-
PREQUALIFICATION SOLICITATION MAIN DOCUMENT
- COVER PAGE
-
1. INTRODUCTION AND OVERVIEW
-
2. RULES AND CONDITIONS
- 2.1. INTRODUCTION
- 2.2. COMMITMENT
- 2.3. CONTRACTOR’S COST
- 2.4. CONTENTS OF APPLICATION
- 2.5. COMPETENCE OF CONTRACTORS
- 2.6. OPTIONAL PRE-QUALIFICATION CONFERENCE
- 2.7. ONGOING PRE-QUALIFICATION SUBMISSION
- 2.8. WRITTEN QUESTIONS
- 2.9. ADDENDA
- 2.10. ERRORS IN SUBMITTALS
- 2.11. ELECTRONIC WASTE RECYCLING
- 2.12. USE TAX
- 2.13. SKILLED AND TRAINED WORKFORCE AND PREVALING WAGE
- 2.14. APPRENTICESHIP AGREEMENT
- 2.15. SELF PERFORMANCE
- 2.16. OFFICE OF MANAGEMENT AND BUDGET (OMB) REQUIREMENTS
-
3. PREQUALIFICATION APPLICATION PACKAGE SUBMITTAL REQUIREMENTS
- 3.1. INTRODUCTION
- 3.2. COVER LETTER
- 3.3. REQUIRED PERSONNEL AND ORGANIZATION QUESTIONNAIRE
- 3.4. BUSINESS ENTITY REQUIREMENT QUESTIONNAIRE AND CERTIFICATION
- 3.5. SERVICE REGIONS AND CATEGORIES SELECTION FORM
- 3.6. REQUIRED LICENSES
- 3.7. CUSTOMER REFERENCES
- 3.8. INSURANCE EXPERIENCE MODIFICATION RATE (EMR)
- 3.9. ILLNESS AND INJURY PREVENTION PROGRAM (IIPP) AND/ HEALTH AND SAFETY PLAN (HSP)
- 3.10. CONTRACTOR ELIGIBILITY
- 3.11. PRE-QUALIFICATION APPLICATION PACKAGE SUBMISSION
- 3.12. FINAL PRE-QUALIFICATION APPLICATION PACKAGE SUBMISSION
- 3.13. ELECTRONIC PRE-QUALIFICATION APPLICATION PACKAGE
-
4. EVALUATION AND SELECTION
- 5. DEFINITITION AND TERMS
- 6. ATTACHMENTS
- 7. REQUIRED PRE-QUALIFICATION APPLICATION PACKAGE CHECKLIST
-
ATTACHMENT 1: CONTRACTOR CERTIFICATION
-
ATTACHMENT 2: BYRD ANTI LOBBYING AMENDMENT
-
ATTACHMENT 3: REQUIRED PERSONNEL AND ORGANIZATION
-
ATTACHMENT 4: BUSINESS ENTITY REQUIREMENT CERTIFICATION
-
ATTACHMENT 5: CUSTOMER REFERENCE FORM
-
ATTACHMENT 6: SERVICE REGIONS AND CATEGORIES SELECTION FORM
-
ATTACHMENT 7: CONTACT INFO REQUEST
-
EXHIBIT A: SCOPE OF WORK
- 1. PROJECT DESCRIPTION
- 2. CONTACT INFORMATION
- 3. AUTHORITY
- 4. BACKGROUND
-
5. ORDER OF OPERATIONS
-
6. DDHTR CONTRACTOR TASKS AND RESPONSIBILITIES
-
6.1. PRIOR TO BEGINNING WORK
- 6.2. PRIOR TO SITE ENTRY, THE DDHTR CONTRACTOR SHALL ENSURE THAT:
- 6.3. ENVIRONMENTAL PROTECTION PLAN
-
6.4. DDHTR CONTRACTOR TECHNICAL SPECIALISTS
- 6.5. A&M CONTRACTOR TECHNICAL SPECIALISTS
- 6.6. ENVIRONMENTAL WORK PLANS
-
6.7. FOREST PRACTICE RULES REQUIREMENTS
- 6.8. HAULING AND REUSE/DISPOSAL PLANS
- 6.9. HAZARD TREE REMOVAL WORK PLANS
- 6.10. STEEP SLOPE PLAN
- 6.11. WATER SOURCE
- 6.12. UNDERGROUND UTILITIES
- 6.13. SECURE LODGING
- 6.14. IDENTIFY MATERIAL DISPOSAL AND RECYCLING OPTIONS
- 6.15. IDENTIFY AND ESTABLISH TEMPORARY FACILITIES
- 6.16. ESTABLISH CENTRAL VEHICLE ADJUDICATION FACILITIES (CVAFS)
- 6.17. INSPECT TRUCKS
- 6.18. MOBILIZATION
- 6.19. TRAINING
-
6.1. PRIOR TO BEGINNING WORK
-
7. FUNCTIONS
-
8. REPORTING & TRACKING
- 8.1. DAILY DISPATCH REPORTS SHALL INCLUDE THE FOLLOWING:
- 8.2. DAILY OPERATIONS REPORTS SHALL SUMMARIZE THE DAILY WORK FOR STRUCTURAL DEBRIS REMOVAL AND HAZARD TREE REMOVAL. THE DAILY OPERATIONS REPORT SHALL INCLUDE THE FOLLOWING:
- 8.3. MONTHLY SUMMARY REPORTS
- 8.4. DISPOSAL/RECYCLING FEES:
- 8.5. WORKFORCE DEVELOPMENT PLAN:
- 8.6. MONTHLY SOCIOECONOMIC AFFIRMATIVE STEPS REPORT:
- 8.7. MONTHLY SKILLED AND TRAINED WORKFORCE (+ATTACHMENT 1 SKILLED AND TRAINED WORKFORCE CERTIFICATION FORM)
- 8.8. MONTHLY SKILLED AND TRAINED WORKFORCE COMPLIANCE REPORT (+ATTACHMENT 2 SKILLED AND TRAINED WORKFORCE COMPLIANCE MONTHLY REPORT)
- 8.9. APPRENTICESHIP PROGRAM AGREEMENTS
- 8.10. SELF-PERFORMANCE (+ATTACHMENT 3 SELF PERFORMANCE CERTIFICATION FORM):
- 8.11. MONTHLY SELF-PERFORMANCE COMPLIANCE REPORT (+ATTACHMENT 4 SELF PERFORMANCE COMPLIANCE MONTHLY REPORT):
-
9. GENERAL EXPECTATIONS
-
10. CONTROL OF WORK
-
11. OPERATIONAL MILESTONES AND MOBILIZATION REQUIREMENTS
- 12. OPERATIONAL WORK PLANS AND REPORTS
- ATTACHMENT 1 SKILLED AND TRAINED WORKFORCE CERTIFICATION FORM
- ATTACHMENT 2 SKILLED AND TRAINED WORKFORCE COMPLIANCE MONTHLY REPORT
- ATTACHMENT 3 SELF PERFORMANCE CERTIFICATION FORM
- ATTACHMENT 4 SELF PERFORMANCE COMPLIANCE MONTHLY REPORT
- EXHIBIT A1: DISASTER DEBRIS AND HAZARD TREE REMOVAL – SPECIAL PROVISIONS
-
EXHIBIT B: BUDGET DETAIL AND PAYMENT PROVISIONS
-
EXHIBIT B1: RATE SHEET
-
EXHIBIT C: GENERAL TERMS AND CONDITIONS
-
EXHIBIT D: SPECIAL TERMS AND CONDITIONS
-
ATTACHMENT 5: RECYCLED-CONTENT CERTIFICATION FORM
-
EXHIBIT G: FEMA PUBLIC ASSISTANCE PROGRAM CONTRACTS
- STANDARD INVOICE
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
Disaster Debris and Hazard Tree Removal Services
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. If you have any questions as you draft a response, you can submit a question and receive a response via the Q&A tab during the time frame listed below.
Submission Start and End dates
October 16, 2023 at 12:00 AM - October 15, 2025 at 11:59 PM (Pacific Time (US & Canada))
Q&A Submission Window
October 16, 2023 at 4:00 PM - September 30, 2024 at 5:00 PM (Pacific Time (US & Canada))
Department of Resources Recycling and Recovery
Number: PQ101623
COVER PAGE
Department of Resources Recycling and Recovery
Notice to Interested Parties
October 16, 2023
You are invited to review and respond to this Pre-Qualification Solicitation for “Disaster Debris and Hazard Tree Removal Services”, Reference Number: 101623. In submitting your Pre-Qualification Application 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 Section II of this package. Additionally, the resulting agreements shall comply with all applicable Office of Management and Budget (OMB) federal procurement under grant standards found at 2 C.F.R. sections 200.317-327.
In the opinion of the Department of Resources Recycling and Recovery (CalRecycle) this Pre-Qualification Solicitation is complete and without need of explanation. All sections are critically important. Immediately read them thoroughly and then re-read them. If you have questions, or should you need any clarifying information, the contact person for this Pre-Qualification Solicitation is:
Hector Aspillera
contracts@calrecycle.ca.gov
Phone: (916)341-6599
Fax: (916) 319-7345
Please note that no verbal information given will be binding upon the State unless such information is issued in writing as an official addendum.
Hector Aspillera
Contract Administrator
TABLE OF CONTENTS
1.
INTRODUCTION AND OVERVIEW
1.1.
OPENING
CalRecycle is conducting this Pre-Qualification Solicitation to establish a list of pre-qualified contractors who may provide Disaster Debris & Hazard Tree Removal (DDHTR) services for the State of California’s Consolidated Debris Removal and Hazard Tree Removal Program (“Program”). Notice is hereby given that all future bidders on Disaster Debris Removal & Hazard Tree Removal Services must be pre-qualified prior to submitting a bid for future responses to CalRecycle’s solicitations for Program work. It is mandatory that all licensed contractors who intend to submit bids fully complete the pre-qualification application, provide all materials requested herein, and be approved by CalRecycle to be on the final Pre-Qualification List. No bid will be accepted from a contractor that has failed to comply with these requirements.
1.2.
PRE-QUALIFICATION PROCESS
This pre-qualification application process is the first stage of contract solicitation (Stage 1). At stage 1, interested parties are referred to as “applicants” who are submitting pre-qualification applications. Collectively, all documents submitted as part of a Pre-Qualification Application Package constitute the “application.” The second stage (Stage 2) will be conducted when an incident occurs and the resulting scope of work with incident specific information will provide contractors with the basis to submit pricing. At stage 2, pre-qualified parties are referred to as “bidders” who will submit bids. This process will increase efficiency and allow for deployment as expeditiously as possible.
Applicants are encouraged to submit their applications for Stage 1 as soon as possible. CalRecycle will notify applicants of pre-qualification status within 21 calendar days from receipt of a submitted application package. Contractors who do not meet the qualifications for list eligibility will be notified of the reasons for rejection. Contractors are encouraged to reapply.
Answers to questions contained in the attached questionnaire, information about current bonding capacity, a notarized statement from a surety with accompanying notes, and supplemental information are required. CalRecycle will use these documents as the basis for approving or denying contractors with respect to the size and scope of contracts upon which each contractor is qualified to submit a bid at Stage 2.
CalRecycle reserves the right to revisit a pre-qualification status in the event of subsequently learned information. Contractors have the duty to report any material changes from their pre-qualification documents immediately or risk removal of pre-qualified status. CalRecycle reserves the right to ask pre-qualified Contractors to resubmit documentation at any point to re-affirm pre-qualified status; in the event of a contractor’s refusal or unsuccessful submission of updated documents, CalRecycle reserves the right to remove the contractor from the pre-qualified list at any time. The removal from the pre-qualified list shall not be subject to dispute or appeal; however, applicants are encouraged to reapply.
CalRecycle reserves the right to require recertification of pre-qualification status at any time, for any reason, including, but not limited to, changes in law or necessary updates.
Neither the fact of pre-qualification, nor any pre-qualification rating, will preclude CalRecycle from a post-application consideration and determination of whether an applicant has the quality, fitness, capacity, and experience to perform the proposed work satisfactorily and has demonstrated the requisite trustworthiness.
Each questionnaire must be signed under penalty of perjury, in the manner designated at the end of the form, by an individual who has the legal authority to bind the contractor on whose behalf that person is signing. If any information provided by a contractor becomes inaccurate, the contractor must immediately notify CalRecycle and provide updated, accurate information in writing, under penalty of perjury.
CalRecycle reserves the right to waive minor irregularities and omissions in the information submitted in the pre-qualification application. CalRecycle reserves the right to make all final determinations regarding applicant’s applications.
CalRecycle reserves the sole and exclusive right to use or not to use the pre-qualified list for future work associated with the State’s Program. At CalRecycle’s sole discretion, CalRecycle may choose not to utilize the pre-qualified list and may seek other procurement methods.
1.3.
AUTHORITY
CalRecycle is soliciting pre-qualified applicants under the authority of the Emergency Services Act, specifically Government Code section 8570 (“powers of mitigation of effects of emergency”). Many sections and requirements may differ from typical State procurement documents in order to respond to the evolving and rapidly changing nature of disaster response. Applicant’s attention is directed to the Federal Emergency Management Agency (FEMA) federally required terms contained herein. In submitting responses, you must comply with the instructions herein.
1.4.
SERVICE CATEGORIES
The services will be provided in five (5) Regions which are comprised of California’s fifty-eight (58) counties. The five (5) Regions are comprised of the counties depicted below:
Region 1 - Northeastern |
Alpine County Amador County Butte County Calaveras County Del Norte County El Dorado County Glenn County Humboldt County Lassen County Madera County Mariposa County Modoc County Nevada County Placer County Plumas County Shasta County Sierra County Siskiyou County Tehama County Trinity County Tuolumne County Yuba County
|
Region 2 – Northern Coast |
Alameda County Contra Costa County Marin County Mendocino County Monterey County Napa County San Benito County San Francisco County San Mateo County Santa Clara County Santa Cruz County Sonoma County
|
Region 3 – Central Valley |
Colusa County Fresno County Kings County Lake County Merced County Sacramento County San Joaquin County Solano County Stanislaus County Sutter County Tulare County Yolo County
|
Region 4 – Southern Coast |
Los Angeles County Orange County San Diego County San Luis Obispo County Santa Barbara County Ventura County
|
Region 5 – Southeastern |
Imperial County Inyo County Kern County Mono County Riverside County San Bernardino County
|
The Contractor shall submit responses based on the contractor’s desired region and category. Pre-qualification in one or more specific regions and categories will result in eligibility for participation in Stage 2 Requests for Bids and submission of a bid upon occurrence of a disaster.
For each Region, there are three (3) possible Categories of services to be provided. Applicants may pre-qualify for the debris removal function, the hazard tree removal function, or both at Stage 1. At Stage 2, a pre-qualified contractor for the debris removal function will be permitted to form a joint venture with a pre-qualified contractor for the hazard tree removal function in order to submit a complete bid. Pre-qualified contractors may elect to form Joint Ventures for the purposes of participating in Stage 2 and responding to CalRecycle’s Request for Bid. At least one member of the Joint Venture must qualify for the appropriate category and region for the debris removal function, at least one member of the Joint Venture must qualify for the hazard tree function, and all members of the Joint Venture must be on a list for the appropriate category and region.
Disaster Debris Removal:
- Category 1: 1-700 Assessor Parcel Numbers (APNs) – Provide Disaster Debris Removal for quantities of 1-700 parcels.
- Category 2: 701-1,999 APNs – Provide Disaster Debris Removal for quantities of 701-1,999 parcels.
- Category 3: 2,000+ APNs – Provide Disaster Debris Removal for quantities of 2,000 or more parcels.
Hazard Tree Removal:
- Category 1: 1-5000 Hazard Trees - Provide Hazard Tree Removal for quantities of 1-5000 trees.
- Category 2: 5001-15000 Hazard Trees - Provide Hazard Trees Removal for quantities of 5001-15000 trees.
- Category 3: 15001+ Hazard Trees – Provide Hazard Tree Removal for quantities of 15001 or more trees.
Applicants must submit a pre-qualification application for at least one (1) Region in at least one (1) Category.
Applicants may submit a pre-qualification application for multiple Regions and Categories.
Applicants must demonstrate that they are qualified to perform the EXHIBIT Template AW: SCOPE OF WORK . For purposes of Stage 1, EXHIBIT Template AW: SCOPE OF WORK shall be considered as a reference document only since the incident specifics will be determined at Stage 2.
1.5.
SERVICE MAP
Each Region is comprised of the counties depicted below in Figure 1. – Service Regions by County.
Figure 1
1.6.
SERVICE OVERVIEW
Following major wildland fire incidents, CalRecycle is frequently tasked by the California Governor’s Office of Emergency Services (Cal OES) to manage a Program that coordinates Structural Disaster Debris and Hazard Tree Removal Operations.
The following services shall be included in the Program’s EXHIBIT Template AW: SCOPE OF WORK :
A. Structural Debris Removal Function: CalRecycle’s Program’s Scope of Work shall include but shall not be limited to: the preparation, removal, transport, and recycling or disposal of asbestos-containing materials, metals, ash, debris, concrete foundations and flatwork, potentially dangerous trees, and contaminated soil on residential properties destroyed to a wildfire or other disaster.
B. Hazard Tree Removal Function: In addition to the Structural Debris Removal Function, and to address the immediate threat to public safety due to hazardous trees, Program work shall also include a Hazard Tree Removal Function that includes but shall not be limited to: inspection of all hazardous trees marked by the Assessment & Management Contractor (A&M) Contractor; determination of felling methods; conducting Hazard Tree Removal Pre-Work Inspection with the A&M Contractor; marking, photographing pre-existing timber and relocating onsite as necessary; felling, processing, and removing hazardous trees; and application of erosion control. For this program, a “Hazard Tree” is defined as stated in Section DEFINITITION AND TERMS .
1.7.
PROCESS SCHEDULE
This process will be conducted according to the following tentative schedule where all times are Pacific Time. Contractors are encouraged to submit their applications as soon as possible. CalRecycle will notify applicants of pre-qualification status within 21 calendar days from receipt of a submitted application package. Applicants who do not meet the qualifications for list eligibility will be notified of the reasons for rejection. Contractors are encouraged to reapply. Predicting when an incident occurs is impossible; therefore, contractors are advised to submit as soon as possible. Accordingly, for the initial pre-qualification publication, the following schedule will apply. Thereafter, applications will be accepted on a rolling basis, along with applicant questions whose answers will be posted on CalRecycle’s website.
SCHEDULE |
DATE |
Advertisement Date | October 16, 2023 |
Optional Conference for Applicants | TBD |
Written Questions Due | Open |
Pre-Qualification Application Package Due | October 16, 2023 |
Publication of Pre-Qualification List | October 5, 2022 |
Ongoing Publication of Pre-Qualification List | Within 21 calendar days after submittal |
1.8.
CALRECYCLE CONTRACT ADMINISTRATOR INFORMATION
All inquiries and questions must be directed to the Contract Administrator below, unless otherwise identified in the instructions or changed by addendum to the Pre-Qualification List. The Contract Administrator or designee shall be the single point of contact. Oral communications directly with procurement officers and employees concerning the Pre-Qualification List shall not be binding to CalRecycle. Contractors should only rely on written statements issued by CalRecycle.
Physical Address: 1001 I Street |
Mailing Address: PO Box 4025 |
---|
Contract Administrator: |
Hector Aspillera |
Email: |
hector.aspillera@calrecycle.ca.gov |
Phone: |
(916)341-6599 |
Application submittals must be sent per SECTION 3.13. Electronic Pre-Qualification Application Package
Application Package submission will be conducted electronically via City Innovate, CalRecycle's new electronic bid (eBid) submission platform.
2.
RULES AND CONDITIONS
2.1.
INTRODUCTION
Contractors who wish to be pre-qualified must submit a completed pre-qualification questionnaire to the awarding body for review. Contractors are required to provide any additional information and/or documentation as instructed on the questionnaire.
2.2.
COMMITMENT
Applicant acknowledges, attests, and commits that information and documentation provided during Stage 1 is true and correct and will be subject to further validation at Stage 2.
Stage 1 “Pre-Qualification Solicitation”
• All items noted in this Pre-Qualification Application (see Required Pre-Qualification Application Package Checklist)
Stage 2 “Request for Bids”
Exhibits are provided for reference purposes only during Stage 1 and are subject to change based on incident(s) and CalRecycle discretion at Stage 2. The final versions of these Exhibits shall be available during Stage 2.
- EXHIBIT A: SCOPE OF WORK
- EXHIBIT A1: DISASTER DEBRIS AND HAZARD TREE REMOVAL – SPECIAL PROVISIONS
- EXHIBIT B: BUDGET DETAIL AND PAYMENT PROVISIONS
- EXHIBIT D: SPECIAL TERMS AND CONDITIONS including Exhibit D Attachment 1
- EXHIBIT G: FEMA PUBLIC ASSISTANCE PROGRAM CONTRACTS
- General Terms and Conditions (GTCs) and Contractor Certification Clauses (CCCs) are both available for viewing at https://www.dgs.ca.gov/OLS/Resources/Page-Content/Office-of-Legal-Services-Resources-List-Folder/Standard-Contract-Language
The above terms, conditions, and/or requirements are not subject to negotiation. Any applicant 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 Contractors and benefit or enhance the Contract.
If the applicant fails to meet any of the requirements or comply with CalRecycle requests, CalRecycle can reject, disqualify, or remove the firm from the process.
2.3.
CONTRACTOR’S COST
All costs resulting from the contractor’s participation in this process are at the firm’s expense. No costs incurred by the contractor participating in this process will be reimbursed by CalRecycle.
2.4.
CONTENTS OF APPLICATION
The contents of an applicant’s pre-qualification application package may be disclosed to third parties to verify, validate documentation, and investigate substantial allegations.
Application packages are subject to disclosure (Government Code section 6250 et seq.)
Upon receipt of documents submitted in response to this pre-qualification application process, these items will become the property of CalRecycle and will be regarded as public records under the California Public Records Act (Government Code section 6250 et seq.) and subject to review by the public. CalRecycle cannot prevent the disclosure of public documents. CalRecycle will disregard any language purporting to render all or portions of the applicant’s application package confidential.
2.5.
COMPETENCE OF CONTRACTORS
CalRecycle will validate the following:
-
Business Entity
- Applicant and/or Applicant’s firm must be in good standing and currently hold any/all required licenses and permits to perform/conduct business in the State of California. If a sole proprietorship, be registered with the city, county, or other local government entity in which the principal place of business is located.
- 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 Applicant’s registration with the Secretary of State, unless the applicant is a sole proprietorship (as indicated in ATTACHMENT Template 94: CONTRACTOR CERTIFICATION Item #1 “Contractor’s Business Identification”).
-
Suspension and Debarment
- This Contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such, the Contractor is required to verify that none of the Contractor, its principals (defined at 2 C.F.R. section 180.995), or its affiliates (defined at 2 C.F.R. section 180.905) are excluded (defined at 2 C.F.R. section 180.940) or disqualified (defined at 2 C.F.R. section 180.935).
- The Contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into.
- This certification is a material representation of fact relied upon by CalRecycle. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the State of California or CalRecycle, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment.
-
Upon Stage 2, the Bidder agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, while this offer is valid and throughout the period of any contract that may arise from this offer. The Bidder further agrees to include a provision requiring such compliance in its lower-tier covered transactions.”
-
CalRecycle Unreliable List
-
Any contractor or subcontractor currently on the CalRecycle Unreliable list is ineligible to apply for or participate in this contract: https://www.calrecycle.ca.gov/funding/unreliability
-
Any contractor or subcontractor currently on the CalRecycle Unreliable list is ineligible to apply for or participate in this contract: https://www.calrecycle.ca.gov/funding/unreliability
-
Prohibition on Tax Delinquents Bidding
- Public Contract Code section 10295.4 provides that a state agency shall not enter into any contract for goods or services with a contractor whose name appears on either list of the 500 largest tax delinquencies pursuant to Section 7063 or 19195 of the Revenue and Taxation Code.
-
Contractors listed on the California Department of Tax and Fee Administration (CDTFA) and Franchise Tax Board (FTB) top 500 list of tax delinquent businesses are not eligible to bid.
- FTB List:https://www.ftb.ca.gov/about-ftb/newsroom/top-500-past-due-balances/index.html
- CDTFA List: https://www.cdtfa.
2.6.
OPTIONAL PRE-QUALIFICATION CONFERENCE
Applicants should note that no mandatory meeting will be required prior to submission of a Pre-Qualification Application Package. CalRecycle may hold a non-mandatory Pre-Qualification Conference at a later date and time, as listed in the Process Schedule. Contractors are encouraged to attend and will be notified when registration is open for CalRecycle's Debris Removal Pre-Qualification Pre-Bid Meeting.
2.7.
ONGOING PRE-QUALIFICATION SUBMISSION
Pre-Qualification submissions will be accepted on an ongoing basis. Applicants are encouraged to submit early and not wait for an incident to occur. When an incident occurs for which CalRecycle intends to move to Stage 2, CalRecycle will post a notice on its website. Interested Parties not previously pre-qualified may submit a Pre-Qualification Application Package no later than five (5) days after said notice to be eligible to participate in Stage 2 for the noticed incident. Contractors will be notified of list eligibility within 21 calendar days.
CalRecycle may refuse to grant pre-qualification where the requested information and materials are not provided. There is no appeal from a rejection of pre-qualification eligibility. However, applicants are encouraged to reapply.
2.8.
WRITTEN QUESTIONS
Applicants with questions or inquiries regarding this solicitation shall submit questions through the eBid submission platform. Refer to SECTION 1.7. PROCESS SCHEDULE , for deadline requirements.
Oral communications with CalRecycle officers and employees shall be non-binding on the State and shall in no way exclude the Applicants of any obligations as set forth in this package.
The initial questions and answers will be published to all prequalified contractors as an Addendum.
2.9.
ADDENDA
CalRecycle reserves the right to amend, alter, or change the rules and conditions of this Pre-Qualification List.
Any ambiguity, conflict, discrepancy, omission, or other error discovered in the Pre-Qualification solicitation should immediately be reported to CalRecycle. Addenda will be available on the CalRecycle webpage for this particular solicitation at www.calrecycle.ca.gov/contracts.
2.10.
ERRORS IN SUBMITTALS
An error in an application package may be cause for rejection of that application and rejection from the Pre-Qualification List.
2.11.
ELECTRONIC WASTE RECYCLING
If the contractor or any subcontractors participate in activities that result in the disposition of electronic components, they will comply with the provisions of PRC Chapter 8.5.
2.12.
USE TAX
If, during the course of the agreement, 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.
2.13.
SKILLED AND TRAINED WORKFORCE AND PREVALING WAGE
The Contractor to whom the contract is awarded shall do both of the following:
(A) Use a skilled and trained workforce to perform work under the contract, consistent with federal reimbursement requirements, which falls within an apprenticeable occupation pursuant to Chapter 2.9 (commencing with Section 2600) of Part 1 of Division 2 of the Public Contract Code, for itself and its subcontractors.
(B) Pay prevailing wages and request the dispatch of apprentices, in accordance with Chapter 1 (commencing with Section 1720) of Part 7 of Division 2 of the Labor Code, for itself and its subcontractors.
Demonstration of compliance of this requirement will be in the form of a monthly report. Refer to ATTACHMENT 2 SKILLED AND TRAINED WORKFORCE COMPLIANCE MONTHLY REPORT
2.14.
APPRENTICESHIP AGREEMENT
The Contractor to whom the contract is awarded shall, pursuant to Public Resources Code section 40520, demonstrate the existence of, for itself and its subcontractors at every tier, an agreement with a registered apprenticeship program, approved by the California Apprenticeship Council, that has graduated apprentices in each of the preceding five years.
2.15.
SELF PERFORMANCE
The Contractor to whom the contract is awarded, pursuant to Public Resources Code section 40520, shall self-perform at least 30 percent of the labor hours provided under the contract, as demonstrated by its certified payroll.
Demonstration of compliance of this requirement will be in the form of a monthly report. Refer to ATTACHMENT 4 SELF PERFORMANCE COMPLIANCE MONTHLY REPORT
2.16.
OFFICE OF MANAGEMENT AND BUDGET (OMB) REQUIREMENTS
The Contractor to whom the contract is awarded shall comply with all applicable OMB Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards found at 2 C.F.R. sections 200.317-327.
3.
PREQUALIFICATION APPLICATION PACKAGE SUBMITTAL REQUIREMENTS
3.1.
Introduction
Failure to follow the instructions contained in this document may be grounds for rejection.
CalRecycle may waive an immaterial deviation in a Pre-Qualification Application Package at the discretion of CalRecycle.
3.2.
Cover Letter
The cover letter shall be signed by an individual who is authorized to bind the Applicant and shall indicate that person's title or position. The cover letter must be on the Applicant’s company letterhead and contain the following information:
- Name and address of the Applicant submitting qualifications.
- Applicant’s Headquarters.
- Name, title, address, telephone number, and e-mail address of individual(s) with authority to execute a binding Agreement on behalf of the Applicant.
- Name, telephone number, and e-mail address of a person who can be contacted if further information is required.
- Statement that personnel who will provide services under the Agreement will have the required certifications and that Applicant will have qualified personnel available to meet the service needs.
- Statement stating that the Contractor is eligible to Contract with the State of California, pursuant to PCC 10286.
Please Upload a Cover Letter which contains the all criteria listed above.
3.3.
Required Personnel and Organization Questionnaire
For purposes of Stage 1, Applicant shall complete the ATTACHMENT 3: REQUIRED PERSONNEL AND ORGANIZATION to demonstrate their professional qualifications and subject matter expertise of each team member as listed in ATTACHMENT 3: REQUIRED PERSONNEL AND ORGANIZATION.
Additional personnel names will be required at Stage 2, Request for Bids, as indicated in ATTACHMENT 3: REQUIRED PERSONNEL AND ORGANIZATION, in addition to any changes in personnel names upon submission of Stage 2, Request for Bids.
3.4.
Business Entity Requirement Questionnaire and Certification
For purposes of Stage 1, Applicant shall complete the ATTACHMENT 4: BUSINESS ENTITY REQUIREMENT CERTIFICATION and submit all required documentation as listed in it.
3.5.
Service Regions and Categories Selection Form
For purposes of Stage 1, Applicant shall complete the ATTACHMENT 6: SERVICE REGIONS AND CATEGORIES SELECTION FORM and submit the form as listed in ATTACHMENT 6: SERVICE REGIONS AND CATEGORIES SELECTION FORM.
3.6.
Required Licenses
Applicants shall designate which function they wish to prequalify for: Disaster Debris Removal, Hazard Tree Removal, or both. All required licenses, certifications, and registrations must be current and active at the time of Pre-Qualification Application Package submission. They shall remain active so long as the Contractor wishes to remain pre-qualified and throughout the life of any subsequent contract executed as a result of the Contractor’s pre-qualified status. All required licenses, certifications, and registrations must be maintained in good standing throughout the Contract Agreement term. Lapses occurring after pre-qualification submission, bid submission, or contract execution may be grounds for removal from the pre-qualification list, disqualification from bidding, or contract termination. As shown below, Contractors must possess the required licenses for the appropriate function at this initial phase. Contractors must be DIR registered.
DIR Registration: The Prime Contractor (and each member of a joint venture, if a joint venture submits the application) must be currently registered with the Department of Industrial Relations (Labor Code sections 1725.5, 1771.1).
Disaster Debris Removal Function requires the following:
CSLB License: The Prime Contractor (the joint venture if a joint venture submits the application) must possess a valid and active Contractors State License Board (CSLB) General Class A, General Engineering license with a Hazardous Substance Removal Certification (HAZ) issued by the State of California. Subcontractors cannot be used to fulfill this requirement.
Hazard Tree Removal Function requires the following:
LTO: The Prime Contractor must have a CAL FIRE Licensed Timber Operator (LTO) Commercial License (type “A”). If a Joint Venture, a minimum of one individual member must have a CAL FIRE Licensed Timber Operator (LTO) Commercial License (type “A”).
Note to Applicants: at Stage 2, all of Bidder’s proposed subcontractor(s) felling trees must also have a CAL FIRE Licensed Timber Operator (LTO) Commercial License (type “A”).
If the LTO is required to fell trees in proximity to power lines, the LTO shall be pre-approved or pre-certified to do so by the local electric utility or utility association. The LTOs must also be capable of directionally falling timber away from structures, power lines, and roadways in urban and semi-urban settings.
LTOs will be checked against CALFIRE License List (ca.gov). Applicants are advised to verify the listing prior to application package submission.
Go to https://www.dir.ca.gov/Public-Works/Contractor-Registration.html to see if your DIR is in good standing. You will not be able to prequalify if the form is not uploaded and valid.
Please verify and upload proof that your Secretary of State License is in good standing. For the following:
- Go to the following website: https://bizfileonline.sos.ca.gov/verifycertificate
- Type the name of your organization.
- Upload a screenshot that your license is in good standing.
Assuming a license needs to be uploaded: Verify and upload proof of your California State Licensing Board (CSLB) General Class A, General Engineering with a Hazardous Substance Removal Certification (HAZ) issued by the State of California. Your license must be valid and active. To verify, follow the steps below:”
- Visit Check A License - CSLB (ca.gov)
- Enter your Contractor License number.
- Upload a copy of your CSLB License.
Verify and upload proof of your CAL FIRE Licensed Timber Operator (LTO) Commercial License (type “A”). Your license must be valid and active. To verify, follow the steps below:”
- Visit License List (ca.gov)
- Enter your Contractor License number or Licensee Name in the Search field
- Upload a copy of your LTO License.
3.7.
Customer References
Applicants must demonstrate that they are qualified to perform projects similar to the EXHIBIT A: SCOPE OF WORK by submitting two (2) verifiable references. Applicants may request pre-qualification for disaster debris removal, hazard tree removal, or both. Applicants must submit two (2) verifiable references for the proposed Category with the largest number of APNs and/or Hazard Trees that the applicant shall be servicing. Such past projects must meet the minimum size quantities that the applicant is selecting. If an applicant is interested in both disaster debris removal and hazard tree removal functions, applicant must submit enough references to provide two verifiable references for each proposed Category. In such a case, applicant may use the same project twice (once for each Category) if the past project included both hazard tree and debris removal functions. The categories for each function are listed in Section I, Service Categories. Applicants shall submit references for the largest category of pre-qualification i.e. if applicant is seeking pre-qualification in all three categories, submit references for category 3, the largest.
Applicant must complete Part 1 of the included ATTACHMENT 5: CUSTOMER REFERENCE FORM for each reference. The Applicant must be named on the ATTACHMENT 5: CUSTOMER REFERENCE FORM as the entity that provided services to the customer reference. For purposes of customer references, work performed as a member of a Prime Contractor Joint Venture (JV) shall be considered work performed as a Prime Contractor.
Applicants are required to use the ATTACHMENT 5: CUSTOMER REFERENCE FORM and no substitutions will be accepted.
-
During Stage 1 of this solicitation:
Applicant shall submit references for their two (2) largest projects in terms of parcels cleared of debris (for applicants seeking pre-qualification for disaster debris removal) and/or hazard trees felled and removed (for applicants seeking pre-qualification for hazard tree removal).
For example, if proposing for Category 1, 2, and 3, Applicant’s customer references must be for disaster debris and/or hazard tree removal services for Category 3: 2,000+ APNs and/or 15,001+ trees.
Applicants must clearly identify the quantity of parcels and/or hazard trees performed on each project, which will be verified with the project owner.
For work performed as part of a Joint Venture, each partner may count the total number of parcels and hazard trees for the Joint Venture’s contract.
Applicants shall comply with the Customer Reference requirements specified in ATTACHMENT 5: CUSTOMER REFERENCE FORM.
CalRecycle will then validate the submitted references and record the validated number of enrolled parcels and/or hazard trees for use at Stage 2.
- During Stage 2 of this solicitation process:
CalRecycle will develop the estimated quantity of parcels and hazard trees based on the available information about the disaster event to determine the appropriate category(ies) eligible to submit bids.
Pre-qualified contractors may elect to form Joint Ventures for the purposes of participating in Stage 2 and responding to CalRecycle’s Request for Bid. At least one member of the Joint Venture must qualify for the appropriate category and region for the debris removal function, at least one member of the Joint Venture must qualify for the hazard tree function, and all members of the Joint Venture must be on a list for the appropriate category and region.
- Customer Reference Validation
CalRecycle will validate customer references by any means necessary or appropriate, including email, voice, or electronic conferences. Applicants are responsible for maintaining contact with their referencing customers to ensure their prompt responses to CalRecycle’s validation inquiries.
The contact identified in the customer reference must respond to CalRecycle within the seven (7) calendar days after notice by CalRecycle.
The contact identified in the customer reference email address should indicate the organizational entity's name (e.g., If the organizational entity is California Department of Motor Vehicles, the reference email includes @dmv.ca.gov, not @gmail.com).
In the event the individual used for the customer reference has left the employment of the organizational entity or the reference email does not match the entity’s name at the time of validation, a person in a position to verify the entity's employees may verify the individual's past employment and email address with that entity.
Reference validations may be determinative of Applicant’s ability to pre-qualify.
The State reserves the right to reject any customer reference it reasonably believes to have been falsified, is an entity the Proposer owns partially or wholly, or that cannot be validated.
If a customer reference or project experience is unable to be verified, it may be disregarded. It is to the Applicant’s benefit to inform its references that they may be contacted by CalRecycle regarding this solicitation during the anticipated review period, and their quick response would be helpful to the Applicant’s cause.
3.8.
Insurance Experience Modification Rate (EMR)
The Applicant shall provide their current Workers Compensation Insurance Experience Modification Rate (EMR) to CalRecycle, or proof of non-eligibility. If the EMR number exceeds one (1.00) at any time, CalRecycle may at their sole discretion, remove pre-qualified firms within thirty (30) days of verifying the rate has exceeded one (1.00).
Note: Applicants shall provide proof of an EMR of 1.0 or less for the applicant’s most recent rating year. Proof shall consist of a determination from an appropriate rating agency, such as the Worker’s Compensation Insurance Rating Bureau of California (WCIRB) or a letter from the firm’s workman’s compensation insurance carrier.You will be ineligible for prequalification if your ratio is above 1.0
3.9.
Illness and Injury Prevention Program (IIPP) and/ Health and Safety Plan (HSP)
Applicants must submit a current company IIPP that meets the requirements of 29 C.F.R. section 1910.120(b) and 8 CCR section 5192(b) or a sample of a recently prepared HSP for an environmental remediation/cleanup operation representative of the types of operations envisioned to be conducted in EXHIBIT A: SCOPE OF WORK.
You will be ineligible for prequalification unless these forms are valid and uploaded.
3.10.
Contractor Eligibility
The Applicant must include a written declaration, stating that the Applicant and any Subcontractors to be used during the performance of the Contract are eligible to Contract with the State of California, pursuant to PCC 10286.1. Statement may be included in the cover letter.
3.11.
Pre-Qualification Application Package Submission
Failure to follow the instructions contained in this document may be grounds for the rejection of an application package. CalRecycle may reject any application package if it is conditional, incomplete, or contains irregularities.
CalRecycle may waive an immaterial deviation in an application package if deemed in the best interest of CalRecycle. Waiver of an immaterial deviation shall in no way modify the Pre-Qualification List requirements or excuse the Contractor from full compliance with the Agreement requirements.
3.12.
Final Pre-Qualification Application Package Submission
Applicant must submit the application information on the forms provided by CalRecycle (included in this Pre-Qualification Solicitation) or included by reference to a downloadable form, as indicated on Required Pre-Qualification Application Package Checklist.
All required signatures must be executed by the individual who is legally authorized to bind the Applicant. Use of verifiable electronic signatures are permitted. Pre-Qualified Application Packages not submitted on the provided forms will be considered non-responsive.
3.13.
Electronic Pre-Qualification Application Package
It is the sole responsibility of the Applicant to ensure that electronically submitted documents are readable by CalRecycle. Required documents should be submitted in Microsoft Word, Microsoft Excel, or Adobe PDF. To ensure electronically submitted documents are readable, Applicant should submit electronic documents that meet the following standards:
- Microsoft – Word, Excel, Power Point or Adobe Acrobat Pro DC (PDF).
- Sans Serif ADA font (Preferred 12-point Arial).
- Zip files or compressed folders are not permitted. Incoming submittals that contain zipped/compressed folders will be rejected.
Incomplete electronic submissions, submissions not compatible with these standards, or submissions unable to be read, may result in the application being rejected.
4.
EVALUATION AND SELECTION
4.1.
INTRODUCTION
CalRecycle will perform a Pre-Qualification Evaluation process to ensure that the Applicant has included all required documentation. CalRecycle reserves the right to contact applicants to remedy incomplete applications with omissions that are minor or represent clerical errors. Applicants who are contacted by CalRecycle must respond within the specified timeframe to remedy their application or will have to resubmit their application.
4.2.
GROUNDS FOR REJECTION
Grounds for rejection may include but are not limited to the following
- Unsigned responses.
- Applicants has been prohibited from Contracting with the State by the Department of Fair Employment and Housing.
- Applicant has received a substantive negative Contract performance from the State.
- Any items required are not included with the Application Package.
4.3.
LIST ELIGIBILITY
4.4.
NOTICE OF ELIGIBILITY
CalRecycle will notify applicants of Pre-Qualification List placement by posting on CalRecycle’s Contract website at https://www.calrecycle.ca.gov/contracts/disaster..
Unsuccessful applicants will be notified via email.
4.5.
NO PROTEST OF ELIGIBILITY
No protests or appeals will be considered for unsuccessful applicants. Contractor’s sole remedy will be to reapply.
5.
DEFINITITION AND TERMS
General
Unless the context otherwise requires, wherever in this solicitation 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 is intended to refer to persons of either sex.
ADA Americans with Disabilities Act APN Assessor’s Parcel Number
APN Assessor's Parcel Number
BMP Best Management Practices
Cal OES California Governor's Office of Emergency Services
Cal EPA California Environmental Protection Agency
CalRecycle Department of Resources Recycling and Recovery
CCR California Code of Regulations
C.F.R. Code of Federal Regulations
CM Contract Manager
DVBE Disabled Veteran Business Enterprise
DDHTR Disaster Debris and Hazard Tree Removal
EPA Environmental Protection Agency (Federal Government)
EPP Environmental Protection Plan
FPR Forest Practice Rules
GC Government Code
IFB Invitation for Bids
IMT Incident Management Team
LTO Licensed Timber Operator
OSDS The Department of General Services, Procurement Division (PD), Office of Small Business and DVBE Services (OSDS)
PCC Public Contract Code
PRC Public Resources Code
PPDR Private Property Structural Debris Removal– a FEMA defined term
ROE Right of Entry
RFB Request for Bid
SB Small Business
SOW Scope of Work
U.S.C. United States Code
Definitions
214 Forms (ICS 214 Forms): The Activity Log (ICS 214) records details of notable activities at any ICS level, including single resources, equipment, Task Forces, etc. These logs provide basic incident activity documentation and a reference for any after-action report.
Agreement: 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, IFB, Exhibits, Bid 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.
Assessor’s Parcel Number (APN): The unique number assigned to each parcel of land by the county tax assessors. Refer to Site.
Assessment & Management Contractor (also A&M Contractor, A&M Consultant, or Consultant): The person or persons, firm, partnership, corporation, or his or their legal representatives or designee or combination thereof, which has entered into an Agreement with CalRecycle to assess and monitor the contractor(s) compliance with the EXHIBIT A: SCOPE OF WORK.
Bay: Individual residence within an APN. Typically applies to mobile home/trailer park properties.
Cal OES: The California Governor's Office of Emergency Services
Cal EPA: The California Environmental Protection Agency.
CalRecycle Staff: Staff of the Department of Resources Recycling and Recovery involved in implementing this contract.
Change Order: A change order is a legally binding document used to change the contract for revised scope of work and/or time. A valid, fully executed change order requires the signature of both CalRecycle and the Contractor signifying mutually agreed-upon terms.
Cleanup Goal Report: The A&M Contractor shall develop a cleanup goals report based on local soil samples to each burn scar included in each Operation and on state and federal standardized environmental cleanup requirements. Scope of Work consists of collecting soil samples from across the fire impacted areas. Background levels of heavy metals are considered when determining cleanup goals to ensure that resources are not allocated to removing soil concentrations that may be above the health-based standards but are not related to the debris from the incident.
Community Costs: Operational labor, materials, and other related costs that cannot be directly attributable to any specific property as part of the Operations.
Contract Manager (CM): A person designated by the responsible state agency or department to manage performance under a contract.
Contractor: A party contracting with the awarding agency. Vendor is often used synonymously with contractor.
Contractor's Environmental Compliance Liaison (ECL): DDHTR Contractor's staff responsible for ensuring that the DDHTR Contractor meets all of the environmental permit requirements and all EPP BMPs are properly implemented, as described in EXHIBIT A: SCOPE OF WORK.
The ECL shall possess a Bachelor's Degree (or higher degree) in environmental science, geography, environmental engineering, or another applicable field of science.
Contractor’s Registered Professional Forester (RPF) Liaison: The Contractor’s RPF Liaison will oversee, monitor, and manage the hazard tree removal operations and related activities for the Contractor, within their respective contract area, and make sure their Operation follows the Forest Practice Rules, all applicable timber harvest documents, and the EPP, as described in EXHIBIT A: SCOPE OF WORK .
Crew:
Structural Debris Removal Crew: A “crew” is defined relative to a standard structural debris removal crew, which includes four (4) personnel (two operators and two labor personnel), all equipment, supplies, portable restrooms, hand sanitation stations, and ancillary supplies.
Hazard Tree Removal Crew: A hazard tree removal crew is defined as all personnel, equipment, and supplies necessary to fell, process, and remove hazard trees.
One (1) crane or rubber tired and/or rubber tracker bucket rig
A. One to two (1 – 2) tree fallers or heavy equipment for tree falling, such as a feller buncher
B. One to two (1 – 2) laborers for processing fallen timber
C. One (1) skid steer or excavator for handling timber onsite
D. One (1) track or tow-behind chipper
E. Appropriate quantity of log trucks, grapple trucks, high-side dump trucks, or other trucks for removing wood material to a processing facility or end user and any equipment needed to load wood material onto trucks.
CalRecycle may approve alternate crew makeups if the DDHTR Contractor evidences the need for different personnel or equipment. A Hazard Tree Removal Crew consists of between two (2) and seven (7) DDHTR Contractor personnel.
These crews will also include all equipment, supplies, portable restrooms, hand sanitation stations, and ancillary supplies.
Day: Unless otherwise indicated, a “day” or “days” refers to a working day(s), Monday through Saturday.
Director: The Director of the Department of Resources Recycling and Recovery, or his/her designees. Any references to Executive Officer shall mean the Director and/or designated officer.
Disabled Veteran Business Enterprise (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.
Disaster: “Disaster” means fire, flood, storm, tidal wave, earthquake, terrorism, epidemic, or other similar public calamities that the Governor determines presents a threat to public safety. (19 CCR section 2900(g))
Disaster Debris and Hazard Tree Removal (DDHTR) Contractor: The Contractor hired to remove disaster debris and hazard trees under this Agreement.
Duly Authorized Representative: Means the duly authorized employee of the Contractor that has the authority to represent the Contractor and sign documents pertaining to the Contracts and submit invoices to CalRecycle.
Easement: A legal right to cross or otherwise use another’s land for a specified purpose. An easement may be expressed or implied.
Federal Assistance: “Federal Assistance” means aid to disaster victims or local agencies by the federal government pursuant to federal statutory authorities. (19 CCR section 2900(m))
Finance & Administration Team: CalRecycle Program, Budgets, Mission Task Finance Unit (Accounting), Contracts, and Legal Affairs.
Finance Section Chief/Finance Unit Leader: CalRecycle employee who tracks Operation-level costs and reimbursements for the Operation. The Finance Section Chief/Finance Unit Leader may also serve as the Contract Manager. One or more Deputy Finance Section Chiefs/Assistant Finance Unit Leaders may be assigned as needed.
Hazard Tree: A tree so damaged by a fire that it possesses an imminent threat of falling onto public Right-of-Way (ROW), other improved public property, or other infrastructure – as approved by the Incident Management Team (IMT). See the Special Provisions for additional criteria.
Holidays: Those days designated as State holidays in the Government Code.
Incident: See Operation.
Incident Action Plan (IAP): A formal plan which documents incident goals, operational period objectives, and the response strategy defined by incident command during response planning. It contains general tactics to achieve goals and objectives within the overall strategy, while providing important information on event and response parameters.
Incident Commander: The person responsible for all aspects of an emergency response; including quickly developing incident objectives, managing all incident operations, application of resources as well as responsibility for all persons involved. The incident commander sets priorities and defines the organization of the incident response teams and the overall incident action plan.
Incident Command System: A standardized approach to the command, control, and coordination of emergency response providing a common hierarchy within which responders from multiple agencies can be effective.
Incident Management Team (IMT): Designated personnel who provide support to incident management at the Incident or Branch Level. Includes the Branch Director, Branch Planner, Debris Group Supervisor, Finance Unit Leader, and Logistics Unit Leader, and their respective designees.
Individual Property Cost: Operational labor, materials, and other related costs that can be directly attributable to a specific property for which such costs were expended as part of the Operations.
Legal Holiday: See “Holidays”.
Lot: See Site.
LTO: Licensed Timber Operator
Notice to Proceed: A Notice to Proceed (NTP) is a notification from CalRecycle informing the Contractor it shall begin work under the Operation.
National Environmental Policy Act (NEPA): “NEPA” means the National Environmental Policy Act (Title 42 United States Code section 4321 et seq.). (19 CCR section 2900(s))
Operation: The full scope of work of Structural Debris Removal and Hazard Tree Removal services described in EXHIBIT A: SCOPE OF WORK and the EXHIBIT A1: DISASTER DEBRIS AND HAZARD TREE REMOVAL – SPECIAL PROVISIONS. May also be referred to as “Incident” or “Project”.
Operational permits enforced by CalFire: Forest Practice Rules (FPR) under 14 CCR 1104.1(b) (Public Agency, Public and Private Utility ROW Exemption) and 14 CCR 1038(b) (10% Dead, Dying, Diseased Trees) or the NEW 2020 Exemption 14 CCR 1038(g) (Post-Fire Recovery Exemption).
Operations Section Chief: Oversees and directs all tactical staff and operations for the Structural Debris and Hazard Tree Removal Operations throughout the Operational area. For this agreement, used interchangeably with Debris Group Supervisor (DGS).
Operations Superintendent: Reports to the Contractor’s field supervisor who is responsible for overseeing/directing and supporting multiple DDHTR crews, as determined by the Project Manager.
Over Excavation: “Over Excavation” occurs when the IMT designates a property as having had an unreasonable amount of material removed for site conditions. The IMT may base an Over Excavation determination upon factors including, but not limited to, relative quantity or ratios of materials removed compared to other Operation properties, field observations, analytical data, and/or other available information.
Parcel: See Site
Planning Section Chief: Works directly with the Incident Commander, to plan and coordinate Debris and Hazard Tree Removal resources for the multiple activities throughout the Branch. For this agreement, used interchangeably with Branch Planner (BP).
Programs: The Structural Debris Removal Program or the Hazard Tree Removal Program.
Project: Refer to Operation
Program Manager: In addition to the responsibilities described in the Description of Work, the Program Manager is the DDHTR Contractor’s representative for all work performed under this Agreement. All official correspondence, reports, submittals, billings, and other work done under this Agreement shall be reviewed and signed by the Program Manager prior to submittal to CalRecycle.
Property: See Site.
Public Bid Opening: A public meeting, where the sealed bid submitted by a Bidder on an advertised Operation, is opened, and a determination is made as to the apparent low bidder.
Rejected Load: A “Rejected Load” occurs when either: 1) A receiving facility refuses to accept a load as classified, or 2) the IMT designates a load as being misclassified. The IMT may base a determination of designation of a load as being “misclassified” upon factors including, but not limited to, relative quantity or ratios of materials removed compared to other Operation properties, field observations, analytical data, and other available information.
Resource Monitors: Professional staff, including Registered Professional Foresters, biologists, and archaeologists, provided by the A&M Contractor that will assist in the oversight and implementation of the EPP and Timber Harvest Documents during the Operation for the purpose of protecting the environmental and cultural resources present. Local tribal nations are expected to provide tribal monitors to assess for native artifacts that DDHTR Contractors’ ground-disturbing activities may unearth.
Right of Way (ROW): “Right-of-way” generally means that portion of real property granted to a public or quasi-public entity to utilize said property for public street, drainage, or utility purposes.
Right-of-Way Segment: A reasonable Operational portion of a public right of way.
Right of Entry (ROE): “Right of Entry” refers to the Operational staff to access private property (parcel of land) with permission via the ROE form.
Scope of Work: The description of work required of a contractor by the awarding agency.
Section 106: Section 106 of the National Historic Preservation Act and all associated statutes and regulations, including 36 CFR 61.
Site: A building or facility, or group of contiguous buildings or facilities with common ownership and within a single APN. A Site may include a “Property,” “Lot,” “Bay,” or “APN” as defined in this Agreement. (modified, 19 CCR section 2900(gg))
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 section 14837 and 2 CCR section 1896.
State: The State of California. May also refer specifically to CalRecycle.
State Contract Law: The Public Contract Code and other applicable laws that form and constitute a part of the provisions of this Agreement to the same extent as if set forth herein in full.
State Eligible Costs: “State Eligible Costs” means all Operation costs eligible under Government Code sections 8680 et seq., and shared costs of Operations deemed eligible for federal public assistance, after offsetting applicable credits. (19 CCR section 2900(kk))
Stormwater Specialist: The DDHTR contractor will assign a Stormwater Specialist who is a Qualified Stormwater Pollution Prevention Plan Practitioner (QSP) and who is familiar with rural and urban applications of erosion and sediment control. The Stormwater Specialist will oversee applicable work on roads, debris sites, and support facilities, will manage NPDES compliance, and will manage the response to accidental spills. The Stormwater Specialist will also coordinate the documentation of removal, maintenance, and deployment of intermediate and final erosion/sediment control, and shall record such measures in a State designated or approved database in coordination with the A&M Contractor.
Subcontractor: A person or entity which contracts with the Contractor to perform all or a portion of the work as specified in the EXHIBIT A: SCOPE OF WORK.
Task Force: Unit and organizational element having functional responsibility for a specific activity.
Title 22 Metals: California Code of Regulation (CCR) Title 22 (also known as the California Administrative Manual {CAM-17}) metals include: antimony, arsenic, barium, beryllium, cadmium, chromium, cobalt, copper, lead, mercury, molybdenum, nickel, selenium, silver, thallium, vanadium, and zinc.
Work Authorization: See Work Order.
Workday: For the purposes of this Operation, a workday includes reasonable time required to support daily on-site Structural Debris removal operations, including, but not limited to, health and safety briefings, beginning and end of shift briefings, and all-hands safety meetings.
The IMT will determine operational hours for each operational period. Generally, the operational hours will be 7:00 AM to 6:00 PM, unless otherwise designated by the IMT. Workdays are each day from Monday through Saturday except state holidays approved by the IMT and every fifth Saturday, which shall be a Safety Stand-down.
Work Order: A contract document CalRecycle uses to direct contractors on when and where services are necessary. Work Orders detail activities to be completed within the EXHIBIT A: SCOPE OF WORK, not to exceed cost, and provide a schedule for completion. The Contractor shall not perform or undertake any work that is not indicated or addressed in a Work Order. A Work Order shall be executed according to the procedures of the “Work Authorization” clause of EXHIBIT D: SPECIAL TERMS AND CONDITIONS. The terms “Work Order” and “Work Authorization” are interchangeable.
6.
ATTACHMENTS
The following list identifies the Attachments for this solicitation:
-
PREQUALIFICATION SOLICITATION MAIN DOCUMENT
-
ATTACHMENT 1: CONTRACTOR CERTIFICATION
-
ATTACHMENT 2: BYRD ANTI LOBBYING AMENDMENT
-
ATTACHMENT 3: REQUIRED PERSONNEL AND ORGANIZATION
-
ATTACHMENT 4: BUSINESS ENTITY REQUIREMENT CERTIFICATION
-
ATTACHMENT 5: CUSTOMER REFERENCE FORM
-
ATTACHMENT 6: SERVICE REGIONS AND CATEGORIES SELECTION FORM
-
Reference Only Proposed Form of Agreement, which includes:
-
EXHIBIT A: SCOPE OF WORK
-
EXHIBIT A1: DISASTER DEBRIS AND HAZARD TREE REMOVAL – SPECIAL PROVISIONS
-
EXHIBIT B: BUDGET DETAIL AND PAYMENT PROVISIONS
-
EXHIBIT D: SPECIAL TERMS AND CONDITIONS, including EXHIBIT D: SPECIAL TERMS AND CONDITIONS-Attachment 1
- EXHIBIT G: FEMA PUBLIC ASSISTANCE PROGRAM CONTRACTS
-
EXHIBIT A: SCOPE OF WORK
7.
REQUIRED PRE-QUALIFICATION APPLICATION PACKAGE CHECKLIST
Use the Required Pre-Qualification Application Package Checklist to prepare and submit your Pre-Qualification List Application Package.
Applicant MUST submit provided forms and/or forms included by reference.
Cover Letter with contact information and statements as required in the Pre-Qualification Solicitation document. |
ATTACHMENT 1: CONTRACTOR CERTIFICATION (including any additional pages as required) |
ATTACHMENT 2: BYRD ANTI LOBBYING AMENDMENT |
ATTACHMENT 3: REQUIRED PERSONNEL AND ORGANIZATION |
ATTACHMENT 4: BUSINESS ENTITY REQUIREMENT CERTIFICATION including ALL additional documentation required for: (A1-A3); (B2-B4, B9-B11); (C1-C5); (D1-D8 & D10); (F1-F3) |
ATTACHMENT 5: CUSTOMER REFERENCE FORMs – Two References |
ATTACHMENT 6: SERVICE REGIONS AND CATEGORIES SELECTION FORM |
Additional Application Package Requirements (Supplied by Applicant) |
Insurance Policies (see Attachment 4: Business Entity Requirement Questionnaire and Certification questions B5 & B7) |
Copy of Required License(s) (Secretary of State, DIR, LTO, CSLB Class A) |
Notarized Bondability Statement (Business Entity Requirement Questionnaire and Certification question B8) |
Reviewed or Audited Financial Statements with accompanying notes and supplemental information (ATTACHMENT 4: BUSINESS ENTITY REQUIREMENT CERTIFICATION question B13) (SB 978 Package) |
Experience Modification Rate (EMR) documentation |
IIPP and/or Health and Safety Plan (HSP) |
The following are Reference Documents and are not required at time of pre-qualification application submission but must be adhered to by the Contractor during Stage 2 and subsequent agreement:
EXHIBIT A: SCOPE OF WORK. Available as a separate document with the same file name. |
ATTACHMENT 1 SKILLED AND TRAINED WORKFORCE CERTIFICATION FORM ATTACHMENT 2 SKILLED AND TRAINED WORKFORCE COMPLIANCE MONTHLY REPORT ATTACHMENT 3 SELF PERFORMANCE CERTIFICATION FORM ATTACHMENT 4 SELF PERFORMANCE COMPLIANCE MONTHLY REPORT |
EXHIBIT A1: DISASTER DEBRIS AND HAZARD TREE REMOVAL – SPECIAL PROVISIONS. Available as a separate document with the same file name. |
EXHIBIT B: BUDGET DETAIL AND PAYMENT PROVISIONS Available as a separate document with the same file name. |
Exhibit C – General Terms and Conditions (GTC 04/2017). Viewable at www.ols.dgs.ca.gov/Standard+Language |
EXHIBIT D: SPECIAL TERMS AND CONDITIONS. Available as a separate document with the same file name. |
EXHIBIT G: FEMA PUBLIC ASSISTANCE PROGRAM CONTRACTS. Available as a separate document with the same file name. |
Standard Invoice Template. Available as a separate document with the same file name. |
Contractor Certification Clauses (CCC 04/2017). Viewable at www.ols.dgs.ca.gov/Standard+Language |
The following Reference Documents are Viewable at https://www.calrecycle.ca.gov/disaster/wildfires/contractors/ |
Assessment Of Burn Debris – 2015 Wildfires Lake and Calaveras Counties, California (December 7, 2015) Final Assessment of Ash Sampling – Camp Fire Incident Contract No. DRR18087 (September 19, 2019) Debris Operational Guidance: Damaged Concrete at Wildland Urban Interface Fires (February 10, 2019) California Wildfire Asbestos Survey 2020 Statewide Fires – Environmental Protection Plan (March 10, 2021) 2021 Northern California Fires - Environmental Protection Plan (EPP). 2014 California Manual on Uniform Traffic Control Devices (CA MUTCD), California Department of Transportation (DOT) Revision 7 (Rev 7). Viewable at |
Application Packages not submitted as instructed above will be considered non-responsive.
Please note that if any of the items are missing from the Application Package, the package will be considered incomplete and will be disqualified from the process.
END OF CHECKLIST
Department of Resources Recycling and Recovery
Number: PQ101623
ATTACHMENT 1: CONTRACTOR CERTIFICATION
Contractor Certification
Please upload a completed Contractor's Certification
Please verify that your debarment is valid at the following link below:
https://www.dir.ca.gov/dlse/debar.htmlCalRecycle will verify that you are not on this list. If you are found to be on the list at the time of application, you will be ineligible for prequalification.
https://www.dir.ca.gov/dlse/debar.htmlCalRecycle will verify that you are not on this list. If you are found to be on the list at the time of application, you will be ineligible for prequalification.
Enter your FTB Entity ID number. Consult the following link https://webapp.ftb.ca.gov/eletter/?Submit=Check+Status if you need help.
Please go to the following website https://webapp.ftb.ca.gov/eletter/?Submit=Check+Status, enter your FTB Entity ID number and Upload your entity status letter which shows you are in good standing.
Please verify that your debarment is valid at the following link below:
https://www.cdtfa.ca.gov/taxes-and-fees/top500.htmCalRecycle will verify this as well. If your name appears on the list, you will be ineligible for prequalification.
https://www.cdtfa.ca.gov/taxes-and-fees/top500.htmCalRecycle will verify this as well. If your name appears on the list, you will be ineligible for prequalification.
Please verify that your name does not appear at the following link:
https://www.ftb.ca.gov/about-ftb/newsroom/top-500-past-due-balances/corporate-income-tax-list.html
CalRecycle will verify this as well. If your name appears on the list, you will be ineligible for prequalification.
https://www.ftb.ca.gov/about-ftb/newsroom/top-500-past-due-balances/corporate-income-tax-list.html
CalRecycle will verify this as well. If your name appears on the list, you will be ineligible for prequalification.
Please verify that your debarment is valid at the following link below:
https://calrecycle.ca.gov/funding/unreliability/CalRecycle will verify your status. If you are on the list, you will be ineligible for prequalification.
https://calrecycle.ca.gov/funding/unreliability/CalRecycle will verify your status. If you are on the list, you will be ineligible for prequalification.
Department of Resources Recycling and Recovery
Number: PQ101623
ATTACHMENT 2: BYRD ANTI LOBBYING AMENDMENT
Byrd Anti Lobbying Amendment
Please download, sign and re-upload the Byrd Declaration Form.
Department of Resources Recycling and Recovery
Number: PQ101623
ATTACHMENT 3: REQUIRED PERSONNEL AND ORGANIZATION
Required Personnel and Organization Form
Applicant shall complete the information below and MUST attach the following documentation in support of ATTACHMENT 3: REQUIRED PERSONNEL AND ORGANIZATION:
Organizational Chart indicating listed personnel (below) in proposed role(s) consistent with firm’s organization.
Current HAZWOPER and/or Refresher Certification for Health and Safety Officer(s).
Resumes submitted for Required Personnel during Stage 1.
Applicant must have, at a minimum, the personnel classifications in the below categories.
*If desired, applicant may list more positions via attachment; however, additional positions must be included and consistent with the attached organization chart. Personnel may not serve in multiple roles.
Please upload a valid Required Personnel and Organization Form
Please upload Organizational Chart indicating listed personnel above in proposed role(s) consistent with firm’s organization.
Please upload Program Manager Resume
Please upload Project Manager Resume
Please Upload Finance Chief Resume
Please upload Health and Safety Officers Resume
Please Attach Current HAZWOPER for Health and Safety Officer(s)
Department of Resources Recycling and Recovery
Number: PQ101623
ATTACHMENT 4: BUSINESS ENTITY REQUIREMENT CERTIFICATION
Business Entity Requirement Certification
Please upload your completed Business Entity Requirement Questionnaire Upload
Please provide any additional documentation and writeup if needed for any of the following questions on the certification form if applicable.(A1-A3); (B2-B4, B9-B11, B13); (C1-C5); (D1-D8 & D10); (F1-F3)
Submit an insurance liability policy with a policy limit of at least $1,000,000 per occurrence and $2,000,000 aggregate. Please see Exhibit D for coverage specifics.
Submit current workers compensation insurance policy as required by the Labor Code or proof of self-insurance pursuant to Labor Code section 3700 et. seq.
Attach a notarized statement from an admitted surety insurer (approved by the California Department of Insurance) authorized to issue bonds in the State of California, which states that:
(a) Your current bonding capacity is valid for at least one year, and
(b) Your current available bonding capacity.
(a) Your current bonding capacity is valid for at least one year, and
(b) Your current available bonding capacity.
Submit your firm’s latest copy of reviewed or audited financial statements with accompanying notes and supplemental information.If two or more business entities submit a prequalification application as part of a Joint Venture, or expect to submit a bid as part of a Joint Venture, each entity within the Joint Venture must be separately qualified to bid. Therefore, each entity named as part of the Joint Venture must submit their latest copy of reviewed or audited financial statements.Reviewed or audited financial statements are not subject to disclosure under the Public Records Act Request.NOTE: Financial statements that are not either reviewed or audited will not be accepted. A letter verifying the availability of a line of credit may also be attached; however, it will be considered as supplemental information only, and is not a substitute for the required financial statements.
Department of Resources Recycling and Recovery
Number: PQ101623
ATTACHMENT 5: CUSTOMER REFERENCE FORM
Customer Reference Form
INSTRUCTIONS
- Applicants are instructed to complete Part 1 of the Customer Reference Form and certify that the applicant has completed the work experience described.
The customer reference email address must match and indicate the organizational entity's name. (e.g., If the organizational entity is the California Department of Motor Vehicles, the reference email must include @dmv.ca.gov, not @gmail.com).
In the event the individual used for the customer reference has left the employment of the organizational entity at the time of validation, a person in a position to verify the entity's employees may verify the individual's past employment with that entity.
- Applicants must demonstrate that they are qualified to perform the Scope of Work described in Exhibit A. Customer References must corroborate the Applicant's experience. Applicants may request prequalification for disaster debris removal, hazard tree removal, or both. The categories for each function are listed below. Applicants shall submit references for the largest category of pre-qualification i.e. (if applicant is seeking pre-qualification in all three categories, submit references for category 3, the largest).
Category |
Disaster Debris Removal |
Hazard Tree Removal |
Category 1 |
1 – 700 Enrolled Parcels |
1 – 5,000 Trees |
Category 2 |
701 – 1,999 Enrolled Parcels |
5,001 – 15,000 Trees |
Category 3 |
2,000 + Enrolled Parcels |
15,001+ Trees |
VALIDATION
- CalRecycle will validate customer references by any means necessary or appropriate, including email, voice, or electronic conferences. Applicants are responsible for maintaining contact with their referencing customers to ensure their prompt responses to CalRecycle’s validation inquiries.
- If a reference or project experience is unable to be verified, it may be disregarded. CalRecycle reserves the right to disqualify a proposal if some references cannot be verified. It is to the Applicant’s benefit to inform its references that they may be contacted by CalRecycle regarding this solicitation and their quick response could determine the Applicant’s pre-qualification.
Please indicate for which work type you are submitting your reference for.
Please complete the customer reference form for the work you are prequalifying for.
Please indicate for which work type you are submitting your reference for.
Please complete the customer reference form for the work you are prequalifying for.
Please indicate which work type you are submitting your reference for. Select "not applicable" if you have already submitted your 2 references for 1 type of work.
Please upload the Customer Reference form for your first reference or skip this part if you answered "Not applicable" above.
Please indicate which work type you are submitting your reference for. Select "not applicable" if you have already submitted your 2 references for 1 type of work.
Please upload the Customer Reference form for your first reference or skip this part if you answered "Not applicable" above.
Department of Resources Recycling and Recovery
Number: PQ101623
ATTACHMENT 6: SERVICE REGIONS AND CATEGORIES SELECTION FORM
Service Regions And categories
Instructions: Applicants may apply for pre-qualification in multiple Regions and Categories. Applicants must select at least one (1) Region in at least one (1) Category. Any unanswered/blank fields will be considered by the State as “No.”
Refer to Section I, Service Categories for a list of disaster debris removal and hazard tree removal for quantities.
Applicants may pre-qualify for the debris removal function, the hazard tree removal function, or both at Stage 1.
Services shall be provided in the following Regions comprised of the following California’s counties:
Region 1 - Northeastern |
Alpine County Butte County Calaveras County Del Norte County El Dorado County Glenn County Humboldt County Lassen County Madera County Mariposa County Modoc County Nevada County Placer County Plumas County Shasta County Sierra County Siskiyou County Tehama County Trinity County Tuolumne County Yuba County |
Region 2 – Northern Coast |
Alameda County Contra Costa County Marin County Mendocino County Monterey County Napa County San Benito County San Francisco County San Mateo County Santa Clara County Santa Cruz County Sonoma County |
Region 3 – Central Valley |
Colusa County Fresno County Kings County Lake County Merced County Sacramento County San Joaquin County Solano County Stanislaus County Sutter County Tulare County Yolo County |
Region 4 – Southern Coast |
Los Angeles County Orange County San Diego County San Luis Obispo County Santa Barbara County Ventura County |
Region 5 – Southeastern |
Imperial County Inyo County Kern County Mono County Riverside County San Bernardino County |
- Applicant shall select the applicable box for the desired region and category
Please Note that you will be asked to verify you can perform the work with 2 Client References for the category you selected.
Go to the following website and upload a screenshot of your organization having a valid license status: https://caltreesplans.resources.ca.gov/Caltrees/customization/common/licenseList.aspx
You will not be eligible for prequalification for debris removal if this form is not valid.
You will not be eligible for prequalification for debris removal if this form is not valid.
Please note that you will be asked to verify you can perform the work with 2 Client References for the category you selected.
You will not be eligible for prequalification for debris removal if this form is not valid.
Go to the following website https://www.cslb.ca.gov/OnlineServices/CheckLicenseII/checklicense.aspx and upload a screenshot of the result of your license showing that your license is current and active.

Department of Resources Recycling and Recovery
Number: PQ101623
ATTACHMENT 7: CONTACT INFO REQUEST
Contact Info Request
If you wish to have CalRecycle publish your business contact information, please answer the following questions. Providing the requested business contact information is voluntary and is not required to participate in the Prequalification List.
- Street address plus any suite number or other extension to the address
- State - Two letter abbreviation
- Postal Code - Five digit code
RFB DRR101623
SCOPE OF WORK
EXHIBIT A: SCOPE OF WORK
1.
PROJECT DESCRIPTION
DDHTR CONTRACTOR NAME (hereinafter referred to as “Disaster Debris and Hazard Tree Removal Contractor” or “DDHTR Contractor”) shall provide Emergency Structural Debris and Hazard Tree Removal Services to the Department of Resources, Recycling, and Recovery (hereinafter referred to as the “State” or “CalRecycle”) as described herein.
2.
CONTACT INFORMATION
The Operation Coordinators during the term of this Agreement will be:
CalRecycle Contract Manager |
TBD |
---|---|
Name: |
Name: |
Phone: |
Phone: |
Email: @calrecycle.ca.gov |
Email: |
Direct all Agreement inquiries to: | |
CalRecycle Contract Analyst |
TBD |
Contracts Unit |
|
Attention: |
Attention: |
Address: 1001 I St., MS 19-A |
Address:
|
Phone: (916) 341-6304 |
Phone: |
Email: |
Email: |
3.
AUTHORITY
CalRecycle is soliciting this Agreement under the authority of the Emergency Services Act, specifically Government Code section 8571, and the Governor’s Proclamations of States of Emergency dated [PLACEHOLDER/INSERT VALID REFERENCES].
4.
BACKGROUND
CalRecycle has been tasked by the California Governor’s Office of Emergency Services (Cal OES) to manage the coordinated removal of structural debris and hazard trees from several fire-impacted counties by implementing the State Consolidated Debris and Hazard Tree Removal Program (State Program). This is a service agreement, not governed by the State Contract Act unless specifically referenced herein. The purpose of this agreement is to provide structural debris removal and hazard tree removal services in the following counties:
[List counties]
DDHTR Contractor shall track, document, and separate any reporting requirements to ensure accurate reporting for cleanup work related to the Operation.
Participation in the State Program is generally voluntary for property owners whose properties are located within the delineated disaster area and who have qualifying debris are obliged to remove both the structural debris and certain hazard trees located on their properties but are not required to join the State Program. Property owners may withdraw from the State Program at any time by submitting a withdrawal form.
Property owners can choose to contract privately and separately for structural debris and hazard tree removal or remove their structural debris and hazard trees themselves, pursuant to their respective county’s required protocols.
Each participating county is responsible for soliciting, obtaining, and processing Right of Entry Permits (ROEs) from each property owner who wants to participate in the State Program. Counties may also abate properties that do not comply with debris removal requirements. Abated properties may be cleaned through the State Program, under this agreement. Public entities, such as municipal governments, school districts, and state agencies, may also enroll parcels in the State Program.
CalRecycle does not control the ultimate number of property owners who enroll in the State Program. As a result, none of the estimated quantities or overall contract dollar amounts are guaranteed by CalRecycle. The scheduled duration of the work is also not guaranteed by CalRecycle. The quantity of structural debris and/or hazard trees removed as part of these Operations and applicable to the Request for Bids (RFB) may change, based on the discretion of the State, site conditions unforeseeable to the State at the time of the RFB solicitation, property owner participation in the State Program, and other unanticipated factors. Potential bidders are advised to submit bid schedules accordingly as no rate changes will be allowed for quantities variations.
The catastrophic fire incidents destroyed a significant number of structures and damaged many trees, which now pose a hazard. CalRecycle estimates that TBD residential structures and TBD other structures were destroyed. Additionally, CalRecycle estimates that TBD hazard trees will be eligible for removal. These estimates should be considered preliminary and informational only.
[Insert table to display data if multiple counties]
The response to and recovery from these fires will be managed according to the Standardized Emergency Management System (SEMS) and the National Incident Management System (NIMS). All work under this agreement will be achieved in accordance with the Incident Command System (ICS). Cal OES and CalRecycle will deploy an Incident Management Team (IMT), which will oversee and direct all aspects of the work in support of the CalRecycle Contract Manager, as described more fully herein. The Contractor should be familiar with all relevant components of ICS, including Incident Action Plans (IAPS), the Incident Action Planning Process, and ICS organizational charts. The Contractor will be expected to actively participate in the ICS process, including Tactics and Planning Meetings, and throughout the development of each IAP.
The titles of the IMT Member positions may vary based on the specifics of this incident. Below are sample titles for Single Incident and Multiple Branch Incident models.
In the event that different titles are to be used, CalRecycle will dictate which titles will be used to indicate which positions. Using different titles shall not affect the required qualifications or rates of the various Contractor staff. The table below demonstrates the equivalent titles and classifications (the titles listed in the Single Incident Title column are used throughout this Agreement for bid, evaluation, and identification purposes):
Table A: Single Incident and Multiple Branch Incident ICS Titles
Single Incident Title |
Branch Title |
---|---|
Incident Commander | Branch Director |
Operations Section Chief | Debris Group Supervisor |
Deputy Operations Section Chief | Deputy Debris Group Supervisor |
Branch Director | Division Supervisor |
Division Supervisor | Task Force Leader |
Task Force Leader | Crew Leader |
Task Force | Crew |
Environmental Group Supervisor | Environmental Task Force Leader |
Planning Section Chief | Branch Planner |
Deputy Planning Section Chief | Deputy Branch Planner |
Finance Section Chief | Finance Unit Leader (Finance Group Supervisor(s) / Contract Supervisor(s)) |
Deputy Finance Section Chief | Assistant Finance Unit Leader (Cost Recovery Specialist) |
Public Information Officer | Public Information Officer |
Safety Officer | Safety Officer |
Liaison Officer | Liaison Officer |
DDHTR Contractor shall work in close proximity with numerous other parties, such as utility companies, local, State, and Federal government agencies, other State contractors, and private party structural debris removal and/or hazard tree removal contractors. The DDHTR Contractor shall coordinate with these other parties, in conjunction with the IMT, to minimize impacts or delays, including but not limited to full or partial availability of operationally key roadways (public and private), availability of water and other necessary utilities, and direct access to state program properties and their debris and hazard trees.
5.
ORDER OF OPERATIONS
The Disaster Debris Removal and Hazard Tree Removal Services shall follow a sequenced, systematic approach to removing debris and hazard trees from each property, as described in more detail in Section 6 and the Special Provisions (Exhibit A.1 Special Provisions), with the major responsibilities of the DDHTR Contractor noted below. DDHTR Contractor shall work simultaneously with a separate contractor hired by CalRecycle to perform Disaster Debris Removal and Hazard Tree Removal Assessment and Monitoring Services, referred to below as “Assessment and Monitoring Contractor” or “A&M Contractor.” The following describes the overall sequence of operations to provide structure and context for the DDHTR Contractor Tasks and Responsibilities described within this Agreement.
5.1.
Prior to Work
- Prepare Site-Specific Health and Safety Plans
- Prepare Hauling and Reuse/Disposal Plans and Hazard Tree Removal Work Plans (HTWRP), including Steep Slope Work Plan(s)
- Review the Environmental Protection Plan, file appropriate environmental permits and timber harvest documents, and develop Environmental Work Plans
- Identify, prepare required documentation for, and secure applicable permits for temporary facilities, and end use facilities
- Train project personnel on project specific structural debris and hazard tree removal operations, including but not limited to health and safety, biological and cultural resource sensitivity
5.2.
Debris Removal
- Remove asbestos containing material as directed by the A&M Contractor, to include knocking down chimneys and fire-damaged walls
- Conduct Debris Removal Pre-Work Inspection (“360 Walk”) with the A&M Contractor
- Fell and remove “danger trees” that are preventing debris removal operations
- Remove pre-existing Best Management Practices (BMPs) implemented prior to the State Consolidated Debris Removal Program, such as wattles placed to contain runoff of contaminated debris
- Recycle burned vehicles adjudicated prior to crew arrival, transport non-adjudicated vehicles offsite for adjudication or stage vehicles on plastic for future adjudication, to be subsequently removed and recycled, as directed by the IMT
- Remove and recycle metals, dispose of ash and debris, dispose of 3-6” of contaminated soil from debris footprints as directed by the Operations Section Chief (OSC) or their designee. (For end use facility (EUF) requirements, see Table 6, Waste Destination Summary, Exhibit A.1, Special Provisions)
- Finish grading/smoothing surface
- Remedy any nonconforming work identified by the A&M Contractor or State Personnel as directed by the IMT
- Rescrape additional soil from property if necessary and approved by CalRecycle Project Engineer to meet cleanup goals, consistent with 1.2.3.4
- Implement erosion control
- Remedy any nonconforming work identified by the OSC or designee during the Debris Removal Final Site Walk, which may occur subsequent to hazard tree removal
5.3.
Hazard Tree Removal
- Inspect hazard trees marked by the A&M Contractor and determine felling methods
- Conduct Hazard Tree Removal Pre-Work Inspection (“360 Walk”) with the A&M Contractor
- Mark and photograph pre-existing timber and relocate onsite as necessary
- Fell, process, and remove hazard trees
- Apply erosion control
- Remedy any nonconforming work identified by the A&M Contractor during the Hazard Tree Removal Interim Site Walk (prior to remobilization)
- Remedy any nonconforming work identified by the OSC or designee during the Hazard Tree Removal Final Site Walk (after remobilization)
6.
DDHTR CONTRACTOR TASKS AND RESPONSIBILITIES
The IMT will manage the Operation in the field and operate under ICS. Through Work Orders and in accordance with the “Work Authorization” clause of Exhibit D, CalRecycle will direct the DDHTR Contractor when and where these services are necessary. No work shall occur without a written and executed Work Order.
The IMT will generally provide specific work assignments to the DDHTR Contractor through IAP. The IMT will identify incident objectives for the next operational period through the incident action planning process. DDHTR Contractor may provide input and recommendations on incident objectives prior to execution of the IAP. DDHTR Contractor is responsible for completing all work specified in the IAP within the timeframe (“operational period”) identified in the IAP. The DDHTR Contractor shall complete all work assignments on parcels and/or segments of the public right of way identified in executed IAPs or executed Work Orders to the satisfaction of CalRecycle. CalRecycle, at it’s sole and exclusive discretion, shall determine the scope of work necessary to properly remediate each parcel, as monitored by the A&M Contractor.
DDHTR Contractor shall complete the following tasks:
6.1.
PRIOR TO BEGINNING WORK
6.1.1.
Site-Specific Health and Safety Plan
DDHTR Contractor shall, at all times, operate equipment and perform labor in a safe, professional manner to ensure the safety of its employees and the public at all times. DDHTR Contractor shall note the number of the power lines crossing the site, dead trees, chimneys, and all underground utilities.
The DDHTR Contractor shall prepare a site-specific health and safety plan (H&SP), prepared and signed by a Certified Industrial Hygienist (CIH) or other Certified Safety Professional (CSP) and adopted by CalRecycle Health and Safety (H&S). This H&SP shall be prepared and implemented for the DDHTR Contractors and subcontractors’ field staff in coordination with CalRecycle Health and Safety professional(s). The H&SP shall address the hazards described in the Scope of Work and the Special Provisions. The CIH/CSP will also review and approve a personal protective air monitoring plan, ensure its proper implementation, and review and approve a final report summarizing the air personal protective monitoring data, assessment, and results for the protection of the DDHTR Contractor’s debris removal crews. DDHTR Contractor shall designate eating areas and supply hand and eye washing stations and mobile sanitary facilities for each project site.
At a minimum, Contractor’s Health and Safety Plan shall include:
- Contractors shall, at their own expense, comply with all applicable health and safety laws and regulations. Upon notice, Contractors shall comply with CalRecycle’s specific health and safety requirements and policies. Contractors agree to include in any subcontract related to the 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.
- Contractor shall ensure all updated CDC and relevant County guidance are implemented as appropriate.
- Contractor shall comply with all California Division of Occupational Safety and Health (Cal/OSHA) and Occupational Safety and Health Administration (OSHA) requirements specific to worker safety. A work plan for safely working around and removing large propane tanks (over 30 gallons) and for working when the AQI for PM2.5 is a health hazard due to wildfire smoke.
- The DDHTR Contractor shall at all times be responsible for the protection of its employees, subcontractors, and members of the public impacted by the operation. A review of the DDHTR Contractor’s H&SP by CalRecycle staff shall in no way relieve the DDHTR Contractor of responsibility for compliance with all Federal, State, and local laws pertaining to health and safety.
The DDHTR Contractor’s Project Manager and the assigned Safety Manager (can be the same person) shall be within the operational area whenever work is being performed unless otherwise authorized by CalRecycle. Given that ash may contain elevated levels of heavy metals and/or asbestos, the DDHTR Contractor shall set up an exclusion zone(s) around each debris removal site during removal until the OSC signs off the site as clean. All personnel entering and leaving the exclusion zone shall be required to wear level “C” protective attire.
Those working outside the exclusion zone must wear level “D” protective attire as described in the DDHTR Contractor’s H&SP.
6.2.
Prior to site entry, the DDHTR Contractor shall ensure that:
- Adequate work planning, health and safety evaluation of the proposed work scope, safety planning (including an H&SP signed by an appropriate safety professional and reviewed by CalRecycle safety professionals), and operating procedures review has been completed.
- All personnel have been properly trained and briefed on hazards and procedures for the site to be entered.
- Equipment, personnel, and necessary materials are on-hand to safely and efficiently complete the work. Ensure hazardous cylinders, tanks and drums have been identified, marked, cleared, devalved and safe to work around.
- Proper site access authorization has been obtained from the A&M Contractor.
- All operation employees have read and signed the H&SP.
- The site has been wetted down a minimum of 24 hours prior to structural debris removal activities. The site must remain wet prior to the beginning of operations or the contractor will be responsible for wetting the site down again prior to the beginning of structure debris removal activities.
- All site personnel and superintendents who are tasked to enter an exclusion zone shall be currently certified for Hazardous Waste Operations and Emergency Response (HAZWOPER) in accordance with 29 C.F.R. section 1910.120 and 8 CCR section 5192. Certification can be obtained by completing the 40-hour HAZWOPER course initially and maintaining certification by completing the 8-hour refresher course annually. The site superintendents shall have appropriate experience to perform the tasks outlined above adequately. A copy of a current certification must be provided to the A&M Contractor with submission of H&SP and when changes to personnel occur.
- The H&SP shall direct the preparation of personal air monitoring for asbestos, silica, and metals (antimony, arsenic, barium, beryllium, cadmium, chromium, cobalt, copper, lead, manganese, molybdenum, nickel, selenium, silver, thallium, vanadium, and zinc) per OSHA requirements for hazardous waste assessment, and potentially chromium +6 and mercury in the operator’s breathing zone.
6.3.
Environmental Protection Plan
The State will prepare an Environmental Protection Plan (EPP), developed to ensure that the structural debris removal and hazard tree removal functions are compliant with applicable local, State, and Federal laws, International Treaties, regulations, Executive Orders, statutes, permits, and policies not waived per the Proclamation, as agreed upon by the Secretaries of the California Environmental Protection Agency (CalEPA) and California Natural Resources Agency (CNRA) including, but not limited to, the California Environmental Quality Act, AB-52 Tribal Consultation, California Forest Practice Rules, the Federal National Environmental Policy Act (NEPA), Endangered Species Act Section 7, and National Historic Preservation Act Section 106 requirements. The EPP presents Best Management Practices (BMPs) and Avoidance and Minimization Measures (AMMs), respectively, for compliance with applicable state and federal environmental laws and regulations to expedite disaster recovery. An example EPP, addressing both structural debris removal and hazard tree removal functions, similar to the EPP anticipated for these operations, is included (Reference Supplement 3). DDHTR Contractor shall implement the BMPs and AMMs described in the EPP throughout the Operation.
6.4.
DDHTR Contractor Technical Specialists
6.4.1.
Environmental Compliance Liaison
The DDHTR Contractor will assign an Environmental Compliance Liaison (ECL) who is responsible for ensuring that the DDHTR Contractor meets all of the environmental permit requirements and all EPP, BMPs, and AMMs are properly implemented across the Operation, including at all of the DDHTR Contractor’s temporary facilities (including but not limited to: laydown yards, log processing and storage yards, materials processing, transfer facilities, vehicle adjudication facilities, California Department of Transportation (DOT) inspection yards, and other temporary facilities as required for the Operation). The ECL shall report all waivers and permits received by the DDHTR Contractor to the CalRecycle Contract Manager and the State Environmental Lead. The ECL shall also coordinate and implement necessary compliance actions throughout the life of the permit, as directed by the regulatory agency. The ECL is also responsible for terminating permits with the permitting agency and notifying the IMT when each permit is terminated. If there is a disagreement that a permit or waiver is needed the State Environmental Lead will schedule a meeting with the responsible regulatory agency.
6.4.2.
Stormwater Specialist
The DDHTR contractor will also assign a Stormwater Specialist who is a Qualified Stormwater Pollution Prevention Plan Practitioner (QSP) and who is familiar with rural and urban applications of erosion and sediment control. The Stormwater Specialist will oversee applicable work on roads, debris sites, and support facilities, will manage National Pollutant Discharge Elimination System (NPDES) compliance, and will manage the response to accidental spills. The Stormwater Specialist will also coordinate the documentation of removal, maintenance, and deployment of intermediate and final erosion/sediment control and shall record such measures in a State designated or approved database in coordination with the A&M Contractor. At the discretion of the DDHTR Contractor, the Stormwater Specialist may also serve as the ECL provided they meet the positional qualifications described above.
6.5.
A&M Contractor Technical Specialists
The A&M Contractor will provide resource monitors, including Registered Professional Foresters, biologists, and archaeologists to assist in the oversight and implementation of the EPP and Timber Harvest Plan Exemptions during the Operation(s) for the purpose of protecting the environmental and cultural resources present. Local tribal nations are expected to provide tribal monitors to assess for native artifacts that DDHTR Contractors’ ground-disturbing activities may unearth. The DDHTR Contractor must follow the guidance of the resource monitors, as directed by the IMT.
6.6.
Environmental Work Plans
The DDHTR Contractor shall prepare Environmental Work Plans (EWPs) as requested by the IMT for specific projects or components of projects detailing the planned means and methods and how those means and methods will comply with applicable BMPs and AMMs, as may be identified by the A&M Contractor or the IMT. Requirements for EWPs include, but are not limited to:
- Site location, by APN and street address, and site access and areas of environmental sensitivity (e.g., water courses, topography, special status species, and potential cultural resources).
- Narrative description of work to be performed, including types of equipment and specific methods to be employed, and proposed start date.
- Maps and sketches showing work site and planned operations with sufficient detail to identify access to the enrolled parcel, the parcel’s boundaries, and watercourse crossings necessary to reach work sites. GIS mapping products may also be required.
- Description of how, when, and where BMPs and AMMs will be implemented.
- Contingency plans in the event a planned BMP or AMM is not able to be successfully implemented, a new resource is identified, or other unforeseen circumstance arises.
- Requested EWPs shall be submitted within seven (7) calendar days of notice that such a plan is required. The DDHTR Contractor may coordinate with the A&M Contractor but bears ultimate responsibility for preparing and implementing the plan. The DDHTR will promptly respond to any feedback on the plan provided by the A&M Contractor or IMT and issue revised versions within the timeline prescribed by the IMT, which is not expected to exceed seven (7) calendar days.
- The DDHTR Contractor shall immediately notify the IMT when a potential deviation from the approved EWP or violation of the EPP has occurred. An incident report shall be generated and submitted to the IMT within 36 hours of a potential violation. If an incident report is not generated and submitted within 36 hours, a reasonable explanation shall be provided.
6.7.
Forest Practice Rules Requirements
6.7.1.
Timber Harvest Documents
DDHTR Contractor, as the Licensed Timber Operator (LTO), shall be responsible for reviewing, signing, and implementing Timber Harvest Plan Exemptions, drafted by the A&M Contractor’s Registered Professional Forester (RPF). Removing hazard trees from within and along public rights of ways (ROW) and adjacent to private roads (if applicable) will require DDHTR Contractor to submit and sign a Timber Harvest Plan Exemption to CAL FIRE for each exemption area identified within the Forest Practice Rules. The DDHTR Contractor shall also prepare and submit a CAL FIRE Notice of Emergency Timber Operations (“Emergency Notice”) for any site requiring such coverage. Emergency Notices shall be filed as soon as practicable after the DDHTR Contractor or IMT determines they are required.
6.7.2.
DDHTR Contractor’s Liaison to the Registered Professional Forester
Forest Practice Rules do not require the use of an RPF for the submittal or operations of the above identified Exemption Notices; however, there are specific Forest Practice Rule regulations (per 14 CCR sections 1038(b) and 1038.1, and 14 CCR section 1104.1) which prevent the use of the Exemption Notice in certain environmental situations. Since this Operation is being coordinated with other regulatory agencies, DDHTR Contractor shall provide an RPF who shall be responsible for preparing and submitting the Notices of Exemption. Disputes between DDHTR RPF and A&M Contractor’s Lead RPF shall be resolved in favor of the A&M Contractor’s Lead RPF.
The DDHTR Contractor’s RPF shall oversee, monitor, and manage the hazard tree removal operations and related activities, and assure the Operation follows the Forest Practice Rules and the Public Agency, and Public and Private Utility ROW Exemption documents. The DDHTR Contractor’s RPF is expected to sign and file on behalf of the Department, the Public Agency, and Public and Private Utility ROW Exemptions for public agency removal of timber per 14 CCR section 1104.1, relating to conversion exemptions of the Forest Practice Rules. Upon execution and submittal of valid Public Agency, Public and Private Utility ROW Exemptions to the appropriate CAL FIRE RPF, DDHTR Contractor RPF’s or Environmental Compliance Liaison shall provide written notification to the appropriate California Regional Water Quality Control Board (RWQCB) and the IMT.
6.8.
Hauling and Reuse/Disposal Plans
The DDHTR Contractor shall prepare and submit Hauling and Reuse/Disposal Plans (HRDPs) as specified in the Operational Milestones. The IMT must approve each plan prior to starting structural debris removal operations in the specified county/area. The HDRPs must account for the expected crew mobilizations described in the Operational Milestones. If appropriate, the DDHTR Contractor may consolidate some or all county plans into a single plan. The DDHTR Contractor shall consider and, if directed to do so by the IMT, adjust its plans based on Traffic Management Plans or Assessments prepared by third parties such as the California Department of Transportation (Caltrans) or the A&M Contractor. This may include prohibiting or restricting hauling operations on certain roads or highways. The IMT, at its exclusive discretion, may direct the DDHTR Contractor to adjust hauling plans during the operation if an unforeseen traffic or safety concern arises. No compensation shall be provided as a result of such changes. Each plan shall address the following:
- Proposed primary and alternate end-use locations for all waste streams (except timber).
- Proposed locations and site plans for any Temporary Debris Management Sites or other temporary facilities (including facilities for segregated materials, such as ash and debris, concrete, and metal recycling).
- Haul routes from the disaster area to the temporary facilities and end-use locations are presented as map graphics and GIS datasets. Haul routes must be identified with sufficient detail to permit the A&M Contractor to perform pre-work assessments.
- Listing of planned trucking resources to support the HRDPs.
- Risk management plan for road closures, traffic impacts, or other events that could impact hauling and disposal operations outlined in the plan, including how the risks will be mitigated, such as alternate haul routes.
6.9.
Hazard Tree Removal Work Plans
DDHTR Contractor shall submit a Hazard Tree Removal Work Plan (HTRWP) to the IMT describing its proposed approach for hazard tree removal operations in specific counties as directed by the IMT. Based on the composition of APNs and the ability to remove hazard trees without impacting debris operations, efforts shall be made to conduct hazard tree removal as soon as possible or at the direction of the IMT. The IMT may direct that a single HTRWP be submitted for the entire operation, or that plans are submitted by county or other geographic area. The HTRWP shall include the following:
- Description of proposed means and methods, including types of equipment to be used.
- Listing of all proposed crews, including the specific number of personnel and pieces of equipment to be assigned to each crew.
- Listing of any proposed Temporary Log Storage and Processing Site (TLSPS), and site plans for any proposed sites as described in the Special Provisions.
- Listing of proposed end-use facilities.
- Description of current engagement with CAL FIRE regarding Forest Practice Rules compliance.
6.10.
Steep Slope Plan
DDHTR Contractor shall submit a Steep Slope Plan to the IMT describing the proposed approach for debris and/or hazard tree removal operations within any confirmed steep slope area(s). Steep slope areas may be identified by the DDHTR Contractor, A&M Contractor, or IMT. The Steep Slope Plan shall include the following:
- Description of proposed means and methods, including types of equipment to be used. This may include ropes, harnesses and other equipment needed to complete the work safely.
- Description of proposed or recommended changes to assessment and monitoring operations.
- Listing of all proposed crews, including the specific number of personnel and pieces of equipment to be assigned to each crew.
- Listing of any changes to the TLSPS, and site plans for any proposed sites as described in the Special Provisions.
- List of changes for end-use facilities, if any.
- Description changes from the current engagement with Cal Fire regarding Forest Practice Rules compliance.
6.11.
Water Source
DDHTR Contractor shall obtain any necessary water use permits, comply with permit conditions, and monitor water usage from all water sources, including hydrants, using a meter or other required and approved method of tracking water usage. DDHTR Contractor shall pay connection fees, water meter fees, and use fees charged by water purveyors.
6.12.
Underground Utilities
DDHTR Contractor shall notify Underground Services Alert (USA) at least 48 hours prior to conducting any ground-disturbing activities, such as debris removal. DDHTR Contractor shall also check for underground utilities by using an independent private utility locator service for private ROWs, if necessary.
6.13.
Secure Lodging
Bidders may consider lodging options, including, but not limited to, commuting, establishing a housing base camp, using trailers, leasing dormitory space, and maximizing the hiring of local staff and subcontractors that will not require lodging. Restrictions may be placed on local lodging if there is limited availability for wildfire survivors. Contractor shall bear the cost of such lodging choice. Any temporary facility established by the Contractor must be approved in advance by the IMT and comply with all documentation, permitting, and environmental review requirements in this agreement and Exhibit A.1. Further, Contractor shall maintain records of all costs incurred for operating any such temporary housing facility (such as invoices, purchase orders, and receipts), and provide these records to CalRecycle upon request. This documentation must sufficiently allow for the cost of operating a temporary housing facility to be segregated from other operational costs and shall include a summary spreadsheet clearly showing these costs.
6.14.
Identify material disposal and recycling options
DDHTR Contractor shall identify all material disposal and recycling facilities to be used during debris and hazard tree removal, subject to approval by CalRecycle. Ash, debris, and contaminated soil shall be disposed of at Class III lined landfills approved by the Regional Water Quality Control Board and CalRecycle. DDHTR Contractor shall be responsible for coordination with all landfills, including fulfillment of waste characterization requirements. A list of nearby landfills in CA capable of receiving ash and debris from wildland fires is available from CalRecycle. DDHTR Contractor shall select the disposal facility, subject to approval by the IMT, and be responsible for the disposal of all ash and debris in compliance with all applicable laws. If the DDHTR Contractor proposes to use a landfill outside of CA, it must provide evidence that the disposal of fire debris at the requested facility is allowable under the receiving state’s laws. The IMT will not negotiate with out-of-state landfills on the DDHTR Contractor’s behalf.
Metals and concrete shall be taken to recycling facilities unless otherwise directed by CalRecycle. The materials must be recycled at facilities within the county of origin, a contiguous county, or any county listed in this Scope of Work.
6.15.
Identify and establish temporary facilities
DDHTR Contractor shall identify and establish temporary facilities. A temporary facility is any facility established by the DDHTR Contractor (or any subcontractor of the DDHTR Contractor) during the course of this agreement for the purpose of supporting work conducted under this agreement. Temporary facilities include, but are not limited to, equipment staging areas, material staging areas, Central Vehicle Adjudication Facilities (further guidance available in the following section), Temporary Debris Management Sites, Temporary Log Storage and Processing Sites, and basecamps. Before use, all temporary facilities must go through the Cal OES Environmental and Historic Preservation (EHP) review processes and/or local environmental permit review. Where applicable, DDHTR Contractor shall consult with Cal OES EHP to determine if a proposed action is considered a temporary facility subject to the requirements below or should be addressed through an Environmental Work Plan. When requesting a new temporary facility, the DDHTR Contractor shall provide:
- Site-Specific Plan, which includes:
- Address/Location
- Aerial map with topographical features that illustrates property boundaries and land uses
- A description of the site
- A description of all uses and impacts, including if heavy equipment will be stored there, utility tie-ins, etc.
- A description of necessary Best Management Practices to be deployed.
- Coverage under the appropriate National Pollutant Discharge Elimination System Permit - Industrial General Permit, or Construction General Permit (as appropriate) from the Regional Water Board, and develop a Storm Water Pollution Prevention Plan (SWPPP)
- Caltrans Encroachment Permit if ingress/egress will be made from a State Highway
- County or Municipal Encroachment Permit if ingress/egress will be made from a county or municipal roadway
- County permits secured (Zoning, Conditional Use, Administrative Use, Grading, etc.), and confirmed with County
- Other County requirements, as applicable by ordinance (air quality control plan, dust control plan, etc.)
- If applicable due to work in a wetland, or watercourse, any Section 404 and 401 of the Clean Water Act permit, Fish and Game Code Section 1600 Lake and Streambed Alteration Agreement (if not suspended), as well as provide evidence of compliance with Executive Order 11990 Protection of Wetlands, and Executive Order 11988 - Floodplain Management requires Federal activities to avoid impacts to floodplains
- Documentation that the site is not on the Hazardous Waste and Substances sites from Department of Toxic Substances Control (DTSC) “Cortese list.”
Additionally, the DDHTR Contractor shall assist the A&M Contractor in performing and documenting in the IMT-designated database the following:
- Site assessment by a qualified biologist for Federal Endangered Species Act and California Endangered Species Act
- Provide CNDDB and ECOS Critical Habitat review
- Provide documentation of a field visit with photographs and notes
- Proof of any consultation with CA Department of Fish and Wildlife
- Proof of any applicable permits (for example, Regional General Permits for Clean Water Act Sections 401 and 404, California Department of Fish and Wildfire Lake and Streambed Alteration Agreements)
- Documentation of an archaeological site assessment, by a Qualified Secretary of Interior Archaeologist. If necessary, applicable tribal nations shall also review the proposed temporary facilities.
Additional requirements for Temporary Facilities are provided in Exhibit A.1 Special Provisions. DDHTR Contractor is responsible for implementing requirements for Temporary Facilities as listed in both this Exhibit and the Special Provisions.
6.16.
Establish Central Vehicle Adjudication Facilities (CVAFs)
If requested by the IMT, the DDHTR Contractor shall provide the State with one or more locations where the state or local government can safely verify VINs for each vehicle as described in the Special Provisions (Section 4.10). These facilities shall be referred to as “Central Vehicle Adjudication Facilities”. Vehicles removed from the public right of way, or as otherwise directed by law enforcement, shall be stored separately from private property vehicles, shall be retained on-site for a period of time (as established by the IMT, but generally fifteen days), and may be recovered by the property owner from the CVAF if permitted by law enforcement. If necessary, the DDHTR Contractor shall assist property owners in recovering vehicles, such as by loading them onto trailers.
Each CVAF needs to be sized to accommodate vehicle storage to support the following:
- Vehicle delivery rate
- Vehicle abatement rate
- Vehicle removal rate for recycling
For this solicitation, it is assumed that the DDHTR Contractor shall provide a vehicle capacity of up to [INSERT NUMBER] vehicles to be temporarily stored on-site.
6.17.
Inspect Trucks
DDHTR Contractor shall have all operational trucks (including low beds, tree removal trucks, chip trucks, water tenders, tow trucks, street sweepers, and other commercially licensed vehicles used on the project) inspected by A&M Contractor’s DOT truck inspectors prior to use on the Operation. After each 30-day period, 10% of the commercial trucks will be re-inspected per DOT Level 1 requirements.
DDHTR Contractor shall provide a safe inspection location, subject to IMT approval, for all DDHTR Contractor’s trucks and road equipment. DDHTR Contractor shall provide at least 72 hours’ notice prior to modification or initiation of inspection locations.
6.18.
Mobilization
DDHTR Contractor shall mobilize each Debris Removal Crew or Hazard Tree Removal Crew to the project site, including all personnel, equipment, supplies, portable restrooms, hand sanitation stations, maintenance crews, water tenders/buffalos, haul trucks, overhead/management personnel, and support crews for the duration of the project, as outlined in Section 11 “Operational Milestones, Mobilization Requirements, and Metrics,” or as otherwise directed by the IMT.
6.19.
Training
-
Health and Safety
The DDHTR Contractor’s H&S Officer and supporting team shall provide health and safety training for all incoming debris removal and hazard tree removal crews prior to their being deployed into the field. The training may be reviewed prior to its presentation to the crews by the IMT’s H&S Officer. The IMT’s H&S Officer may decide to be present for safety trainings.
-
Debris Removal Crews
Prior to commencing debris removal, each debris removal crew will be trained by the DDHTR on the order and required methods of debris removal described in this Scope of Work and the Special Provisions. The training shall be pre-approved by the OSC or designee. The OSC may elect to personally deliver or participate in the training or identify a designee. Of key importance is when and how the initial soil scrape is conducted. Crews that do not follow the order and methods described in the training and this agreement, without cause, will be removed from the Operation at the direction CalRecycle.
7.
FUNCTIONS
7.1.
Structural Debris Removal
7.1.1.
Overview
DDHTR Contractor shall safely remove and recycle or dispose of burned structural debris (including asbestos), burn ash, recyclable metals, vehicles, concrete, and contaminated soil, as well as provide related support services, such as dust control, traffic control, installation of erosion control, and the removal of trees hazardous to the structural debris removal crews specifically. The structural debris removed from properties shall be segregated on each property, loaded into trucks containing only one material type, and transported to designated end-use/disposal facilities. Each material type shall be tracked separately (material quantities and costs by the A&M Contractor) to meet the overall objectives of this Operation and to track costs incurred to clean up each property.
The types and quantities of structural debris removed and disposed of vary depending on the actual property size, use, and site characteristics. These quantities are not guaranteed, and variance from these quantities, whether on an individual parcel or in aggregate, shall not be considered grounds for a change order or additional compensation.
Exhibit A.1, Special Provisions, details some of the means and methods that the DDHTR Contractor is expected to carry out. The overall structural debris removal function, including the management and tracking of materials removed and recycled or disposed of from each property, is listed below.
7.1.2.
Specific Tasks
7.1.2.1.
Utility Location
- Check for underground utilities by alerting USA for public ROW.
- If necessary, check for underground utilities by using an independent private utility locator service for private ROW.
7.1.2.2.
Asbestos Abatement
- Knock down chimneys and/or standing walls, as directed by the OSC or designee, to allow safe access to the debris footprint for Certified Asbestos Consultant/Certified Site Surveillance Technician (CAC/CSST) to assess for asbestos-containing material (ACM) in the debris.
- Remove gross asbestos-containing materials for those properties where asbestos is found or suspected, as identified by the A&M Contractor’s CAC/CSST.
- If necessary, prepare Asbestos Abatement Work Plans for review and approval by the IMT and/or regulatory agencies. Coordinate with regulatory agencies as needed, make all required notifications, and file all necessary permit documentation for demolition and asbestos abatement.
- DDHTR Contractor shall complete asbestos abatement operations on each parcel that asbestos abatement is required on within seven (7) working days of a notice being provided by the IMT (or A&M Contractor, on behalf of the IMT) unless the IMT approves a different timeframe. The IMT may provide exceptions to this requirement during project startup if a significant quantity of parcels are ready for asbestos abatement at the time of NTP. However, in such an event, DDHTR Contractor shall address the backlog and become compliant with the seven (7) day metric within [Insert number] weeks of NTP. DDHTR Contractor should be prepared to account for any inefficiency resulting from this requirement, such as partial workdays or frequent mobilizations.
7.1.2.3.
Structural Debris Removal
- Prior to any structural debris removal activities, DDHTR Contractor shall conduct a 360-degree Site Walk with the A&M Contractor’s TFL and Division Supervisor (DS) to review any comments or special requests from the property owner on the ROE verify the extent of the property with a review of the Site Assessment Report, and point out locations of items to protect or stay away from (septic tanks, leach fields, water wells, mines, drop-offs, large propane tanks, etc.). Unless otherwise directed by the IMT, the DDHTR Contractor shall comply with all requests made by the property owner on the ROE, to the extent these requests are intelligible. If the DDHTR Contractor has a question or concern about a request on the ROE, it must notify the A&M Contractor’s TFL and request guidance on how to proceed.
- Determine how and where to load the trucks. Determine the limits of an exclusion zone.
- Stake and tape off exclusion zones and maintain until all areas within the exclusion zone have met the cleanup goals.
- Fell danger trees that are an imminent threat to the Debris Removal Crew. For the purposes of the Structural Debris Removal Function, a “danger tree” (also referred to as a “potentially dangerous tree”) is defined as a tree that poses a risk to or prohibits access for the Structural Debris Removal Crew. The felling of these trees is included in Bid Item #2 and not separately compensable under the Hazard Tree Removal Bid Items.
- Collect, consolidate, and remove erosion control BMPs (wattles, etc.) placed post-disaster, remove ash and debris sediment collected by them, and dispose of with ash and debris.
- Remove burned vehicles for recycling or disposal. Vehicles may have been previously adjudicated; in which case they may be crushed onsite and transported for recycling. Alternatively, vehicles may need to be transported to a Central Vehicle Adjudication Facility for adjudication prior to recycling. These vehicles cannot be crushed and may need to be carefully handled or towed intact to preserve VINs, per the direction of CalRecycle. Alternatively, vehicles may need to be placed onto plastic outside of soil sampling footprints and left onsite for future onsite adjudication, and subsequently removed by the DDHTR Contractor. DDHTR Contractor shall complete vehicle removal at any point during the Operation, as directed by CalRecycle. DDHTR Contractor shall not receive additional compensation for variations in sequencing/timing of vehicle removal due to delays caused by law enforcement. The IMT may also direct the DDHTR Contractor to remove vehicles from the public ROW. These vehicles must be tracked separately. Vehicle removal is described more fully in Special Provisions Section 4.10.
- Collect, consolidate, remove, and transport metals for recycling, including burned tanks (e.g., propane tanks) of any size. As necessary, make tanks safe prior to disposal, which may require specialized training or equipment.
- Collect, consolidate, remove, and transport ash and debris for disposal. DDHTR Contractor’s equipment operator shall minimize the mixing of ash, debris, and concrete with the underlying soil.
- Collect, consolidate, remove, and transport concrete for recycling
- Collect, consolidate, and remove up to six (6) inches of residual ash impacted soil from debris site for disposal, as necessary to remove fire-caused contamination. Contaminated soil from the ash and debris footprint shall be removed for disposal or landfill reuse for cover soil.
- All Debris Removal Crews shall be properly equipped and supported by sufficient haul trucks to be productive for the duration of the operational hours on each workday. Each Debris Removal Crew is expected to off haul 200 tons of metals, ash and debris, concrete, and/or residual ash impacted soil per workday. The IMT will compare each Debris Removal Crew’s daily off haul, as recorded by the A&M Contractor, against this benchmark to determine if, in general, the Debris Removal Crew is performing to the satisfaction of CalRecycle. It is understood that certain necessary tasks, such as establishing access, onsite sorting and consolidation, provision of property owner assistance, or implementation of BMPs and AMMs, may result in reduced off haul on certain days. The IMT, in its sole and exclusive discretion, shall determine whether a Debris Removal Crew has good cause to not meet this benchmark. An inability by the DDHTR Contractor to provide sufficient trucks shall not be considered good cause. As necessary to meet this benchmark, the DDHTR Contractor shall negotiate extended working hours with end use facilities (including compensating end use facilities for extended working hours if necessary), propose extended operational hours to the IMT, and/or establish pre-load/truck staging yards (with the pre-approval of the IMT). If the IMT determines a crew is not consistently meeting this benchmark without good cause, the IMT may order the Debris Removal Crew demobilized from the project and a new Debris Removal Crew mobilized in its place.
- Cap all sewer lines and/or water lines opened or damaged due to debris removal. Cover all exposed septic tanks with plywood, and if applicable, for health and safety purposes, fence off with a temporary safety fence, as described in the Special Provisions.
- Finish grading/smoothing ground surface (if applicable). Multiple burned areas should not be smoothed together to avoid cross-contamination of soil.
- Once the DDHTR Contractor believes all above-listed tasks are complete, they will notify the A&M Contractor’s TFL. The A&M Contractor TFL, together with DDHTR Contractor’s foreman, shall walk the debris footprint area to make sure there are no remaining nails, glass shards, or other debris remaining within the former structural debris ash footprint. Once the foreman and TFL concur that work appears complete, the TFL should notify the A&M Contractor DS and/or OSC’s designee to conduct the Debris Removal Interim Site Walk (ISW), which will confirm whether the site is sufficiently cleaned and cleared for soil sampling. If any remaining work is identified during the ISW, the DDHTR Contractor shall immediately remedy it. Once the site has passed the ISW, the DDHTR Contractor’s crew shall mobilize to the next assigned site on the State Planning Section Chief’s (PSC’s) runway. The DDHTR Contractor should expect to experience some delays while awaiting A&M Contractor and IMT personnel to respond and conduct the ISW. No compensation shall be provided for this delay.
- The determination of a “legacy trash” site (i.e., on-property dump site that was present prior to the wildfire incident) will be determined at the sole discretion of the OSC.
- Prior to forecasted storm events, install temporary BMPs on active properties near stormwater conveyances, as directed by the OSC. Document the placement of these BMPs in coordination with the A&M Contractor.
- DDHTR shall be prepared for and provide all equipment, personnel, and training necessary to respond to a spill or leak, including erosion/sediment control materials, PVC pipe fittings and associated tools, and spill kits that can handle a spill of up to 1,000 gallons of any material. Spills and leaks may include, but are not limited to, broken water lines, trucks turned over in a water course, or broken fuel/hydraulic lines. If directed by the IMT, the DDHTR Contractor shall provide water quality and soil testing as part of the spill response. The DDHTR Contractor shall be responsible for the cost of such testing if the A&M Contractor’s material testing services are utilized. The DDHTR Contractor is also responsible for notifying the IMT of the spill, and if directed to do so by the IMT, notifying the California State Warning Center.
- DDHTR Contractor shall provide Personnel Air Monitoring for asbestos, silica, and metals (antimony, arsenic, barium, beryllium, cadmium, chromium, cobalt, copper, lead, manganese, molybdenum, nickel, selenium, silver, thallium, vanadium, and zinc) per OSHA requirements for hazardous waste assessment, and potentially chromium +6 and mercury will be required in the operator breathing zone, per the DDHTR Contractor’s Health and Safety Plan.
7.1.2.4.
Conduct Rescrapes
- The A&M Contractor will conduct confirmation soil sampling of the parcel. If the results indicate that the soil cleanup goals are exceeded, the CalRecycle Project Engineer will direct the DDHTR Contractor to remove and dispose of another layer of soil from the specific area(s) that exceeded these goals. The CalRecycle Project Engineer will provide exact specifications as to how much soil the DDHTR Contractor is to remove and from which areas. These areas will then be re-sampled by the A&M Contractor. DDHTR Contractor shall not be compensated for costs associated with delays in soil sampling process.
- The DDHTR Contractor will only be eligible for compensation for up to one (1) re- scrape per parcel. CalRecycle shall not reimburse the DDHTR Contractor for rescrapes that exceed 25% of the Parcel Total.
- Parcel Total means the number of parcels where structural debris is removed and soil testing is completed. This includes commercial and special inclusion properties where debris is removed and soils are tested. Parcel Total calculations will not include:
- Those sites that are deemed tree only.
- Those parcels where the property owner opts out of the debris removal program prior to soil testing.
- Sites where contamination is present prior to the fire and cleanup goals cannot be met due to site conditions unrelated to the disaster. Determinations on site contamination and whether cleanup goals can be met are at the sole and exclusive discretion of CalRecycle.
- The Parcel Total shall be periodically shared with the DDHTR Contractor at planning meetings. The 25% percentage number for soil rescrapes will be determined from the Parcel Total. The Parcel Total divided by four (4) will be the total number of rescrapes allowed to be compensated. This number shall be a whole number and numbers with a decimal will be rounded down.
- This 25% compensation limit is a limit on the compensation. The Contractor shall conduct as many rescrapes as are necessary to achieve cleanup goals.
- Parcel Total means the number of parcels where structural debris is removed and soil testing is completed. This includes commercial and special inclusion properties where debris is removed and soils are tested. Parcel Total calculations will not include:
- DDHTR Contractor shall complete rescrape operations on each parcel that a rescrape is required on within seven (7) days of a notice being provided by the IMT (or A&M Contractor, on behalf of the IMT) unless the IMT approves a different timeframe. DDHTR Contractor should be prepared to account for any inefficiency resulting from this requirement, such as partial workdays or frequent mobilizations.
7.1.2.5.
Implement Erosion Control
- If the analytical soil results are less than or equal to cleanup goals, the DDHTR Contractor shall prepare the site for final erosion control.
- DDHTR Contractor shall provide all materials and labor for all placement and installation of erosion control devices and hydromulching after each property has been cleared of structural debris and approved by the OSC, or designee, for erosion control, as identified in the EPP and the Special Provisions.
- Application of erosion control shall follow Natural Resource Conservation Service recommendations:
- The type and amount of mulch and tackifier is selected to provide a minimum of 70% surface cover that will remain in place for at least one growing season.
- Application rates in the range of 2,000 to 3,000 pounds of wood fiber mulch and 75 to 100 pounds of Guar (or equal product that provides sufficient, biodegradable, and environmentally safe alternative, as approved by the IMT) based tackifier per acre are typical.
- Use of weed-free straw may be used by permission of the OSC where hydromulch proves impractical or impossible to apply. Crimping, or a tackifier will need to be used, to make the straw an effective alternative.
- DDHTR Contractor shall complete erosion control operations on each parcel where erosion control is required within seven (7) days of a notice being provided by the IMT (or A&M Contractor, on behalf of the IMT) unless the IMT approves a different timeframe. DDHTR Contractor should be prepared to account for any inefficiency resulting from this requirement, such as partial workdays or frequent mobilizations
7.1.2.6.
Final Site Walk
The OSC or designee will conduct a Final Site Walk of each parcel. The Final Site Walk is an inspection requirement to ensure that all work meet the standards of the Contract, the EPP, and the Special Provisions. If the OSC or designee identifies any nonconforming work during the Final Site Walk, the DDHTR Contractor shall promptly remedy the deficiency to the OSC’s satisfaction.
7.1.2.7.
Considerations for Commercial and Public Properties
Commercial and public properties, including businesses, industrial sites, mobile home parks, and facilities owned by public agencies, can be included in the State Program. The A&M Contractor shall identify hazardous levels from commercial properties by a waste profile. Profiles are done to determine the debris classification, which determines the end-use facility. The results from the profile determine whether they shall be designated as residential waste, California Hazardous Waste (Cal Haz), or Resource Conservation and Recovery Act (RCRA) waste. The DDHTR Contractor shall be responsible for removing all non-RCRA hazardous waste, including California Hazardous Wastes. The DDHTR Contractor shall coordinate with the California DTSC, United States Environmental Protection Agency, or any other entity directed to assist in the removal of the hazardous waste.
DDHTR shall create a work plan that defines the tasks to be performed by DDHTR, A&M Contractor, and DTSC and present the sequencing so that the building debris is properly removed and disposed of in an efficient manner with the completion of confirmation soil sampling to document the successful removal, to be approved by the Contract Manager.
The DDHTR Contractor shall provide appropriate training and Personal Protective Equipment (PPE) to facilitate their role in the Operation, which may include working in proximity to hazardous waste operations conducted by others. The Special Provisions provide additional requirements for the management of hazardous wastes.
7.2.
Function 2 - Hazard Tree Removal
7.2.1.
Overview
The Hazard Tree Removal function’s purpose is to protect the general public, public infrastructure on public properties, public ROWs, and other areas approved by CalRecycle. DDHTR Contractor shall perform all hazard tree felling, processing, and transport to DDHTR Contractor-sourced and IMT-approved TLSPS and/or directly to the end-use facilities including all supporting services, as required by applicable local, state, and federal laws. DDHTR Contractor shall transfer ownership of the tree materials to the end-use facility. The DDHTR Contractor shall comply with all applicable Forest Practice Rules. The Public Agency and Public and Private Utility ROW Exemption may apply to Hazard Tree Removal activities.
Based on the composition of APNs and the ability to remove hazard trees without impacting debris operations, efforts shall be made to conduct hazard tree removal as soon as possible as directed by the IMT.
DDHTR Contractor understands and agrees that beginning hazard tree removal as soon as possible may require hazard tree removal crews to frequently redeploy between different geographic areas and reduce crew efficiency. No additional compensation shall be provided for any such lost efficiencies. Hazard trees shall not be felled into or dragged through debris fields or active soil sampling decision units. As directed by the IMT, this may result in the Hazard Tree Removal Function being completed after the confirmation soil sampling process is complete on a parcel if hazard trees cannot be felled and removed without disturbing the sampling footprints. Alternatively, the Functions may be completed concurrently if they will not negatively impact one another.
The requirements for Hazard Tree Removal are described more fully in Exhibit A.1 Special Provisions, Section 8, Hazard Tree Removal Operations.
Contractor’s failure to perform any Hazard Tree task(s), as set forth below, shall render the Contractor ineligible for Hazard Tree unit compensation (e.g., use of unpermitted end use facilities, use of unapproved equipment, or no pre-approval of TSLPS).
7.2.2.
Specific Tasks
7.2.2.1.
Pre-Inspection
- Follow the Public Agency, and Public and Private Utility ROW Exemption requirements under the Forest Practice Rules and any local ordinances that specifically address the debris and or hazard tree recovery efforts.
- Conduct pre-inspection tasks, as described in Special Provisions Section 8.5, to include:
- Verify clear access to trees on each assigned property prior to sending Hazard Tree Removal Crews to the assigned property.
- Determine if any trees require crane assisted removal and notify the OSC or designee prior to sending Tree Removal Crews to the assigned property.
- Identify and notify the OSC or designee if there are watercourses that either need to be crossed to access a property or are near any trees to be removed on a property for which the IMT has received a valid ROE.
- Support work management process and conduct all tasks identified through work management tasks in the timeframes prescribed by the IMT, as described in Special Provisions Section 8.4.
7.2.2.2.
Felling and Removal
Conduct all-hazard tree felling and removal tasks, as described in Special Provisions Section 8.6.
- Conduct pre-work walk (360 walks) with A&M Contractor TFL, as described in Special Provisions Section 8.6.1.
- Provide reasonable access to the A&M Contractor to perform their tasks, as specified in these Special Provisions or as otherwise directed by CalRecycle. Provision of this reasonable access may impact the DDHTR Contractor’s operational efficiency.
- Document and mark all downed hazard trees, timber, or other woody material on-site prior to the start of hazard tree felling, such as material resulting from utility line clearance operations or work conducted by the landowner. DDHTR Contractor is not responsible for removing this material but is responsible for handling and relocating it on-site as required to fell, process, and remove eligible hazard trees.
- Fell, process, and remove all hazard trees, as specified in Special Provisions Section 8.6.3. As described in the Special Provisions, felling, processing, and removing hazard trees must be conducted as part of a singular operation rather than multiple discrete steps, as described in Special Provisions Section 8.6.3 and unless otherwise authorized by CalRecycle. Depending on the voltage, all trees will be felled within the public utility prescribed distances from a public utility power pole or power line.
- Apply erosion control to the site as necessary to comply with California Forest Practice rules, permit(s) requirements, the EPP, BMPs, industry practices and the directions of the IMT. Erosion control methods must be appropriate for site conditions. If requested by the IMT, DDHTR Contractor shall provide evidence as to why the proposed erosion control method is appropriate for the site based on the above listed criteria. Methods may include the application of chipped slash, lop and scatter, water breaks, or slash pack. Wood chips should not be used on slopes, especially near watercourses. When wood chips are used, the wood chips should be produced in a manner that keeps the material long and fibrous such that it binds together. The IMT or A&M Contractor’s RPFs may provide specific direction on a site-by-site basis.’ If wood chips are used, the depth shall not exceed two (2) to three (3) inches.
- No removal of stumps or roots unless authorized by the OSC. Cut stumps flush (within 6-inches) to the existing terrain surface.
- DDHTR Contractor shall minimize ground surface disturbances as part of the hazard tree removal function. Tree access road building is prohibited unless authorized by the CM, the OSC, and State IC in writing, prior to construction.
- In some instances, the DDHTR Contractor may be directed to leave a felled tree(s) and limbs on the property on which they were felled. In these instances, the DDHTR Contractor agrees not to recover any credits for hazard tree wood material, or any other wood material left behind on the site.
- If the DDHTR Contractor believes an unmarked tree must be removed for marked trees to be safely felled and/or removed, the OSC or designee must pre-approve its removal. The tree would be documented as an “incidental tree” prior to tree felling at the OSC’s direction. The DDHTR Contractor will then be allowed to remove such “incidental trees” at the DDHTR Contractor’s cost without additional compensation. Incidental trees shall be processed and removed from the parcel in the same manner as hazard trees.
- Once all on-site work, including hazard tree felling, processing, and removal and application of erosion control, is complete the A&M Contractor’s TFL and the Hazard Tree Removal Crew will conduct the Hazard Tree Removal Interim Site Walk as described in the Special Provisions (see “Post Tree Felling and Removal Site Walk”). If any remaining or noncompliant work is identified during the Interim Site Walk, the Hazard Tree Removal Crew shall immediately remedy it. Once the Interim Site Walk is complete, the Hazard Tree Removal Crew shall remobilize to the next scheduled parcel.
- After the Hazard Tree Removal Crew’s remobilization, the OSC or designee shall conduct the Hazard Tree Removal Final Site Walk. The Hazard Tree Removal Final Site Walk is an inspection requirement to ensure that all work meets the standards of the Contract, the EPP, and the Special Provisions. If the OSC or designee identifies any nonconforming work during the Hazard Tree Removal Final Site Walk, the DDHTR Contractor shall promptly remedy the deficiency to the OSC’s satisfaction.
7.2.2.3.
Process, Hauling, and End Use
- DDHTR Contractor is responsible for transporting all hazard trees to an IMT-approved end use facility DDHTR Contractor may identify, establish, and operate one or more TLSPS, if pre-approved by the IMT. A TLSPS is any area where hazard trees, timber, or other woody material is stored, staged, handled, or processed after being removed from the parcel where the hazard tree was rooted.
- Prior to establishing any TLSPS, the DDHTR Contractor must submit a written request to the IMT and a site plan describing the proposed site and its operations, as described above (see “Identify and establish temporary facilities”). The Special Provisions also provide additional information on this process.
- DDHTR Contractor shall develop and execute lease agreements for TLSPS used to fulfill this Agreement. Copies of executed lease agreements shall be provided to CalRecycle. Any subsequent changes to executed lease agreements shall also be provided to CalRecycle.
- DDHTR Contractor shall provide adequate space for truck weigh scales, provided by the DDHTR Contractor, at each log storage and processing yard and allow space for CalRecycle’s A&M Contractor and the OSC and/or the OSC’s authorized representatives to determine truck weights entering the yard loaded from the tree felling operation and leaving the yard loaded heading for the end-use facilities. DDHTR Contractor shall allow physical space and time for truck queueing in the yard, both inbound and outbound. DDHTR shall provide stairs or a platform for truck inspection pictures by the A&M contractor.
-
DDHTR Contractor shall negotiate with permitted and operational wood materials end-use facilities (as described in the RFB, Additional Bid Requirements, Commitment Letter(s), and Letter(s) of Interest) that meet all local, State, and Federal requirements and regulations. DDHTR shall not operate or establish end use facilities under this agreement.
CalRecycle requires that all wood materials from this Operation be reused as lumber, firewood, energy generation, wood chips, mulch, or other environmentally friendly uses that encourage reuse. In the event wood materials cannot be delivered to a higher best use facility, wood material may be delivered to a landfill at CalRecycle’s sole discretion and only with written approval from CalRecycle. DDHTR Contractor may not under any circumstance burn wood, such as by a curtain burner. To utilize landfills, the following process shall be followed:DDHTR Contractor documents, in writing, the necessity for landfill(s) and the reason why DDHTR Contractor cannot use the higher best use facility and makes a request for landfill use to the Finance Section Chief or Contract Manager.
- Finance Section Chief or Contract Manager notifies CalRecycle.
- If CalRecycle approves landfill use, the Finance Section Chief or Contract Manager informs the IMT.
- DDHTR Contractor, with OSC or OSC designee, contacts the local Regional Water Quality Control Board, Air District, CalRecycle, and Solid Waste Local Enforcement Agency (Control Agencies) to discuss the use of the landfill.
- Control Agencies provide guidance to DDHTR Contractor and OSC on how to proceed with landfilling material.
- DDHTR Contractor is responsible for all operational, permitting, fixed, and labor costs and shall be entitled to retain any revenue generated from the sale to end-use facilities. Wood materials become the property of the end-use facility once received. Any rebates, credits, or savings derived from the legal use of those wood materials should be described in agreements between the DDHTR Contractor and the respective end-use facilities. Any revenue generated by the DDHTR Contractor through these agreements must be disclosed to the Finance Section Chief or Contract Manager on a regular basis.
- The DDHTR Contractor shall agree, in writing, with each end-use facility the point where the logs/wood materials will become the property of the end-use facility.
7.3.
Support Tasks
DDHTR Contractor shall perform additional major items of work in support of both the Operation’s functions. These are anticipated to include, but are not limited to:
7.3.1.
Traffic Control
- DHTR Contractor shall provide community traffic control, including a minimum of one (1) traffic control crew per five (5) Structural Debris removal crews, one (1) for each tree felling crew, and for any crews that might partially or fully block public and/or private roadways while conducting work.
- DDHTR Contractor shall obtain and follow all encroachment permit requirements issued by the cities, counties, Caltrans, or any other agency having jurisdiction over DDHTR Contractor impacted roads. Traffic control crews may be required to implement additional traffic control needs pursuant to requests or directives from other entities (e.g., Cal OSHA, local authorities, etc.) and directed by the OSC and/or CalRecycle.
- Traffic control crews may also be required to implement operation specific traffic control plans, as directed by the OSC.
- Traffic control crews shall include two (2) traffic control trained crew members, required equipment and supplies, mobilization and demobilization, and communication equipment. The traffic control crews shall be trained in the principles of the DOT Revision 7 (Rev 7) of the 2014 Manual on Uniform Traffic Control Devices (MUTCD) prior to commencing their work.
7.3.2.
Community Services
- DDHTR Contractor shall provide water tenders/trucks and drivers and supporting equipment, fuel, hoses, nozzles, water meters, and fittings, pumps, etc., for use throughout the project area as directed and approved by the IMT. This may include general dust suppression in disaster areas not directly connected to specific debris removal crews or other operations.
- DDHTR Contractor shall also provide community street sweeping, including sweepers, drivers, fuel brushes, and appropriate disposal of collected road debris and dirt, as described in the Special Provisions.
- DDHTR Contractor shall provide sufficient transport trucks (for example, “lowboy” trailers) to redeploy heavy equipment between job sites. Under no circumstances shall steel-tracked heavy equipment, including but not limited to excavators, skid steers, feller bunchers, and heel booms, operate on asphalt, concrete, or other non-earth road surface without the explicit permission of the OSC or designee. If the DDHTR Contractor fails to comply with this requirement, it will be responsible for repairing or remedying any damage caused by the heavy equipment to the satisfaction of CalRecycle, in consultation with the road owner.
- DDHTR Contractor shall provide and service portable restrooms and hand washing stations for use by DDHTR Contractor, A&M Contractor, and IMT personnel use. Portable restrooms and hand washing stations shall be provided at all work sites for Debris Removal Crews and Hazard Tree Removal Crews. Additionally, DDHTR Contractor shall provide and service up to ten (10) additional sets of portable restrooms and handwashing station to be stationed throughout the disaster area for use by project personnel, as directed by the IMT.
7.3.3.
Site Access and Temporary Bridges
- DDHTR Contractor shall provide physical access to all State Program participating parcels both in residential tract areas on relatively small, relatively flat lots as well as difficult properties, which include properties that: are in remote locations; require access over long, poorly maintained, or non-maintained gravel or otherwise non-paved roadways; and/or have larger lots, sometimes exceeding 100 acres. DDHTR Contractor shall prepare Environmental Work Plans (EWP) where applicable.
- As requested by the IMT, DDHTR Contractor shall provide EWP for necessary temporary bridges.
- As necessary to access some properties, DDHTR Contractor shall obtain and provide permits to install temporary bridges, as described in Special Provisions Section 6.26. The DDHTR Contractor will coordinate with the A&M Contractor for supporting documentation as needed.
- DDHTR Contractor shall work with the IMT PSC to permit and schedule debris removal from properties requiring bridge access near the beginning of the operations to avoid accessing these properties at the end of the operations.
- DDHTR Contractor shall provide all materials and labor for the placement and removal of such temporary bridges and return the areas where the bridges were installed to pre-existing conditions.
- DDHTR Contractor shall provide up to [INSERT] bridges of up to 50 feet per bridge to be installed simultaneously to ensure that the overall debris and hazard tree removal operations’ productivities are not negatively impacted from meeting the operational schedule.
- DDHTR Contractor shall provide all materials and labor for the placement of rip-rap rock, temporarily placed culverts, and required BMPs installed for temporary creek crossings (including but not limited to; watercourses, ravines, trenches, or ditches).
- DDHTR Contractor shall provide all materials and labor for placement of base rock and or crushed rock to improve uneven, rutted, or poor-quality roads for truck and/or equipment access as described in the Special Provisions.
- DDHTR Contractor shall provide all materials and labor for placement of all steel trench plates required for truck or equipment access, where deemed necessary by the DDHTR Contractor.
7.3.4.
Other
- DDHTR Contractor shall provide all labor, materials, staff, equipment, transportation, licenses, permits (traffic encroachment, land use, operational, environmental, etc.), and every other item of expense necessary unless otherwise stated for completing all the DDHTR Contractor’s tasks during the Operation.
- DDHTR Contractor shall provide all training and attendance of key DDHTR Contractor personnel at all relevant Incident Action Planning, Operations, and Tactics meetings. All DDHTR Contractors’ personnel shall attend weekly All Hands Meetings. All Hands Meetings maybe held online or at a physical location determined by the IMT, at the discretion of the IMT. The DDHTR Contractor shall compel required staff attendance at all online training, meetings, and gatherings.
- DDHTR Contractor shall obtain and provide a copy of any land lease agreement(s) obtained to the CM prior to commencing the use or development of the property(ies) for reference purposes only. Any real property costs, such as a land lease or rental costs, shall be included in the submitted bid.
- DDHTR Contractor shall provide all materials and labor for all necessary safety fencing, as specified in the Special Provisions, around emptied pools, drop-offs, ledges, cisterns, or other potential safety hazards for which such a fence would be protective, as determined in writing by the OSC or designee when demobilizing from the property once the site has been cleared for soil sampling.
8.
REPORTING & TRACKING
DDHTR Contractor shall be responsible for coordinating with the IMT and CalRecycle’s A&M Contractor, providing information as required to document material quantities and project costs allocable to each type of material by residential parcel, and providing information as required to document hazard trees removed, including coordinates, detailed tree information, and photos which are time, date, GPS coordinate stamped. The method and detail of the material and cost tracking information by parcel will be jointly developed by the IMT and the CalRecycle’s A&M Contractor, with State final approval.
DDHTR Contractor shall prepare and provide the following Daily, Monthly, and Quarterly Summary Reports of Structural Debris Removal and the Hazard Tree Removal function activities and status, as summarized below:
8.1.
Daily Dispatch Reports shall include the following:
- A tally of predicted street sweeping activities (identification of the specific street sweeper, the identity of the operator, gallons of water used, mileage driven, and relevant daily GPS data), traffic control (identification of each traffic control crew personnel and the location(s) and duration(s) of each respective daily assignments), water trucks, personnel, asbestos removal crews, Structural Debris Removal crews, Hazard Tree Removal crews, all other operating resources, and other metrics as required by the IMT.
- The Daily Dispatch shall be provided to the IMT by 1800 on the day prior to the date of work.
8.2.
Daily Operations Reports shall summarize the daily work for structural debris removal and hazard tree removal. The Daily Operations Report shall include the following:
- Truck loads by material type removed, utilizing the approved matrix, APNs of properties in progress and completed, identification numbers of ROW segments in progress and completed, and other metrics determined by the IMT.
- The Daily Operations Reports shall be provided to the IMT by the Plan of the Day (POD) and will include total of waste stream, truck hauls, any opened tickets, and EHP needs.
8.3.
Monthly Summary Reports
Monthly Summary Reports shall be delivered by the 3rd day of every month. Monthly Summary Reports shall detail the number of properties completed, quantities of structural debris for each material type, hazard tree quantities of timber and wood materials delivered to each end-use facility, and other metrics determined by the IMT.
8.4.
Disposal/Recycling fees:
Itemized reports of actual costs of recycling and disposal at the receiving, recycling, and end-use facilities for the various materials generated from the overall Operation, including any adjustments to regular rates for material facilities to accommodate extended operating hours and special handling. DDHTR Contractor shall pay all disposal costs. Any recycling or disposal that results in a profit (usually metal recycling and wood materials at end-use facilities) should be offset against other recycling and disposal costs.
The method, detail, and adequacy of material and cost tracking information by property and/or segment of public ROW will be jointly developed by CalRecycle and CalRecycle’s A&M Contractor(s). DDHTR Contractor shall adopt this tracking and reporting system.
8.5.
Workforce Development Plan:
Within 30 days of contract execution, Contractor shall submit a Local Workforce Development Plan, subject to CalRecycle’s approval. Such plan shall describe how Contractor will effectuate the letter of intent submitted as part of Contractor’s bid. Contractor’s Workforce Development Plan shall be subject to CalRecycle approval. Contractor’s Plan shall, at a minimum, include:
- Evidence of commitments, if any, to contracting with subcontractors who are certified with the Department of General Services’ Office of Small Business and DVBE Services as a Small Business and/or a Disabled Veteran Business Enterprise and subcontractors local to the disaster impacted county or adjacent counties. Examples of acceptable evidence of commitments include a fully executed contractual agreement, a Memorandum of Understanding, or other documentation indicating a legally binding commitment.
- Details of local participation, including:
- From the above categories listed as commitments in the workforce development plan;
- Number of participants that are residents in the disaster-impacted county or adjacent counties; and
- Commitments to building local capacity, including the purchase of local supplies within the disaster-impacted county or adjacent counties.
- Program(s) or group(s) from the following list that the Contractor will hire:
- Corpsmembers of the California Conservation Corps;
- Corpsmembers of a Community Conservation Corps certified per PRC section 14507.5;
- Participants of local or county non-profit agency jobs training and workforce programs;
- Local Tribal crews and Tribal members;
- Apprentices participating in an Apprenticeship program approved by DIR's Division of Apprenticeship Standards; or
- Employees hired through a partnership with or program administered by a Local Workforce Development Board; employees hired through a partnership with regional training entities, including those completing on the job training; or Individuals completing offsite learning or that have obtained credit for prior learning and certification through community colleges or other training entities.
- Schedule of onboarding new staff that originate from the program(s) used to satisfy the workforce development requirement.
- A schedule for recruitment efforts and a list of entities with which they will work to support recruitment efforts (letter of agreement(s));
- A worker opportunity plan, including wage schedule and professional development plan.
8.6.
Monthly Socioeconomic Affirmative Steps Report:
By the third day of every month after NTP has been issued, the DDHTR Contractor shall provide a status report regarding the affirmative steps it has taken as required by 2 C.F.R. § 200.321(b)(1) – (5), which are listed below for reference. For each required step, DDHTR Contractor shall provide a narrative description of the actions it has taken, the results of said actions, and any relevant summary data or charts. CalRecycle may direct the DDHTR Contractor to include specific datapoints or other items as necessary to demonstrate compliance.
AFFIRMATIVE STEPS REQUIRED BY 2 C.F.R. § 200.321(b)
- Placing qualified small and minority businesses and women's business enterprises on solicitation lists;
- Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources;
- Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises;
- Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises;
- Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce
8.7.
Monthly Skilled and Trained Workforce (ATTACHMENT 1 SKILLED AND TRAINED WORKFORCE CERTIFICATION FORM)
DDHTR Contractor, bidder, or other entity, and its contractors and subcontractors at every tier, will comply with Chapter 2.9 of Part 1 of Division 2 of the Public Contract Code (sections 2600 - 2603); and the contractor, bidder, or other entity will provide to the public entity or other awarding body, on a monthly basis while the project or contract is being performed, via ATTACHMENT 1 SKILLED AND TRAINED WORKFORCE CERTIFICATION FORM.
8.8.
Monthly Skilled and Trained Workforce Compliance Report (ATTACHMENT 2 SKILLED AND TRAINED WORKFORCE COMPLIANCE MONTHLY REPORT)
Once each calendar month, DDHTR Contractor must submit a Monthly Skilled and Trained Workforce Compliance Form and accompanying Report utilizing the templates attached as ATTACHMENT 1 SKILLED AND TRAINED WORKFORCE CERTIFICATION FORM and ATTACHMENT 2 SKILLED AND TRAINED WORKFORCE COMPLIANCE MONTHLY REPORT demonstrating that the Skilled and Trained Workforce Requirements have been met. If the Monthly Compliance Report is not provided, is incomplete, or does not establish compliance with the requirements of Public Contract Code sections 2600-2603, CalRecycle will withhold all further payments and will refer DDHTR Contractor to DIR for assessment of discipline and penalties. Payments will resume when DDHTR Contractor submits and CalRecycle approves a Substantial Compliance Plan.
8.9.
Apprenticeship Program Agreements
DDHTR Contractor shall demonstrate the existence of, for itself and its subcontractors at every tier, an agreement with a registered apprenticeship program, approved by the California Apprenticeship Council, that has graduated apprentices in each of the preceding five years.
8.10.
Self-Performance (ATTACHMENT 3 SELF PERFORMANCE CERTIFICATION FORM):
In compliance with Public Resources Code section 40520(5), DDHTR Contractor shall self-perform at least 30 percent of the labor hours provided under this contract, as demonstrated by its certified payroll. Labor hours as used in this section shall include all hours worked by Prevailing Wage employees. (Reference ATTACHMENT 3 SELF PERFORMANCE CERTIFICATION FORM).
8.11.
Monthly Self-Performance Compliance Report (ATTACHMENT 4 SELF PERFORMANCE COMPLIANCE MONTHLY REPORT):
Once each calendar month, DDHTR Contractor must submit a Monthly Self-Performance Compliance Form and accompanying Report, which will be verified against certified payroll records submitted to DIR, utilizing the templates attached as ATTACHMENT 3 SELF PERFORMANCE CERTIFICATION FORM ATTACHMENT 4 SELF PERFORMANCE COMPLIANCE MONTHLY REPORT, demonstrating the self-performance of at least 30 percent of the labor hours. If the Monthly Self-Performance Compliance Report is not provided, is incomplete, or does not establish self-performance of at least 30 percent of the labor hours, CalRecycle will withhold all further payments. Payments will resume when DDHTR Contractor submits and CalRecycle approves a Substantial Compliance Plan. Failure to comply with the self-performance requirement may result in termination of the contract, which may culminate in removal of DDHTR Contractor from the prequalification list.
9.
GENERAL EXPECTATIONS
9.1.
Identification of DDHTR Contractor Employees
DDHTR Contractor shall be responsible for furnishing an identification badge to all personnel (DDHTR Contractor and sub-contractors) prior to the employee working on-site. DDHTR Contractor shall be responsible for ensuring each employee engaged in work displays a badge that includes the name of the DDHTR Contractor or subcontractor and the employee’s name. Employees shall make available on their person a valid state driver’s license or other Government-issued photo identification card. All contract personnel attending meetings, answering Government telephones, and working in other situations are required to identify themselves as such to maintain the distinction from Government officials. All documents or reports produced by DDHTR Contractor shall be marked as DDHTR Contractor product in accordance with Government Code section 7550. Badges or other identification of DDHTR Contractor employees shall not include the seals or logos of CalRecycle, the California Environmental Protection Agency, Cal OES, the State of California, or any other government agency without the permission of CalRecycle.
9.2.
Identification of DDHTR Contractor Vehicles and Equipment
Trucks and all other equipment designated for use under this Contract shall be equipped with a clearly visible sign identifying the vehicle as part of the project. This includes pickup trucks or other vehicles used by DDHTR personnel, debris hauling trucks, water trucks, and heavy equipment (if practicable). The IMT shall provide the design of the sign. Production, distribution, and attachment of signs to vehicles shall be the responsibility of the A&M Contractor. Additional signage may be required to facilitate CalRecycle’s A&M Contractor’s Automated Debris Management System. Upon demobilization from the Operation, the signage shall be removed from the vehicle.
DDHTR Contractor agrees that all trucks used during this Operation are subject to GPS tracking and hereby consents to place a GPS device in each truck by CalRecycle’s Assessment and Monitoring A&M Contractor. DDHTR Contractor shall be responsible for charging, maintaining, and operating the GPS device throughout the duration of the Operation. Failure to charge, maintain, and operate the GPS device shall result in non-payment of bid items completed by non-compliant operation of truck(s).
Trucks or equipment designated for use under this Contract shall not be used for any other work during working hours under this Contract. DDHTR Contractor shall not solicit work from private citizens or others to be performed in the designated work area during the period of this Contract. Under no circumstances will the DDHTR Contractor mix debris hauled for others with debris hauled under this Contract. DDHTR Contractor and subcontractors may not play music or radio broadcasts during the performance of this Contract that may generate noise complaints.
9.3.
DDHTR Contractor Equipment
DDHTR Contractor shall provide its staff (DDHTR Contractor and subcontractor) with all necessary equipment, including but not limited to equipment and truck maintenance (including but not limited to tires, lubricants, fuel), materials, tools, supplies, health and safety equipment, health and safety compliance monitoring of personnel and equipment, appropriate clothing, cell phones, two-way radios, satellite phones (if necessary), computers, computer tablets, laptops, internet access, temporary field offices, permits, licenses, supervision, project management, administrative staff costs, home office overhead.
The DDHTR Contractor’s in-use off-road diesel-fueled vehicles and equipment are subject to 13 CA Code of Regs §§ 2449, 2449.1, and 2449.2. This requirement:
- applies to work that you (including subcontractors) perform, and
- applies to heavy equipment, including but not limited to excavators, skid steers, cranes, specialized heavy-duty tree felling equipment, chippers, grinders, and other off-road diesel-fueled equipment as defined in 13 CA Code of Regs § 2449.
Contractor shall provide, if requested by CalRecycle, Certificate of Reported Compliance issued by the California Air Resources Board (CARB) for you and all subcontractors for calendar years in which operations occur. If an exemption is issued by CARB for you or any of your subcontractors, the proof of exemption from CARB will be required in lieu of the Certificate of Reported Compliance. This may be requested during bid prequalification, prior to contract award, during the operation, or up to three years post contract expiration and must be transmitted to the CalRecycle requestor within three calendar days.
9.4.
Professionalism of DDHTR Contractor Staff
CalRecycle expects all DDHTR Contractor personnel, including subcontractor personnel, to appear and behave professionally at all times. Any DDHTR Contractor personnel who does not act in a professional manner shall be subject to immediate removal from work associated with this Operation, at CalRecycle’s discretion, upon written notification from CalRecycle.
DDHTR Contractor shall be responsible for performing all work in a safe, professional, efficient, and satisfactory manner. The IMT and CalRecycle shall review all work and determine whether work is satisfactory. The IMT may consult best practices, prior project performance, federal technical assistance teams, or other resources to determine whether work is satisfactory. The IMT shall, at all times, have safe access to the work and shall be furnished with every reasonable facility for ascertaining that the materials and the quality are in accordance with the requirements and intentions of the Contract. All work done and all materials furnished shall be subject to IMT and CalRecycle’s inspection and approval.
9.5.
Safety/Weather Shutdowns
9.5.1.
Shutdown due to unsuitable field conditions
If the DDHTR Contractor asserts that work should be cancelled due to on-site field conditions, a request shall be made to the IMT by 1200 noon prior to the workday. The State Safety Officer, or other members of the IMT, with Safety Officers (or other members of their management team) from the DDHTR and A&M Contractor, will conduct an on-site meeting no later than 1500 of that day. This meeting shall be during daylight hours and after the request for shutdown due to field conditions. The meeting will be at a site designated by CalRecycle and listed on the runway for work the following day. Additional meeting sites may be specified by CalRecycle. This meeting shall determine if field conditions are safe for work.
The recommendations of the safety officers for the DDHTR Contractor, A&M Contractor, and the State will be compiled in a safety recommendation report to be produced by the State Safety Officer and forwarded to the IMT for consideration and determination. In addition to including the recommendations of the safety officers, the safety recommendation report will list the personnel present at the on-site meeting(s), the location of the on-site meeting(s), and supporting documentation such as photographs, test results, and any other information requested by the IMT.
If the IMT decides to continue work, the DDHTR Contractor must supply the IMT requested number of crews on the scheduled work runway. If there is a disagreement, the decision of CalRecycle shall prevail. Notwithstanding, Contractor's action to the contrary shall result in the appropriate remedy, under the sole discretion of CalRecycle pursuant to Paragraph 29 of Exhibit D.
10.
CONTROL OF WORK
CalRecycle has the sole discretion and authority to determine the quality and acceptability of the following:
- Work to be performed.
- Rate and progress of work performed.
- Fulfillment of the tasks and work performed by DDHTR Contractor.
- Compensation for tasks and work performed by DDHTR Contractor.
10.1.
Work Orders
The DDHTR Contractor shall not perform or undertake any work that is not indicated or addressed in a Work Order per the “Work Authorization” clause of Exhibit D. The DDHTR Contractor shall immediately notify CalRecycle and the IMT of any condition or event that may interfere with the completion of the work, which may require a modification in the Work Order, or which cause an obvious inefficiency. CalRecycle will, in a reasonable time, provide written direction to the DDHTR Contractor clarifying any required adjustment to the Work Order. Any unauthorized modification of the Work Order, work in excess of that provided for in the Work Order, obviously inefficient work, or changes and additions not pre-authorized in writing by the CalRecycle CM may not be considered for compensation.
10.2.
Change Orders
DDHTR Contractor may notify CalRecycle of DDHTR Contractor’s request for a change order for work outside the scope of this SOW. If authorized, CalRecycle, at its sole discretion, may issue a Change Order dictating the terms of the additional work. All Change Orders will be incorporated into this Agreement via Amendment(s). Work authorized by a Change Order shall be in accordance with the terms and conditions therein and may proceed prior to the Amendment(s).
10.3.
Audits and Inspections
CalRecycle and/or the IMT may inspect the labor, materials, tools, equipment, data management, books, and records of the DDHTR Contractor to monitor compliance with this Agreement. DDHTR Contractor shall promptly remedy any violation identified as a result of the inspection/audit. The fact that CalRecycle inspects, or fails to inspect, does not relieve DDHTR Contractor of its responsibility to comply with rendering timely performance under the terms of this Agreement.
11.
OPERATIONAL MILESTONES AND MOBILIZATION REQUIREMENTS
CalRecycle intends to complete this operation rapidly and efficiently to ensure public health and safety hazards are promptly addressed and community recovery is expedited. The below milestones represent CalRecycle’s expectations for the DDHTR Contractor’s mobilization. The IMT may adjust the milestones due to unforeseen circumstances such as inclement weather, rate of ROE collection, progress on-site assessment and asbestos assessment, or other operational needs and/or disruptions.
The IMT will advise the DDHTR Contractor of any changes to the milestones in writing.
Changes to the operations schedule and milestones are at the exclusive discretion of the IMT.
DDHTR Contractor understands and agrees that a substantial number of work plans are required to be submitted, and many of these work plans will need to be drafted and adjusted concurrently.
DDHTR Contractor shall ensure sufficient project management staff members are available to complete work plans based on the milestones below and promptly respond to any feedback from the IMT to ensure the overall Operation remains on schedule.
11.1.
Notice-to-Proceed (NTP) Milestones --Structural Debris Removal
CalRecycle anticipates issuing NTP within 24 hours after the contract award.
11.1.1.
Milestone 1-1-1: Mobilization of Incident Management Team
- Timeframe: Within 72 hours of NTP
- Description: DDHTR Contractor shall deploy its key project management personnel to the Operational Area, who shall be available to participate in meetings with the IMT and/or A&M Contractor.
11.1.2.
Milestone 1-1-2: Submission of Hauling and Reuse/Disposal Plan and Hazard Tree Removal Work Plan for identified Counties
- Timeframe: Within five (5) calendar days of NTP
11.1.3.
Description:
DDHTR Contractor shall submit to the IMT for review and approval both Plans for counties identified by the IMT. The plan should account for the expected crew mobilizations described in later milestones. If appropriate, the DDHTR Contractor may choose to consolidate some or all county plans into a single plan.
11.1.4.
Milestone 1-1-3: Mobilization of Asbestos Abatement Crews
- Timeframe: Within five (5) calendar days of NTP
- Description: DDHTR Contractor shall mobilize up to [INSERT] Asbestos Abatement Crews to immediately commence asbestos abatement tasks. The IMT shall determine the work locations of each crew. DDHTR Contractor should be prepared to deploy crews to several different counties concurrently. Following this initial deployment, DDHTR Contractor shall continually evaluate asbestos assessment results and mobilize additional asbestos abatement crews at a rate sufficient to support the debris removal crew mobilization milestones listed below.
11.2.
Initial Hazard Tree Removal Work Order (IHTRWO) Milestones — Hazard Tree Removal
11.2.1.
Milestone 1-2-2: Mobilization of Hazard Tree Removal Crews
- Timeframe: Within [INSERT] calendar days of IHTRWO
- Description: DDHTR Contractor shall mobilize [INSERT] hazard tree removal crews to counties specified by the IMT. The IMT will select sites. All hazard tree removal crews shall be ready to begin work immediately and shall be supported with sufficient trucking to execute the approved Hazard Tree Removal Work Plan.
11.2.2.
Milestone 1-2-3: Mobilization of Additional Hazard Tree Removal Crews
- Timeframe: Within [INSERT] calendar days of IHTRWO
- Description: DDHTR Contractor shall mobilize an additional [INSERT] hazard tree removal crews to counties specified by the IMT. The IMT will select sites. Hazard tree removal crew(s) shall be ready to begin work immediately and shall be supported with sufficient trucking to execute the approved Hazard Tree Removal Work Plan.
11.3.
Mobilization of Additional Resources
The IMT, through the Incident Action Planning Process, shall notify the DDHTR Contractor when additional Asbestos Abatement Crews, Debris Removal Crews, and Hazard Tree Removal Crews are to be mobilized. DDHTR Contractor shall be provided seven (7) calendar days from notice to mobilize the requested crew(s). All required health and safety and operational training must be completed in advance of the ordered mobilization date.
DDHTR Contractor crews will be demobilized at the discretion of the IMT. Depending on workload requirements, sustained inclement weather, or other factors, crews may be demobilized and subsequently remobilized later when their services are required. The DDHTR Contractor will be provided up to seven (7) calendar days to remobilize crews upon direction from the IMT.
The expected maximum number of structural debris removal crews to be provided under this Agreement is [INSERT]. The expected maximum number of hazard tree removal crews to be provided under this Agreement is [INSERT].
12.
OPERATIONAL WORK PLANS AND REPORTS
DDHTR Contractor shall provide the operational work plans and reports listed below, as required under this Agreement. This list is not exclusive. An operational work plan or report not being included on this list does not excuse compliance.
Exhibit Citation |
Operational Work Plans |
Schedule |
Due Date |
---|---|---|---|
Reports and Plan | |||
6.1.1 |
Site-Specific Health and Safety Plans |
As Needed |
|
6.8 |
Hauling and Reuse/Disposal Plans |
Based on Operational Milestones |
|
6.9 |
Hazard Tree Removal Work Plans |
Based on Operational Milestones |
|
Exhibit A.1 Section 8.8.3 |
Wood Management Plan |
Monthly |
|
6.9; 6.15; 7.2.2.3(e) |
Temporary Log Storage and Processing Site (TLSPS) |
As Needed |
|
5.1; 6.10 |
Steep Slope Work Plans | As Needed |
Upon IMT Request |
6.6; 7.3.3 |
Environmental Work Plans |
Based on Operational Milestones |
Upon IMT Request |
7.3.3 | Bridge Plans | As Needed |
|
6.15 |
Individual Site Plans | As Needed |
|
5.1; 10.1 |
1052 | As Needed |
|
6.4.2; 6.15 |
Preventative plans | As Needed |
|
6.15 |
Encroachment | As Needed |
|
6.8; 6.14; 7.2.2.3(c) |
End Use Facility Agreements | As Needed |
|
7.3.1 |
Traffic Control | As Needed |
|
6.7.1; 6.7.2; 6.9; 6.10; |
CAL FIRE | As Needed |
|
7.2.2.3(e); 7.3.4 |
Lease Agreements |
|
|
8.4 |
Recycling Disposal/Fees |
Quarterly |
|
7.1.2.3(f) |
List of Adjudicated Vehicles |
|
|
Exhibit D, paragraph 9 |
Damage Claims Report |
Weekly |
|
9.3 |
Alternative Diesel Report |
Monthly |
|
8.5 |
Apprenticeship Plan |
Monthly |
|
8.6 |
Socioeconomic Report |
Monthly |
|
8.7, 8.8 |
Monthly Skilled and Trained Workforce Compliance Report |
Monthly |
|
8.9, 8.10 |
Monthly Self Performance Report |
Monthly |
|
Department of Resources Recycling and Recovery
Number: PQ101623
ATTACHMENT 1 SKILLED AND TRAINED WORKFORCE CERTIFICATION FORM
Please click the button below to download the attached file.
Department of Resources Recycling and Recovery
Number: PQ101623
ATTACHMENT 2 SKILLED AND TRAINED WORKFORCE COMPLIANCE MONTHLY REPORT
Please click the button below to download the attached file.
Department of Resources Recycling and Recovery
Number: PQ101623
ATTACHMENT 3 SELF PERFORMANCE CERTIFICATION FORM
Please click the button below to download the attached file.
Department of Resources Recycling and Recovery
Number: PQ101623
ATTACHMENT 4 SELF PERFORMANCE COMPLIANCE MONTHLY REPORT
Please click the button below to download the attached file.
Department of Resources Recycling and Recovery
Number: PQ101623
EXHIBIT A1: DISASTER DEBRIS AND HAZARD TREE REMOVAL – SPECIAL PROVISIONS
Please click the button below to download the attached file.
Department of Resources Recycling and Recovery
Number: PQ101623
EXHIBIT B: BUDGET DETAIL AND PAYMENT PROVISIONS
1.
INVOICING AND PAYMENT
- For services satisfactorily rendered and upon receipt and approval of the invoices, the State agrees to compensate the Contractor for completed line itemsin accordance with the unit rates specified in Exhibit B.1 - Rate Sheet..
Itemized invoices shall be submitted, individually by county, with one set of supporting documentation (i.e., receipts, timesheets, etc.), by county not more frequently than monthly in arrears to:
wildfirepaymentrequest@calrecycle.ca.gov
OR
Accounts Payable
Department of Resources Recycling and Recovery
Fiscal Services Branch
U.S. Postal Correspondence:
P.O. Box 4025, MS-19A
Sacramento, CA 95812-4025
Federal Express Correspondence:
1001 I Street, MS-19A
Sacramento, CA 95814
-
The Contractor agrees to send all preliminary invoice packages to CalRecycle’s Assessment & Management Consultant prior to submission to CalRecycle. Only one (1) county may be billed per invoice. CalRecycle’s Assessment & Management Consultant provides invoice package quality assurance and examination services. The Contractor and CalRecycle’s Assessment & Management Consultant shall resolve all deficiencies in the Contractor’s invoice packages prior to submission to CalRecycle. Refer to Attachment G, Standard Invoice Template. CalRecycle will not process incomplete invoice packages. Each complete invoice package submitted to CalRecycle must include the below information:
Contractor’s company name and address
Invoice date
Billing Period
Contract Number and Incident Name
The county for which the invoice is being billed
Specified invoice number containing a unique ID sequence. (If there is a revision due to a dispute, a new invoice number will be required upon resubmission to the State, including a reference to the original invoice number.)
The overall total of invoice (Including retainage if applicable. Retention invoices must reference invoice numbers for which retention was withheld.)
Contract line item number/ID
Contract line item description
Work Order No. for which the cost is authorized
Change Order No., if applicable, for which the cost is authorized.
Quantity of contract line item
Rate of contract line item
Overall total of contract line item (for services billed within invoice period)
Clear scanned copies of all tickets and other supporting documents relating to costs billed. Optical Character Recognition (OCR) is preferred for all PDF formatted documents
One (1) Copy of Excel format, one (1) copy of PDF format
Invoice Payment Request Form
Payment Recommendation Report by CalRecycle’s Assessment & Management Consultant
Invoice Certification Statement, signed under penalty of perjury by a duly authorized representative
Standard Form 209 (STD 209), where a dispute has been made and resolved
2.
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 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.
3.
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). Contractor agrees with CalRecycle that for purposes of compliance with the Prompt Payment Act, the Prompt Payment Act begins according to CalRecycle’s Mission Task Finance Unit’s “Received Date Stamp.” For the purposes of the Prompt Payment Act, invoices received after 5PM shall be considered received by the next business day
4.
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
5.
COST BREAKDOWN
See Exhibit B.1 - Rate Sheet (Insert the Bid Sheet from the winning Bidder)
6.
PAYMENT WITHHOLD
The provisions for payment under this Agreement will be subject to a ten percent (10%) withholding per separate and distinct task. Any funds withheld with regard to a particular task may be released upon completion of that task to the satisfaction of CalRecycle. Contractor acknowledges that this Agreement is subject to ten percent (10%) withholding pursuant to PCC section 10346. Contractor acknowledges that “separate and distinct tasks” shall be defined as the Contractor’s completion of all work in a county. Ten percent (10%) of each invoice, organized by county, shall be withheld. The withheld payment amount will be included in the final payment to the Contractor. The 10% withheld amount will only be released upon CalRecycle’s verification of completion of all work within a county, to the satisfaction of CalRecycle. Under no circumstances shall the withheld payment be released prior to CalRecycle’s verification of Contractor’s services satisfactorily rendered, including any necessary reporting or compliance requirements.
7.
PAYMENT MILESTONES
Progress or partial payment for the completion of predefined tasks, functions, and stages of work will not be issued. Contractor may invoice for work completed following the parcel final sign-off (FSO). For the purposes of payment milestones, FSOs occur subsequent to the removal of all Hazard Trees. FSOs of parcels must occur prior to payment of Hazard Trees.
Partial payment before the completion of line items will not be issued. Contractors may invoice CalRecycle only upon completion of each unit, to the satisfaction of CalRecycle. Payment Milestones represent when CalRecycle can verify that Contractor has satisfactorily rendered services, subject to the "Payment Withhold" Provisions.
Bid Item | Bid Item Description | Payment Milestone | Exhibit A Citation |
---|---|---|---|
1a | Mobilization (Debris Crew) | Completion of pre-deployment training and complete mobilization to the satisfaction of CalRecycle | 6.17 |
1b | Mobilization (Tree Crew) | Completion of pre-deployment training and complete mobilization to the satisfaction of CalRecycle | 6.17 |
2 | Per Parcel Ash/Debris/Metal/Soil |
Final Site Walk
|
7.1.2.6
|
3 | Per Parcel Asbestos | Interim Site Walk (ISW) | 7.1.2.3, Item N |
4 | Rescrape | Final Site Walk | 7.1.2.6 |
5a | Vehicles (On Parcel) | Final Site Walk | 7.1.2.6 |
5b | Vehicles (Off Parcel) | Final Site Walk | 7.1.2.6 |
6 | Per Parcel Concrete | Interim Site Walk (ISW) | 7.1.2.3, Item N |
7 | Tonnage Rate | Final Site Walk | 7.1.2.6 |
8 | Asbestos Yard Rate | Interim Site Walk (ISW) | 7.1.2.3, Item N |
9 | Temporary Long Bridges | Final Site Walk | 7.1.2.6 |
10a | NWD – Debris Crew | Upon approval of contractor’s request for an NWD | Refer to Bid Description 10a |
10b | NWD – Tree Crew | Upon approval of contractor’s request for an NWD | Refer to Bid Description 10b |
11a | Delays – Debris Crew | Upon approval of contractor’s request for a delay | Refer to Bid Description 11a |
11b | Delays – Tree Crew | Upon approval of contractor’s request for a delay | Refer to Bid Description 11b |
12a | Hazard Trees – Band 1 | Hazard Tree Removal Final Site Walk | 7.2.2.2, Item K |
12b | Hazard Trees – Band 2 | Hazard Tree Removal Final Site Walk | 7.2.2.2, Item K |
13 | Property Owner Assistance | Upon written authorization by the Debris Group Supervisor | Refer to Bid Description 13 |
8.
OPERATION CLOSEOUT
DDHTR Contractor agrees to submit all required invoices related to DRRTBD no later than sixty (60) days after contract expiration or no later than 60 sixty (60) days after the cessation of all field activities to the satisfaction of CalRecycle, whichever is earlier. DDHTR Contractor shall provide the closeout documents listed below within the timeframe specified. This list is not exclusive. Any closeout document not included in this list does not excuse compliance.
Exhibit Citation |
Closeout Milestones |
Schedule |
Due Date |
---|---|---|---|
Exhibit B |
Invoicing |
Monthly or as designated by Contract Manager |
Arrears |
|
Submit Final Invoice |
Within 90 days of contract end date |
|
|
Retention Report |
|
|
|
Invoice Inventory Report |
|
|
|
Final Per Parcel Spreadsheet |
|
|
|
Change Order/Work Order Report |
|
|
|
Final Closeout Data Transfer |
|
|
|
List of Disputed Invoices |
|
|
Department of Resources Recycling and Recovery
Number: PQ101623
RATE SHEET
This document will be attached after award.
Department of Resources Recycling and Recovery
Number: PQ101623
EXHIBIT C: GENERAL TERMS AND CONDITIONS
1.
GENERAL TERMS AND CONDITIONS
These documents can be viewed at https://www.dgs.ca.gov/OLS/Resources
Department of Resources Recycling and Recovery
Number: PQ101623
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. 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 the 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: If this Agreement is for consulting services, 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 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. (PCC section 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 GC section 6250, or the PCC. CalRecycle agrees not to disclose such information or data furnished by 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. All information or data is subject to the Access to Records Clause, Clause G of Exhibit G.
-
CONFLICT-FUTURE BIDDING LIMITATION: Pursuant to Public Contracts Code section 10365.5:
- No person, firm, or subsidiary therefore 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.
-
CONSULTING SERVICES: If this Agreement is for consulting services, the Contractor is hereby advised of its duties, obligations and rights under PCC sections 10335 through 10381.
-
CONTRACTOR’S RESPONSIBILITY: The Contractor shall be responsible for all work and all persons and entities engaged in the performance of work pursuant to this Agreement, including, but not limited to, employees, contractors, subcontractors, suppliers, and providers of services. The Contractor shall be responsible for responding to any claims, controversies, and disputes arising from its contracts for work on the Operation, including the costs of attorney or legal fees. Additionally, in the event that CalRecycle determines the Contractor is responsible for any unapproved delay, loss, harm, or other damages to CalRecycle, the Contractor shall immediately implement all measures directed by the Contract Manager to remedy the issue at the Contractor’s sole expense. CalRecycle reserves the right to retain withheld funds in order to remedy any unapproved delay, loss, harm, or other damages it determines attributable to the Contractor.
-
PROPERTY DAMAGE: Contractor shall be responsible for repairing, at its expense, all damage to property resulting from the Contractor's negligence. CalRecycle, pursuant to the below process, shall determine whether property damage resulted from negligence. If the Contractor remedies the damage through compensation, the Contractor shall provide documentation of the same to CalRecycle. The Contractor shall be responsible for reimbursing CalRecycle for any additional expenses incurred to remedy property damage. CalRecycle may deduct the cost of the repair or remedy from the Contractor’s compensation.
Property damage claims process:- CalRecycle and the IMT will notify the Contractor within five (5) calendar days of receiving a property damage claim by providing Contractor a copy of the property damage claim.
- CalRecycle and the IMT will investigate the property damage claim and within seven (7) calendar days of receiving the property damage claim, will make an initial finding of whether the damage occurred from Contractor negligence. Notice of this initial finding will be shared with the Contractor within twenty-four (24) hours.
- Contractor has seven (7) calendar days from the date it receives the initial finding to request a redetermination through the submission of additional evidence to CalRecycle and the IMT. The Contractor may request additional time, the granting of which is subject to the sole discretion of CalRecycle.
- CalRecycle and the IMT will consider any additional evidence that is submitted and issue a final determination within seven (7) calendar days of the receipt of additional evidence.
- Contractor shall repair or otherwise remedy, to the satisfaction of CalRecycle, all property damage within thirty (30) calendar days of a final determination that property damage resulted from Contractor’s negligence, except that a Notice of Dispute pursuant to Paragraph 30 of Exhibit D shall toll such time to remedy pending the issuance of a determination of the Notice of Dispute.
-
Contractor shall submit a weekly status report to CalRecycle of all Property Damage Claims being remedied.
-
ROAD DAMAGES: General maintenance of roads or repair of damage to roads resulting from overall disaster response and recovery operations is not the responsibility of Contractor. However, if CalRecycle determines damages to roads exceeds normal wear and tear, Contractor shall repair or remedy such damage at the Contractor’s sole expense. If the Contractor remedies the damage through compensation, the Contractor shall provide documentation of the same to CalRecycle. The Contractor shall be responsible for reimbursing CalRecycle for any additional expenses incurred to remedy road damage. CalRecycle may deduct the cost of the road repair or remedy from the Contractor’s compensation.
-
PROPERTY DAMAGE: Contractor shall be responsible for repairing, at its expense, all damage to property resulting from the Contractor's negligence. CalRecycle, pursuant to the below process, shall determine whether property damage resulted from negligence. If the Contractor remedies the damage through compensation, the Contractor shall provide documentation of the same to CalRecycle. The Contractor shall be responsible for reimbursing CalRecycle for any additional expenses incurred to remedy property damage. CalRecycle may deduct the cost of the repair or remedy from the Contractor’s compensation.
-
COPYRIGHTS AND TRADEMARKS: The Contractor shall assign to CalRecycle any and all rights, title and interests to any copyrightable material or trademarkable material created or developed in whole or in any part as a result of this Agreement, including the right to register for copyright or trademark of such materials. The Contractor shall require that its subcontractors agree that all such materials shall be the property of CalRecycle. Such title will include exclusive copyrights and trademarks in the name of CalRecycle.
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 [INSERT], Total Contract Amount $[INSERT] pursuant to Government Code Section 7550."
-
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 CalRecycle editor.
-
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. (Government Code section 65040.12(e)).
-
EXECUTIVE ORDER N-6-22 – RUSSIA SANCTIONS: On March 4, 2022, Governor Gavin Newsom issued Executive Order N-6-22 (the EO) 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, Contractor represents that it is not a target of Economic Sanctions. Should the State determine Contractor is a target of Economic Sanctions or is conducting prohibited transactions with sanctioned individuals or entities, that shall be grounds for rejection of 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.
-
IMPRACTICABILITY OF PERFORMANCE: This Agreement may be suspended or cancelled, without notice at the option of the Contractor, if the Contractor’s or CalRecycle premises or equipment is destroyed by fire or other catastrophe, or 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.
-
INDEMNIFICATION: Contractor agrees to indemnify, defend and save harmless the State, its officers, agents and employees from any and all claims and losses accruing or resulting to any and all contractors, subcontractors, suppliers, laborers, and any other person, firm or corporation furnishing or supplying work services, materials, or supplies in connection with the performance of this Agreement, and from any and all claims and losses accruing or resulting to any person, firm or corporation who may be injured or damaged by Contractor in the performance of this Agreement.
-
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.
-
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. Automobile 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 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.
-
Minimum Scope of Insurance
-
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. 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, 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 shall be an individual or firm licensed to do business in 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.
-
LICENSE OR PERMITS: The Contractor shall be an individual or firm licensed to do business in 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: Template 1: STD 213 - STANDARD AGREEMENT; EXHIBIT C: GENERAL TERMS AND CONDITIONS (incorporated by reference); EXHIBIT A: SCOPE OF WORK; EXHIBIT A1: DISASTER DEBRIS AND HAZARD TREE REMOVAL – SPECIAL PROVISIONS; EXHIBIT B: BUDGET DETAIL AND PAYMENT PROVISIONS; EXHIBIT B1: RATE SHEET, EXHIBIT D: SPECIAL TERMS AND CONDITIONS; EXHIBIT G: FEMA PUBLIC ASSISTANCE PROGRAM CONTRACTS; Other exhibits in alphabetical order, beginning with E; Attachments in numerical order, beginning with the number one (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.
-
PATENTS: The Contractor assigns to CalRecycle all rights, title, and interest in and to each invention or discovery that may be capable of being patented, that is conceived of or first actually reduced to practice in the course of or under this Agreement.
-
PREVAILING WAGE EMPLOYEES: The Contractor shall comply with Labor Code sections 1774 and 1775. Pursuant to section 1774, the Contractor and every subcontractor, regardless of tier, shall pay not less than the specified prevailing wage rates to all workers employed in the execution of the Contract. In accordance with section 1775, the Contractor shall forfeit to the State up to $200 for each day, or portion thereof, for each worker paid less than the prevailing wage rates for the work or craft in which the worker is employed for any work executed under the Contract by the Contractor or by any subcontractor, regardless of tier, in violation of the provisions of the Labor Code; and, in particular, Labor Code sections 1770 to 1780, inclusive. In addition to such forfeiture, the difference between such stipulated prevailing wage rates and the amount paid to each worker for each day, or portion thereof, shall be paid to each underpaid worker by the Contractor. This provision shall not apply to properly registered apprentices.
- Pursuant to Labor Code section 1770, the Director of the Department of Industrial Relations has ascertained the general prevailing rate of per diem wages and a general prevailing rate for legal holiday and overtime work for each craft required for execution of the Contract. The Contractor shall obtain copies of the prevailing rate of per diem wages from the Department of Industrial Relations, Division of Labor Statistics & Research, PO Box 420603, San Francisco, CA 94142-0603, (415) 703-4780; or wage rates may be accessed on the internet at https://www.dir.ca.gov/Public-Works/Prevailing-Wage.html.The Contractor is responsible to read, understand and comply with all the guidelines, including the fine print in the prevailing wage determinations; and shall post a copy of the prevailing wage rates, specific to the Operation, at the Operation site.
- Wage rates set forth are the minimum that may be paid by the Contractor. Nothing herein shall be construed as preventing the Contractor from paying more than the minimum rates set. No extra compensation will be allowed by the State due to the inability of the Contractor to hire labor at minimum rates, nor for necessity for payment by the Contractor of subsistence, travel time, overtime, or other added compensations, all of which possibilities are elements to be considered and ascertained to the Contractor's own satisfaction in preparing the Bid Form. 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.
- If it becomes necessary to employ crafts other than those listed in the General Prevailing Wage Rate booklet, the Contractor shall contact the Division of Labor Statistics and Research as noted above. The rates thus determined shall be applicable as minimum for the contract and incorporated in the bid. When the wage determination shows an expiration date (noted by a double asterisk**), to expire during the term of the contract, the Contractor must call or write the DIR to obtain the new rates and incorporate them in the bid to be applicable for the term of the contract.
- The Contractor and each subcontractor, regardless of tier, shall keep an accurate payroll record showing the names, addresses, social security numbers, work classifications, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by the Contractor and/or subcontractor in connection with the Work. Payroll records shall be certified and shall be on forms provided by the Division of Labor Standards Enforcement, or shall contain the same information as those forms. The Contractor's and subcontractor's certified payroll records for each employee shall be submitted with each payment request, covering the period of the payment request unless requested otherwise by the Labor Commissioner of the Department of Industrial Relations pursuant to Labor Code section 1771.4(c)(2)(b) monthly payrolls should be sent directly to the Department of Industrial Relations in the current prescribed electronic format. Refer to https://www.dir.ca.gov/public-works/certified-payroll-reporting.html for access to the electronic Certified Payroll (eCRP) Application. At CalRecycle’s request, Contractor shall also provide copies of submitted certified payroll records. Contractor shall provide such copies, in redacted or unredacted form as specified by CalRecycle at the time of the request, within 7 calendar days of CalRecycle Contractor Manager’s request.
- Labor Compliance Monitoring and Enforcement: This Operation is subject to monitoring and enforcement by the Department of Industrial Relations (DIR), Compliance Monitoring Unit. All Contractors and subcontractors, regardless of tier, shall be required to comply with the Monitoring and Enforcement Program, including, but not limited to, contractor registration, submittal of electronic certified payroll reports directly to the DIR, and cooperation with on-site monitoring by DIR personnel.
- Pursuant to Labor Code section 1771.1(a), Contractor and subcontractors listed in the bid submittal, if any, must be registered with the Department of Industrial Relations to engage in the performance of work on Public Works projects. Non-compliance shall result in rejection of submitted bids. Prime Contractors and all subcontractors shall maintain DIR registration throughout the life of the contract.
-
Potential bidders are advised to consult with the Department of Industrial Relations for questions regarding prevailing wage or skilled and trained workforce requirements’ applicability to this Operation.
-
PUBLICITY AND ACKNOWLEDGEMENT: The Contractor agrees that it will acknowledge CalRecycle’s support whenever operations 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/RCP. 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:
Contractor shall perform all work pursuant to this Agreement in a safe, satisfactory, professional, efficient, and expeditious manner to the satisfaction of CalRecycle. Contractor shall provide CalRecycle safe access to each parcel to inspect and audit work conducted, the documentation provided, and the data required under this Agreement. CalRecycle shall not compensate the Contractor for any rework or deficient work.
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. Failure to perform to the satisfaction of CalRecycle shall result in one or more of the following remedies, including all remedies available at law.- STOP WORK NOTICE: Immediately upon receiving written notice from CalRecycle to stop work, the Contractor shall cease all work under this Agreement. Contractor shall not be entitled to claim compensation for a Non-Working Day bid item for the duration of the Stop Work Notice period.
- NON-PAYMENT: In the event that CalRecycle determines the Contractor is responsible for any unapproved delay or damages caused by the Contractor, the Contractor shall immediately implement all measures directed by CalRecycle to remedy the issue at the Contractor’s sole expense. CalRecycle reserves the right to retain withheld funds in order to remedy any unapproved delay or damages caused by the Contractor.
-
MANDATORY FIELD MEETING: In the event of a Contractor’s failure to comply with any condition or term of the Agreement, CalRecycle may issue a notice of Mandatory Field Meeting, which shall occur:
- at a field site location designated by CalRecycle,
- on a date and time specified in the Notice, and
- shall be attended by the person or person(s) with decision making authority for the Contractor.
- NOTICE OF NON-COMPLIANCE: In the event of Contractor’s failure to comply with any condition or term of the Agreement, CalRecycle may issue a Notice of Non-Compliance in lieu of a Notice of Breach or Notice of Termination. Failure to cure the non-compliance within the timeframe specified in the Notice of Non-Compliance shall constitute a breach.
- NOTICE OF BREACH: In the event of Contractor’s breach of any condition or term of this Agreement, CalRecycle will provide Contractor written notice describing the breach. If Contractor does not, within three (3) days after the notice is provided, 1) cure the breach described in CalRecycle’s Notice of Breach, or 2) if CalRecycle agrees the breach is not curable within three (3) days, cure the breach within the number of days specified by CalRecycle, Contractor shall be in default under this Agreement.
-
REMEDIES FOR DEFAULT: In the event of 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 during the term of a contract, the Contractor shall file a “Notice of Dispute” with CalRecycle’s Director or his/her designee within 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 Contract Manager for the purpose of resolving the dispute.
Within thirty (30) days of the meeting, CalRecycle shall issue its determination regarding 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 will 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 of them as it is for the acts and omissions of persons directly employed by the Contractor. The Contractor's obligation to pay its Subcontractors is an independent obligation from CalRecycle 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.
-
SUBCONTRACTING WITH LOCAL BUSINESSES:
- To encourage the economic recovery and well-being of the residents of an area where a disaster or state of emergency has been declared, CalRecycle encourages the Contractor to use local businesses to the extent practicable and economically feasible in the performance of this Agreement. If the Contractor is unable to secure sufficient local businesses, it is encouraged to utilize California-based businesses.
- For the purposes of this section local business means a business which has its headquarters within all impacted counties
-
During the performance of this Agreement the contractor agrees, if subcontractors are to be let, to take the following steps to promote the use of local businesses:
- Place qualified local business on solicitation lists
- Assure local businesses are solicited whenever they are potential resources.
-
Dividing total requirements and/or establishing delivery schedules whenever economically feasible into smaller tasks or quantities to permit participation by local businesses.
-
SUCCESSORS: The provisions of this Agreement will be binding upon and inure to the benefit of CalRecycle, the Contractor, and their respective successors.
-
TERMINATION FOR CONVENIENCE: CalRecycle shall have the right to terminate this Agreement at its sole discretion at any time upon thirty 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 14 CCR section 17050 have occurred with respect to the subcontractor(s).
Placement of Contractor on CalRecycle Unreliable List anytime after award of this Agreement may be grounds for termination of Agreement. If a Subcontractor is placed on CalRecycle 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 Operation 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, issued by CalRecycle and acknowledged by the Contractor 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 operation. Therefore, the Contract Manager will establish the time lines 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.
Department of Resources Recycling and Recovery
Number: PQ101623
ATTACHMENT 5
STATE OF CALIFORNIA | To be completed by Contractor | |
Department of Resources Recycling and | Name of Contractor: | |
Recovery (CalRecycle) | Contract #: | Work Order #: |
□ Check this box if no products, materials, goods, or supplies were purchased with contract dollars and submit to the CalRecycle Contract Manager.
This form is to be completed by contractor. The form must be completed and returned to CalRecycle with a row completed for each product purchased with contract dollars. Attach additional sheets if necessary. Information must be included, even if the product does not contain recycled-content material. Product labels, catalog/website descriptions, or bid specifications may be attached to this form as a method of providing that information. Add additional rows as needed.
Contractor's Name: | Date: | |
Address: | Phone: | |
Fax: | Website |
Product Manufacturer | Product Description / Brand | Purchase Amount ($) | 1Percent Post Consumer Material | 2SABRC Product Category Code | Meets SABRC |
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Public Contract Code sections 12205 (a) (1) (2) (3) (b) (1) (2) (3)
I certify that the above information is true. I further certify that these environmental claims for recycled content regarding these products are consistent with the Federal Trade Commission’s Environmental Marketing Guidelines in accordance with PCC Section 12205.
Print name | Signature | Company | Date |
Postconsumer material comes from products that were bought by consumers, used, and then recycled. For example: a newspaper that has been purchased and read, next recycled, and then used to make another product would be postconsumer material.
If the product does not fit into any of the product categories, enter “N/A.” Common N/A products include wood products, natural textiles, aggregate, concrete, electronics such as computers, TV, software on a disk or CD, telephone.
Product category refers to one of the product categories listed below, into which the reportable purchase falls. For products made from multiple materials, choose the category that comprises most of the product by weight, or volume.
Note: For reused or refurbished products, there is no minimum content requirement.
For additional information visit www.calrecycle.ca.gov/BuyRecycled/
Code |
Description |
Minimum content requirement |
|
Product Categories (11) |
|
1 |
Paper Products - Recycled |
30 percent postconsumer fiber, by fiber weight |
2 |
Printing and Writing - Recycled |
30 percent postconsumer fiber, by fiber weight |
3 |
Compost, Co-compost, and Mulch – Recycled |
80 percent recovered materials. i.e., material that would otherwise be normally disposed of in a landfill |
4 |
Glass – Recycled |
10 percent postconsumer, by weight |
5 |
Rerefined Lubricating Oil - Recycled |
70 percent re-refined base oil |
6a |
Plastic – Recycled |
10 percent postconsumer, by weight |
6b |
Printer or duplication cartridges |
|
7 |
Paint – Recycled |
50 percent postconsumer paint (exceptions when 50% postconsumer content is not available or is restricted by a local air quality management district, then 10% postconsumer content may be substituted) |
8 |
Antifreeze – Recycled |
70 percent postconsumer material |
9 |
Retreated Tires - Recycled |
Use existing casing that has undergone retreading or recapping process in accordance with Public Resource Code (commencing with section 42400). |
10 |
Tire- Derived - Recycled |
50 percent postconsumer tires |
11 |
Metals – Recycled |
10 percent postconsumer, by weight |
Department of Resources Recycling and Recovery
Number: PQ101623
EXHIBIT G: FEMA PUBLIC ASSISTANCE PROGRAM CONTRACTS
REQUIRED CONTRACT CLAUSES FOR FEMA PUBLIC ASSISTANCE PROGRAM CONTRACTS
REQUIRED CONTRACT CLAUSES FOR FEMA PUBLIC ASSISTANCE PROGRAM CONTRACTS
The following clauses apply to this Agreement unless California law imposes a more restrictive standard.
-
EQUAL EMPLOYMENT OPPORTUNITY
During the performance of this contract, the contractor agrees as follows:-
The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following:
Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. - The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin.
- The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information.
- The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section and shall post copies of the notice in conspicuous places available to employees and applicants for employment.
- The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor.
- The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders.
- In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law
-
The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance.
Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States.
The applicant further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: provided, that if the applicant so participating is a State or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract.
The applicant agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the discharge of the agency's primary responsibility for securing compliance.
The applicant further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a contractor debarred from, or who has not demonstrated eligibility for, Government contracts and federally assisted construction contracts pursuant to the Executive Order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part II, Subpart D of the Executive Order. In addition, the applicant agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions; cancel, terminate, or suspend in whole or in part this grant (contract, loan, insurance, guarantee); refrain from extending any further assistance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such applicant; and refer the case to the Department of Justice for appropriate legal proceedings.
-
The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following:
- CONTRACT WORK HOURS AND SAFETY STANDARDS ACT
Compliance with the Contract Work Hours and Safety Standards Act.
-
Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty (40) hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one (1) and one-half (1/2) times the basic rate of pay for all hours worked in excess of forty hours in such workweek.
-
Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of twenty-seven dollars ($27) for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section.
-
Withholding for unpaid wages and liquidated damages. The State of California shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section.
- Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section.
-
CLEAN AIR ACT
- The contractor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. section 7401 et seq.
- The contractor agrees to report each violation to the California Air Resources Board and understands and agrees that the California Air Resources Board will, in turn, report each violation as required to assure notification to the Department of Resources Recycling and Recovery, the California Governor’s Office of Emergency Services, Federal Emergency Management Agency (FEMA), and the appropriate Environmental Protection Agency Regional Office.
-
The contractor agrees to include these requirements in each subcontract exceeding one-hundred and fifty-thousand dollars ($150,000) financed in whole or in part with Federal assistance provided by FEMA.
-
THE FEDERAL WATER POLLUTION CONTROL ACT
- The contractor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. sections 1251 et seq.
- The contractor agrees to report each violation to the State Water Resources Control Board and understands and agrees that the State Water Resources Control Board will, in turn, report each violation as required to assure notification to the Department of Resources Recycling and Recovery, the California Governor’s Office of Emergency Services, Federal Emergency Management Agency (FEMA), and the appropriate Environmental Protection Agency Regional Office.
-
The contractor agrees to include these requirements in each subcontract exceeding one-hundred and fifty-thousand dollars ($150,000) financed in whole or in part with Federal assistance provided by FEMA.
-
DEBARMENT AND SUSPENSION CLAUSE
- This contract is a covered a transaction for the purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. section 180.995), or its affiliates (defined at 2 C.F.R. section 180.905) are excluded (defined at 2 C.F.R. section 180.940) or disqualified (defined at 2 C.F.R. section 180.935).
- The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into.
- This certification is a material representation of fact relied upon by the Department of Resources Recycling and Recovery. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the Department of Resources Recycling and Recovery, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment.
-
The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions.
-
BYRD ANTI-LOBBYING CLAUSE
Byrd Anti-Lobbying Amendment, 31 U.S.C. Section 1352 (as amended)
Contractors who apply or bid for an award of one-hundred thousand dollars ($100,000) or more shall file the required certification. Each tier certifies to the tier above that it will not and has not been used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. section 1352. Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient who in turn will forward the certification(s) to the awarding agency.
Appendix A, 44 C.F.R. Part 18 – Certification Regarding Lobbying
The undersigned [Contractor] certifies, to the best of his or her knowledge, that:- No Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress on his or her behalf in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment or modification of any Federal contract, grant, loan, or cooperative agreement.
- If any funds other than Federal appropriated funds (including profit or fee received under a covered Federal transaction) have been paid, or will be paid, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress on his or her behalf in connection with this Federal contract, grant, loan, or cooperative agreement , the undersigned shall complete and submit Standard Form-LLL, “Disclosure of Lobbying Activities”, in accordance with the instructions.
- The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly.
This certification is a material representation of fact upon which reliance is placed when this transaction was made or entered into. Submission of this certification and disclosure is a prerequisite for making or entering into this contract imposed by 31, U.S.C. section 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than ten thousand dollars ($10,000) and not more than one-hundred thousand dollars ($100,000) for each such failure.
The Contractor, _______________, certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. section 3801 et seq., apply to this certification and disclosure, if any.
___________________________________________________________________
Signature of Contractor’s Authorized Official Date
_______________________________________
Name and Title of Contractor’s Authorized Official
-
PROCUREMENT OF RECOVERED MATERIAL
-
In the performance of this contract the Contractor shall make maximum use of products containing recovered materials that are EPA designated items unless the product cannot be acquired:
- Competitively within a timeframe providing for compliance with the contract performance schedule;
- Meeting contract performance requirements; or
- At a reasonable price.
- Information about this requirement, along with the list of EPA-designate items, is available at EPA’s Comprehensive Procurement Guidelines website, (https://www.epa.gov/smm/comprehensive-procurement-guideline-cpg-program).
-
The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act.
-
In the performance of this contract the Contractor shall make maximum use of products containing recovered materials that are EPA designated items unless the product cannot be acquired:
-
DOMESTIC PREFERENCE FOR PROCUREMENTS
As appropriate, and to the extent consistent with law, the contractor should, to the greatest extent practicable, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States. This includes, but is not limited to iron, aluminum, steel, cement, and other manufactured products.
For purposes of this clause:
Produced in the United States means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States.
Manufactured products mean items and construction materials composed in whole or in part of non-ferrous metals such as aluminum; plastics and polymer-based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber.
-
PROHIBITION ON CONTRACTING FOR COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES
-
Definitions
As used in this clause, the terms backhaul; covered foreign country; covered telecommunications equipment or services; interconnection arrangements; roaming; substantial or essential component; and telecommunications equipment or services have the meaning as defined in FEMA Policy, #405-143-1 Prohibitions on Expending FEMA Award Funds for Covered Telecommunications Equipment or Services As used in this clause. -
Prohibitions
- Section 889(b) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019, Pub. L. No. 115-232, and 2 C.F.R. § 200.216 prohibit the head of an executive agency on or after Aug.13, 2020, from obligating or expending grant, cooperative agreement, loan, or loan guarantee funds on certain telecommunications products or from certain entities for national security reasons.
-
Unless an exception in paragraph 3. of this clause applies, the contractor and its subcontractors may not use grant, cooperative agreement, loan, or loan guarantee funds from the Federal Emergency Management Agency to:
- Procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system;
- Enter into, extend, or renew a contract to procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system;
- Enter into, extend, or renew contracts with entities that use covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system; or
- Provide, as part of its performance of this contract, subcontract, or other contractual instrument, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system.
-
Exceptions
-
This clause does not prohibit contractors from providing—
- A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or
- Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles.
-
By necessary implication and regulation, the prohibitions also do not apply to:
-
Covered telecommunications equipment or services that:
- Are not used as a substantial or essential component of any system; and
- Are not used as critical technology of any system.
- Other telecommunications equipment or services that are not considered covered telecommunications equipment or services.
-
Covered telecommunications equipment or services that:
-
This clause does not prohibit contractors from providing—
-
Reporting Requirement
- In the event the Contractor identifies covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part of any system, during contract performance, or the contractor is notified of such by a subcontractor at any tier or by any other source, the contractor shall report the information in paragraph 4.b. of this clause to the recipient or subrecipient, unless elsewhere in this contract are established procedures for reporting the information.
-
The Contractor shall report the following information pursuant to paragraph 4.a. of this clause:
- Within one business day from the date of such identification or notification: The contract number; the order number(s), if applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial and Government Entity (CAGE) code (if known); brand; model number (original equipment manufacturer number, manufacturer part number, or wholesaler number); item description; and any readily available information about mitigation actions undertaken or recommended.
- Within 10 business days of submitting the information in paragraph 4.b.i. of this clause: Any further available information about mitigation actions undertaken or recommended. In addition, the Contractor shall describe the efforts it undertook to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equipment or services.
-
Subcontracts
The Contractor shall insert the substance of this clause, including this paragraph 5, in all subcontracts and other contractual instruments.
-
Definitions
-
ACCESS TO RECORDS
The following access to records requirements apply to this contract:- The Contractor agrees to provide the Department of Resources Recycling and Recovery, the California Governor’s Office of Emergency Services, the FEMA Administrator, the Controller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions.
- The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever of to copy excerpts and transcriptions as reasonably needed.
- The contractor agrees to provide the FEMA Administrator or his authorized representative access to construction or other work sites pertaining to the work being completed under the contract.
-
In compliance with the Disaster Recovery Act of 2018, the Department of Resources, Recycling, and Recovery and the Contractor acknowledge and agree that no language in this contract is intended to prohibit audits or internal reviews by the FEMA Administrator or the Comptroller General of the United States.
-
DHS SEAL, LOGO, AND FLAGS
The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre-approval. The contractor shall include this provision in any subcontracts.
-
COMPLIANCE WITH FEDERAL LAW, REGULATIONS, AND EXECUTIVE ORDERS
This is an acknowledgement that FEMA financial assistance will be used to fund all or a portion of the contract only. The contractor will comply with all federal law, regulations, executive orders, FEMA policies, procedures, and directives.
-
NO OBLIGATION BY FEDERAL GOVERNMENT
The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non-Federal entity, contractor, or any other party pertaining to any matter resulting from the contract.
-
PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS
The contractor acknowledges the 31 U.S.C. Chapter 38 (Administrative Remedies for False Claims and Statements) applies to the contractor’s action pertaining to this contract.
-
AFFIRMATIVE SOCIOECONOMIC STEPS
If subcontracts are to be let, the prime contractor is required to take all necessary steps identified in 2 C.F.R. § 200.321(b)(1) – (5) to ensure that small and minority businesses, women’s business enterprises, and labor surplus area firms are used when possible.
-
LICENSE AND DELIVERY OF WORKS SUBJECT TO COPYRIGHT AND DATA RIGHTS
The Contractor grants to the Department of Resources, Recycling, and Recovery a paid-up, royalty-free, nonexclusive, irrevocable, worldwide license in data first produced in the performance of this contract to reproduce, publish, or otherwise use, including prepare derivative works, distribute copies to the public, and perform publicly and display publicly such data. For data required by the contract but not first produced in the performance of this contract, the Contractor will identify such data and grant to the Department of Resources, Recycling and Recovery or acquires on its behalf a license of the same scope as for data first produced in the performance of this contract. Data, as used herein, shall include any work subject to copyright under 17 U.S.C. § 102, for example, any written reports or literary works, software and/or source code, music, choreography, pictures or images, graphics, sculptures, videos, motion pictures or other audiovisual works, sound and/or video recordings, and architectural works. Upon or before the completion of this contract, the Contractor will deliver to the Department of Resources, Recycling, and Recovery data first produced in the performance of this contract and data required by the contract but not first produced in the performance of this contract in formats acceptable by the Department of Resources, Recycling, and Recovery.
Department of Resources Recycling and Recovery
Number: PQ101623
STANDARD INVOICE
Please click the button below to download the attached file.