Loading...
HomeMy WebLinkAboutP-22-109 Agreement Golder Associates USA Inc.._.pdf333 W. Pontiac Way, Clovis, CA 93612 / (559) 600-7110 * The County of Fresno is an Equal Employment Opportunity Employer * County of Fresno INTERNAL SERVICES DEPARTMENT Facilities • Fleet • Graphics • Purchasing • Security • Technology PROCUREMENT AGREEMENT Agreement Number P-22-109 April 5, 2022 Golder Associates USA, Inc. 425 Lakeside Drive Sunnyvale, CA 94085 The County of Fresno (County) hereby contracts with Golder Associates USA, Inc. (Contractor) to provide groundwater monitoring, sampling, and reporting services for the Blue Hills Disposal Facility in accordance with the text of this agreement, Attachment “A”, County of Fresno Request for Quotation No: 22-033 and the attached contractors response to County of Fresno Request for Quotation No: 22-033 by this reference made a part hereof. TERM: This Agreement shall become effective April 1, 2022 and shall remain in effect through March 31, 2025. EXTENSION: This Agreement may be extended for two (2) additional one (1) year periods by the mutual written consent of all parties. MINIMUM ORDERS: Unless stated otherwise there shall be no minimum order quantity. The County reserves the right to increase or decrease orders or quantities. CONTRACTOR'S SERVICES: Contractor shall perform the services as described in Attachment “A” attached, at the rates set forth in Attachment “A”. ORDERS: Orders will be placed on an as-needed basis by The County of Fresno Department of Public Works and Planning: Resources under this contract. PRICES: Prices shall be firm for the contract period. Any pricing changes which may take place during the life of the contract must be submitted in writing to the County of Fresno Purchasing Manager and received no less than thirty (30) days prior to becoming effective. MAXIMUM: In no event shall services performed and/or fees paid under this Agreement be in excess of One-Hundred Ninety Thousand Dollars ($190,000.00). ADDITIONAL ITEMS: The County reserves the right to negotiate additional items to this Agreement as deemed necessary. Such additions shall be made in writing and signed by both parties. DELIVERY: The F.O.B. Point shall be the destination within the County of Fresno. All orders shall be delivered complete as specified. All orders placed before Agreement expiration shall be honored under the terms and conditions of this Agreement. STANDARD OF CARE: Services performed by Contractor will be conducted in a manner consistent with that level of care and skill ordinarily exercised by other professionals currently practicing contemporaneously, PROCUREMENT AGREEMENT NUMBER: P-22-109 Page 2 Golder Associates USA, Inc. April 5, 2022 G:\PUBLIC\CONTRACTS & EXTRACTS\2022 CONTRACTS\P-22-109 GOLDER ASSOCIATES USA, INC\CONTRACTS AND AMENDMENTS\P-22-109 AGREEMENT GOLDER ASSOCIATES USA, INC.DOCX under similar conditions, in the same locality, subject to the time limits and financial, physical, or other constraints applicable to the services. DEFAULT: In case of default by Contractor, defined as services not meeting the Standard of Care, the County may procure the articles/services from another source and may recover the loss occasioned thereby from any unpaid balance due the Contractor or by any other legal means available to the County. The prices paid by County shall be considered the prevailing market price at the time such purchase is made. Inspection of deliveries or offers for delivery, which do not meet specifications, will be at the expense of Contractor. INVOICING: An itemized invoice shall be sent to pwpbusinessoffice@fresnocountyca.gov in accordance with invoicing instructions included in each order referencing this Agreement. The Agreement number must appear on all shipping documents and invoices. Invoice terms shall be Net 45 Days. INVOICE TERMS: Net forty-five (45) days from the receipt of invoice. TERMINATION: The County reserves the right to terminate this Agreement upon thirty (30) days written notice to the Contractor. In the event of such termination, the Contractor shall be paid for satisfactory services or supplies provided to the date of termination. LAWS AND REGULATIONS: The Contractor shall comply with all laws, rules and regulations whether they be Federal, State or municipal, which may be applicable to Contractor's business, equipment and personnel engaged in service covered by this Agreement. AUDITS AND RETENTION: Terms and conditions set forth in the agreement associated with the purchased goods are incorporated herein by reference. In addition, the Contractor shall maintain in good and legible condition all books, documents, papers, data files and other records related to its performance under this contract. Such records shall be complete and available to Fresno County, the State of California, the federal government or their duly authorized representatives for the purpose of audit, examination, or copying during the term of the contract and for a period of at least three years following the County's final payment under the contract or until conclusion of any pending matter (e.g., litigation or audit), whichever is later. Such records must be retained in the manner described above until all pending matters are closed. LIABILITY: The Contractor agrees to: Indemnify, save and hold harmless, and at County's request defend the County, its officers, directors and employees from any and all claims for damage or other liability, including costs, expenses (including attorney’s fees and costs), causes of action, claims or judgments toe the extent caused by Contractor's negligent performance or failure to perform by Contractor, its agents, officers or employees under this Agreement, and from any and all costs and expenses (including reasonable attorney’s fees and costs), damages, liabilities, claims, and losses to any person, firm or corporation who may be injured or damaged by the negligent performance, or failure to perform by Contractor, its officers, agents, or employees in the performance of this Agreement. INSURANCE: Without limiting the COUNTY's right to obtain indemnification from CONTRACTOR or any third parties, CONTRACTOR, at its sole expense, shall maintain in full force and effect, the following insurance policies or a program of self-insurance, including but not limited to, an insurance pooling arrangement or Joint Powers Agreement (JPA) throughout the term of the Agreement: A. Commercial General Liability: Commercial General Liability Insurance with limits of not less than Two Million Dollars ($2,000,000.00) per occurrence and an annual aggregate of Four Million Dollars ($4,000,000.00). This policy shall be issued on a per occurrence basis. County may require specific coverage including completed operations, product liability, contractual liability, Explosion-Collapse- Underground, fire legal liability or any other liability insurance deemed necessary because of the nature of the contract agreed to by both parties. B. Automobile Liability: Comprehensive Automobile Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00) per accident for bodily injury and for property damages. Coverage should include any auto used in connection with this Agreement. PROCUREMENT AGREEMENT NUMBER: P-22-109 Page 3 Golder Associates USA, Inc. April 5, 2022 G:\PUBLIC\CONTRACTS & EXTRACTS\2022 CONTRACTS\P-22-109 GOLDER ASSOCIATES USA, INC\CONTRACTS AND AMENDMENTS\P-22-109 AGREEMENT GOLDER ASSOCIATES USA, INC.DOCX C. Professional Liability: If Contractor employs licensed professional staff, (e.g., Ph.D., R.N., L.C.S.W., M.F.C.C.) in providing services, Professional Liability Insurance with limits of One Million Dollars ($1,000,000.00) any one claim, Three Million Dollars ($3,000,000.00) annual aggregate. D. Worker's Compensation: A policy of Worker's Compensation insurance as may be required by the California Labor Code. Additional Requirements Relating to Insurance: Contractor shall obtain endorsements to the Commercial General Liability insurance including the County of Fresno, its officers, and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned. Such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees shall be excess only and not contributing with insurance provided under Contractor's policies herein, but only as it relates to Contractor’s performance under this Agreement. This insurance shall not be cancelled or materially changed impacting the coverage requirements herein without a minimum of thirty (30) days advance written notice given to County. Contractor hereby waives its right to recover from County, its officers, agents, and employees any amounts paid by the policy of worker’s compensation insurance required by this Agreement. Contractor is solely responsible to obtain any endorsement to such policy that may be necessary to accomplish such waiver of subrogation, but Contractor’s waiver of subrogation under this paragraph is effective whether or not Contractor obtains such an endorsement. Within Thirty (30) days from the date Contractor signs and executes this Agreement, Contractor shall provide certificates of insurance and endorsement as stated above for all of the foregoing policies, as required herein, to the County of Fresno, 2220 Tulare St. 6th Floor, Fresno, CA 93721 Attn: Landfill Operations Manager stating that such insurance coverage have been obtained and are in full force; that the County of Fresno, its officers, agents and employees will not be responsible for any premiums on the policies. Certificates of Insurance are to include the contract number at the top of the first page. In the event Contractor fails to keep in effect at all times insurance coverage as herein provided, the County may, in addition to other remedies it may have, suspend or terminate this Agreement upon the occurrence of such event. All policies shall be with insurers authorized to do business in the State of California. Insurance purchased shall be purchased from companies possessing a current A.M. Best, Inc. rating of A FSC VII or better. COMING ON COUNTY PROPERTY TO DO WORK: Contractor agrees to provide maintain and furnish proof of Comprehensive General Liability Insurance with limits of not less than $500,000 per occurrence. INDEPENDENT CONTRACTOR: In performance of the work, duties and obligations assumed by Contractor under this Agreement, it is mutually understood and agreed that Contractor, including any and all of Contractor's officers, agents, and employees will at all times be acting and performing as an independent contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee, joint venturer, partner, or associate of the County. Furthermore, County shall have no right to control or supervise or direct the manner or method by which Contractor shall perform its work and function. However, County shall retain the right to administer this Agreement so as to verify that Contractor is performing its obligations in accordance with the terms and conditions thereof. Contractor and County shall comply with all applicable provisions of law and the rules and regulations, if any, of governmental authorities having jurisdiction over matters the subject thereof. Because of its status as an independent contractor, Contractor shall have absolutely no right to employment rights and benefits available to County employees. Contractor shall be solely liable and responsible for providing to, or on behalf of, its employees all legally-required employee benefits. In addition, Contractor shall be solely responsible and save County harmless from all matters relating to payment of Contractor's employees, including compliance with Social Security, withholding, and all other regulations governing such PROCUREMENT AGREEMENT NUMBER: P-22-109 Page 4 Golder Associates USA, Inc. April 5, 2022 G:\PUBLIC\CONTRACTS & EXTRACTS\2022 CONTRACTS\P-22-109 GOLDER ASSOCIATES USA, INC\CONTRACTS AND AMENDMENTS\P-22-109 AGREEMENT GOLDER ASSOCIATES USA, INC.DOCX matters. It is acknowledged that during the term of this Agreement, Contractor may be providing services to others unrelated to the County or to this Agreement. NON-ASSIGNMENT: Neither party shall assign, transfer or sub-contract this Agreement nor their rights or duties under this Agreement without the written consent of the other party. AMENDMENTS: This Agreement constitutes the entire Agreement between the Contractor and the County with respect to the subject matter hereof and supersedes all previous negotiations, proposals, commitments, writings, advertisements, publications, Request for Proposals, Bids and understandings of any nature whatsoever unless expressly included in this Agreement. This Agreement supersedes any and all terms set forth in Contractor's invoice. This Agreement may be amended only by written addendum signed by both parties. INCONSISTENCIES: In the event of any inconsistency in interpreting the documents which constitute this Agreement, the inconsistency shall be resolved by giving precedence in the following order of priority: (1) the text of this Agreement (excluding Attachment "A", County's Request for Quotation No. 22-033 and the Contractor's Quote in response thereto); (2) Attachment "A"; (3) the County's Request for Quotation No. 22- 033 and (4) the Contractor's quotation made in response to County's Request for Quotation No. 22-033. GOVERNING LAWS: This Agreement shall be construed, interpreted and enforced under the laws of the State of California. Venue for any action shall only be in County of Fresno. ELECTRONIC SIGNATURES: The parties agree that this Agreement may be executed by electronic signature as provided in this section. A. An “electronic signature” means any symbol or process intended by an individual signing this Agreement to represent their signature, including but not limited to (1) a digital signature; (2) a faxed version of an original handwritten signature; or (3) an electronically scanned and transmitted (for example by PDF document) of a handwritten signature. B. Each electronic signature affixed or attached to this Agreement (1) is deemed equivalent to a valid original handwritten signature of the person signing this Agreement for all purposes, including but not limited to evidentiary proof in any administrative or judicial proceeding, and (2) has the same force and effect as the valid original handwritten signature of that person. C. The provisions of this section satisfy the requirements of Civil Code section 1633.5, subdivision (b), in the Uniform Electronic Transaction Act (Civil Code, Division 3, Part 2, Title 2.5, beginning with section 1633.1). D. Each party using a digital signature represents that it has undertaken and satisfied the requirements of Government Code section 16.5, subdivision (a), paragraphs (1) through (5), and agrees that each other party may rely upon that representation. This Agreement is not conditioned upon the parties conducting the transactions under it by electronic means and either party may sign this Agreement with an original handwritten signature. Please acknowledge your acceptance by returning all pages of this Agreement to my office via email. Please refer any inquiries in this matter to Crystal Nino, Purchasing Technician, at 559-600-7113 or cnino@fresnocountyca.gov. PROCUREMENT AGREEMENT NUMBER: P-22-109 Page 5 Golder Associates USA, Inc. April 5, 2022 G:\PUBLIC\CONTRACTS & EXTRACTS\2022 CONTRACTS\P-22-109 GOLDER ASSOCIATES USA, INC\CONTRACTS AND AMENDMENTS\P-22-109 AGREEMENT GOLDER ASSOCIATES USA, INC.DOCX FOR THE COUNTY OF FRESNO Gary E. Cornuelle Purchasing Manager 333 W. Pontiac Way Clovis, CA 93612 GEC:cn PROCUREMENT AGREEMENT NUMBER: P-22-109 Page 6 Golder Associates USA, Inc. April 5, 2022 G:\PUBLIC\CONTRACTS & EXTRACTS\2022 CONTRACTS\P-22-109 GOLDER ASSOCIATES USA, INC\CONTRACTS AND AMENDMENTS\P-22-109 AGREEMENT GOLDER ASSOCIATES USA, INC.DOCX CONTRACTOR TO COMPLETE: Company: Type of Entity: Individual Limited Liability Company Sole Proprietorship Limited Liability Partnership Corporation General Partnership Address City State Zip TELEPHONE NUMBER FAX NUMBER E-MAIL ADDRESS Print Name & Title: Print Name & Title: Signature: Signature: ACCOUNTING USE ONLY ORG No.: 9015 Account No.: 7295 Requisition No.: 9012200020 (09/2021) PROCUREMENT AGREEMENT NUMBER: P-22-109 Attachment Page 1 of 1 Golder Associates USA, Inc. April 5, 2022 G:\PUBLIC\CONTRACTS & EXTRACTS\2022 CONTRACTS\P-22-109 GOLDER ASSOCIATES USA, INC\CONTRACTS AND AMENDMENTS\P-22-109 AGREEMENT GOLDER ASSOCIATES USA, INC.DOCX ATTACHMENT "A" Task 1 Logistics and Preparation Semi-Annual cost X 2 = $ 800 Task 2 Semi-annual Groundwater Level Cost X 2 = $ 400 Task 3 Groundwater Sample Collection 1st Semi-Annual Semi-Annual cost X 1 = $ 2,100 2nd Semi-Annual Semi-Annual cost X 1 = $ 2,100 Task 4 Sample Laboratory Analysis 1st Semi-Annual Semi-Annual cost X 1 = $ 1,193 2nd Semi-Annual Semi-Annual cost X 1 = $ 1,193 Task 5 Monitoring Reports 1st Semi-Annual Report Semi-Annual cost X 1 = $ 3,000 2nd Semi-Annual Report Semi-Annual cost X 1 = $ 3,000 Task 6 Supplemental item for 5 years Metal / COC analysis = $ 9,317 Task 7 Data to Geotracker Semi-Annual cost X 2 = $ 400 Task 8 Annual Inspection Cost X 1 = $ 500 ANNUAL TOTAL = $ 24,003 G:\PUBLIC\CONTRACTS & EXTRACTS\2022 CONTRACTS\P-22-109 GOLDER ASSOCIATES USA, INC\CONTRACTS AND AMENDMENTS\P-22-109 AGREEMENT GOLDER ASSOCIATES USA, INC.DOCX Contractor’s Response to County of Fresno Request for Quotation No. 22-033 Golder Associates USA Inc. 425 Lakeside Drive, Sunnyvale, California, USA 94085 T: +1 408 220-9223 F: +1 408 220-9224 Golder and the G logo are trademarks of Golder Associates Corporation golder.com February 10, 2022 Proposal No. 202202678 County of Fresno, Purchasing RFQ FOR BLUE HILLS GROUNDWATER MONITORING, SAMPLING AND REPORTING Golder Associates USA Inc (Golder), a member of WSP, is pleased to provide our Statement of Qualifications (SOQ) for the subject RFQ to the County of Fresno (County) for Blue Hills Groundwater Monitoring, Sampling and Reporting. Golder has enjoyed a long working relationship with the County for 30 years. During the term of this relationship, Golder has provided a variety of consulting services to the County. These projects and others have allowed Golder staff to gain a familiarity with the County’s facilities and processes, and a professional respect for County staff. Our professionals are driven by a passion to deliver results, offering unique specialized skills to address the ever- evolving challenges that earth, environment, and energy present to clients across the infrastructure, mining, oil and gas, manufacturing, and power sectors. With over 80 engineers, geologists, scientists and planners in our Sunnyvale, Roseville, and Irvine offices, Golder will be able to quickly allocate the necessary staff in order to meet challenging schedules. Additionally, Golder can draw upon over 1,000 WSP engineering and environmental California staff. This proposal has taken into consideration certain efforts required due to the COVID-19 pandemic, but it is acknowledged that the full impacts of the COVID-19 pandemic are still not apparent. The proposed scope of services, cost and schedule do not consider additional potential impacts caused by COVID-19, beyond what has been described in the proposal. Any adjustments required due to any additional impacts to accommodate COVID-19 related concerns (including but not limited to, additional travel restrictions, delays, economic interruption, supply chain issues, or any governmental guidance) will require an equitable adjustment in scope, schedule and cost. We appreciate the opportunity to submit our qualifications and cost estimate. Please contact the undersigned should you have any questions or need any additional information relative to our SOQ. Sincerely, Golder Associates USA Inc. Kris H. Johnson Director, Geologist Attachments: RFQ https://golderassociates-my.sharepoint.com/personal/kjohnson_golder_com/documents/documents/projects/blue hills lf/cover letter.docx PROPOSAL Blue Hills Groundwater Sampling and Reporting Fresno County Request for Quotation Number 22-033 Submitted to: Fresno County Fresno, California Submitted by: Golder Associates USA Inc. 425 Lakeside Drive, Sunnyvale, California, USA 94085 +1 408 220-9223 202202678 February 10, 2022 February 10, 2022 202202678 ii Table of Contents RFQ Forms – Request for Quotation Addenda Reference List Quotation Schedule Bidder Exceptions Participation Page Bidder to Complete Page Verification of Contractor’s License RFQ Checklist Golder Associates Experience Scope of Work G:\Public\RFQ\FY 2021-22\22-033 Blue Hills Groundwater Monitoring, Sampling and Reporting\22-033 Blue Hills Groundwater Monitoring, Sampling and Reporting.docx COUNTY OF FRESNO REQUEST FOR QUOTATION NUMBER: 22-033 BLUE HILLS GROUNDWATER MONITORING, SAMPLING AND REPORTING Issue Date: January 7, 2022 Closing Date: FEBRUARY 10, 2022 AT 11:00 AM All Questions and Responses must be electronically submitted on the Bid Page on Public Purchase. For assistance, contact Crystal Nino at Phone (559) 600-7110. BIDDER TO COMPLETE Undersigned agrees to furnish the commodity or service stipulated in the attached at the prices and terms stated in this RFQ. Bid must be signed and dated by an authorized officer or employee. Except as noted on individual items, the following will apply to all items in the Quotation Schedule: • A cash discount of % days will apply. County does not accept terms less than 15 days. COMPANY CONTACT PERSON ADDRESS CITY STATE ZIP CODE ( ) TELEPHONE NUMBER E-MAIL ADDRESS AUTHORIZED SIGNATURE PRINT NAME TITLE Purchasing Use: CN:st ORG/Requisition: 9015 / 9012200020 Golder Associates USA Inc. Kris H. Johnson 425 Lakeside Drive Sunnyvale CA 94085 408-593-4341 kjohnson@golder.com Kris H. Johnson Director, Geologist G:\PUBLIC\RFQ\FY 2021-22\22-033 BLUE HILLS GROUNDWATER MONITORING, SAMPLING AND REPORTING\22-033 ADDENDUM 1.DOCX COUNTY OF FRESNO ADDENDUM NUMBER: ONE (1) RFQ NUMBER: 22-033 BLUE HILLS GROUNDWATER MONITORING, SAMPLING AND REPORTING Issue Date: January 25, 2022 CLOSING DATE: FEBRUARY 10, 2022 AT 11:00 AM Submit all Questions and Quotations on the Bid Page at Public Purchase. For assistance contact Crystal Nino at (559) 600-7110. NOTE THE FOLLOWING AND ATTACHED ADDITIONS, DELETIONS AND/OR CHANGES TO THE REQUIREMENTS OF REQUEST FOR QUOTATION NUMBER: 22-033 AND INCLUDE THEM IN YOUR RESPONSE. PLEASE SIGN AND RETURN THIS ADDENDUM WITH YOUR QUOTATION. Please see attached Revised Quotation Schedule. Please note the Department of Toxic Substance Control (DTSC) will be conducting a Focused Groundwater Sampling Audit Inspection during the 2022 first semi-annual groundwater sampling event at the Blue Hills Disposal Facility. The purpose of the inspection is to ensure the facility follows the Groundwater Sampling and Analysis Plan associated with the permit to collect representative groundwater samples for chemical analyses. Questions and Answers ACKNOWLEDGMENT OF ADDENDUM NUMBER ONE (1) TO RFQ 22-033 COMPANY NAME: (PRINT) SIGNATURE: NAME & TITLE: (PRINT) Purchasing Use: CN:st ORG/Requisition: 9015 / 9012200020 Golder Associates USA Inc. Kris H. Johnson, Director, Geologist Quotation No. 22-033 Page 15 G:\PUBLIC\RFQ\FY 2021-22\22-033 BLUE HILLS GROUNDWATER MONITORING, SAMPLING AND REPORTING\22-033 BLUE HILLS GROUNDWATER MONITORING, SAMPLING AND REPORTING.DOCX VENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR QUOTATION. Firm: REFERENCE LIST Provide a list of at least five (5) customers for whom you have recently provided similar products/services. If you have held a contract for similar services with the County of Fresno within the past seven (7) years, list the County as one of your customers. Please list the person most familiar with your contract. Be sure to include all requested information. Reference Name: Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Reference Name: Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Reference Name: Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Reference Name: Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Reference Name: Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Failure to provide a list of at least five (5) customers may be cause for rejection of this RFQ. Golder Associates USA Inc City of Hollister Henry Gonzales City of Santa Clara Landfill Dave Staub Department of Public Works 1500 Warburton Ave Santa Clara CA 95050408615-3086 2011-ongoing post-closure compliance, monitoring, and O&M services for the Santa Clara Landfill. Work includes groundwater monitoring and reporting, landfill gas and leachate extraction system O&M, and site redevelopment support. 375 Fifth Street Hollister CA 95023 831 636-4377 2017-ongoing Groundwater monitoring and reporting at the Class I John Smith Road Landfill, DTSC compliance support for city Mariposa County Landfill Samuel CervenyDepartment of Public Works 4639 Ben Hur Road Mariposa CA 95338209966-5165 2005 - ongoing groundwater monitoring and reporting at Mariposa County Landfill, including evaluation monitoring program implementation, groundwater monitoring well installation, landfill gas probe installation and monitoring City of San Jose Singleton Landfill Geoff Blair 200 E. Santa Clara Street, 10th Floor San Jose CA 95113 408 975-2576 2017 - ongoing Singleton Road Landfill groundwater monitoring and reporting, landfill gas perimeter probe monitoring and reporting, landfill gas system O&M services, landfill gas flare replacement design, rsite edevelopment engineering support City of Palo ALto Landfill Elise Sbarbori Department of Public Works 3201 E. Bayshore Road Palo Alto CA 94303 650 496-5958 2005 - ongoing City of Palo Alto Landfill groundwater monitoring and reporting, perimeter landfill gas monitoring and reporting, landfill engineering support RFQ 22-033 REVISED QUOTATION SCHEDULE Company Name FEE SCHEDULE GROUND WATER MONITORING Task 1 Logistics and Preparation Semi-Annual cost X 2 = $ Task 2 Semi-annual Groundwater Level Cost X 2 = $ Task 3 Groundwater Sample Collection 1st Semi-Annual Semi-Annual cost X 1 = $ 2nd Semi-Annual Semi-Annual cost X 1 = $ Task 4 Sample Laboratory Analysis 1st Semi-Annual Semi-Annual cost X 1 = $ 2nd Semi-Annual Semi-Annual cost X 1 = $ Task 5 Monitoring Reports 1st Semi-Annual Report Semi-Annual cost X 1 = $ 2nd Semi-Annual Report Semi-Annual cost X 1 = $ Task 6 Supplemental item for 5 years Metal / COC analysis = $ Task 7 Data to Geotracker Semi-Annual cost X 2 = $ Task 8 Annual Inspection Cost X 1 = $ ANNUAL TASK TOTAL = $ Golder Associates USA Inc. 800 400 2100 2100 1193 1193 3000 3000 9317 400 500 24003 February 10, 2022 202202678 BIDDER EXCEPTIONS Golder Associates USA Inc. have no exceptions at this time. Quotation No. 22-033 Page 14 G:\PUBLIC\RFQ\FY 2021-22\22-033 BLUE HILLS GROUNDWATER MONITORING, SAMPLING AND REPORTING\22-033 BLUE HILLS GROUNDWATER MONITORING, SAMPLING AND REPORTING.DOCX BIDDER TO COMPLETE THE FOLLOWING: PARTICIPATION The County of Fresno is a member of the Central Valley Purchasing Group. This group consists of Fresno, Kern, Kings, and Tulare Counties and all governmental, tax supported agencies within these counties. Whenever possible, these and other tax supported agencies co-op (piggyback) on contracts put in place by one of the other agencies. Any agency choosing to avail itself of this opportunity, will make purchases in their own name, make payment directly to the contractor, be liable to the contractor and vice versa, per the terms of the original contract, all the while holding the County of Fresno harmless. If awarded this contract, please indicate whether you would extend the same terms and conditions to all tax supported agencies within this group as you are proposing to extend to Fresno County. Yes, we will extend contract terms and conditions to all qualified agencies within the Central Valley Purchasing Group and other tax supported agencies. No, we will not extend contract terms to any agency other than the County of Fresno. (Authorized Signature) Title X Director, Geologist Quotation No. 22-033 Page 11 G:\PUBLIC\RFQ\FY 2021-22\22-033 BLUE HILLS GROUNDWATER MONITORING, SAMPLING AND REPORTING\22-033 BLUE HILLS GROUNDWATER MONITORING, SAMPLING AND REPORTING.DOCX BIDDER TO COMPLETE: SUBCONTRACTORS: List all subcontractors that would perform work in excess of one/half of one percent of the total amount of your bid, and state general type of work such subcontractor would be performing. The primary contractor is not relieved of any responsibility by virtue of using a subcontractor: LICENSING: Bidder to possess appropriate license for the project in accordance with current regulations/statutes. Bidder must possess the following licenses. Proof of such shall be included in Bidder’s response. •Awarded vendor needs to be a professional California-Licensed Civil Engineer or Engineering Geologist. •Awarded Vendor needs to be a professional California-Licensed Land Surveyor. •Awarded Vendor is required to use a laboratory that is accredited by the Environmental Laboratory Accreditation Program (ELAP) administered by the State Water Resources Control Board. Pace Analytical (formerly BC Laboratories) of Bakersfield, California, CA ELAP #1186 Work will be performed under the direction of Kris H. Johnson, PG 4496, CEG 1763, copies of licenses below: Quotation No. 22-033 Page 21 G:\PUBLIC\RFQ\FY 2021-22\22-033 BLUE HILLS GROUNDWATER MONITORING, SAMPLING AND REPORTING\22-033 BLUE HILLS GROUNDWATER MONITORING, SAMPLING AND REPORTING.DOCX CHECK LIST This Checklist is provided to assist the vendors in the preparation of their bid response. Included in this list, are important requirements and is the responsibility of the bidder to submit with the bid package in order to make the bid compliant. Because this checklist is just a guideline, the bidder must read and comply with the bid in its entirety. Check off each of the following: 1.The Request for Quotation (RFQ) has been signed and completed. 2.Addenda, if any, have been signed and included in the bid package. 3.The completed Reference List as provided with this RFQ. 4.The Quotation Schedule as provided with this RFQ has been completed, price reviewed for accuracy and any corrections initialed. 5.Indicate all of bidder exceptions to the County’s requirements, conditions and specifications as stated within this RFQ. 6.The Participation page as provided within this RFQ has been signed and included 7.Bidder to Complete page as provided with this RFQ. 8.Verification of Contractor’s License and the Department of Consumer Affairs – Contractors’ State License Board. 9.Return checklist with RFQ response. 10.Completed RFQ in pdf format, electronically submitted to the Bid Page on Public Purchase. X X X X X X X X X X February 10, 2022 202202678 GOLDER ASSOCIATES EXPERIENCE Golder is a U.S. corporation incorporated in Atlanta, Georgia. In March 2021, Golder was acquired by and is now a Member of the WSP family of companies. WSP is one of the world’s leading engineering professional services firms with over 50,000 talented people, based in more than 500 offices, across 40 countries. By joining forces with WSP, Golder is now part of a 14,000-person strong earth and environment practice providing engineering, remediation, regulatory and compliance, design, and environmental services. Golder remains as a legal entity and is the proposed contracting entity for this proposal. We are in the process of integrating the resources of our companies. Correspondence for this proposal should continue to be addressed to the undersigned. Golder provides specialist technical expertise in the geoscience field, supported by capabilities in project management, biological sciences, civil engineering, construction management, construction quality control/quality assurance, GIS graphics, geotechnical and geosynthetics laboratory analysis, aqueous and solid phase geochemistry, and computer modeling for solving geotechnical and hydrogeological problems. These areas of technical expertise and consulting engineering services are combined to successfully accomplish projects involving waste management, environmental impact assessment, environmental restoration and regulatory compliance, capital improvement, power generation, water resources, transportation systems, and mineral resources recovery. GOLDER ASSOCIATES LANDFILL MONITORING AND REPOTING EXPERIENCE The Golder California staff specialize in waste disposal facility environmental compliance. The following summarizes our experience that meets the minimum requirements specified in the RFQ. Landfill and Solid Waste Specialists – Golder’s Sunnyvale office specializes in geologic and hydrogeologic work, including environmental monitoring at solid waste and hazardous waste disposal sites. We are experts at performing environmental sampling and reporting in compliance with California Title 22, 23, and 27, and Federal Subtitle D regulations. We currently perform monitoring and reporting services at more than 20 solid waste disposal sites throughout California, including the Class I John Smith Road Facility. In addition, we provide hydrogeologic and/or engineering consulting services at these landfills and others on an as-needed basis. Some of our current landfill sites include: Palo Alto Landfill Mariposa County Landfill John Smith Road Landfill and Class I Area Zanker Road Landfill Recology Auburn-Placer Disposal Site Zanker Material Processing Facility Recology Yuba Sutter Ponderosa Landfill Cummings Road Landfill City of Santa Maria Landfill Potrero Hills Landfill Santa Clara All Purpose Landfill Clover Flat Landfill City of Paso Robles Landfill Recology Pacheco Pass Landfill  Class I Facility Groundwater Monitoring Experience – Golder has performed groundwater monitoring and reporting at the Class I John Smith Road Landfill since 2005, working for San Benito County and currently for the City of Hollister. This work is implemented in conjunction with water quality monitoring and reporting for the adjacent Class III landfill. This work has included preparation of Sampling and Analysis Plans and coordination with the Department of Toxic Substances Control (DTSC). This work has been implemented in accordance with a DTSC approved sampling and analysis plan. February 10, 2022 202202678  Staff Qualifications and Experience - The proposed project team includes skilled and experienced professionals who have significant knowledge and understanding of California landfill monitoring and reporting requirements. Kris Johnson, P.G., C.E.G. will be the project manager. He has over 30 years of experience providing geologic and hydrogeologic consulting services for solid waste facilities. Tracy Kemp, P.G. will manage the field and reporting tasks. Tracy is the current project manager for Golder’s existing monitoring and reporting work with the City of Palo Alto Landfill and is responsible for reporting at the Class I John Smith Road Landfill. She is experienced using the Sanitas software for landfill statistical reporting  Experienced Landfill Field Technicians – Golder has several field technicians in our California offices, each with many years of experience implementing groundwater and landfill gas monitoring and O&M projects. These experienced field staff enable smooth implementation of our monitoring projects. Each field technician operates a 4x4 field truck that is off-road capable and are very experienced at accessing remote sites. Al field staff are current with their 40-hour HAZWOPER training. The work they perform is completed under health and safety plans that include environmental hazards (heat and cold, adverse weather), wildlife (i.e., snakes and ticks), and vegetative hazards (poison oak). With these several field technicians available, Golder can respond to be on-site within 48-hour notice.  Regulatory Relationships – We maintain good relationships with caseworkers and senior staff at the Regional Water Quality Control Board (RWQCB). We enjoy a reputation with the RWQCB for integrity and for quality work products. Because of this relationship, we are able to effectively negotiate on behalf of our clients when it is necessary.  Site Knowledge – Golder staff have provided engineering and stormwater services for Fresno County at the Blue Hills site. In addition, while employed at Emcon Associates, Golder’s proposed project manager, Kris Johnson, worked on the Blue Hills monitoring project.  Budget and Schedule – We achieve our budgets and schedules. This is backed up by our years of on- time and on-budget performance for landfill compliance monitoring projects. We know how long it takes and how much it costs to complete the requested scope of work. We commit senior staff with years of experience to your site.  Client Service – We pride ourselves on providing excellent client service. The entire project team takes a personal interest in each project. Client service and client relationships are what set us apart from our competitors. We trust that our previous work with the County staff has demonstrated this commitment to service. In summary, we are motivated to further develop our relationship with the County, and our work product and client service will reflect this.  Value-Added Services and Products – Golder’s ability to use our global resources to deliver local solutions is another characteristic that distinguishes Golder from our competitors. In addition to monitoring services, we also offer a broad spectrum of complementary services to our clientele in general, and in particular, to our solid waste clients. Environmental monitoring clients have data management needs. Golder provides data management services to clients around the world. These services range from no and low-cost data sharing and management services to more robust systems integrating spatial data management tools and secure web-based systems. February 10, 2022 202202678 SCOPE OF WORK Golder proposes to complete the scope of work as outlined below. Task 1 - Logistics and Preparation Golder will provide consulting, communicating, and meeting with County staff along with sampling, task planning, and equipment preparation during the term of the project. Task 2 – Semi-annual Groundwater Level Golder field staff will conduct semiannual groundwater levels in accordance with RWQCB WDR No. R5-2021- 0039. Task 3 - Groundwater Sample Collection Golder field staff conduct groundwater monitoring and sampling in accordance with RWQCB WDR No. R5-2021- 0039 to include, but not be limited to, field parameter data collection and field sampling collection. Task 4 - Semi-Annual Groundwater Laboratory Analysis Golder will submit the field samples for laboratory analysis in accordance with RWQCB WDR No. R5-2021-0039. Pace Analytical (formerly BC Laboratories) of Bakersfield, California possesses ELAP accreditation (licensed/certified) by the State of California to perform the specific test methods and analyses required by the WDR for the facility. Task 5 - Preparation of Semi-Annual and Annual Groundwater Monitoring Reports Golder will prepare two semi-annual and one annual groundwater monitoring report as specified in the Blue Hills Disposal Facility WDR R5-2021-0039. The second Semiannual Monitoring Report will be combined with the Annual Monitoring Report (due on the same date), and that combination will be clearly indicated in the title of the report. The reports will be prepared in three (3) hard copies each in a three ring “D” binder not to exceed 4” in width. Draft reports in electronic format (Word or Adobe Acrobat) will be submitted to the County four weeks prior to report due date for comment. Revisions to report in consideration of the comments provided will be made at no additional cost. The final report will be submitted to the County two (2) weeks prior to report due date. A USB drive containing the final report, tables and all data files used for generating the report will be included with each hard copy of the report with an additional 2 USB drives containing the same provided for archiving purposes. Task 6 - Supplemental 5 Year Metals and Constituents of Concern (COC) Sample Analysis Golder will collect additional field samples for laboratory analysis for the 5 Year Metals/COC Parameters as listed in RWQCB WDR No. R5-2021-0039. Results of the supplemental analysis will be included in the annual report prepared under Task 5. The next 5 Year COC sampling will occur no later than October 2024 and be included in the 2024 annual report. Task 7 - Electronic Submittal of Information (Geo-Tracker) On a semi-annual basis, Golder will perform QA/QC of laboratory analytical data before a submittal to the State Geo-Tracker System, and interface with lab as needed, format and upload field data, and upload groundwater monitoring report in pdf format. February 10, 2022 202202678 Task 8 - Annual Inspection An annual inspection will be performed in accordance of Section 4.2 of the Postclosure Maintenance Plan for the Blue Hills Disposal Facility. Extra Services An extra service is any service that is not covered under basic services. Extra services will not be undertaken by Golder without the advance written authorization of the County Representative. Golder and the County will expressly confirm in writing the authorization and maximum cost for any such services before Golder initiates any work. Payment for Extra Services will be at the identical hourly and cost rates used in preparation of this RFQ response. Extra Services may include, but are not limited to providing unforeseen, extraordinary, or unique services, additional groundwater sampling and analysis and/or consulting required by regulatory agencies or, items not covered nor normally included in the Basic Fee but authorized by the County Representative. In the event County expressly authorizes Extra Services, Golder will keep complete records showing the hours and description of activities worked by each person who works on the project and all costs and charges applicable to the Extra Services work authorized. February 10, 2022 202202678 6 Signature Page Golder Associates USA Inc. Kris H. Johnson Director, Geologist Golder and the G logo are trademarks of Golder Associates Corporation https://golderassociates-my.sharepoint.com/personal/kjohnson_golder_com/documents/documents/projects/blue hills lf/blue hills proposal 2-2022.docx golder.com