proposal content and explanation. |
ATTACHMENT 14: SAMPLE STANDARD AGREEMENT
Please click the button below to download the attached file.
EXHIBIT A: SCOPE OF WORK
1.
OVERVIEW
TBD (Contractor) agrees to provide the Department of Resources Recycling and Recovery (CalRecycle), with Rubberized Asphalt Concrete (RAC) Engineering and Technical services, as described herein.
2.
CONTACT INFORMATION
CalRecycle Contract Manager:
Name: Matthew Weiss
Phone: (916) 341-6206
Email: matthew.weiss@calrecycle.ca.gov
Contractor Contract Manager:
Name: TBD
Phone: TBD
Email: TBD
Direct all Agreement Inquiries to:
CalRecycle Contract Analyst:
Contracts Unit
Attention: Melissa Atencio
Address: 1001 I St., MS 19-A
Sacramento, CA, 95814
Phone: (916) 341-6544
Email: melissa.atencio@calrecycle.ca.gov
Contractor Project Manager:
Attention: TBD
Address: TBD
Phone: TBD
Email: TBD
3.
INTRODUCTION/OBJECTIVES
The purpose of this Contract is to continue support of CalRecycle’s rubberized asphalt concrete (RAC) grant programs via RAC technology transfer and technical assistance to local governments; and to support CalRecycle’s non-grant RAC initiatives, including technical investigations, local government technical assistance, and new ad-hoc initiatives.
The Contractor shall:
- Support CalRecycle’s Rubberized Pavement Grant Program through RAC technology transfer and other technical assistance to grantees.
- Conduct research studies on issues related to the use of tire rubber in paving projects.
- Expand local government's knowledge of RAC’s engineering benefits and the correct procedures for its application.
4.
WORK TO BE PERFORMED
- This Contract shall increase the use of Rubberized Asphalt Concrete (RAC) by expanding local government's knowledge of its engineering benefits and the correct procedures for its application. Pursuant to CalRecycle’s direction, the Contractor shall provide RAC technology transfer, construction inspection oversight, and project implementation assistance to local government agencies. The Contractor shall also provide technical assistance ranging from specification review to construction management assistance on RAC projects and conduct research on issues related to the use of tire rubber in paving projects and other technical assistance to RAC stakeholders. Some projects may include partnerships between a local government and a state agency. The Contractor may be required to provide technical assistance to Caltrans and other industry stakeholders.
- All work under this Contract will be grouped into separate projects as determined by CalRecycle. For each project, the Contractor shall develop and submit a Work Plan identifying all the tasks required to complete the project, including completion dates, subcontractor usage and a budget estimate, when appropriate. CalRecycle shall review and approve each Work Plan and then issue a Work Order to the Contractor to complete the project.
5.
TASK IDENTIFIED
All work under this contract shall be performed through Work Orders issued to the Contractor by the Contractor Manager. The Contractor shall not commence work on any task without an approved Work Order. Any subsequent changes to the Work Orders shall be documented through a revised Work Order signed by both parties.
Task 1. RAC Technology Transfer.
At the direction of Contract Manager, the Contractor shall perform tasks related to technology transfer including, but not limited to:
- Technical training to local governments and multi-jurisdictional/regional audiences that may include RAC manufacturing processes, specifications, construction and inspection processes, material sampling, and analysis techniques.
- Provide technical assistance to support CalRecycle’s Rubberized Pavement Grant program and other RAC related efforts.
- Provide construction management, inspection and technical oversight for CalRecycle’s Rubberized Pavement Grant projects.
- Assist in the development and review of engineering designs for CalRecycle’s Rubberized Pavement grantees.
Task 2. RAC Research.
Upon the Contract Manager's request, the Contractor shall perform tasks related to RAC investigations and studies including, but not limited to:
- Review and critique technical standards and specifications for RAC materials and construction.
- Perform research investigations and studies related to RAC technologies.
- Conduct RAC related research in conjunction with other CalRecycle affiliates such as Caltrans or California universities.
- Provide other technical assistance as needed.
Task 3. Final Report.
A Final Report shall be submitted electronically summarizing the work completed during the contract term. The Final Report should include any important milestones accomplished and recommendations for further development of RAC technologies. All documents and reports drafted for publication by or for CalRecycle in accordance with this contract shall adhere to CalRecycle’s Contractor Publications Guide (https://www.calrecycle.ca.gov/Contracts/pubguide) and be reviewed by a technical editor of the Contractor’s choice to ensure compliance with CalRecycle’s guidelines before submission to the Contract Manager for final review and approval, refer to EXHIBIT D: SPECIAL TERMS AND CONDITIONS item #9
6.
CONTRACT TASK TIMELINE
The contract is to begin upon contract execution, estimated May 2025 and end May 2028, for a total time of 36 months. Table 1 shows the project schedule.
Table 1: Project Work Schedule
Task Number | Task Description | Start Date | End Date |
---|---|---|---|
Task 1 | RAC Technology Transfer | May 1, 2025 | May 1, 2028 |
Task 2 | RAC Research | May 1, 2025 | May 1, 2028 |
Task 3 | Final Report | January 15, 2028 | March 15, 2028 |
7.
LOCATION OF SERVICES
Services are required statewide and at multiple locations simultaneously.
8.
CONTROL OF WORK
- The Contract Manager has the authority to determine the quality and acceptability of the following:
- Work to be performed
- Rate and progress of the work
- Fulfillment of the services provided by the Contractor
- Compensation for services provided by the Contractor
- These decisions will be deemed final and enforceable by the Contract Manager when the Contractor fails to complete orders required by this Contract.
- The Contractor shall immediately bring any unanticipated issues to the attention of the Contract Manager. The Contract Manager will confer with appropriate CalRecycle staff, if necessary, and the Contractor to resolve the issue.
- The Contractor will designate a Project Manager who holds the following authority:
- Act as the Contractor’s Representative for work to be provided under this Contract
- Act as the Contractor’s Representative regarding contractual matters relating to this Contract.
- If during the course of the Contract, it is deemed necessary to replace the Project Manager, Contract Manager approval is required.
EXHIBIT B: BUDGET DETAIL AND PAYMENT PROVISIONS
BUDGET DETAIL AND PAYMENT PROVISIONS
-
INVOICING AND PAYMENT:
-
For services satisfactorily rendered and upon receipt and approval of the invoices, the State agrees to compensate the Contractor for actual expenditures incurred in accordance with the rates specified herein.
-
Itemized invoices shall be submitted electronically, with one set of supporting documentation (i.e., receipts, timesheets, etc), not more frequently than monthly in arrears to:
contractpayment@calrecycle.ca.gov
- Each invoice submitted to CalRecycle must include the following information:
- Invoice Number
- Contract Number
- Description of Rendered Activities/Services
- Submitting Contractor’s Address
-
Invoice Period
-
-
BUDGET CONTINGENCY CLAUSE:
-
It is mutually agreed that if the Budget Act of the current year and/or any subsequent years covered under this Agreement does not appropriate sufficient funds for the program, this Agreement shall be of no further force and effect. In this event, the State shall have no liability to pay any funds whatsoever to the Contractor or to furnish any other considerations under this Agreement and the Contractor shall not be obligated to perform any provisions of this Agreement.
-
If funding for any fiscal year is reduced or deleted by the Budget Act for purposes of this program, the State shall have the option to either: cancel this Agreement with no liability occurring to the State, or offer an Agreement Amendment to the Contractor to reflect the reduced amount.
-
-
PROMPT PAYMENT CLAUSE: Payment will be made in accordance with and within the time specified in Government Code, Chapter 4.5 (commencing with Section 927).
-
TAXES: The State of California is exempt from Federal Excise Taxes, and no payment will be made for any taxes levied on employees' wages. The State will pay for any applicable State of California or local sales or use taxes on the services rendered or equipment or parts supplied pursuant to this Agreement. California may pay any applicable sales or use tax imposed by another state.
-
COST BREAKDOWN: Reference Exhibit B-1: Rate Sheet.
-
TRAVEL CLAUSE: All travel will be reimbursed at the excluded employee travel rates in accordance with the California Code of Regulations Title 2, Division 1, Chapter 3, Subchapter 1, Article 2, Section 599.615.1 et seq. The Contractor will be held to the State per diem rates in effect at the time of travel. For specific per diem (lodging, meals and incidentals) reimbursement rates, see California Code of Regulations Title 2, Division 1, Chapter 3, Subchapter 1, Article 2, Section 599.619. For this agreement, the Contractor’s headquarters are located at <Enter Address>. Per diem will not be reimbursed for travel within 50 miles of Contractor’s headquarters.
If the Contractor is unable to obtain lodging at the excluded employee rate, the Contractor shall request preapproval from the Contract Manager for lodging rates that exceed the allowable rates. Preapproval of excess lodging rates requires the Contractor to complete and submit CalRecycle form 151. The form requires a written justification and supporting documentation, including a minimum of three lodging quotes to validate the excess lodging rate. The Contract Manager will notify the Contractor of their decision. Excess lodging that is not preapproved will not be reimbursed.
-
PAYMENT WITHHOLD: The provisions for payment under this contract will be subject to a ten percent (10%) withholding per invoice. The withheld payment amount will be included in the final payment to the Contractor and will only be released when all required work has been completed to the satisfaction of CalRecycle. The Contractor agrees to comply with the requirements of Public Contract Code (PCC), Section 10346.The provisions for payment under this contract will be subject to a ten thousand dollars ($10,000.00) withhold in accordance with Military and Veterans Code sections 999.5 and 999.7.
EXHIBIT B1: RATE SHEET
RATE SHEET
<<ENTER RATE WORKSHEET>>
EXHIBIT C: GENERAL TERMS AND CONDITIONS
GENERAL TERMS AND CONDITIONS
EXHIBIT D: SPECIAL TERMS AND CONDITIONS
SPECIAL TERMS AND CONDITIONS
-
AGENCY LIABILITY: The Contractor warrants by execution of this Agreement, that no person or selling agency has been employed or retained to solicit or secure this Agreement upon agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by the Contractor for the purpose of securing business. For breach or violation of this warranty, CalRecycle shall, in addition to other remedies provided by law, have the right to annul this Agreement without liability, paying only for the value of the work actually performed, or otherwise recover the full amount of such commission, percentage, brokerage, or contingent fee.
AMENDMENT: No amendment or variation of the terms of this Agreement shall be valid unless made in writing, signed by the parties and approved as required. No oral understanding or agreement not incorporated in this Agreement is binding on any of the parties. CalRecycle reserves the right to amend this Agreement through a formal written amendment signed by both parties, for additional time and/or funding.
-
CALIFORNIA WASTE TIRES: Unless otherwise provided for in this contract, in the event the Contractor and/or Subcontractor(s) purchases waste tires or waste-tire derived products for the performance of this Agreement, only California waste tires and California waste tire-derived products shall be used. As a condition of payment under this Agreement, the Contractor must provide documentation substantiating the source of the tire materials used during the performance of this Agreement to the Contract Manager.
All formal notices required by this Agreement must be given in writing and sent by prepaid certified mail, fax, personal delivery or telex.
-
CONTRACT MANAGEMENT: The Contractor and the agents and employees of the Contractor, in the performance of this Agreement, shall act in an independent capacity and not as officers or employees or agents of the State of California. The Contractor may change the designated Project Director, but CalRecycle reserves the right to approve any substitution of the Project Director. The Contractor’s key personnel may not be substituted without CalRecycle’s Contract Manager’s prior written approval. CalRecycle may change the Contract Manager by notice given to the Contractor at any time. CalRecycle staff will be permitted to work side-by-side with the Contractor’s staff to the extent and under conditions that may be directed by the Contract Manager. In this connection, CalRecycle’s staff will be given access to all required data, working papers, etc. The Contractor will not be permitted to utilize CalRecycle’s staff for the performance of services, which are the responsibility of the Contractor unless the Contract Manager previously agreed to such utilization in writing, and any appropriate adjustment in price is made. No charge will be made to the Contractor for the services of CalRecycle’s staff for coordination or monitoring functions.
-
CONTRACTOR EVALUATIONS: CalRecycle will evaluate the Contractor’s performance within sixty days of the completion of this Agreement and shall remain on file by CalRecycle for a period of thirty-six months. If the Contractor does not satisfactorily perform the work or service specified in this Agreement, CalRecycle will submit a copy of the negative evaluation to the Department of General Services (DGS), Office of Legal Services, within five (5) working days of the completion of the evaluation. Upon filing an unsatisfactory evaluation with the DGS, CalRecycle shall notify and send a copy of the evaluation to the Contractor within fifteen (15) days. The Contractor shall have thirty days to prepare and send a written response to CalRecycle and the DGS. CalRecycle and the DGS shall file the Contractor's statement with the evaluation. (Public Contract Code, § 10369).
-
CONFIDENTIALITY/PUBLIC RECORDS: The Contractor and CalRecycle understand that each party may come into possession of information and/or data which may be deemed confidential or proprietary by the person or organization furnishing the information or data. Such information or data may be subject to disclosure under the California Public Records Act, commencing with Government Code § 7920.000, or the Public Contract Code (PCC). CalRecycle agrees not to disclose such information or data furnished by the Contractor and to maintain such information or data as confidential when so designated by Contractor in writing at the time it is furnished to CalRecycle, only to the extent that such information or data is exempt from disclosure under the California Public Records Act and the PCC.
-
CONFLICT-FUTURE BIDDING LIMITATION AND FOLLOW-ON CONTRACTS: Pursuant to PCC § 10365.5:
-
No person, firm, or subsidiary thereof who has been awarded a consulting services contract may submit a bid for, nor be awarded a contract for, the provision of services, procurement of goods or supplies, or any other related action that is required, suggested, or otherwise deemed appropriate in the end product of the consulting services contract.
-
Subdivision (a) does not apply to any person, firm, or subsidiary thereof who is awarded a subcontract of a consulting services contract that amounts to no more than ten (10) percent of the total monetary value of the consulting services contract.
-
Subdivisions (a) and (b) do not apply to consulting services contracts subject to Chapter 10 (commencing with Section 4525) of Division 5 of Title 1 of the Government Code.
-
No person, firm, or subsidiary thereof who has been awarded a consulting services contract may submit a bid for, nor be awarded a contract for, the provision of services, procurement of goods or supplies, or any other related action that is required, suggested, or otherwise deemed appropriate in the end product of the consulting services contract.
-
CONSULTING SERVICES: If this Agreement is for consulting services, the Contractor is hereby advised of its duties, obligations and rights under PCC §§ 10335 through 10381.
-
DELIVERABLES: All documents and/or reports drafted for publication by or for CalRecycle in accordance with this contract shall adhere to CalRecycle’s Contractor Publications Guide at www.calrecycle.ca.gov/Contracts/PubGuide/ and shall be reviewed by CalRecycle’s Contract Manager in consultation with a CalRecycle editor.
For contracts of $5,000 or more, any document or written report prepared for or under the direction of CalRecycle, shall include a notation on the inside cover as follows:
"Prepared as part of CalRecycle contract number $solicitation_number, Total Contract Amount <<insert $$$>>, pursuant to Government Code § 7550."
-
ENTIRE AGREEMENT: This Agreement supersedes all prior agreements, oral or written, made with respect to the subject hereof and, together with the Attachments and/or Exhibits hereto, contains the entire Agreement of the parties.
-
ENVIRONMENTAL JUSTICE: In the performance of this Agreement, the Contractor shall conduct its programs, policies, and activities that substantially affect human health or the environment in a manner that ensures the fair treatment of people of all races, cultures, and income levels, including minority populations and low-income populations of the State. (Gov. Code, § 65040.12(e).)
-
EXECUTIVE ORDER N-6-22 – RUSSIA SANCTIONS: On March 4, 2022, Governor Gavin Newsom issued Executive Order N-6-22 regarding Economic Sanctions against Russia and Russian entities and individuals. “Economic Sanctions” refers to sanctions imposed by the U.S. government in response to Russia’s actions in Ukraine, as well as any sanctions imposed under state law. By submitting a bid or proposal, the Contractor represents that it is not a target of Economic Sanctions. Should the State determine that the Contractor is a target of Economic Sanctions or is conducting prohibited transactions with sanctioned individuals or entities, that shall be grounds for rejection of the Contractor’s bid/proposal any time prior to contract execution, or, if determined after contract execution, shall be grounds for termination by the State.
-
FORCE MAJEURE: Neither CalRecycle nor the Contractor, including the Contractor's subcontractor(s), if any, will be responsible hereunder for any delay, default or nonperformance of this Agreement, to the extent that such delay, default or nonperformance is caused by an act of God, weather, accident, labor strike, fire, explosion, riot, war, rebellion, sabotage, or flood, or any other cause beyond the reasonable control of such party.
-
GRATUITIES: CalRecycle may terminate this Agreement if gratuities were offered or given by the Contractor, or any agent or representative of the Contractor, to any employee of CalRecycle, with a view toward securing a contract or securing favorable treatment with respect to awarding or amending or making a determination with respect to performance of this Agreement.
-
HEALTH AND SAFETY: Contractors are required to, at their own expense, comply with all applicable health and safety laws and regulations. Upon notice, Contractors are also required to comply with CalRecycle's specific health and safety requirements and policies. Contractors agree to include in any subcontract related to performance of this Agreement, a requirement that the subcontractor comply with all applicable health and safety laws and regulations, and upon notice, CalRecycle's specific health and safety requirements and policies.
-
IMPRACTICABILITY OF PERFORMANCE: This Agreement may be suspended or cancelled, without notice at the option of the Contractor, if the Contractor’s or CalRecycle’s premises or equipment is destroyed by fire or other catastrophe or is so substantially damaged that it is impractical to continue service or in the event the Contractor is unable to render service as a result of any action by any governmental authority.
-
INSURANCE: Contractor shall procure and maintain for the duration of the contract, insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his agents, representatives, or employees.
-
Minimum Scope of Insurance
Coverage shall be at least as broad as:
-
Insurance Services Office Commercial General Liability coverage (occurrence Form CG 0001).
-
Insurance Services Office Form Number CA 0001 covering Automobile Liability, Code 1 (any auto).
-
Workers’ Compensation insurance as required by the State of California and Employer’s Liability Insurance.
-
Insurance Services Office Commercial General Liability coverage (occurrence Form CG 0001).
-
Minimum Limits of Insurance
Contractor shall maintain limits no less than:General Liability:
(Including operations, products & completed operations, as applicable.)
$2,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this operation/location or the general aggregate limit shall be twice the required occurrence limit. Automobile Liability: $1,000,000 per accident for bodily injury and property damage.
Employer’s Liability: $1,000,000 per accident for bodily injury or disease. -
Deductibles and Self-Insured Retentions
Any deductibles or self-insured retentions applying to General Liability and Automobile Liability must be declared to and approved by the State. At the option of the State, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the State, its officers, officials, employees and volunteers; or the Contractor shall provide a financial guarantee satisfactory to the State guaranteeing payment of losses and related investigations, claim administration and defense expenses.
-
Commercial general liability and automobile liability policies are to contain, or be endorsed to contain, the following provisions:
-
The State, its officers, officials, employees and volunteers are to be covered as insured as respects: liability arising out of work or operations performed by or on behalf of the Contractor; or automobiles owned, leased, hired or borrowed by the Contractor.
-
For any claims related to this operation, the Contractor’s insurance coverage shall be primary insurance as respects the State, its officers, officials, employees and volunteers. Any insurance or self-insurance maintained by the State, its officers, officials, employees or volunteers shall be excess of the Contractor’s insurance and shall not contribute with it.
-
Each insurance policy required by this clause shall be endorsed to state that coverage shall not be canceled by either party, except after thirty (30) days’ prior written notice by U.S. mail.
-
The State, its officers, officials, employees and volunteers are to be covered as insured as respects: liability arising out of work or operations performed by or on behalf of the Contractor; or automobiles owned, leased, hired or borrowed by the Contractor.
-
The workers’ compensation and employer’s liability policy shall be endorsed to contain the following provisions:
The insurer waives any right of recovery the insurer may have against the State, its officers, officials, employees and volunteers because of payments the insurer makes for injury or damage arising out of the work done under contract with the State.
-
Verification of Coverage: Contractor shall furnish the State with original certificates and amendatory endorsements effecting coverage as required in this section. All certificates and endorsements are to be received and approved by the State before work commences. The State reserves the right to require complete, certified copies of all required insurance policies, including endorsements affecting the coverage required by these specifications at any time. Any required endorsements requested by the State must be physically attached to all requested certificates of insurance and not substituted by referring to such coverage on the certificate of insurance.
-
Insurance companies issuing any of the policies required by these provisions shall have a rating classification of “A-” or better and a financial size category rating of “VII” or better according to the latest edition of the A.M. Best Key Rating Guide. Any other rating classification requires State approval.
-
Contractor shall ensure that all Subcontractors procure insurance meeting the requirements of these provisions.
-
State Remedies: If Contractor fails to maintain the insurance required to be carried by these provisions in full force and effect at all times, the State, in its sole discretion, may terminate this contract.
-
Any required insurance contained in this Agreement shall be primary, and not excess or contributory, to any other insurance carried by the State.
-
Inadequate or lack of insurance does not negate the Contractor’s obligations under this Agreement. In the event the insurance coverages obtained by the Contractor is broader in scope or the limits are higher than those required under this Agreement, such scope and limits available to the Contractor shall also be available and applicable to the State.
-
-
INTELLECTUAL PROPERTY: CalRecycle shall exclusively own all intellectual property rights in and to all work product, including, but not limited to, writings, ideas, inventions (whether patentable or not), discoveries, research, proposals, and all other results and work product of any nature whatsoever, that is created, authored, produced, conceived, or reduced to practice in the course of the performance of this Agreement. Such intellectual property rights, whether registered or unregistered, and including all applications for and renewals or extensions thereof, shall include, but are not necessarily limited to copyrights; trademarks, service marks, trade dress, trade names, logos, and domain names, together with all of the goodwill associated therewith; and patents. The Contractor agrees, and shall cause all of its relevant personnel, including all employees, agents, subcontractors, and other personnel participating in any way in the creation or achievement of such work product, to agree, that any such work product that may qualify as “work made for hire” pursuant to 17 U.S.C. § 101 is hereby deemed a “work made for hire” for CalRecycle. To the extent that any of the work product does not constitute a “work made for hire” for CalRecycle, Contractor hereby irrevocably assigns to CalRecycle, and shall cause such personnel to irrevocably assign to CalRecycle, in each case without additional consideration, all rights, title, and interest throughout the world in and to the work product, including all intellectual property rights therein. Upon request of CalRecycle, the Contractor shall promptly take, and shall cause its relevant personnel to promptly take, such further actions, including execution and delivery of all appropriate instruments of conveyance, as may be necessary to assist CalRecycle to prosecute, register, perfect, or record its rights in or to any such work product.
-
LIABILITY FOR NONCONFORMING WORK: The Contractor will be fully responsible for ensuring the completed work conforms to the agreed upon terms. If nonconformity is discovered prior to the Contractor’s deadline, the Contractor will be given a reasonable opportunity to cure the nonconformity. If the nonconformity is discovered after the deadline for the completion of the project, CalRecycle, in its sole discretion, may use any reasonable means to cure the nonconformity. The Contractor shall be responsible for reimbursing CalRecycle for any additional expenses incurred to cure such defects.
-
LICENSES OR PERMITS: The Contractor shall be an individual or firm licensed to do business in and with the State of California and shall obtain at his/her expense all license(s) and permit(s) required by law for accomplishing any work required in connection with this Agreement.
In the event the Contractor fails to keep in effect at all times all required license(s) and permit(s), CalRecycle may, in addition to other remedies it may have, terminate this Agreement upon occurrence of such event.
-
ORDER OF PRECEDENCE: In the event of conflict or inconsistency between the articles, exhibits, attachments, specifications or provisions that constitute this Agreement, the following order of precedence shall apply: STD 213; GTC 04/2017 – General Terms and Conditions (incorporated by reference); Exhibit A – Scope of Work; Exhibit B – Budget Detail and Payment Provisions; Exhibit B1 Rate Sheet, Exhibit D – Special Terms and Conditions; Other exhibits in alphabetical order, beginning with E; Attachments in numerical order, beginning with 1.
-
OWNERSHIP OF DRAWINGS, PLANS AND SPECIFICATIONS: CalRecycle will have separate and independent ownership of all drawings, design plans, specifications, notebooks, tracings, photographs, negatives, reports, findings, recommendations, data and memoranda of every description or any part thereof, prepared under this Agreement. The originals and all copies thereof will be delivered to CalRecycle upon request. CalRecycle will have the full right to use said originals and copies in any manner when and where it may determine without any claim on the part of the Contractor, its vendors or subcontractors to additional compensation.
-
PUBLICITY AND ACKNOWLEDGEMENT: The Contractor shall acknowledge CalRecycle’s support whenever projects funded, in whole or in part, by this Agreement are publicized in any news media, brochures, or other type of promotional material.
-
RECYCLED-CONTENT PRODUCT PURCHASING: In the performance of this Agreement, the Contractor shall purchase used and/or recycled-content products as set forth on the back of the Recycled-Content Certification Form (Exhibit D, Attachment 1). For assistance in locating recycled-content products, please search the recycled-content product database available at: www.calrecycle.ca.gov/rcpm. If after searching the database, contractors are unable to find the recycled-content products they are looking for, please notify CalRecycle’s Contract Manager. All recycled content products purchased or charged/billed to CalRecycle that are printed upon such as promotional items, publications, written materials, and other educational brochures shall have both the total recycled content (TRC) and the post-consumer (PC) content clearly printed on them.
In addition, any written documents such as, publications, letters, brochures, and/or reports shall be printed double-sided on 100% post-consumer (PC) paper. Specific pages containing full-color photographs or other ink-intensive graphics may be printed on photographic paper. The paper should identify the post-consumer recycled content of the paper (i.e., “printed on 100% post-consumer paper”). When applicable, the Contractor shall provide the Contract Manager with an electronic copy of the document and/or report for CalRecycle’s uses. When appropriate, only an electronic copy of the document and/or report shall be submitted and no hard copy shall be provided.
-
REMEDIES: The Contractor shall perform all work pursuant to the Agreement in a safe, satisfactory, professional, efficient, and expeditious manner to the satisfaction of CalRecycle. Unless otherwise expressly provided herein, the rights and remedies hereunder are in addition to, and not in limitation of, other rights and remedies under the Agreement, at law or in equity, and exercise of one right or remedy will not be deemed a waiver of any other right or remedy. In the event of the Contractor’s default under this Agreement, CalRecycle shall be entitled to all remedies available at law including, but not limited to, termination of this Agreement, withholding of any amount billed, and/or recovery of funds disbursed.
-
SETTLEMENT OF DISPUTES: In the event of a dispute, the Contractor shall file a “Notice of Dispute” with CalRecycle’s Director or his/her designee with ten (10) days of discovery of the problem. Within ten (10) days, the Director or his/her designee shall meet with the Contractor and CalRecycle Project Manager for the purpose of solving the dispute.
-
STOP WORK NOTICE: Immediately, upon receiving a written notice to stop work, the Contractor shall cease all work under this Agreement.
-
SUBCONTRACTORS: All Subcontractors previously identified in the bid/proposal submitted are considered to be acceptable to CalRecycle. Any change or addition of Subcontractors will be subject to the prior written approval of the Contract Manager or the Director or his/her designee. Upon termination of any Subcontract, the Contractor shall notify the Contract Manager or the Executive Director immediately. If CalRecycle or the Contractor determines that the level of expertise or the services required are beyond that provided by the Contractor or its routine Subcontractors, the Contractor shall be required to employ additional Subcontractors. Nothing contained in this Agreement or otherwise, shall create any contractual relation between CalRecycle and any Subcontractors, and no Subcontract shall relieve the Contractor of its responsibilities and obligations hereunder. The Contractor agrees to be as fully responsible to CalRecycle for the acts and omissions of its Subcontractors and of persons either directly or indirectly employed by any Subcontractor as it is for the acts and omissions of persons directly employed by the Contractor. The Contractors obligation to pay its Subcontractors is an independent obligation from CalRecycle’s obligation to make payments to the Contractor. As a result, CalRecycle shall have no obligation to pay or to enforce the payment of any moneys to any Subcontractor.
-
SUCCESSORS: The provisions of this Agreement will be binding upon and inure to the benefit of CalRecycle, the Contractor, and their respective successors.
-
TERMINATION: CalRecycle shall have the right to terminate this Agreement at its sole discretion at any time upon thirty (30) days written notice given to the Contractor. In the case of early termination, a final payment will be made to the Contractor upon approval by the Contract Manager of a financial report, invoices for costs incurred to date of termination and a written report describing all work performed by the Contractor to date of termination.
-
UNRELIABLE LIST: Prior to authorizing a Subcontractor(s) to commence work under this Agreement, the Contractor shall submit to CalRecycle a declaration from the Subcontractor(s), signed under penalty of perjury, stating that within the preceding three years, none of the events listed in Section 17050 of Title 14, California Code of Regulations, Natural Resources, Division 7, have occurred with respect to the subcontractor(s).
Placement of the Contractor on CalRecycle’s Unreliable List at any time after award of this Agreement may be grounds for termination of Agreement. If a Subcontractor is placed on CalRecycle’s Unreliable List after award of this Agreement, the Contractor may be required to terminate the Subcontract.
-
WASTE REDUCTION: In the performance of this Agreement, the Contractor shall take all reasonable steps to ensure that materials purchased or consumed in the course of the project are utilized both effectively and efficiently to minimize the generation of waste. The steps should include, but not necessarily be limited to, the use of reusable products, the use of recyclable and compostable products, discretion in the amount of materials used, the provision of alternatives to disposal for materials consumed, and the practice of other waste reduction measures where feasible and appropriate.
-
WORK AUTHORIZATION: If this Agreement is for services as needed or has clearly specified sub-categories a work authorization will be required before work can begin pursuant to this Agreement. The Contract Manager will make this determination, when work authorizations are required, the Contract Manager will prepare a work authorization for each item of work. Each work authorization, as appropriate, will consist of a detailed statement of the purpose, objectives, or goals to be undertaken by the Contractor, identification of the Contractor/Subcontractor team, all significant material to be developed and delivered by the Contractor, all materials to be furnished by CalRecycle to the Contractor, the Contractor’s estimated time schedule and person hours, billing rates and total cost of the work authorization.
- All work authorizations will be in writing, negotiated and approved by the Contract Manager and the Contractor's Project Director prior to beginning work. However, in situations where expedience is of the utmost importance, the Contract Manager may verbally authorize the Contractor to begin work following up with written authorization.
- The level of effort required for each work authorization will vary for each proposed project. Therefore, the Contract Manager will establish the timelines for completion of duties to be performed at the time of assignment.
- CalRecycle reserves the right to require the Contractor to stop or suspend work on any work authorization. The Contract Manager will provide, in writing to Contractor's Project Director, notice of the date work is to be halted or suspended. Approved costs incurred to that date shall be reimbursed in accordance with this Agreement’s provision.
- Each work authorization will be numbered sequentially.
- The actual costs of a completed, approved work authorization will not exceed the authorized amount, except if, in the performance of the work, the Contractor determines that the actual cost will exceed the estimated costs; the Contractor will immediately notify the Contract Manager. Upon such notification, the Contract Manager may:
- Alter the scope of the work authorization to accomplish the work within the estimated costs; or
- Augment the work authorization budget; or
- Authorize the Contractor to complete the work for the actual costs; or
- Terminate the work authorization.
Prior to exceeding the approved budget, approval must be secured in writing from the Contract Manager and the work authorization must be modified to reflect the change. If the problem occurs because the Contractor is in fault, the Contractor will absorb the additional costs.
EXHIBIT E: RECYCLED CONTENT CERTIFICATION
Please click the button below to download the attached file.
ATTACHMENT 15: FINAL PROPOSAL CHECKLIST
FINAL PROPOSAL CHECKLIST
Please use this checklist to assist in the preparation of your SOQ package to ensure that all required items are included.
- Cover Letter with contact information and statements as required in SECTION 3.4. COVER LETTER
- Copy of Required License(s) (Secretary of State) SECTION 3.8. QUALIFICATIONS AND LICENSES
- Supporting documentation requested in SECTION 3.8. QUALIFICATIONS AND LICENSES
The following forms are required upon submittal pursuant to the provisions outlined in SECTION 3. STATEMENT OF QUALIFICATIONS SUBMITTAL REQUIREMENTS.
- SECTION 1. GENERAL INFORMATION
- SECTION 2. LICENSING/HEALTH & SAFETY INFORMATION
- SECTION 3. FINANCIAL INFORMATION
- SECTION 4. PROJECT EXPERIENCE
- SECTION 5. BONDING INFORMATION
- SECTION 6. LITIGATION/CLAIMS INFORMATION
- SECTION 7. PERSONNEL & ORGANIZATIONAL INFORMATION
- SECTION 8. ACKNOWLEDGMENT/AUTHORIZATION FORM
- ATTACHMENT 2: CLIENT REFERENCES
- ATTACHMENT 3: COMPLIANCE WITH GOVERNMENT CODE, SECTION 87100
- ATTACHMENT 4: PUBLIC CONTRACT CODE SECTION 10162 – QUESTIONNAIRE
- ATTACHMENT 5: PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT
- ATTACHMENT 6: NONCOLLUSION AFFIDAVIT
- ATTACHMENT 7: BIDDER DECLARATION
- ATTACHMENT: DISABLED VETERAN BUSINESS ENTERPRISES DECLARATIONS (DGS PD 843)
- ATTACHMENT 9: COMMERCIALLY USEFUL FUNCTION (CUF) CERTIFICATION (CALRECYCLE 75)
- ATTACHMENT 8: CONTRACTOR CERTIFICATION CLAUSES (CCC 04/2017)
- ATTACHMENT Template 97: IRAN CONTRACTING ACT (PCC 2202-2208) (When bidding on, submitting a proposal or executing a contract or renewal for a State of California contract for goods or services of $1,000,000.00 or more, a vendor must complete the Iran Contracting Act Certification.)
- ATTACHMENT 10: DARFUR CONTRACTING ACT
-
ATTACHMENT 11: CALIFORNIA CIVIL RIGHTS LAWS CERTIFICATION
The following forms are not required at the time of the SOQ submission but are part of the evaluation selection and/or draft Standard Agreement and will be required by the successful Contractor during the contract period:
- Supporting documentation requested in SECTION 3.7. ILLNESS AND INJURY PREVENTION PROGRAM (IIPP)
- ATTACHMENT 12: SMALL BUSINESS SUBCONTRACTOR PAYMENT CERTIFICATION
- ATTACHMENT: DISABLED VETERAN BUSINESS SUBCONTRACTOR PAYMENT CERTIFICATION
- EXHIBIT E: RECYCLED CONTENT CERTIFICATION
- Payee Data Record (Standard Form 204 viewable at https://www.dgsapps.dgs.ca.gov/osp/StatewideFormsWeb/Forms.aspx)
Please note that if any of the items are missing from the SOQ package, the package will be considered incomplete and will be disqualified from the process.
Cover Letter with contact information and statements as required in the RFQ.
The prime Contractor must possess a valid and active Contractors State License Board (CSLB), Class A, General Engineering license with a Hazardous Substance Removal Certification (HAZ) issued by the State of California. Subcontractors alone cannot be used to fulfill this requirement. The firm must submit a copy of this license as part of its SOQ package.
All Contractor field staff shall have current HAZWOPER certification in accordance with Title 29, Code of Federal Regulations (29 CFR), section 1910.120 and Title 8, California Code of Regulations (8 CCR), section 5192 and the firm must submit a copy of the appropriate license(s) for Site Superintendents and supervisory field staff as part of its SOQ package.