Loading...
HomeMy WebLinkAbout2022 Stantec Consulting Services Agreement.pdf On-Call Agreement for Architectural and Engineering Consultant and Other Related Services Contents 1. OBLIGATIONS OF THE CONSULTANT ....................................................................4 2. OBLIGATIONS OF THE COUNTY..............................................................................7 O. Staff Augmentation........................................................................................................9 3. TERM OF AGREEMENT ............................................................................................9 4. TERMINATION ......................................................................................................... 10 A. Non-Allocation of Funds / Funding Requirements ...................................................... 10 B. Breach of Contract...................................................................................................... 10 C. Without Cause............................................................................................................ 11 5. COMPENSATION, ALLOWABLE COSTS AND PAYMENTS................................... 11 A. Maximum Cumulative Amount Available .................................................................... 11 B. Consultant Fee ........................................................................................................... 12 C. Not used..................................................................................................................... 14 D. Retention.................................................................................................................... 14 E. Payments.................................................................................................................... 14 F. Notice to Proceed / Task Orders / Project Cost Proposal ............................................ 16 6. INDEPENDENT CONTRACTOR.............................................................................. 17 7. MODIFICATION / CHANGE IN TERMS.................................................................... 18 8. NON-ASSIGNMENT ................................................................................................. 19 9. HOLD HARMLESS ................................................................................................... 19 10. LIABILITY INSURANCE............................................................................................20 A. Commercial General Liability.......................................................................................20 B. Automobile Liability......................................................................................................20 C. Professional Liability Insurance: ..................................................................................21 D. Worker's Compensation .............................................................................................21 E. Additional Requirements Relating to Insurance..........................................................21 11. AUDITS / RETENTION OF RECORD.......................................................................23 12. NOTICES..................................................................................................................24 13. GOVERNING LAW ...................................................................................................24 14. DISCLOSURE OF SELF-DEALING TRANSACTIONS.............................................24 15. ELECTRONIC SIGNATURE .....................................................................................25 16. SUBCONSULTANTS................................................................................................25 I. Prompt Progress Payment............................................................................................27 J. Prompt Payment of Withheld Funds to Subconsultants ..............................................27 17. CONFLICT OF INTEREST .......................................................................................29 18. ERRORS OR OMISSIONS CLAIMS AND DISPUTES .............................................30 19. OWNERSHIP OF DATA ...........................................................................................32 20. CONSULTANT'S LEGAL AUTHORITY ....................................................................35 21. BINDING UPON SUCCESSORS..............................................................................35 22. SEVERABILITY.........................................................................................................35 23. STATE PREVAILING WAGE RATES .......................................................................35 C. Payroll Records...........................................................................................................36 E. Penalty......................................................................................................................38 1 F. Hours of Labor..........................................................................................................40 2 G. Employment of Apprentices...................................................................................40 Articles24-39 Not used.......................................................................................................41 3 40. ENTIRE AGREEMENT .............................................................................................41 41. SIGNATURES...........................................................................................................42 4 5 Appendices 6 Appendix A— Listing of all consultants, including CONSULTANT'S "Project Manager" 7 Appendix B — Scope Appendix C — Project Team 8 Appendix D — Deliverables Appendix E — Cost Proposal 9 Appendix F — Not Used Appendix G — Self Dealing Transaction Disclosure Form 10 Appendix H — Subconsultants 11 Appendix I — Conflict of Interest Code Appendix J — Not Used 12 Appendix K — Not Used Appendix L — Not Used 13 Appendix M — Not Used 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 2 1 CONSULTANT AGREEMENT 2 THIS AGREEMENT for Architectural and Engineering Consultant Services, 3 hereinafter referred to as "AGREEMENT," is made and entered into this 13th day of 4 June 2022, by and between the COUNTY OF FRESNO, a Political Subdivision of the 5 State of California, hereinafter referred to as "COUNTY"; and Stantec Consulting Services, 6 Inc., a Corporation, whose address is 6780 North West Ave., Suite 103, Fresno, CA 93711 7 hereinafter referred to as "CONSULTANT". 8 Recitals 9 WHEREAS, the COUNTY desires to retain the CONSULTANT as one of a number 10 of consultant firms to provide, pursuant to separate agreements, on-call architectural and 11 engineering consulting services and/or staff augmentation consulting services, 12 encompassing architectural, structural, mechanical, transportation, environmental, water 13 resources, surveying, geotechnical, materials testing and such other architectural and 14 engineering disciplines for which each such consultant is qualified, as necessary to assist 15 the COUNTY in performing projects (hereinafter referred to as "PROJECT(S)") proposed by 16 the COUNTY; and 17 WHEREAS, said the CONSULTANT has been selected in accordance with the 18 COUNTY's Ordinance Code Chapter 4.10 on the selection of architects, engineers, and 19 other professionals, and in accordance with Chapter 10 of the California Department of 20 Transportation's (CALTRANS) Local Assistance Procedures Manual (LAPM), to provide 21 certain professional services necessary for the PROJECTS, as specified herein; and 22 WHEREAS, the individual listed below 23 Erin Haagenson, Principal Staff Analyst 24 2220 Tulare Street, 6th Floor, Fresno, CA 93721 25 559-600-4528 26 ehaagenson fresnocountyca.gov 27 is designated as the CONTRACT ADMINISTRATOR for this Agreement on behalf of the 28 COUNTY, and shall remain so unless the CONSULTANT is otherwise notified in writing by 3 1 the COUNTY's Director of Public Works and Planning or his/her designee(s) (hereinafter 2 referred to as the "DIRECTOR"); and 3 WHEREAS, the individual listed in Appendix A, as the firm's "Consultant Project 4 Manager" is designated as the CONSULTANT'S PROJECT MANAGER for this Agreement, 5 and shall remain so unless the CONSULTANT requests and the DIRECTOR approves, in 6 writing, a change of the CONSULTANT'S PROJECT MANAGER, which approval will not 7 be unreasonably withheld; and g NOW, THEREFORE, in consideration of the mutual covenants, terms and conditions 9 herein contained, the parties hereto agree as follows: 10 1. OBLIGATIONS OF THE CONSULTANT 11 A. The COUNTY hereby contracts with the CONSULTANT as an independent 12 contractor to provide the professional services enumerated in "Consultant's Scope of 13 Services" attached as Appendix B. 14 B. The CONSULTANT'S services shall be performed as expeditiously as is 15 consistent with professional skill and the orderly progress of the work, based on schedules 16 for each specific PROJECT mutually agreed upon in advance by the CONTRACT 17 ADMINISTRATOR, and the CONSULTANT. 18 C. The CONSULTANT'S PROJECT team staff shall be as listed in Appendix C, 19 attached hereto and incorporated herein. Any substitutions of personnel must be approved 20 in advance by the CONTRACT ADMINISTRATOR, which approval shall not be 21 unreasonably withheld. The CONSULTANT shall notify the CONTRACT ADMINISTRATOR 22 of the names and classifications of employees assigned to each specific PROJECT, and 23 shall not reassign such employees to other projects of the CONSULTANT without 24 notification to and prior approval by the CONTRACT ADMINISTRATOR. 25 D. The CONSULTANT may retain, as subconsultants, specialists as the 26 CONSULTANT requires to assist in completing the work in accordance with Article 16 27 "Subconsultants" (and, if applicable to this Agreement, Article 24 "Disadvantaged Business 28 Enterprises"). 4 1 E. Services provided by CONSULTANT on PROJECTS relating to the 2 construction or improvement of roads and bridges shall be done in accordance with 3 American Association of State Highway and Transportation Officials (AASHTO) 4 requirements for applicable structures. 5 F. All projects funded wholly or in part by CALTRANS must conform to all 6 requirements imposed by CALTRANS and the Federal Highway Administration (FHWA), as 7 specified in Chapter 10 of the CALTRANS LAPM. 8 G. The services that may be furnished by the CONSULTANT under this 9 Agreement are for all or a portion of the services the CONSULTANT is allowed to provide 10 within the applicable professional discipline limits, as defined in California State License 11 Law, for various PROJECTS on an as needed basis. 12 H. The CONSULTANT agrees to provide the professional services that are 13 necessary for each PROJECT when expressly authorized in writing by the CONTRACT 14 ADMINISTRATOR. Such work by the CONSULTANT shall not begin until the 15 CONSULTANT has received a written Notice to Proceed (NTP) or Task Order from the 16 CONTRACT ADMINISTRATOR authorizing the necessary service, agreed upon fee, and 17 scope of work. 18 I. The CONSULTANT shall submit proposals in response to requests issued by 19 the CONTRACT ADMINISTRATOR on a project-by-project basis. The CONSULTANT'S 20 proposal at a minimum shall include, but not be limited to, staff qualifications, proposed 21 method and schedule for completing the task(s), completed federal forms and a sealed cost 22 proposal. The CONSULTANT agrees that each professional or other individual performing 23 work on any such PROJECT(S) shall be adequately trained to perform the work and shall 24 possess the proper license, certification or registration as required by law or by accepted 25 standards of the applicable profession. The CONSULTANT agrees to provide the 26 professional services that are necessary to complete the requested tasks consistent with 27 the scope of its contracted discipline(s), as listed in Appendix B ("Scope"), when expressly 28 authorized in writing by the CONTRACT ADMINISTRATOR. 5 1 J. Submissions of reports, plans, specifications, and estimates will be submitted 2 in the formats, quantities, and delivery methods delineated in Appendix D "Deliverables" 3 hereto unless other formats, quantities, and/or delivery methods have been mutually 4 agreed upon, in writing, prior to the CONSULTANT's submittal. The CONSULTANT shall 5 verify compatible format and quantity prior to final delivery. 6 K. Assist the COUNTY, at the DIRECTOR's express, written authorization, with 7 any claim resolution process involving the construction contractor and the COUNTY as 8 specified hereunder, including serving as a witness in connection with any public hearings 9 or legal proceeding, and also including dispute resolutions required by law or hereunder. 10 The parties recognize that this clause is provided as a means of expediting resolution of 11 claims among the construction contractor, the COUNTY, and the CONSULTANT. However, 12 it is understood the construction contractor is not an intended third-party beneficiary of this 13 clause. Compensation for these services shall be computed and invoiced at the same 14 hourly rates listed in Appendix E hereto, including travel costs that are being paid for the 15 CONSULTANT's personnel services under this Agreement. Any assistance provided by the 16 CONSULTANT as described in this Article 1 , Section K shall be subject to the provisions of 17 Article 5 hereinafter, and shall also be subject to the following: 18 1. The DIRECTOR may believe the CONSULTANT'S work under this 19 Agreement to have included negligent errors or omissions, or that the CONSULTANT may 20 otherwise have failed to comply with the provisions of this Agreement, either generally or in 21 connection with its duties as associated with a particular PROJECT; and that the cause(s) 22 for a claim by the construction contractor may be attributable, in whole or in part, to such 23 conduct on the part of the CONSULTANT. Upon notice by the DIRECTOR, the payments to 24 the CONSULTANT for such arguably deficient services shall be held in suspense by the 25 COUNTY until a final determination has been made, of the proportion that the 26 CONSULTANT'S fault bears to the fault of all other parties concerned. 27 2. Such amounts held in suspense shall not be paid to the 28 CONSULTANT, pending the final determination as to the CONSULTANT'S proportional 6 1 fault. However, the appropriate percentage of such amount held in suspense shall be paid 2 to the CONSULTANT, once a final determination has been made, and the CONSULTANT 3 thereafter submits a proper invoice to the COUNTY. Payment shall be issued in 4 accordance with the procedure outlined in Article 5, Section E, Paragraph 2. 5 L. The CONSULTANT'S personnel shall typically be assigned to and remain on 6 specific Department projects/deliverables until completion and acceptance of the 7 project/deliverables by the Department. Personnel assigned by the CONSULTANT shall be 8 available at the start of a Task Order and after acceptance of the project/deliverable by the 9 Department. 10 M. After the CONTRACT ADMINISTRATOR'S approval of the CONSULTANT'S 11 personnel proposal and finalization of a Task Order, the CONSULTANT may not add or 12 substitute personnel without the CONTRACT ADMINISTRATOR'S prior written approval. 13 2. OBLIGATIONS OF THE COUNTY 14 The COUNTY will: 15 A. Provide eligible consultants the opportunity to compete for Task Orders on a 16 project-by-project basis by providing a miniature Request for Proposal (mini-RFP), except 17 as specified under Section B. The CONSULTANT'S eligibility for project types, disciplines, 18 and services is listed in Appendix B. 19 B. The COUNTY reserves the right to suspend competition under this 20 AGREEMENT and engage the services of an eligible qualified consultant from the listing 21 attached as Appendix A, in the event that one or more of the following circumstances apply 22 to the needed work: 23 1. Service is available only from a single source 24 2. There is an emergency which will not permit the time necessary to 25 conduct competitive negotiations 26 3. After the mini-RFP is issued (as provided in the immediately preceding 27 Section A) competition is determined to be inadequate 28 4. Services of expert witnesses for litigation or special counsel to assist 7 1 the County. 2 C. Issue Task Orders on a project-by-project basis. Task Orders will at a 3 minimum include scope of work, location, and schedule for the PROJECT. 4 D. Provide the CONSULTANT with a PROJECT Scope and Schedule, and 5 compensate the CONSULTANT as provided in this Agreement. 6 E. Provide an individual PROJECT ADMINISTRATOR to serve as a 7 representative of the COUNTY who will coordinate and communicate with the 8 CONSULTANT on all PROJECT technical work, to the extent appropriate, in an effort to g facilitate the CONSULTANT'S performance of its obligations in accordance with the 10 provisions of this Agreement. 11 F. Provide basic plan sheet layouts as required. 12 G. Examine documents submitted to the COUNTY by the CONSULTANT and 13 timely render decisions pertaining thereto. 14 H. Provide aerial photographs as required. 15 I. Provide copies of any available existing as-built plans and right-of-way 16 drawings from the COUNTY'S files. 17 J. Provide list of property owners with addresses for notification of property 18 owners upon the CONSULTANT'S request. 19 K. Provide preliminary engineering survey data on existing structures and 20 topographic mapping in the formats, quantities, and delivery methods delineated in 21 Appendix D to the CONSULTANT, if available. 22 L. Prepare all legal descriptions and drawings required for right-of-way 23 acquisition and/or temporary construction permits. 24 M. Provide limited assistance to CONSULTANT, as may be appropriate under 25 the circumstances, in connection with CONSULTANT'S processing of required permits. 26 N. Give reasonably prompt consideration to all matters submitted for approval by 27 the CONSULTANT in an effort to assist the CONSULTANT in avoiding any substantial 28 delays in the CONSULTANT'S program of work. An approval, authorization or request to 8 1 the CONSULTANT given by the COUNTY will be binding upon the COUNTY under the 2 terms of this Agreement only if it is made in writing and signed on behalf of the COUNTY b 3 CONTRACT ADMINISTRATOR. 4 O. Staff Augmentation 5 The COUNTY will: 6 a. Issue Task Orders on an assignment-by-assignment basis. Task Orders 7 will at a minimum include a description of the assignments to be performed and the 8 anticipated duration of the assignments. 9 b. Provide a work station and basic work tools and supplies such as computers, printers, calculators, paper and various office supplies. Parking charges will not 10 be reimbursed by the COUNTY. 11 c. Compensate the CONSULTANT as provided in the AGREEMENT. 12 d. Provide, as to each PROJECT, designated COUNTY management staff, 13 including the member of COUNTY staff who will be the Engineer-in-Responsible Charge for 14 that PROJECT, who together shall be responsible to assign work and oversee the work of 15 CONSULTANT's staff on a day-to-day basis. 16 e. Provide an individual PROJECT ADMINISTRATOR to serve as a 17 representative of the COUNTY who will coordinate and communicate with the 18 CONSULTANT, to the extent appropriate, to facilitate the CONSULTANT'S performance of 19 its obligations in accordance with the provisions of the AGREEMENT. 20 f. Give reasonably prompt consideration to all matters submitted for approval by the CONSULTANT in an effort to assist the CONSULTANT in avoiding any 21 substantial delays in the CONSULTANT'S program of work. An approval, authorization or 22 request to the CONSULTANT given by the COUNTY will be binding upon the COUNTY 23 under the terms of the AGREEMENT only if it is made in writing and signed on behalf of the 24 COUNTY by the CONTRACT ADMINISTRATOR. 25 3. TERM OF AGREEMENT 26 A. The term of this Agreement shall be for a period of five (5) years, commencing 27 upon execution by the COUNTY, through and including the fifth anniversary of the 28 9 1 execution date. 2 B. The CONSULTANT shall commence work promptly after receipt of a Notice to 3 Proceed or Task Order issued by the CONTRACT ADMINISTRATOR. The period of 4 performance for Task Orders shall be in accordance with dates specified in the Task Order. 5 No Task Order will be written which would extend the period of performance beyond the 6 expiration date of this Agreement, the maximum term of which shall not exceed five (5) 7 years. g 4. TERMINATION 9 A. Non-Allocation of Funds / Funding Requirements 10 The terms and conditions of this Agreement, and the services to be provided 11 hereunder, are contingent on the approval of funds by the appropriating government 12 agency. Should sufficient funds not be allocated, the services provided may be modified, or 13 this Agreement terminated, at any time by giving the CONTRACTOR thirty (30) days 14 advance written notice. This Agreement may be terminated without cause at any time by 15 the COUNTY upon thirty (30) calendar days' written notice. If the COUNTY terminates this 16 Agreement, the CONSULTANT shall be compensated for services satisfactorily completed 17 to the date of termination based upon the compensation rates and subject to the maximum 18 amounts payable agreed to in Article 5, together with such additional services satisfactorily 19 performed after termination which are expressly authorized by the COUNTY to conclude 20 the work performed to date of termination. 21 B. Breach of Contract 22 The COUNTY may immediately suspend or terminate this Agreement in whole or in 23 part, where in the determination of the COUNTY there is: 24 1. An illegal or improper use of funds; 25 2. A failure to comply with any term of this Agreement; 26 3. A substantially incorrect or incomplete report submitted to the COUNTY; 27 4. Improperly performed service. 28 In no event shall any payment by the COUNTY constitute a waiver by the COUNTY 10 1 of any breach of this Agreement or any default which may then exist on the part of the 2 CONSULTANT, nor shall any such payment impair or prejudice any remedy available to 3 the COUNTY with respect to the breach or default. The DIRECTOR shall have the right to 4 demand of the CONSULTANT the repayment to the COUNTY of any funds disbursed to 5 the CONSULTANT under this Agreement, which, in the sole judgment of the COUNTY 6 were not expended in accordance with the terms of this Agreement. The CONSULTANT 7 shall promptly refund any such funds upon demand. This Section survives the termination 8 of this Agreement. 9 C. Without Cause 10 Under circumstances other than those set forth above, this Agreement may be 11 terminated by COUNTY upon the giving of thirty (30) days advance written notice of an 12 intention to terminate to CONTRACTOR. 13 5. COMPENSATION, ALLOWABLE COSTS AND PAYMENTS 14 A. Maximum Cumulative Amount Available 15 The COUNTY has or will enter into up to fifty (50) separate agreements, including 16 this Agreement, for performance of the Scope of Services identified hereinabove in Article 17 1, Section A and more thoroughly in Appendix B attached hereto. The other Agreements 18 are to be entered into by the COUNTY with the other consultant firms listed, together with 19 the CONSULTANT, on the list of consultant firms attached hereto as Appendix A. The total 20 amount payable by the COUNTY for all the Agreements combined shall not exceed a 21 cumulative maximum total value of Twenty-two Million Two Hundred Thousand Dollars 22 ($22,200,000), which "Not to Exceed Sum" hereinafter shall be referenced as the "NTE 23 Sum". 24 It is understood and agreed that there is no guarantee, either expressed or implied, 25 that all or any specific portion of this maximum NTE Sum will be authorized under the On- 26 Call Engineering Consultant Agreements through Task Orders. It is further understood and 27 agreed that there is no guarantee, either expressed or implied, that any Task Order will be 28 assigned to the CONSULTANT or that the CONSULTANT will receive any payment 11 1 whatsoever, under the terms of this Agreement. Each time a Task Order is awarded under 2 any of the Agreements, the COUNTY shall send written notification to the CONSULTANT 3 and each of the other consultants that entered into the Agreements. Each such notice shall 4 identify the cumulative total of funds allocated under all Task Orders issued hereunder as 5 of that date, and the remaining unencumbered amount of the NTE Sum. The 6 CONSULTANT acknowledges and agrees that the COUNTY shall not pay any amount 7 under this Agreement that would cause the NTE Sum to be exceeded, and the 8 CONSULTANT shall not enter into a Task Order that exceeds the remaining 9 unencumbered amount of the NTE Sum. 10 B. Consultant Fee 11 1. The approved CONSULTANT's Cost Proposal is attached hereto 12 as Appendix E and incorporated by this reference as though fully set forth herein. If there is 13 any conflict between the provisions set forth in the text of this Agreement and the approved 14 Cost Proposal (Appendix E), this Agreement shall take precedence. 15 2. The hourly and cost rates listed in Appendix E for services 16 rendered by the CONSULTANT and subconsultants shall remain in effect for the entire 17 duration of this Agreement unless adjusted in accordance with the provisions of 18 Paragraphs 3, 5, or 6 of this Article 5, Section B. 19 3. The hourly rates paid for services performed by the CONSULTANT 20 and by subconsultants of the CONSULTANT and the rates for expenses incidental to the 21 CONSULTANT'S and its subconsultants' performance of services may be adjusted no 22 more than once annually for inflation, in accordance with the following provisions: the 23 CONSULTANT may request new labor rates and new rates for expenses incidental to the 24 CONSULTANT'S and subconsultant's performance of services subject to written approval 25 of the CONTRACT ADMINISTRATOR in accordance with the provisions of this Article 5, 26 Section B. The CONSULTANT shall initiate the rate adjustment process by submitting to 27 the CONTRACT ADMINISTRATOR a proposed adjusted fee schedule. The proposed 28 adjusted fee schedule shall include proposed hourly rates for all categories of the 12 1 CONSULTANT'S and any subconsultants' wage classifications and proposed rates for 2 incidental expenses listed in Appendix E. The proposed adjusted fee schedule shall not 3 take effect unless approved in writing by the CONTRACT ADMINISTRATOR. The 4 CONSULTANT hereby acknowledges its understanding that approval by the CONTRACT 5 ADMINISTRATOR of any upward adjustment in the hourly and cost rates shall not provide 6 a basis for any increase in the NTE Sum as set forth in Article 5, Section A. 7 4. Expenses incidental to the CONSULTANT'S and any 8 subconsultant's performance of services under Article 5 of this Agreement shall be charged 9 at the rates listed in Appendix E, subject to any adjustments that may be approved in 10 accordance with Paragraphs 3, 5, or 6 of this Article 5, Section B. Unless incorporated in an 11 adjusted fee schedule approved by the CONTRACT ADMINISTRATOR in accordance with 12 Paragraphs 3, 5, or 6 of this Article 5, Section B, all other expenses incidental to the 13 CONSULTANT'S and any subconsultant's performance of the services under Article 1 of 14 this Agreement that are not specifically listed in Appendix E shall be borne by the 15 CONSULTANT. 16 5. In the event that, in accordance with Article 1, Section D, the 17 CONTRACT ADMINISTRATOR approves the CONSULTANT to retain additional 18 subconsultants not listed in Appendix H, hourly rates paid for services performed by such 19 additional subconsultants of the CONSULTANT and the rates for expenses incidental to 20 those additional subconsultants' performance of services may be adjusted no more than 21 once annually for inflation, in accordance with Article 5, Section B, Paragraph 3. The first 22 annual adjustment of hourly and incidental expense rates for such additional 23 subconsultants shall not be submitted for approval prior to one year after the CONTRACT 24 ADMINISTRATOR'S approval of the retention of such additional subconsultant(s) by the 25 CONSULTANT. 26 6. Notwithstanding any other provisions in this Agreement, the 27 CONTRACT ADMINISTRATOR may, at any time, authorize in writing the revision of the 28 CONSULTANT'S or subconsultant's list of rates for incidental expenses to include 13 1 additional categories of such expenses if, in the opinion of the CONTRACT 2 ADMINISTRATOR, such revision is necessary to facilitate the CONSULTANT'S 3 performance of the PROJECT(S). 4 7. Reimbursement for transportation and subsistence costs shall not 5 exceed the rates as specified in the approved Cost Proposal (Appendix E). The 6 CONSULTANT will be responsible for transportation and subsistence costs in excess of 7 State rates. 8 8. The consideration to be paid to CONSULTANT as provided herein, 9 shall be in compensation for all of CONSULTANT's expenses incurred in the performance 10 hereof, including travel and per diem, unless otherwise expressly so provided. 11 C. Not used 12 D. Retention 13 In addition to any amounts withheld under Article 1, the CONSULTANT agrees that 14 the COUNTY, at the discretion of the CONTRACT ADMINISTRATOR, may withhold a five 15 percent (5%) retention from the earned compensation of the CONSULTANT. If the 16 CONTRACT ADMINISTRATOR determines that retention will not be withheld for a 17 PROJECT, the CONTRACT ADMINISTRATOR will so state in writing prior to 18 commencement of the PROJECT by the CONSULTANT. The CONTRACT 19 ADMISTRATOR will identify in writing prior to commencement of the PROJECT the 20 PROJECT-specific prerequisites (such as successful completion of a PROJECT phase, as 21 an example) for the release of retentions. 22 E. Payments 23 1. Progress payments will be made by the COUNTY upon receipt of the 24 CONSULTANT'S monthly invoices and approval by the CONTRACT ADMINISTRATOR 25 thereof based on the CONTRACT ADMINISTRATOR'S evaluation of the completion of the 26 respective components of the assigned PROJECT. Invoices shall clearly identify the 27 28 PROJECT by Name(s), the Phase and Task(s) comprising the work that is the subject of 14 1 the invoice, the Notice to Proceed or Task Order number, and the date(s) on which the 2 work was performed. Invoices shall be submitted together with the documentation identified 3 below in Paragraph 5 of this Article 5, Section E. Invoices shall be forwarded electronically 4 to: PWPBusinessOff ice(a-).fresnocountyca.gov 5 2. Upon receipt of a proper invoice, the CONTRACT ADMINISTRATOR 6 will take a maximum of ten (10) working days to review, approve, and submit it to the 7 COUNTY Auditor-Controller/Treasurer-Tax Collector. Unsatisfactory or inaccurate invoices 8 will be returned to the CONSULTANT for correction and resubmittal. Payment, less 9 retention, if applicable, will be issued to the CONSULTANT within forty five (45) calendar 10 days of the date the Auditor-Controller/Treasurer-Tax Collector receives the approved 11 invoice. 12 3. The COUNTY is entitled to withhold a five percent (5%) retention 13 from the CONSULTANT'S earned compensation in accordance with the provisions of 14 15 Article 5, Section D of this Agreement. 16 4. An unresolved dispute over a possible error or omission may cause 17 payment of the CONSULTANT fees in the disputed amount to be withheld by the COUNTY. 18 5. Concurrently with the invoices, the CONSULTANT shall certify 19 (through copies of issued checks, receipts, or other COUNTY pre-approved 20 documentation) that complete payment, less a five percent (5%) retention if applicable, has 21 been made to all subconsultants as provided herein for all previous invoices paid by the 22 COUNTY. However, the parties do not intend that the foregoing creates, as to any 23 subconsultants or subcontractors, any purported third-party beneficiary status or any third- 24 party beneficiary rights whatsoever, and the parties do hereby expressly disclaim any such 25 status or rights. 26 6. Final invoices, and separate invoices for retentions, shall be 27 submitted to CONTRACT ADMINISTRATOR no later than thirty (30) days after the phase 28 15 1 is completed. Payment for retentions, if any, shall not be made until all services for the 2 phase are completed. 3 7. In the event the DIRECTOR reduces the scope of the 4 CONSULTANT'S work under this Agreement for a specific PROJECT (or discontinues a 5 specific PROJECT), whether due to a deficiency in the appropriation of anticipated funding 6 or otherwise, the CONSULTANT will be compensated on a pro rata basis for actual work 7 completed and accepted by the DIRECTOR in accordance with the terms of this 8 Agreement. 9 F. Notice to Proceed / Task Orders / Project Cost Proposal 10 1. Upon the acceptance of a project proposal submitted by the 11 CONSULTANT in accordance with the provisions of Article 1, Section I, and if an 12 agreement has been reached on the negotiable items and total cost in connection 13 therewith, then a specific PROJECT will be assigned to the CONSULTANT through 14 15 issuance by the CONTRACT ADMINISTRATOR of one or more Task Orders or Notices to 16 Proceed (NTP). Task Orders may be negotiated for a lump sum (Firm Fixed Price) or for 17 specific rates of compensation, both of which must be based on the labor and other rates 18 set forth in the CONSULTANT's approved Cost Proposal (Appendix E to this Agreement). 19 2. A Project Cost Proposal is of no force or effect and no expenditures 20 are authorized on a PROJECT and work shall not commence until a Notice to Proceed for 21 that PROJECT has been issued by the COUNTY. 22 3. If the CONSULTANT fails to satisfactorily complete a deliverable 23 according to the schedule set forth in a Task Order, no payment will be made until the 24 deliverable has been satisfactorily completed. 25 4. When milestone or phase cost estimates are included in the Project 26 Cost Proposal and/or Task Order, the CONSULTANT shall obtain prior written approval for 27 28 16 1 a revised Project Cost Proposal from the CONTRACT ADMINISTRATOR before exceeding 2 such estimate. 3 5. The CONSULTANT shall not commence performance of any work or 4 services hereunder until this Agreement has been formally approved by the COUNTY and 5 Notice to Proceed on a specific PROJECT has been issued by the COUNTY's CONTRACT 6 ADMINISTRATOR. No payment will be made prior to approval or for any work performed 7 by the CONSULTANT prior to the COUNTY'S formal approval of this Agreement. 8 6. The period of performance for each Notice to Proceed shall be in 9 accordance with dates specified in the Notice to Proceed. Consistent with the provisions of 10 Article 3, Section B, no Notice to Proceed will be issued that would extend the 11 CONSULTANT'S period of performance beyond the expiration date of this Agreement. 12 7. Notices to Proceed may not be used to amend any provision of this 13 14 Agreement or to expand the scope of the CONSULTANT'S work as authorized under the 15 provisions of this Agreement. 6. INDEPENDENT CONTRACTOR 16 17 A. In performance of the work, duties and obligations assumed by the 18 CONSULTANT under the AGREEMENT, it is mutually understood and agreed that the 19 CONSULTANT, including any and all of the CONSULTANT'S officers, agents, and employees 20 will at all times be acting and performing as an independent contractor, and shall act in an 21 independent capacity and not as an officer, agent, servant, employee, joint venturer, partner, 22 or associate of the COUNTY. Notwithstanding the foregoing, the County will have oversight 23 responsibility over the work performed on every PROJECT pursuant hereto, and one of the 24 COUNTY's own licensed engineers shall be the Engineer-in-Responsible Charge, and 25 accordingly will approve, sign, and stamp the final plans for every PROJECT on which any of 26 CONSULTANT's employees performs any work hereunder. Furthermore, COUNTY shall 27 28 17 1 retain the right to administer the AGREEMENT in order to verify that the CONSULTANT is 2 performing its obligations in accordance with the terms and conditions hereof. 3 B. The CONSULTANT and the COUNTY shall comply with all applicable provisions of 4 law and the rules and regulations, if any, of governmental authorities having jurisdiction over 5 matters the subject thereof. 6 C. Because of its status as an independent contractor, the CONSULTANT shall have 7 absolutely no right to employment rights and benefits available to COUNTY employees. The 8 CONSULTANT shall be solely liable and responsible for providing to, or on behalf of, its 9 employees all legally-required employee benefits. In addition, the CONSULTANT shall be 10 solely responsible and save the COUNTY harmless from all matters relating to payment of the 11 CONSULTANT'S employees, including compliance with Social Security withholding and all 12 other regulations governing such matters. It is acknowledged that during the term of this 13 Agreement, the CONSULTANT may be providing services to others unrelated to the 14 COUNTY or to this Agreement. 15 7. MODIFICATION / CHANGE IN TERMS 16 A. This Agreement may be amended or modified only by mutual written agreement 17 of both parties. Except to the limited extent allowed under Article 5, Section B, and Article 18 7, Section C, and Article 16, Section A, any such written amendment to this Agreement 19 may be approved on the COUNTY's behalf only by its Board of Supervisors. 20 B. The CONSULTANT shall only commence work covered by an amendment after 21 the amendment has been fully executed and written notification to proceed has been 22 issued by the CONTRACT ADMINISTRATOR. 23 C. There shall be no change in CONSULTANT's Project Manager or members of the 24 project team, as listed in Appendix A and the approved Cost Proposal (Appendix E, which 25 is incorporated as a part of this Agreement as provided in Article 5, Section 1), without prior 26 written approval by the COUNTY's CONTRACT ADMINISTRATOR. Any substitutions of 27 personnel must be approved in advance by the CONTRACT ADMINISTRATOR, which 28 18 1 approval shall not be unreasonably withheld. The CONSULTANT shall notify the 2 CONTRACT ADMINISTRATOR of the names and classifications of employees assigned to 3 each specific PROJECT and shall not reassign such employees to other projects of the 4 CONSULTANT without notification to and prior approval by the CONTRACT 5 ADMINISTRATOR. 6 8. NON-ASSIGNMENT 7 Neither party shall assign, transfer or sub-contract this Agreement or any of its 8 respective rights or duties under this Agreement hereunder, without the prior written 9 consent of the other party. 10 9. HOLD HARMLESS 11 A. The CONSULTANT shall defend, hold harmless and indemnify the COUNTY, 12 its officers, agents, and employees, against the payment of any and all costs and expenses 13 (including reasonable attorney fees and court costs), damages, claims, suits, losses, and 14 liability for bodily and personal injury to or death of any person or for loss of any property, 15 economic loss or otherwise resulting from or arising out of any negligent or wrongful acts, 16 errors or omissions of the CONSULTANT, its officers, agents, and employees, in 17 performing or failing to perform any work, services, or functions under this Agreement. 18 Provided, however, and notwithstanding the immediately preceding sentence, with respect 19 to any PROJECT on which the CONSULTANT has provided design professional services 20 as defined by Civil Code Section 2782.8(c), the CONSULTANT has no obligation to pay for 21 any defense related cost prior to a final determination of its liability, based upon the 22 percentage of comparative fault (if any) finally determined to be attributable to the 23 CONSULTANT'S negligence, recklessness or willful misconduct. Following any such 24 determination, the CONSULTANT shall be responsible to pay to the COUNTY the dollar 25 amount of all such defense costs incurred by the COUNTY that is commensurate with the 26 finally determined percentage of the CONSULTANT'S liability, based upon the final 27 determination of the CONSULTANT'S comparative fault. The provisions of this Article 9, 28 Section A shall survive termination of this Agreement. 19 1 B. The COUNTY and the CONSULTANT hereby declare their mutual intent to 2 cooperate in the defense of any claim, suit, or other action alleging liability, arising from the 3 negligent performance or failure to perform of any COUNTY construction contractor (or its 4 subcontractor(s)) involved in the construction of any PROJECT(S). Such cooperation may 5 include an agreement to prepare and present a cooperative defense after consultation with 6 the CONSULTANT'S professional liability insurance carrier. 7 10. LIABILITY INSURANCE 8 Without limiting the COUNTY'S right to obtain indemnification from the 9 CONSULTANT or any third parties, the CONSULTANT, at its sole expense, shall maintain 10 in full force and effect, the following insurance policies prior to commencement of any work 11 for the COUNTY and, thereafter, throughout the entire term of this Agreement (with the 12 exception of Professional Liability Insurance, which the CONSULTANT shall maintain in full 13 force and effect for the additional period of time required by Article 20, Section A, 14 Paragraph 4). 15 A. Commercial General Liability 16 Commercial General Liability Insurance with limits of not less than Two Million 17 Dollars ($2,000,000.00) per occurrence and an annual aggregate of not less than Four 18 Million Dollars ($4,000,000.00). This policy shall be issued on a per occurrence basis. The 19 COUNTY may require specific coverages including completed operations, products liability, 20 contractual liability, Explosion-Collapse-Underground, fire legal liability or any other liability 21 insurance deemed necessary because of the nature of this Agreement. 22 B. Automobile Liability 23 Comprehensive Automobile Liability Insurance with limits of not less than One 24 Million Dollars ($1,000,000.00) per accident for bodily injury and for property damages. 25 Coverage should include auto used in connection with this Agreement. 26 27 28 20 1 C. Professional Liability Insurance: 2 1. If the CONSULTANT employs licensed professional staff in providing 3 services, Professional Liability Insurance with limits of One Million Dollars ($1,000,000.00) 4 per claim, Three Million Dollars ($3,000,000.00) annual aggregate. 5 2. The Professional Liability Insurance shall be kept in full force and 6 effect for a period of five (5) years from the date of substantial completion of the 7 CONSULTANT'S work as determined by the COUNTY. 8 D. Worker's Compensation 9 A policy of Worker's Compensation insurance as may be required by the California 10 Labor Code. 11 E. Additional Requirements Relating to Insurance 12 The CONSULTANT shall obtain endorsements to the Commercial General Liability 13 insurance naming the County of Fresno, its officers, agents, and employees, individually and 14 collectively, as additional insured, but only insofar as the operations under this Agreement 15 are concerned. Such coverage for additional insured shall apply as primary insurance and 16 any other insurance, or self-insurance, maintained by the COUNTY, its officers, agents, and 17 employees shall be excess only and not contributing with insurance provided under the 18 CONSULTANT's policies required herein. This insurance shall not be cancelled or changed 19 without a minimum of thirty (30) days advance written notice given to the COUNTY. 20 The CONSULTANT hereby waives its right to recover from the COUNTY, its officers, 21 agents, and employees any amounts paid by the policy of worker's compensation insurance 22 required by this Agreement. The CONSULTANT is solely responsible to obtain an 23 endorsement to such policy that may be necessary to accomplish such waiver of subrogation, 24 but the CONSULTANT's waiver of subrogation under this paragraph is effective whether o 25 not the CONSULTANT obtains such an endorsement. 26 Prior to commencing any such work under this Agreement, the CONSULTANT shall 27 provide certificates of insurance and endorsements as stated above for all of the foregoing 2s 21 1 policies, as required herein, to the County of Fresno, Erin Haagenson, Principal Staff Analyst, 2 2220 Tulare St., Sixth Floor, Fresno, CA 93721, stating that such insurance coverages have 3 been obtained and are in full force; that the County of Fresno, its officers, agents and 4 employees will not be responsible for any premiums on the policies; that for such worker's 5 compensation insurance the CONSULTANT has waived its right to recover from the 6 COUNTY, its officers, agents, and employees any amounts paid under the insurance policy 7 and that waiver does not invalidate the insurance policy; that such Commercial General 8 Liability insurance names the County of Fresno, its officers, agents and employees, 9 individually and collectively, as additional insured, but only insofar as the operations under 10 this Agreement are concerned; that such coverage for additional insured shall apply a 11 primary insurance and any other insurance, or self-insurance, maintained by the COUNTY, 12 its officers, agents and employees, shall be excess only and not contributing with insurance 13 provided under the CONSULTANT's policies herein; and that this insurance shall not b 14 cancelled or changed without a minimum of thirty (30) days advance, written notice given t 15 the COUNTY. 16 All policies shall be issued by admitted insurers licensed to do business in the State 17 of California, and such insurance shall be purchased from companies possessing a current 18 A.M. Best, Inc. rating of A FSC VII or better. 19 The CONSULTANT agrees that the bodily injury liability insurance herein provided 20 for, shall be in effect at all times during the term of this Agreement. In the event said 21 insurance coverage expires at any time or times during the term of this Agreement, 22 CONSULTANT agrees to provide at least thirty (30) calendar days prior notice to said 23 expiration date; and a new Certificate of Insurance evidencing insurance coverage as 24 provided for herein, for not less than either the remainder of the term of the Agreement, or 25 for a period of not less than one (1) year. New Certificates of Insurance are subject to the 26 approval of COUNTY. 27 In the event the CONSULTANT fails to keep in effect at all times the insurance 28 coverages as required by this Article 10, the COUNTY may, in addition to any other 22 1 remedies it may have, suspend or terminate this Agreement upon occurrence of such 2 failure, or may purchase such insurance coverage and charge the cost of the coverage to 3 the CONSULTANT. The COUNTY may offset such charges against any amounts owed by 4 the COUNTY to the CONSULTANT under this Agreement. 5 11. AUDITS / RETENTION OF RECORD 6 A. The CONSULTANT shall at any time during business hours, and as often as the 7 COUNTY may deem necessary, make available to the COUNTY for examination all of its 8 records and data with respect to the matters covered by this Agreement. The 9 CONSULTANT shall, upon request by the COUNTY, permit the COUNTY to audit and 10 inspect all of such records and data, including but not limited to, the costs of administering 11 this Agreement, necessary to ensure the CONSULTANT'S compliance with the terms of 12 this Agreement (and compliance with Public Contract Code 10115, et seq. and Title 21, 13 California Code of Regulations, Chapter 21, Section 2500 et seq., when applicable). 14 B. For the purpose of determining compliance with Gov. Code § 8546.7, the 15 CONSULTANT, its subconsultants, and COUNTY shall maintain all books, documents, 16 papers, accounting records, Independent CPA Audited Indirect Cost Rate workpapers, and 17 other evidence pertaining to the performance of the Agreement including, but not limited to, 18 the costs of administering the Agreement. All parties, including the CONSULTANT's 19 Independent CPA, shall make such workpapers and materials available at their respective 20 offices at all reasonable times during the Agreement period and for three (3) years from the 21 date of final payment under the Agreement. The COUNTY, Caltrans Auditor, FHWA, or any 22 duly authorized representative of the Federal government having jurisdiction under Federal 23 laws or regulations (including without limitation when such jurisdiction is based upon 24 Federal funding of the PROJECT in whole or in part) shall have access to any books, 25 records, and documents of the CONSULTANT, its subconsultants, and the 26 CONSULTANT's Independent CPA, that are pertinent to the Agreement for audits, 27 examinations, workpaper review, excerpts, and transactions, and copies thereof shall be 28 furnished if requested without limitation. It shall be the responsibility of the CONSULTANT 23 1 to ensure that all subcontracts in excess of $25,000 shall contain this provision. 2 C. This Article 11 survives the termination of this Agreement. 3 12. NOTICES 4 The delivery of all notices hereunder and communications regarding interpretation of 5 the terms of this Agreement and any proposed changes thereto, shall be accomplished by 6 sending an e-mail, addressed to the CONTRACT ADMINISTRATOR and the 7 CONSULTANT'S PROJECT MANAGER as identified on Pages 3 and 4 of this Agreement. 8 For all claims arising out of or related to this Agreement, nothing in this section establishes, 9 waives, or modifies any claims presentation requirements or procedures provided by law, 10 including but not limited to the Government Claims Act (Division 3.6 of Title 1 of the 11 Government Code, beginning with section 810). 12 13. GOVERNING LAW 13 Venue for any action arising out of or related to this Agreement shall only be in 14 Fresno County, California. 15 The rights and obligations of the parties and all interpretation and performance of 16 this Agreement shall be governed in all respects by the laws of the State of California. 17 14. DISCLOSURE OF SELF-DEALING TRANSACTIONS 18 This provision is only applicable if the CONSULTANT is operating as a corporation 19 (a for-profit or non-profit corporation) or if during the term of this Agreement, the 20 CONSULANT changes its status to operate as a corporation. Members of the 21 CONSULTANT'S Board of Directors shall disclose any self-dealing transactions that they 22 are a party to while the CONSULTANT is providing goods or performing services under this 23 Agreement. A self-dealing transaction shall mean a transaction to which the CONSULTANT 24 is a party and in which one or more of its directors has a material financial interest. 25 Members of the Board of Directors shall disclose any self-dealing transactions that they are 26 a party to by completing and signing a Self-Dealing Transaction Disclosure Form, attached 27 hereto as Appendix G and incorporated herein by reference, and submitting it to the 28 COUNTY prior to commencing with the self-dealing transaction or immediately thereafter. 24 1 15. ELECTRONIC SIGNATURE 2 The parties agree that this Agreement may be executed by electronic signature as 3 provided in this section. 4 A. An "electronic signature" means any symbol or process intended by an 5 individual signing this Agreement to represent their signature, including but not limited to: 6 (1) a digital signature; (2) a faxed version of an original handwritten signature; or (3) an 7 electronically scanned and transmitted (for example by PDF document) version of an 8 original handwritten signature. 9 B. Each electronic signature affixed or attached to this Agreement: (1) is 10 deemed equivalent to a valid original handwritten signature of the person signing this 11 Agreement for all purposes, including but not limited to evidentiary proof in any 12 administrative or judicial proceeding; and (2) has the same force and effect as the valid 13 original handwritten signature of that person. 14 C. The provisions of this section satisfy the requirements of Civil Code section 15 1633.5, subdivision (b), in the Uniform Electronic Transaction Act (Civil Code, Division 3, 16 Part 2, Title 2.5, beginning with section 1633.1). 17 D. Each party using a digital signature represents that it has undertaken and 18 satisfied the requirements of Government Code section 16.5, subdivision (a), paragraphs 19 (1) through (5), and agrees that each other party may rely upon that representation. 20 E. This Agreement is not conditioned upon the parties conducting the 21 transactions under it by electronic means and either party may sign this Agreement with an 22 original handwritten signature. 23 16. SUBCONSULTANTS 24 A. The CONSULTANT may retain, as subconsultants, specialists in such 25 engineering disciplines (including, but not limited to, structural, mechanical, transportation, 26 environmental, water resources, electrical, surveying and geotechnical) as the 27 CONSULTANT requires to assist in completing the work. The subconsultants listed in 28 Appendix H, attached hereto and incorporated herein, shall be considered as approved by 25 1 the CONTRACT ADMINISTRATOR. Any other subconsultants proposed for use by the 2 CONSULTANT shall be approved in writing by the CONTRACT ADMINISTRATOR before 3 they are retained by the CONSULTANT, which approval shall not be unreasonably 4 withheld. 5 B. Should the CONSULTANT retain any subconsultants, the maximum amount o 6 compensation to be paid to the CONSULTANT under Article 5 shall not be increased. Any 7 additional compensation to be paid to the CONSULTANT for such subconsultants' work 8 shall be limited to administrative time as defined in the fee proposal. Additional fees other 9 than those defined in the fee proposal shall not be reimbursed. 10 C. CONSULTANT shall be as fully responsible to the COUNTY for the negligent 11 acts and omissions of its contractors and subcontractors or subconsultants, and of persons 12 either directly or indirectly employed by them, in the same manner as persons directly 13 employed by CONSULTANT. 14 D. Nothing contained in this Agreement shall create any contractual relationship 15 between the COUNTY and any of the CONSULTANT'S subconsultants, and no 16 subconsultant agreement shall relieve the CONSULTANT of any of its responsibilities and 17 obligations hereunder. The CONSULTANT agrees to be as fully responsible to the 18 COUNTY for the acts and omissions of its subconsultants and of persons either directly or 19 indirectly employed by any of them as it is for the acts and omissions of persons directly 20 employed by the CONSULTANT. The CONSULTANT'S obligation to pay its subconsultants 21 is a separate and independent obligation that is entirely unrelated to the COUNTY's 22 obligation to make payments to the CONSULTANT. 23 E. The CONSULTANT shall perform the work contemplated with resources 24 available within its own organization; and no portion of the work pertinent to this contract 25 shall be subcontracted without prior written authorization by the CONTRACT 26 ADMINISTRATOR, excepting only those portions of the work and the responsible 27 subconsultants that are expressly identified in Appendix H. 28 F. Any subcontract in excess of $25,000 entered into as a result of this 26 1 Agreement, shall contain all the provisions stipulated in this Agreement to be applicable to 2 subcontractors. 3 G. The CONSULTANT shall pay its subconsultants within fifteen (15) calendar 4 days from receipt of each progress payment made to the CONSULTANT by the COUNTY. 5 H. Any substitution of subconsultant(s) must be approved in writing by the 6 CONTRACT ADMINISTRATOR in advance of assigning work to a substitute 7 Subconsultant. g I. Prompt Progress Payment g The CONSULTANT or subconsultant shall pay to any subconsultant, not later than 10 fifteen (15) days after receipt of each progress payment, unless otherwise agreed to in 11 writing, the respective amounts allowed CONSULTANT on account of the work performed 12 by the subconsultants, to the extent of each subconsultant's interest therein. In the event 13 that there is a good faith dispute over all or any portion of the amount due on a progress 14 payment from the CONSULTANT or subconsultant to a subconsultant, the CONSULTANT 15 or subconsultant may withhold no more than 150 percent of the disputed amount. Any 16 violation of this requirement shall constitute a cause for disciplinary action and shall subject 17 the licensee to a penalty, payable to the subconsultant, of two percent (2%) of the amount 18 due per month for every month that payment is not made. 19 In any action for the collection of funds wrongfully withheld, the prevailing party shall 20 be entitled to his or her attorney's fees and costs. The sanctions authorized under this 21 requirement shall be separate from, and in addition to, all other remedies, either civil, 22 administrative, or criminal. This clause applies to both DBE and non-DBE subconsultants. 23 J. Prompt Payment of Withheld Funds to Subconsultants 24 The COUNTY may hold retainage from the CONSULTANT as provided in Article 5, 25 Section D. 26 1. If the COUNTY has elected to hold retainage for a PROJECT under 27 Article 5, Section D, the COUNTY shall hold retainage from the CONSULTANT and shall 28 make prompt and regular incremental acceptances of portions, as determined by the 27 1 COUNTY of the contract work and pay retainage to the CONSULTANT based on these 2 acceptances. The CONSULTANT or subconsultant shall return all monies withheld in 3 retention from all subconsultants within 15 days after receiving payment for work 4 satisfactorily completed and accepted including incremental acceptances of portions of the 5 contract work by the COUNTY. Any delay or postponement of payment may take place 6 only for good cause and with the COUNTY's prior written approval, in order to ensure 7 prompt and full payment of any retainage kept by the CONSULTANT or subconsultant to a 8 subconsultant. g Any violation of these provisions shall subject the violating CONSULTANT or 10 subconsultant to the penalties, sanctions, and other remedies specified in Section 3321 of 11 the California Civil Code. This requirement shall not be construed to limit or impair any 12 contractual, administrative or judicial remedies otherwise available to the CONSULTANT or 13 subconsultant in the event of a dispute involving late payment or nonpayment by the 14 CONSULTANT, or deficient subconsultant performance and/or noncompliance by a 15 subconsultant. This clause applies to both DBE and non-DBE subconsultants. 16 2. If the COUNTY has elected not to hold retainage for a PROJECT under 17 Article 5, Section D, no retainage will be held by the COUNTY from progress payments due 18 to the CONSULTANT; and in such case, the CONSULTANT and its subconsultants are 19 prohibited from holding retainage from their subconsultants. Any delay or postponement of 20 payment may take place only for good cause and with the COUNTY'S prior written 21 approval. 22 Any violation of these provisions shall subject the violating CONSULTANT or 23 subconsultant to the penalties, sanctions, and other remedies specified in Section 3321 of 24 the California Civil Code. This requirement shall not be construed to limit or impair any 25 contractual, administrative or judicial remedies, otherwise available to the CONSULTANT 26 or subconsultant in the event of a dispute involving late payment or nonpayment by the 27 CONSULTANT, or deficient subconsultant performance and/or noncompliance by a 28 subconsultant. This clause applies to both DBE and non-DBE subconsultants. 28 1 2 17. CONFLICT OF INTEREST 3 A. The CONSULTANT shall comply with the provisions of the Fresno County 4 Department of Public Works and Planning Conflict of Interest Code, attached hereto as 5 Appendix I and incorporated herein by this reference. Such compliance shall include the 6 filing of annual statements pursuant to the regulations of the State Fair Political Practices 7 Commission including, but not limited to, portions of Form 700. g B. During the term of this Agreement, the CONSULTANT shall disclose any 9 financial, business, or other relationship with the COUNTY that may have an impact upon 10 the outcome of this contract, or any ensuing COUNTY construction project. The 11 CONSULTANT shall also list current clients who may have a financial interest in the 12 outcome of this contract, or any ensuing COUNTY construction project, which will follow. 13 C. The CONSULTANT certifies that it has disclosed to the COUNTY any actual, 14 apparent, or potential conflicts of interest that may exist relative to the services to be 15 provided pursuant to this AGREEMENT. The CONSULTANT agrees to advise the 16 COUNTY of any actual, apparent or potential conflicts of interest that may develop 17 subsequent to the date of execution of this AGREEMENT. The CONSULTANT further 18 agrees to complete any statements of economic interest if required by either COUNTY 19 ordinance or State law. 20 D. The CONSULTANT hereby certifies that it does not now have nor shall it acquire 21 any financial or business interest that would conflict with the performance of services under 22 this AGREEMENT. 23 E. The CONSULTANT hereby certifies that the CONSULTANT or subconsultant 24 and any firm affiliated with the CONSULTANT or subconsultant that bids on any 25 construction contract or on any Agreement to provide construction inspection for any 26 construction project resulting from this AGREEMENT, has established necessary controls 27 to ensure a conflict of interest does not exist. An affiliated firm is one, which is subject to 28 the control of the same persons, through joint ownership or otherwise. 29 1 F. The CONSULTANT and affiliated subconsultants shall not submit bids, or sub- 2 bids, for the contract construction phase of the PROJECT(S) assigned to the 3 CONSULTANT. The CONSULTANT and its subconsultants, and all other service providers, 4 shall not provide any PROJECT-related services for, or receive any PROJECT-related 5 compensation from any construction contractor, subcontractor or service provider awarded 6 a construction contract (hereinafter referred to as "contractor") for all or any portion of the 7 PROJECT(S) for which the CONSULTANT provides services hereunder. The 8 CONSULTANT and its subconsultants, and all other service providers, may provide 9 services for, and receive compensation from a contractor who has been awarded a 10 construction contract for all or any portion of the PROJECT(S), provided that any such 11 services which are rendered, and any compensation which is received therefor, relates to 12 work outside the scope of the AGREEMENT and does not pose a conflict of interest. 13 G. Except for subconsultants or subcontractors whose services are limited to 14 providing surveying or materials testing information, no subcontractor who has provided 15 design services in connection with this contract shall be eligible to bid on any construction 16 contract, or on any contract to provide construction inspection for any construction project 17 resulting from this contract; provided, however, that this shall not be construed as 18 disallowing subcontractors who have provided design services for the PROJECT from 19 performing, pursuant to this Agreement or other agreement with the COUNTY, construction 20 inspection services on behalf of the COUNTY for the PROJECT. 21 18. ERRORS OR OMISSIONS CLAIMS AND DISPUTES 22 A. Definitions: 23 1. A "Consultant" is a duly licensed Architect or Engineer, or other provider of 24 professional services, acting as a business entity (owner, partnership, corporation, joint 25 venture or other business association) in accordance with the terms of an agreement with 26 the COUNTY. 27 2. A "Claim" is a demand or assertion by one of the parties seeking, as a 28 matter of right, adjustment or interpretation of contract terms, payment of money, extension 30 1 of time, change orders, or other relief with respect to the terms of the contract. The term 2 "Claim" also includes other disputes and matters in question between the COUNTY and the 3 CONSULTANT arising out of or relating to the contract. Claims must be made by written 4 notice. The provisions of Government Code section 901, et seq., shall apply to every claim 5 made to the COUNTY. The responsibility to substantiate claims shall rest with the party 6 making the claim. The term "Claim" also includes any allegation of an error or omission by 7 the CONSULTANT. 8 B. In the spirit of cooperation between the COUNTY and the CONSULTANT, the 9 following procedures are established in the event of any claim or dispute alleging a 10 negligent error, act, or omission, of the CONSULTANT. 11 1. Claims, disputes or other matters in question between the parties, arising 12 out of or relating to this Agreement, shall not be subject to arbitration, but shall be subject 13 to the following procedures. 14 2. The COUNTY and the CONSULTANT shall meet and confer and attempt 15 to reach agreement on any dispute, including what damages have occurred, the measure 16 of damages and what proportion of damages, if any, shall be paid by either party. The 17 parties agree to consult and consider the use of mediation or other form of dispute 18 resolution prior to resorting to litigation. 19 3. If the COUNTY and the CONSULTANT cannot reach agreement under 20 Article 18, Section B, Paragraph 2, the disputed issues may, upon concurrence by all 21 parties, be submitted to a panel of three (3) for a recommended resolution. The 22 CONSULTANT and the COUNTY shall each select one (1) member of the panel, and the 23 third member shall be selected by the other two panel members. The discovery rights 24 provided by California Code of Civil Procedure for civil proceedings shall be available and 25 enforceable to resolve the disputed issues. Either party requesting this dispute resolution 26 process shall, when invoking the rights to this panel, give to the other party a notice 27 describing the claims, disputes and other matters in question. Prior to twenty (20) working 28 days before the initial meeting of the panel, both parties shall submit all documents such 31 1 party intends to rely upon to resolve such dispute. If it is determined by the panel that any 2 party has relied on such documentation but has failed to previously submit such 3 documentation on a timely basis to the other party, the other party shall be entitled to a 20- 4 working-day continuance of such initial meeting of the panel. The decision by the panel is 5 not a condition precedent to arbitration, mediation or litigation. 6 4. Upon receipt of the panel's recommended resolution of the disputed 7 issue(s), the COUNTY and the CONSULTANT shall again meet and confer and attempt to 8 reach agreement. If the parties still are unable to reach agreement, each party shall have 9 recourse to all appropriate legal and equitable remedies. 10 C. The procedures to be followed in the resolution of claims and disputes may be 11 modified any time by mutual agreement of the parties hereto. 12 D. The CONSULTANT shall continue to perform its obligations under this 13 Agreement pending resolution of any dispute, and the COUNTY shall continue to make 14 payments of all undisputed amounts due under this Agreement. 15 E. When a claim by either party has been made alleging the CONSULTANT'S 16 negligent error, act, or omission, the COUNTY and the CONSULTANT shall meet and 17 confer within twenty-one (21) working days after the written notice of the claim has been 18 provided. 19 19. OWNERSHIP OF DATA 20 A. All documents, including preliminary documents, calculations, and survey data, 21 required in performing services under this Agreement shall be submitted to, and shall 22 remain at all times the property of the COUNTY regardless of whether they are in the 23 possession of the CONSULTANT or any other person, firm, corporation or agency. 24 B. The CONSULTANT understands and agrees the COUNTY shall retain full 25 ownership rights of the drawings and work product of the CONSULTANT for the PROJECT, 26 to the fullest extent permitted by law. In this regard, the CONSULTANT acknowledges and 27 agrees the CONSULTANT'S services are on behalf of the COUNTY and are "works made 28 for hire," as that term is defined in copyright law, by the COUNTY; that the drawings and 32 1 work product to be prepared by the CONSULTANT are for the sole and exclusive use of 2 the COUNTY, and that the COUNTY shall be the sole owner of all patents, copyrights, 3 trademarks, trade secrets and other rights and contractual interests in connection therewith 4 which are developed and compensated solely under this Agreement; that all the rights, title 5 and interest in and to the drawings and work product will be transferred to the COUNTY by 6 the CONSULTANT to the extent the CONSULTANT has an interest in and authority to 7 convey such rights; and the CONSULTANT will assist the COUNTY to obtain and enforce 8 patents, copyrights, trademarks, trade secrets, and other rights and contractual interests 9 relating to said drawings and work product, free and clear of any claim by the 10 CONSULTANT or anyone claiming any right through the CONSULTANT. The 11 CONSULTANT further acknowledges and agrees the COUNTY's ownership rights in such 12 drawings or work product, shall apply regardless of whether such drawings or work product, 13 or any copies thereof, are in possession of the CONSULTANT, or any other person, firm, 14 corporation, or entity. For purposes of this Agreement the terms "drawings and work 15 product" shall mean all reports and study findings commissioned to develop the PROJECT 16 design, drawings and schematic or preliminary design documents, certified reproducibles of 17 the original final construction contract drawings, specifications, the approved estimate, 18 record drawings, as-built plans, and discoveries, developments, designs, improvement, 19 inventions, formulas, processes, techniques, or specific know-how and data generated or 20 conceived or reduced to practice or learning by the CONSULTANT, either alone or jointly 21 with others, that result from the tasks assigned to the CONSULTANT by the COUNTY 22 under this Agreement. 23 C. If this Agreement is terminated during or at the completion of any phase under 24 Article 3, electronic and reproducible copies of report(s) or preliminary documents shall be 25 submitted by the CONSULTANT to the COUNTY, which may use them to complete the 26 PROJECT(S) at a future time. 27 D. If the PROJECT is terminated at the completion of a construction document 28 phase of the PROJECT, electronic and certified reproducibles on 4 mil thick double matte 33 1 film of the original final construction contract drawings, specifications, and approved 2 engineer's estimate shall be submitted by the CONSULTANT to the COUNTY. 3 E. Documents, including drawings and specifications, prepared by the 4 CONSULTANT pursuant to this Agreement are intended to be suitable for reuse by the 5 COUNTY or others on extensions of the services provided for PROJECT. Any use of 6 completed documents for projects other than PROJECT(S) and/or any use of uncompleted 7 documents will be at the COUNTY'S sole risk and without liability or legal exposure to the 8 CONSULTANT. g The electronic files provided by the CONSULTANT to the COUNTY are submitted 10 for an acceptance period lasting until the expiration of this Agreement (i.e., throughout the 11 duration of the contract term, including any extensions). Any defects the COUNTY 12 discovers during such acceptance period will be reported to the CONSULTANT and will be 13 corrected as part of the CONSULTANT'S "Basic Scope of Work." 14 F. The CONSULTANT shall not be liable for claims, liabilities or losses arising out 15 of, or connected with (1) the modification or misuse by the COUNTY or anyone authorized 16 by the COUNTY, of such CAD data, or (2) decline of accuracy or readability of CAD data 17 due to inappropriate storage conditions or duration; or (3) any use by the COUNTY, or 18 anyone authorized by the COUNTY, of such CAD data or other PROJECT documentation 19 for additions to the PROJECT for the completion of the PROJECT by others, or for other 20 projects; except to the extent that said use may be expressly authorized, in writing, by the 21 CONSULTANT. 22 G. The COUNTY, in the discretion of its Board of Supervisors, may permit the 23 copyrighting of reports or other products. If copyrights are permitted, the CONSULTANT 24 hereby agrees and this Agreement shall be deemed to provide that the Federal Highway 25 Administration shall have the royalty-free nonexclusive and irrevocable right to reproduce, 26 publish, or otherwise use, and to authorize others to use, the work for government 27 purposes. 28 34 1 20. CONSULTANT'S LEGAL AUTHORITY 2 The CONTRACTOR represents and warrants to the COUNTY that:. 3 A. The CONTRACTOR is duly authorized and empowered to sign and perform 4 its obligations under this Agreement; and 5 B. The individual signing this Agreement on behalf of the CONTRACTOR is duly 6 authorized to do so and his or her signature on this Agreement legally binds the 7 CONTRACTOR to the terms of this Agreement. 8 21. BINDING UPON SUCCESSORS 9 This Agreement shall be binding upon and inure to the benefit of the parties and 10 their respective successors in interest, assigns, legal representatives, and heirs. 11 22 SEVERABILITY 12 If any part of this Agreement is determined by a court of competent jurisdiction to be 13 unlawful or otherwise unenforceable, then this Agreement shall be construed as not 14 containing such provision, and all other provisions which are otherwise lawful shall remain 15 in full force and effect, and to this end the provisions of this Agreement are hereby declared 16 to be severable. 17 23. STATE PREVAILING WAGE RATES 18 A. No CONSULTANT or Subconsultant may be awarded an Agreement containing 19 public work elements unless registered with the Department of Industrial Relations (DIR) 20 pursuant to Labor Code §1725.5. Registration with DIR must be maintained throughout the 21 entire term of this Agreement, including any subsequent amendments. 22 B. The CONSULTANT shall comply with all of the applicable provisions of the 23 California Labor Code requiring the payment of prevailing wages. The General Prevailing 24 Wage Rate Determinations applicable to work under this Agreement are available from the 25 Department of Industrial Relations website http://www.dir.ca.gov. These wage rates are 26 made a specific part of this Agreement by reference pursuant to Labor Code §1773.2 and 27 will be applicable to work performed at a construction project site. Prevailing wages will be 2s 35 1 applicable to all inspection work performed at COUNTY construction sites, at COUNTY 2 facilities and at off-site locations that are set up by the construction contractor or one of its 3 subcontractors solely and specifically to serve COUNTY projects. Prevailing wage 4 requirements do not apply to inspection work performed at the facilities of vendors and 5 commercial materials suppliers that provide goods and services to the general public. 6 C. Payroll Records 7 1. Each CONSULTANT and Subconsultant shall keep accurate certified 8 payroll records and supporting documents as mandated by Labor Code §1776 and as 9 defined in 8 CCR §16000 showing the name, address, social security number, work 10 classification, straight time and overtime hours worked each day and week, and the actual 11 per diem wages paid to each journeyman, apprentice, worker, or other employee employed 12 by the CONSULTANT or Subconsultant in connection with the public work. Each payroll 13 record shall contain or be verified by a written declaration that it is made under penalty of 14 perjury, stating both of the following: 15 a. The information contained in the payroll record is true and correct. 16 b. The employer has complied with the requirements of Labor Code §1771, 17 §1811, and §1815 for any work performed by his or her employees on the public works 18 project. 19 2. The payroll records enumerated under paragraph (1) above shall be 20 certified as correct by the CONSULTANT under penalty of perjury. The payroll records and 21 all supporting documents shall be made available for inspection and copying by COUNTY 22 representatives at all reasonable hours at the principal office of the CONSULTANT. The 23 CONSULTANT shall provide copies of certified payrolls or permit inspection of its records 24 as follows: 25 a. A certified copy of an employee's payroll record shall be made 26 available for inspection or furnished to the employee or the employee's authorized 27 representative on request. 28 b. A certified copy of all payroll records enumerated in paragraph (1) 36 1 above, shall be made available for inspection or furnished upon request to a representative 2 of the COUNTY, the Division of Labor Standards Enforcement and the Division of 3 Apprenticeship Standards of the Department of Industrial Relations. Certified payrolls 4 submitted to the COUNTY, the Division of Labor Standards Enforcement and the Division 5 of Apprenticeship Standards shall not be altered or obliterated by the CONSULTANT. 6 C. The public shall not be given access to certified payroll records by the 7 CONSULTANT. The CONSULTANT is required to forward any requests for certified 8 payrolls to the COUNTY Contract Administrator by both email and regular mail on the 9 business day following receipt of the request. 10 3. Each CONSULTANT shall submit a certified copy of the records 11 enumerated in paragraph (1) above, to the entity that requested the records within ten (10) 12 calendar days after receipt of a written request. 13 4. Any copy of records made available for inspection as copies and 14 furnished upon request to the public or any public agency by the COUNTY shall be marked 15 or obliterated in such a manner as to prevent disclosure of each individual's name, address, 16 and social security number. The name and address of the CONSULTANT or Subconsultant 17 performing the work shall not be marked or obliterated. 18 5. The CONSULTANT shall inform the COUNTY of the location of the 19 records enumerated under paragraph (1) above, including the street address, city and 20 county, and shall, within five (5) working days, provide a notice of a change of location and 21 address. 22 6. The CONSULTANT or Subconsultant shall have ten (10) calendar 23 days in which to comply subsequent to receipt of written notice requesting the records 24 enumerated in paragraph (1) above. In the event the CONSULTANT or Subconsultant fails 25 to comply within the ten (10) day period, he or she shall, as a penalty to the COUNTY, 26 forfeit one hundred dollars ($100) for each calendar day, or portion thereof, for each 27 worker, until strict compliance is effectuated. Such penalties shall be withheld by the 28 COUNTY from payments then due. The CONSULTANT is not subject to a penalty 37 1 assessment pursuant to this section due to the failure of a Subconsultant to comply with 2 this section. 3 D. When prevailing wage rates apply, the CONSULTANT is responsible for 4 verifying compliance with certified payroll requirements. Invoice payment will not be made 5 until the invoice is approved by the COUNTY Contract Administrator. 6 E. Penalty 7 1. The CONSULTANT and any of its Subconsultants shall comply with 8 Labor Code §1774 and §1775. Pursuant to Labor Code §1775, the CONSULTANT and any 9 Subconsultant shall forfeit to the COUNTY a penalty of not more than two hundred dollars 10 ($200) for each calendar day, or portion thereof, for each worker paid less than the 11 prevailing rates as determined by the Director of DIR for the work or craft in which the 12 worker is employed for any public work done under the Agreement by the CONSULTANT 13 or by its Subconsultant in violation of the requirements of the Labor Code and in particular, 14 Labor Code §§1770 to 1780, inclusive. 15 2. The amount of this forfeiture shall be determined by the Labor 16 Commissioner and shall be based on consideration of mistake, inadvertence, or neglect of 17 the CONSULTANT or Subconsultant in failing to pay the correct rate of prevailing wages, o 18 the previous record of the CONSULTANT or Subconsultant in meeting their respective 19 prevailing wage obligations, or the willful failure by the CONSULTANT or Subconsultant to 20 pay the correct rates of prevailing wages. A mistake, inadvertence, or neglect in failing to 21 pay the correct rates of prevailing wages is not excusable if the CONSULTANT or 22 Subconsultant had knowledge of the obligations under the Labor Code. The 23 CONSULTANT is responsible for paying the appropriate rate, including any escalations that 24 take place during the term of the Agreement. 25 3. In addition to the penalty and pursuant to Labor Code §1775, the difference 26 between the prevailing wage rates and the amount paid to each worker for each calendar 27 day or portion thereof for which each worker was paid less than the prevailing wage rate 28 shall be paid to each worker by the CONSULTANT or Subconsultant. 38 1 4. If a worker employed by a Subconsultant on a public works project is 2 not paid the general prevailing per diem wages by the Subconsultant, the prime 3 CONSULTANT of the project is not liable for the penalties described above unless the 4 prime CONSULTANT had knowledge of that failure of the Subconsultant to pay the 5 specified prevailing rate of wages to those workers or unless the prime CONSULTANT fails 6 to comply with all of the following requirements: 7 a. The Agreement executed between the CONSULTANT and the 8 Subconsultant for the performance of work on public works projects shall include a copy of 9 the requirements in Labor Code §§ 1771, 1775, 1776, 1777.5, 1813, and 1815. 10 b. The CONSULTANT shall monitor the payment of the specified general 11 prevailing rate of per diem wages by the Subconsultant to the employees by periodic 12 review of the certified payroll records of the Subconsultant. 13 C. Upon becoming aware of the Subconsultant's failure to pay the 14 specified prevailing rate of wages to the Subconsultant's workers, the CONSULTANT shall 15 diligently take corrective action to halt or rectify the failure, including but not limited to, 16 retaining sufficient funds due the Subconsultant for work performed on the public works 17 project. 18 d. Prior to making final payment to the Subconsultant for work performed 19 on the public works project, the CONSULTANT shall obtain an affidavit signed under 20 penalty of perjury from the Subconsultant that the Subconsultant had paid the specified 21 general prevailing rate of per diem wages to the Subconsultant's employees on the public 22 works project and any amounts due pursuant to Labor Code §1813. 23 5. Pursuant to Labor Code §1775, the COUNTY shall notify the 24 CONSULTANT on a public works project within fifteen (15) calendar days of receipt of a 25 complaint that a Subconsultant has failed to pay workers the general prevailing rate of per 26 diem wages. 27 6. If the COUNTY determines that employees of a Subconsultant were 28 not paid the general prevailing rate of per diem wages and if the COUNTY did not retain 39 1 sufficient money under the Agreement to pay those employees the balance of wages owed 2 under the general prevailing rate of per diem wages, the CONSULTANT shall withhold an 3 amount of moneys due the Subconsultant sufficient to pay those employees the general 4 prevailing rate of per diem wages if requested by the COUNTY. 5 F. Hours of Labor 6 Eight (8) hours labor constitutes a legal day's work. The CONSULTANT shall forfeit, 7 as a penalty to the COUNTY, twenty-five dollars ($25) for each worker employed in the 8 execution of the Agreement by the CONSULTANT or any of its Subconsultants for each 9 calendar day during which such worker is required or permitted to work more than eight (8) 10 hours in any one calendar day and forty (40) hours in any one calendar week in violation of 11 the provisions of the Labor Code, and in particular §§1810 to 1815 thereof, inclusive, 12 except that work performed by employees in excess of eight (8) hours per day, and forty 13 (40) hours during any one week, shall be permitted upon compensation for all hours 14 worked in excess of eight (8) hours per day and forty (40) hours in any week, at not less 15 than one and one half (1.5) times the basic rate of pay, as provided in §1815. 16 G. Employment of Apprentices 17 1. Where either the prime Agreement or the subconsultant agreement 18 exceeds thirty thousand dollars ($30,000), the CONSULTANT and any subconsultants 19 under him or her shall comply with all applicable requirements of Labor Code §§ 1777.5, 20 1777.6 and 1777.7 in the employment of apprentices. 21 2. CONSULTANT and all subconsultants are required to comply with all 22 Labor Code requirements regarding the employment of apprentices, including mandatory 23 ratios of journey level to apprentice workers. Prior to commencement of work, the 24 CONSULTANT and subconsultants are advised to contact the DIR Division of 25 Apprenticeship Standards website at https://www.dir.ca.gov/das/, for additional information 26 regarding the employment of apprentices and for the specific journey-to-apprentice ratios 27 for the Agreement work. The CONSULTANT is responsible for all subconsultants' 28 compliance with these requirements. Penalties are specified in Labor Code §1777.7. 40 1 Articles 24-39 Not used 2 40. ENTIRE AGREEMENT 3 This Agreement constitutes the entire agreement between the CONSULTANT and 4 COUNTY with respect to the subject matter hereof and supersedes all previous 5 negotiations, proposals, commitments, writings, advertisements, publications, and 6 understandings of any nature whatsoever unless expressly included in this Agreement. In 7 the event of any inconsistency in interpreting the documents which constitute this 8 Agreement, the inconsistency shall be resolved by giving precedence in the following order 9 of priority: (1) the text of this Agreement (2) the COUNTY'S Request for Qualification "On- to Call A&E, Staff Augmentation and Related Services"; and (3) the CONSULTANT's 11 Statement of Qualification made in response to COUNTY'S Request for Qualification. In 12 consideration of promises, covenants and conditions contained in this Agreement, the 13 CONSULTANT and the COUNTY, and each of them, do hereby agree to diligently perform 14 in accordance with the terms and conditions of this Agreement, as evidenced by the 15 signatures below. 16 17 18 19 20 21 22 23 24 25 26 27 28 41 1 41. SIGNATURES 2 IN WITNESS WHEREOF, the parties have executed this Agreement on the date 3 set forth above. 4 5 CONTRACTOR COUNTY OF FRESNO Digitally signed Steve White 6 Steve White Date:2022.06.13by 12:17:37 -07'00' 7 (Authorized Signature) Steven White, Director Department of Public Works and 8 James W. Grasty, Senior Vice President Planning Print Name & Title 10 Stantec Consulting Services, Inc. 6780 North West Ave., Suite 103 11 Fresno, CA 93711 12 13 APPROVED AS TO LEGAL FORM Daniel C. OF Ceder o ty Counsel 'r 14 By: a 15 — 16 17 APPROVED AS TO ACCOUNTING 18 FORM Oscar J. Garcia, CPA, 19 Auditor-Controller/Treasurer- Tax Collector 20 By: 21 22 FOR ACCOUNTING USE ONLY: 23 Fund: 0001 /0010/ 0400 0700/0701 0710 0720 /0801 24 Subclass: 10000 / 11000 15000 / 15001 16900/ 10052 /10053 / 10061 / 10063 10065 25 10067 26 Org: 4360/4365/45104511 /45104512 45104513 45104514 /7205/ 7910/8852 27 8853 / 8861 /8863 18865 /8867 / 9015/ 9020 /9026 9028 / 9140 28 Account: 7295 42 Appendix A — List of All Consultants and Project Managers A&M Consulting Engineers Bedrock Engineering, Inc. 220 North Locust Street, Visalia, CA PO Box 25783, Fresno, CA 93729 93291 Project Manager: Michael Hartley Project Manager: Orfil Muniz (559) 645-4849 x303 (559) 429-4747 mike@bedrockeng.com orfil@am-engr.com Blair, Church & Flynn Consulting Applied EarthWorks Engineers 1391 Shaw Ave., Suite C Suite 201, 451 Clovis Ave. Suite 200, Clovis, CA Fresno, CA 93711 93611 Project Manager: Erin Enright Project Manager: Jeffrey Brians (805) 594-1590 x316 (559) 326-1400 eenright@appliedearthworks.com jbrians@bcf-engr.com Area West Environmental, Inc. Blue Ridge Services Montana, Inc. 6248 Main Avenue, Suite C, 601 Kelly Ridge Road, Victor, MT 59875 Orangevale, CA 95662 Project Manager: Jason Todaro Project Manager: Becky Rozumowicz- Kodsuntie 6685 Morro Road, Atascadero, CA 93422 (916) 987-3362 (805) 461-6850 becky@areawest.net jason@blueridgeservices.com Avila & Associates Borrelli And Associates, Inc 1300 Galaxy Way, Suite 12, Concord, 2032 N. Gateway Blvd., Fresno, CA CA 94520 93727 Project Manager: Catherine Avila Project Manager: John Borrelli (925) 672-0549 (559) 285-6086 cavila@avilaassociates.com johnb@borrelliengineering.com 1 of 7 BSK Associates Dewberry Engineers, Inc. 550 W Locust Avenue, Fresno, CA 575 East Locust Avenue, Suite 204, 93650 Fresno, CA 93720 Project Manager: Michael Collins Project Manager: Mike Pugh (559) 497-2880 x182 (916) 420-1985 mcollins@bskassociates.com mpugh@dewberry.com Civil & Environmental Consultants, Electrical Power Systems, Inc Inc. 2187 Herndon Avenue, #102, Clovis, 333 Baldwin Road, Pittsburgh, PA CA 93611 15205 Project Manager: Joseph P. Prevendar Project Manager: Darrell Thompson (559) 221-7230 2356 Mountain View Ave, Sacramento, joe@epsfresno.com CA 95670 (760) 977-8106 dthompson@cecinc.com Geo-Logic Associates 2777 East Guasti Rd. Suite 1, Ontario, Cogstone Resource Management, CA 91761 Inc. (DBA: Cogstone) Project Manager: Jake Russell 1518 W. Taft Ave., Orange, CA 92865 143E Spring Hill Drive, Grass Valley, CA Project Manager: Molly Valasik 95945 (530) 272-2448 (714) 974-8300 jrussell@geo-logic.com mvalasik@cogstone.com Ghirardelli Associates, Inc. Cornerstone Structural Engineering Group, Inc. 2990 Lava Ridge Ct. Suite 120, Roseville, CA 95661 986 W Alluvial Ave Ste. 201, Fresno, CA 93711 Project Manager: Hugo Mejia Project Manager: Mark Weaver (559) 250-9682 hmejia@ghirardelliassoc.com (559) 320-3200 mweaver@cseg.com 2of7 Golder Associates USA Inc. / WSP Kleinfelder, Inc. USA Inc. 3731 W. Ashcroft Avenue, Fresno, CA 1000 Enterprise Way, Suite 190, 93722 Roseville, CA, 95678 Project Manager: Stephen Plauson Project Manager: Jeff Dobrowolski (559) 577-1449 (949) 396-5737 splauson@kleinfelder.com jdobrowolski@golder.com Krazan & Associates, Inc. Huber & Huber ARCHITECTS 215 W Dakota Ave, Clovis, CA 93612 10796 N. Tea Party Lane, Fresno, CA 93730-5920 Project Manager: David R. Jarosz Project Manager: Ann Huber (559) 348-2200 DaveJ@krazan.com (559) 470-7721 ann@hharchitects.net Lawrence Engineering Group JLB Traffic Engineering, Inc. 7084 North Maple Avenue, Suite 101, Fresno, CA 93720 516 W Shaw Ave, Ste. 103, Fresno, CA 93704 Project Manager: Ryan Carlson Project Manager: Jose Luis Benavides (559) 431-0101 x103 ryan@legfresno.com (559) 570-8991 jenavides@jlbtraffic.com Live Oak Associates, Inc. Kitchell 39930 Sierra Way, Suite B, Oakhurst, CA 93644 2344 Tulare Street, Suite 102 Fresno, Project Manager: Austin Pearson CA 93721 Project Manager: Rick Barton (559) 760-3065 apearson@loainc.com (559) 936-2360 rbarton@kitchell.com 3 of 7 LSA Associates, Inc. (doing business Montrose Environmental Solutions, as LSA) Inc. 2565 Alluvial Avenue, Suite 172, Clovis, 1801 7th Street Suite 100, Sacramento, CA 93611 CA 95811 Project Manager: Amanda Durgen Project Manager: Kt Alonzo 1504 Eureka Road, Suite 310, (916) 447-3479 x15817 Roseville, CA 95661 kalonzo@montrose-env.com (916) 905-3937 Amanda.Durgen@lsa.net NV5, Inc. Mark Thomas 2109 West Bullard Avenue, Suite 145, Fresno, CA 93711 7571 North Remington Avenue, Suite 102, Fresno, CA 93711 Project Manager: Kevin Reisz Project Manager: Ed Noriega (559) 417-1008 kevin.reisz@nv5.com (559) 374-3111 enoriega@markthomas.com OCMI, Inc. Michael Baker International 1300 Clay Street, Suite 900 Oakland, CA 94612 500 Ygnacio Valley Road, Suite 300, Walnut Creek, CA 94596 Project Manager: Conor Clarke Project Manager: Nabaz Saieed (925) 426-1578 conor.clarke@ocmi.com (510) 879-0977 nabaz.saieed@mbakerintl.com O'Dell Engineering MKN & Associates 7045 N Chestnut Avenue, Suite 103, Fresno, CA 93720 8405 N. Fresno Street, Suite 120, Fresno, CA 93720 Project Manager: Dylan Crawford Project Manager: Henry Liang (209) 497-4065 dcrawford@odellengineering.com (559) 500-4750 x1102 hliang@mknassociates.us 4of7 PARIKH Consultants, Inc. Robina Wright Architect and 1497 N Milpitas Boulevard, Milpitas, CA Associates Inc. 95035 4025 N Fresno Ste, 107, Fresno, CA Project Manager: David Wang 93726 (408) 690-8839 Project Manager: Robina Wright DWang@parikhnet.com (559) 307-7232 robina@robinawrightarchitect.com Peters Engineering Group 862 Pollasky Ave, Clovis, CA 93612 Stantec Consulting Services, Inc. 6780 North West Ave., Suite 103, Project Manager: David Peters Fresno, CA 93711 (559) 299-1544 x111 Project Manager: Ralph Carson dpeters@peters-engineering.com (559) 904-1344 Provost & Pritchard Consulting ralph.carson@stantec.com Group 455 W Fir Avenue, Clovis, CA 93711 Stearns, Conrad and Schmidt,Consulting Engineers, Inc. Project Manager: Matthew W. Kemp 3900 Kilroy Airport Way, Suite 100, (559) 449-2700 Long Beach, CA 90806 mkemp@ppeng.com Project Manager: Pat Sullivan Quad Knopf. Inc. (dba QK) 3117 Fite Circle, Suite 108, Sacramento, CA 95827 601 Pollasky Avenue, Suite 301, Clovis, (916) 503-2956 CA 93612 psullivan@scsengineers.com Project Manager: Ernie Escobedo SWCA, Incorporated dba SWCA (559) 449-2400 Environmental Consultants Ernie.Esobedo@gkinc.com 1422 Monterey Street, Suite C200, San Quincy Engineering Luis Obispo, CA 93401 11017 Cobblerock Dr., Suite 100 Project Manager: Bill Henry 1422 Monterey Street, Suite B-C200, Project Manager: Mark Reno San Luis Obispo, CA 93401 (916) 368-9181 (805) 903-1193 markr@quincyeng.com bhenry@swca.com 5 of 7 SWT Engineering, Inc TRC Engineers, Inc. 800 S Rochester Ave., STE C, Ontario, 575 E. Locust Avenue, Suite 105, CA 91761 Fresno, CA 93720 Project Manager: Michael A, Cullinane Project Manager: Robin Yates (909) 390-1328 (559) 304-1240 mac@swteng.com RYates@trccompanies.com T2 UES, Inc. d/b/a T2 Utility Triple HS, INc. dba H. T. Harvey & Engineers Associates 5622 Research Drive, Huntington 8080 N. Palm Avenue, Suite 205, Beach, CA 92649 Fresno, CA 93711 Project Manager: Glen Robison Project Manager: Amy Sparks (714) 487-5783 (510) 225-5109 glen.robison@t2ue.com asparks@harveyecology.com Temple Andersen Moore Architects Vanir Construction Management, Inc. 6781 N. Palm Avenue, Suite 120, 2444 Main Street, Suite 130, Fresno, Fresno, CA 93704 CA 93721 Project Manager: Jared Ramirez Project Manager: Scott Murphy (559) 435-4750 (559) 801-1569 jramirez@tamarchitects.com scott.murphy@vanir.com Tetra Tech BAS, Inc. Willbanks Environmental Consulting, 21700 Copley Drive, Suite 200, Inc Diamond Bar, CA 91765 8413 N Millbrook Ave Suite 110, Fresno, Project Manager: Caleb Moore CA 93720 (909) 655-3256 Project Manager: Noelle Willbanks caleb.moore@tetratech.com (559) 797-4181 Noelle@wecenvironmental.com 6of7 Wood Wiley and Jebian 4685 N Cedar Ave. Suite B, Fresno, CA 93726 Project Manager: Anthony Jebian (559) 225-3633 tjebian@wwjeng.com 7 of 7 Consultant's Scope of Services — Appendix B Consultant Eligible Services Form Consultant Firm: Stantec Consulting Services CONSULTANT is approved for these services: Staff Federally Discipline On-Call Funded Augmentation projects Archaeology /Architectural History/ Paleontology Architectural Drafting and Design Assessment Engineering Biology Building Commissioning (LEED) Building Plan Checking Certified Access Specialist (CASP) Certification Civil Engineering Construction Management Cost Estimating Electrical Engineering Encroachment Permit Inspections Environmental Planning Services Geotechnical Engineering Grant Writing Hydraulic Engineering Industrial Hygiene, Hazardous Material, Lead and Asbestos Compliance Land Use / Planning Landscaping Architecture Materials Testing Appendix B — Consultant's Scope of Services On-Call Architectural and Engineering Consultant and Related Services Staff Federally Discipline On-Call Funded Augmentation projects Pavement Management Permit Technicians Plumbing and Mechanical Engineering Solid Waste Engineering X X Structural Engineering Surveying Traffic and Transportation Engineering Utility Locating Water Resource Operators Water Resources Engineering CONSULTANT is responsible for all services listed within this scope document for the discipline(s), funding sources and category of service (on-call and/or on-call staff augmentation) which they have been indicated above as well as services listed across discipline. 2of15 Appendix B — Consultant's Scope of Services On-Call Architectural and Engineering Consultant and Related Services Table of Contents Consultant Eligible Services Form .............................................................................. 1 Tableof Contents............................................................................................................ 3 Descriptions of Work by Discipline ..................................................................................4 SolidWaste Engineering .............................................................................................4 On-Call Services ............................................................................................................. 6 TechnicalReports........................................................................................................ 6 Preparation of Various Reports and Studies................................................................ 6 PreliminaryEngineering............................................................................................... 7 Prepare Design Plans, Technical Specifications and Construction Estimate............... 7 Construction Observation ............................................................................................ 9 Staff Augmentation On-Call Services............................................................................ 12 All Staff Augmentation Services................................................................................. 12 ProjectDesign ........................................................................................................... 14 EngineeringSupport.................................................................................................. 15 3of15 Appendix B — Consultant's Scope of Services On-Call Architectural and Engineering Consultant and Related Services Descriptions of Work by Discipline Solid Waste Engineering Consultants must be able to perform solid waste engineering activities, including without limitation any or all of the following tasks listed below, in accordance with California Code of Regulations (CCR) Titles 14, 17, 22, 23 and 27 et.al., San Joaquin Valley Air Pollution Control District (SJVAPCD) Rules and Regulations, and 40 CFR 258 (subtitle D), as appropriate. 1. Structural, geological, hydrogeological, geotechnical, surveying and support services pertaining to Solid Waste (landfills). Consultants must be able to perform any or all the following in according with California Code of Regulations (CCR) Titles 14, 17, 22, 23 and 27 et.al., San Joaquin Valley Air Pollution Control District (SJVAOCD) Rules and Regulations, and 40. CFR 258 (subtitle D) as appropriate. 2. The preparation of Plans, Technical Specifications, and Construction Estimates pertaining to the design of: a. Landfill modules and covers b. Landfill Gas Collection and Control Systems (LFGCCS) c. Environmental (groundwater, landfill gas) remediation systems 3. Evaluation of monitoring programs in accord with CCR 27 4. Design and implementation of monitoring programs including Evaluation Monitoring Programs (EMP) as delineated in CCR Title 27 5. Engineering Feasibility Studies (EFS) as delineated in CCR Title 27 6. Corrective Action Program (CAP) design and implementation as delineated in CCR Title 27 7. Review and provide comments or revisions as requested, or undertake the actual preparation if directed, of landfill-specific regulatory documents, including any of the following: a. Joint Technical Documents (JTD) b. Closure, Post-closure and Corrective Action Plans and cost estimates c. Solid Waste Facility Permits d. Waste Discharge Orders including aquifer exemptions e. Authority to Construct 4of15 Appendix B — Consultant's Scope of Services On-Call Architectural and Engineering Consultant and Related Services f. Permits to Operate g. Various regulatory agency reports or responses required as a result of regulations, studies, orders or violations (e.g., CAP Evaluation Report) 8. Remediation system(s) efficacy studies 9. Landfill tipping fee studies and implementation 5of15 Appendix B — Consultant's Scope of Services On-Call Architectural and Engineering Consultant and Related Services On-Call Services Technical Reports Applies to all disciplines Description of Work Prepare a detailed preliminary engineering report for the project in Department format. The report shall contain all necessary information in sufficient detail to propose the project design. Requirements of Specified Services 1. Ascertain the requirements for Technical Reports through meetings with the PROJECT ADMINISTRATOR and a review of existing information on the PROJECT(S). 2. The CONSULTANT shall prepare and submit technical reports to the PROJECT ADMINISTRATOR for each assigned PROJECT. Technical reports shall be prepared in accordance with the appropriate format required by local, state and federal laws, regulations and guidelines. 3. When requested by the PROJECT ADMINISTRATOR, the CONSULTANT shall attend meetings with the COUNTY, federal, state and/or local representatives to discuss and review the technical report. The CONSULTANT shall prepare brief minutes of meetings attended and promptly submit the minutes to the PROJECT ADMINISTRATOR within seven (7) days. 4. The CONSULTANT shall submit each technical report to the PROJECT ADMINISTRATOR for transmittal to other appropriate agencies for their review and approval. The CONSULTANT shall revise and resubmit each technical report as necessary until approved by all appropriate agencies. 5. The CONSULTANT shall prepare and submit technical studies and estimates in the formats, quantities, and delivery methods delineated in Appendix C. The CONSULTANT shall verify compatible format and quantity prior to final delivery. Preparation of Various Reports and Studies Applies to all disciplines Description of Work 1. Analyze project budget; 6of15 Appendix B — Consultant's Scope of Services On-Call Architectural and Engineering Consultant and Related Services 2. Review existing engineering reports from the Department as available; 3. Prepare a detailed project cost estimate, which shall identify the components and requirements of the project; and 4. Prepare a detailed report or study in Department format. Preliminary Engineering Applies to the following disciplines: Architectural Design and Drafting Civil Engineering Electrical Engineering Landscape Architecture Plumbing and Mechanical Engineering Solid Waste Landfill Structural Engineering Traffic Engineering Water Resources Description of Work 1. Prepare a detailed preliminary engineering report for the project in Department format. The report shall contain all necessary information in sufficient detail to propose the project design; and 2. Prepare site plans and grading plans identifying basis of bearing, location of benchmark used and source of elevation (vertical) datum. Prepare Design Plans, Technical Specifications and Construction Estimate Applies to the following disciplines.- Architectural Design and Drafting Civil Engineering Electrical Engineering Landscape Architecture Plumbing and Mechanical Engineering Solid Waste Landfill Structural Engineering Traffic Engineering Water Resources General Description of Work 1. Complete fully the project designs to include comprehensive construction plans, earthwork volumes, required permits, technical specifications, cross-sections and final opinion of probable construction cost (Engineer's Estimate) for construction. 2. Apply urban design principals that meet the needs of the individual communities. 7of15 Appendix B — Consultant's Scope of Services On-Call Architectural and Engineering Consultant and Related Services 3. Submit the recommended construction period for bidding purposes to the County for approval and identify materials and equipment requiring long delivery times that will control the length of the construction Agreement. 4. Prepare addenda as necessary for bid documents. Requirements of Specified Services When Requested The CONSULTANT shall: 1. Ascertain the requirements for the assigned PROJECT(S) through meetings with the PROJECT ADMINISTRATOR and a review of an existing schematic layout of the PROJECT(S). 2. Ascertain any requirements, unforeseen criteria, or issues for the PROJECT(S) that may be unknown to the PROJECT ADMINISTRATOR and communicate these requirements, criteria, or issues to the PROJECT ADMINISTRATOR. 3. Design the PROJECT(S) to conform to requirements of the reviewing agencies having jurisdiction over the PROJECT(S). 4. Design PROJECT(S) to include mitigation measures as required or specified in the environmental documents. 5. Monitor and keep the PROJECT ADMINISTRATOR informed regarding the impact of design issues on the PROJECT budget. Upon the written request, the CONSULTANT shall incorporate into the design, such reasonable design and operational changes as the PROJECT ADMINISTRATOR deems appropriate as a result of the COUNTY'S review processes and impact on each PROJECT budget or estimate. 6. Assist the COUNTY in determining all permits that maybe required for the PROJECT and prepare all necessary permits for the COUNTY'S submittal to outside agencies. 7. Work with the PROJECT ADMINISTRATOR to ensure that the plans, specifications and estimate meet all requirements to be advertised for construction bids. 8. If required by approval agencies or PROJECT ADMINISTRATOR, submit to the COUNTY in the appropriate agency forms, the PROJECT background information and recommended testing and inspection list for materials to be used, identifying type, quantity, frequency, and schedule, for each PROJECT. Submit required numbers of sets of plans, specifications, and other documents required by approval agencies to the PROJECT ADMINISTRATOR. 9. Submit to the PROJECT ADMINISTRATOR plans, specifications and estimates for review in the formats, quantities, and delivery methods delineated in Appendix C. Prior to submission of plans, the CONSULTANT shall request from the PROJECT ADMINISTRATOR examples of acceptable drafting format and reproducible standards. 8of15 Appendix B — Consultant's Scope of Services On-Call Architectural and Engineering Consultant and Related Services Verification of compatible format will be required prior to final file delivery. The PROJECT ADMINISTRATOR, at his/her discretion, may reject a submittal that is determined insufficient. 10. The original drawings and specifications index sheet shall be stamped by a seal with the CONSULTANT'S and subconsultant's license numbers and/or signed in accordance with the California Business and Professions Code. Construction Observation Applies to the following disciplines: Architectural Design and Drafting Building Commissioning Certified Access Specialist (CASP) Civil Engineering Certification Construction Management Construction Quality Assurance Cost Estimating Electrical Engineering Geotechnical Engineering Hydraulics Industrial Hygiene Land Use / Planning Landscape Architecture Plumbing and Mechanical Engineering Solid Waste Landfill Structural Engineering Traffic Engineering Water Resources General Description of Work 1. Attend the pre-construction conference scheduled by the Department; and 2. Provide services during construction including, but not limited to: a. Make recommendations to the Department on all claims of the Department or construction contractor and all other matters relating to the execution and progress of work, including interpretation of the Agreement documents b. Review and make recommendations for samples, schedules, shop drawings and other submissions for general conformance with the design concept of the project and for general compliance with the plans and specifications and information given by the consultant's contract documents c. Respond timely to requests from the Department and contractor for information needed from consultant in order to clarify construction plans and specification to review the contractor's estimates for all other charges d. Recommend and prepare necessary change orders and associated engineer's estimate 9of15 Appendix B — Consultant's Scope of Services On-Call Architectural and Engineering Consultant and Related Services e. Assist the Department, at the Department's express, written authorization, with any claim resolution process involving the Department's construction contractor and the Department, including serving as a witness in connection with any legal proceedings or dispute resolution processes required by law Requirements of Specified Services When Requested The CONSULTANT shall: 1. When requested by the PROJECT ADMINISTRATOR, attend meetings with the COUNTY, and/or any federal, state and/or local representatives. The CONSULTANT shall prepare brief minutes of all meetings attended and promptly submit those minutes to the PROJECT ADMINISTRATOR within seven (7) calendar days. 2. Make recommendations to the COUNTY on all claims of the COUNTY or the construction contractor and all other matters relating to the execution and progress of work, including interpretation of the contract documents for the PROJECT. 3. Within seven (7) calendar days of the COUNTY'S request, review and make recommendations for samples, schedules, shop drawings, and other submissions for general conformance with the design concept of the PROJECT(S) and for general compliance with the plans and specifications and information provided by the contract documents for the PROJECT. 4. Within two (2) working days, respond to requests from the PROJECT ADMINISTRATOR for information needed from the CONSULTANT in order to clarify construction plans and specifications and to review the construction contractor's cost estimates for all change orders. 5. Recommend and assist in the preparation of such change orders as deemed necessary with supporting documentation, calculations and estimate, for review and issuance of change orders by the COUNTY Construction Engineer to obtain appropriate agency acceptance and approval. 6. At intervals appropriate to the stage of construction, or as otherwise deemed necessary by the CONSULTANT, visit the site of the PROJECT(S) as necessary to become familiar generally with the progress and quality of the work and to determine whether the work is proceeding in general accordance with the contract documents. The CONSULTANT shall not be required to make exhaustive or continuous onsite inspections but shall give direction to the Construction Inspector as hereinafter more specifically provided. The CONSULTANT shall not be responsible for the construction contractor's failure to carry out the construction work in accordance with the contract documents. However, the CONSULTANT shall immediately advise the PROJECT ADMINISTRATOR of any known or observed deviation from the contract documents. 10 of 15 Appendix B — Consultant's Scope of Services On-Call Architectural and Engineering Consultant and Related Services 7. Not have control over or charge of, and shall not be responsible for construction means, methods, techniques, sequence, or procedure, or for the safety precautions, programs, or equipment in use in connection with the work, since these are solely the construction contractor's responsibility under the contract for construction. 8. Submit progress reports on each specific PROJECT in accordance with the task order. These reports shall be submitted at least once a month. The report shall be sufficiently detailed for PROJECT ADMINISTRATOR to determine if the CONSULTANT is performing to expectations or is on schedule, to provide communication of interim findings, and so sufficiently address any difficulties or special problems encountered so remedies can be developed. 9. Advise the PROJECT ADMINISTRATOR of defects and deficiencies observed in the work of the construction contractor and may recommend that the DIRECTOR reject work as failing to conform to the contract documents. 10. Conduct site visits and field observations to facilitate recommendations by the CONSULTANT regarding: a. dates of substantial completion b. dates of final completion c. the DIRECTOR'S acceptance of the work d. the DIRECTOR'S filing of the Notice of Completion and Issuance of Final Certificate for payment e. other issues which may require site visits 11. Control of Construction Project Site The COUNTY agrees that in accordance with generally accepted practices, the COUNTY'S construction contractor will be required to assume sole and complete responsibility for job site conditions during the course of construction projects; including safety of all persons and property, and that this requirement shall be made to apply continuously during projects and not be limited to normal working hours. The CONSULTANT shall not have control over or charge of, and shall not be responsible for, project means, methods, techniques, sequences or procedures, as these are solely the responsibility of the construction contractor. The CONSULTANT shall not have the authority to stop or reject the work of the construction contractor. 11 of 15 Appendix B — Consultant's Scope of Services On-Call Architectural and Engineering Consultant and Related Services Staff Augmentation On-Call Services All Staff Augmentation Services Applies to all disciplines Requirements of Specified Services The Department's Project Administrator may interview the Consultant's personnel to confirm the requisite qualifications and experience for the Project or Task Order services. The decision of the Department's Project Administrator to select the Consultant's personnel shall be binding upon the Consultant and its Subconsultants. The Consultant shall provide adequate qualified personnel to be interviewed by the Department's Project Administrator within one (1) week of receiving the request. The Department's Project Administrator shall evaluate the adequacy (quality and quantity) of the work performed by the Consultant's personnel and determine whether the deliverables satisfy the acceptance tests and criteria. Any Consultant personnel may be rejected if it is determined that they lack the minimum qualifications. If at any time the level of performance is below expectations, the Department's Project Administrator may direct the Consultant to immediately remove Consultant personnel from the project specified in a Task Order and request that another qualified person be assigned as needed. The substitute personnel shall meet the qualifications required by this Agreement for performance of the work as demonstrated by a resume and copies of current certifications submitted by the Consultant. Substitute personnel shall receive prior written approval from Department's Project Administrator. Invoices with charges for personnel not pre-approved by the Department's Project Administrator for work on the Agreement and for each Task Order shall not be reimbursed. The Consultant shall not remove or replace any existing personnel assigned to Task Orders without the prior written consent of the Department's Project Administrator. The removal or replacement of personnel without the written approval from the Department's Project Administrator shall be violation of the Agreement and may result in termination of the Agreement. When assigned consultant personnel is on approved leave and required by the Department's Project Administrator, the Consultant Project Manager shall provide a substitute employee until the assigned employee returns to work from the approved leave. The substitute personnel shall have the same job classification, as set forth herein or in the Consultant's Cost Proposal, not exceed the billing rate and meet or exceed the qualifications and experience level of the previously assigned personnel, at no additional cost to the Department. Substitute personnel shall receive prior written approval from the Department's Contract Administrator to work on this Agreement. The Consultant is responsible to provide fully trained personnel to efficiently perform the work. The Consultant's personnel may be asked to attend certain special training if 12 of 15 Appendix B — Consultant's Scope of Services On-Call Architectural and Engineering Consultant and Related Services recommended by the Department's Project Administrator. On such occasions, with the approval of the Department's Project Administrator, the Department shall compensate the Consultant for the Consultant's actual cost for time spent in training only. All other costs, fees, and expenses associated with the training, including any transportation costs and training fees, shall be the Consultant's responsibility. In addition, services to train the Department's personnel shall not be provided by the Consultant under this Agreement. In location(s) where the Consultant personnel is expected to work for extended period(s) of time, the Consultant shall either relocate the personnel or make every effort to hire local persons. In addition to other specified responsibilities, the Consultant Contract Manager shall be responsible for all matters related to the Consultant's personnel, Subconsultants, and Consultant's and Sub-Consultants' operations including, but not limited to, the following: 1. Ensuring that deliverables are clearly defined, and that criteria are specific, measurable, attainable, realistic and time-bound; and that the deliverables satisfy the criteria. 2. Supervising, reviewing, monitoring, training, and directing the Consultant's and Subconsultants' personnel. 3. Managing Subconsultants. 4. Assigning qualified personnel to complete the required Task Order work as specified on an "as-needed" basis in coordination with the Department's Contract Administrator. 5. Administering personnel actions for Consultant personnel and ensuring appropriate actions taken for Subconsultant personnel. 6. Maintaining and submitting organized project files for record tracking and auditing. 7. Developing, organizing, facilitating, and attending scheduled coordination meetings, and preparation and distribution of meeting minutes. 8. Implementing and maintaining quality control procedures to manage conflicts, ensure product accuracy, and identify critical reviews and milestones. 9. Assuring that all applicable safety measures are in place. 10. Providing invoices in a timely manner and providing monthly Agreement expenditures. 11. Reviewing invoices for accuracy and completion before billing to the Department. 12. Managing overall budget for Agreement and provide report to the Department's Contract Administrator. 13. Ensuring compliance with the provisions in this Agreement and all specific Task Order requirements. 14. Monitor the health and safety of personnel working in a hazardous environment in accordance with all applicable Federal, State, and Local regulations. 15. Knowledge, experience, and familiarity with prevailing wage issues and requirements in State of California, if applicable. 13 of 15 Appendix B — Consultant's Scope of Services On-Call Architectural and Engineering Consultant and Related Services Project Design Applies to the following disciplines: Architectural Design and Drafting Civil Engineering Electrical Engineering Landscape Architecture Plumbing and Mechanical Engineering Solid Waste Landfill Structural Engineering Traffic Engineering Water Resources Description of Work Provide complete designs and produce biddable plan sets and accompanying specifications for various projects using Civil 3D software, AutoCAD, Revit, as requested or approved by the County. All designs should apply urban design principles that meet the needs of the individual communities. The projects include: 1. Road reconstruction projects 2. Congestion mitigation air quality shoulder improvement projects 3. Hot mix asphalt overlay projects 4. Road projects employing in-situ reclamation processes 5. Bituminous seal coats and slurry seals 6. Bridge rehabilitation 7. Bridge replacement 8. Bridge scour mitigation 9. Water system projects 10. Wastewater system projects 11. Landfill Projects 12. Interior Tenant Improvements 13. New buildings 14 of 15 Appendix B — Consultant's Scope of Services On-Call Architectural and Engineering Consultant and Related Services Engineering Support Applies to all disciplines Description of Work 1. Provide technical data for the preparation of various funding paperwork 2. Provide technical data for the preparation of various permit applications 3. Provide technical data for the preparation of cooperative agreements 4. Provide technical data for the preparation of utility agreements 5. Prepare and stamp legal descriptions for the acquisition of right of way 6. Conduct meetings with property owners regarding projects 7. Review of existing designs for compliance with development plans 8. Provide presentation materials for the Board of Supervisors to be presented by COUNTY staff 9. Prepare various tables, maps, charts and diagrams 10. Provide technical support for request for proposal processes 11. Serve as a plan checker and independent quantity checker 15 of 15 Appendix C 2.b. Firm Principals Stantec places a strong emphasis on recruiting 0 Monitoring Well Installation and and retaining successful professionals with the Decommissioning, American Avenue proven ability to determine the needs of our Landfill, Fresno County, CA(Senior clients and deliver the required support and Geologist) personal commitment. Ralph Carson, Amy 0 Review and Update of Non-Water Release McTigue, Eric Rowney, and Randy Hanson are Corrective Action Plans, Tulare County, CA experienced principals who will be responsible (Principal Geologist) for this contract. A brief discussion of their 0 Purity Oil Sales Superfund Site, Site qualifications and experience is presented Closure/Groundwater Monitoring, Fresno, below. CA(Senior Geologist) Ralph Carson, PG Amy McTigue, PE Principal Geologist &," Vice President Contract Manager Principal-in-Charge Education: BS, Geology i Registration: Education:MS,Civil and Geotechnical Professional Geologist#7454, California Engineering; BS, Civil Engineering Registration: Ralph is a principal geologist with Stantec with Professional Engineer#54377, Civil,California more than 25 years of experience in conducting Amy is a principal engineer and Vice President and managing hydrogeologic investigations with 31 years of experience. Amy has been including groundwater flow, groundwater involved in numerous large and small projects monitoring, hydraulic testing, and groundwater for industrial, government, and municipal clients. contamination at solid waste landfills and Her experience includes overseeing projects numerous other sites. He is experienced in conducted at a California refinery by the constructing groundwater monitoring wells and historical environmental liability work group, conducting hydraulic testing as part of including current and past Refinery owners. The hydrogeologic investigations, as well as projects include investigations, designs and/or managing the groundwater monitoring as part of closure of 12 historical waste sites under Title 27 a Corrective Action Plan (CAP). Ralph has regulations. She has designed covers for extensive experience managing and performing closure of landfills, written closure and post- semi-annual groundwater monitoring at closure maintenance plans, developed detailed numerous sites in California (e.g., Blue Hills closure drawings and specifications, observed Disposal Site). He assisted Fresno County in landfill closure construction activities for preparing the Post-Closure Hazardous Waste compliance with plans and specifications, Permit for Blue Hills Disposal Facility. Ralph was prepared post-closure monitoring plans for the project manager for the installation and closed landfills, and overseen post-closure decommissioning of the monitoring wells at operations and maintenance. Her expertise also American Avenue Disposal System. Ralph is an includes remedial investigation/feasibility studies experienced Contract/Project Manager with on- (RI/FSs), remedial design, construction, and due call services contracts with Fresno, Kern, diligence support during property acquisition and Merced, and Tulare Counties and with Caltrans divestitures. Amy has been involved in the Districts 5, 6, and 10. design of soil vapor extraction, bioventing, dual Similar Projects: phase vapor extraction, and groundwater extraction and treatment systems. She has • Groundwater Monitoring and Sampling, Blue extensive project management, construction Hills Disposal Facility, CA(Principal management, client management and business Geologist) management experience. • Hazardous Waste Post-Closure Permit Similar Projects: Renewal, Blue Hills Disposal Facility, CA (Senior Geologist) Waste Management Unit Closures, Tesoro • Monitoring Well Installation, Woodville Martinez Refinery, Martinez, CA (Engineer) Landfill, Tulare County, CA(Principal a Fort Irwin Landfill Closure and Post-Closure Geologist) Maintenance Plans, Fort Irwin, CA(Design Engineer) Stantec Fresno County On-Call A&E Consultant Services for Public Works Projects 13 2.b. Firm Principals • George Air Force Base Landfill Closure and 0 Hydro-test of acid plant effluent line and Post-Closure Maintenance Plans, Victorville, hazardous waste storage tanks, Tesoro CA(Design Engineer) Martinez Refinery, Martinez, CA (Engineer) • George Air Force Base Landfill Post-Closure 0 Remediation System, Maintenance, and Maintenance Plans, USAF PA/RD D050, Evaluation of 2 Landfills for Post Closure Victorville, CA(Design Engineer) Monitoring, Castle Air Force Base, Atwater, • Presidio of San Francisco, Landfill Design California (Site Manager/Technical Lead) Summary Report, San Francisco, CA 0 Optimization of Eight Vadose Zone (Project Engineer) Remediation Systems, including Five • Removal Action at Installation Restoration Thermal Oxidizer and Three GAC SVE Program Sites 1, 4, and 11, Point Mugu, CA systems, Remediating Chlorinated Solvent (Engineer) and Petroleum Impacted Soils, and Landfill Post Closure Care including Erosion Repair, George Air Force Base (Engineer) 4 Eric Rowney, PE Principal, Design Engineer Randy Hanson Education: BS, Environmental Engineering Principal, Design Engineer Registration: Professional Engineer#C69144,Civil, California Randy has 25 years of experience on diverse projects including municipal and landfill Eric has more than 20 years of professional civil, engineering, environmental site assessments, landfill, and environmental engineering and long range planning, renewable energy use, management experience with Stantec, providing landfill operation plans, as well as waste facility design of Waste Management Units, construction and operation. He has worked with groundwater and vadose zone remediation both public and private industry in Canada, system design, operation, maintenance, and North Dakota, South Dakota, Minnesota, Iowa, optimization with extensive experience in Nebraska Colorado, and Wyoming. Through his development of site closure strategies and years of experience, he has managed over 35 working with project stakeholders and regulatory million dollars of construction projects. agencies to implement and achieve site closure. Eric has completed site assessments; Similar Projects: testing/identification of hydrogeologic 9 City of Fargo Landfill Expansion Permit characteristics of aquifers; evaluation of Modification, Fargo, ND (Project Manager) remedial alternatives; development of risk based 0 Landfill Permitting, Williston, ND (Project corrective actions; development of cost Manager) estimates and cost benefit analyses; feasibility 9 Dishon Disposal Landfill Permitting, Fargo, studies, corrective action plans; work plans; ND (Project Manager) preparation of specification bid packages; and 0 Landfill Construction Closure, Fargo, ND regulatory compliance with CAA, CEQA, (Project Manager) CERCLA, CWA, NEPA, RCRA, TSCA, and Landfill Facility Plan, Fargo, ND (Project other Federal, State, and Local regulations Manager) pertaining to hazardous materials and hazardous waste at Superfund and RCRA sites. Similar Projects: • Closure of Waste Management Units, Post- Closure Waste Management Unit Inspections, Seismic Evaluation of Waste, Geotechnical and Liquefaction Evaluations, Avon Remediation Team (Tesoro Martinez Refinery and Texaco Downstream Properties Inc.), Martinez, CA(Engineer-of- Record) Stantec Fresno County On-Call A&E Consultant Services for Public Works Projects 14 2.c. Key Personnel Stantec's commitment to technical excellence is reflected in the high-quality staff we have assembled Elena Nuno throughout the company. Complementing Stantec's Air Quality Technical Leader technical team is a strong corporate leadership dedicated to skilled service, professional integrity, Education:MA, Public Administration; BS, Geological and responsiveness to our clients. The following key and Environmental Science I Certifications: Dust personnel will be assigned to work on this project. A Control Plan Preparer,San Joaquin Valley Air project team organization chart is included in Pollution Control District Section 2.g., and complete resumes for all Elena has 16 years of environmental consulting and individuals are available upon request. project management experience. She provides LANDFILL SERVICES analysis and documentation for California Environmental Quality Act/National Environmental Policy Act(CEQA/NEPA) compliance and project Paul Stoppelmann, PG, CEG management support for a variety of public and Project Manager,Senior Geologist private projects. Her project experience is diverse and includes roadways, bridges, linear pipeline Education:MS, Hydrogeology; BS, Geological and projects, mixed use/transit-oriented development, Earth Sciences/Geosciences I Registrations: master planned communities, commercial, and Professional Geologist, #6559, California;Certified government facilities. Most of her project experience Engineering Geologist#2218,California has been focused on the Central Valley of California Certifications:OSHA 40-hour HAZWOPER Trained and which provides her with extensive practical Current Annual Refresher Course knowledge focused on permitting and preparing CEQA documents in the Central Valley. Elena's Paul has 30 years of experience managing and professional history includes working as an air conducting geological, hydrogeological, and quality specialist with the San Joaquin Valley Air environmental investigations. These investigations Pollution Control District(SJVAPCD)where she have supported the design and construction of assisted in the preparation of air quality attainment landfills in California, foundation investigations for plans and oversaw CEQA compliance for Air District waste water treatment plants and supporting rules and permits. structures, groundwater monitoring well installations, municipal water well installations, Phase I and II Similar Projects: environmental site assessments, aquifer testing, 9 California High Speed Rail Construction seismic hazard analyses, and underground storage Package 2-3, Project Construction Management tank removals. (PCM)Team, CA(Deputy Environmental Similar Projects: Compliance Manager) • On-Call Services for Kern County Landfills, Kern a Fifth Standard Solar Complex Project, County, CA(Project Manager/Lead Geologist) Environmental Impact Report, Fresno County, • Non-Water Release Corrective Action Plans, CA(Project Manager) Multiple Landfill Locations, Tulare County, CA 0 Travers Creek Bridge ISMND, Fresno County, (Senior Geologist) CA(Project Manager/Air Quality Specialist) • Caltrans, On-Call Hazardous Waste Site 0 Dogtown Road Over French Gulch (Bridge Investigation and Design Services, Multiple Replacement), Calaveras County, CA(Project Counties, CA(Task Order Manager/Senior Manager/Air Quality Specialist) Geologist) 0 West Lacey Boulevard and 13th Avenue Bridge • BKK Landfill, West Covina, CA(Lead Widening and Signalization Project, Kings Geologist)* County, CA(Project Manager/Air Quality • Phase I and 11 ESA for Industrial Property, Specialist) Firebaugh, CA(Senior Geologist) 0 Jaye Street Bridge Replacement, Porterville, CA • Underground Storage Tank(UST) Investigation (Project Manager/Air Quality Specialist) and Closure, Monterey Park, CA(Project a Black Rascal Bicycle Path, Bear Creek Bicycle Manager)* Path, City of Merced, CA(Project Manager) • Phase I ESAs, Various locations across the 0 China Creek/Road 425B Bridge Replacement, United States (Geologist)* Madera County, CA (Project Manager) *Denotes proiect completed with other firms Stantec Fresno County On-Call A&E Consultant Services for Public Works Projects 15 2.c. Key Personnel Kevin Miskin, PE Jaret Fisher, PE Principal Engineer Principal Engineer Education:MS, Civil Engineering; BS, Civil Engineering Education: BS, Environmental Resources Engineering Registration: Professional Engineer#48458,Civil, Registration: Professional Engineer#80383, Civil, California Certifications:OSHA 40-hour HAZWOPER California I Certifications:OSHA 40-hour HAZWOPER Trained and Current Annual Refresher Course Trained and Current Annual Refresher Course Kevin has 25 years of experience in the Jaret has 17 years of experience specializing in environmental and geotechnical engineering geotechnical and environmental engineering. His industry. He has supervised the engineering design responsibilities include managing geotechnical and of landfill remediation projects in Riverside County, environmental portfolios and projects for several California, and municipal landfill cells new major oil company clients, solar energy clients, and development and closure in Arizona. He has supporting the geotechnical needs of other regional performed and managed site characterization offices. Jaret's duties include conducting and assessments, site remediation projects and/or managing subsurface investigations, installing and geotechnical soil investigations, and design in monitoring geotechnical instrumentation, California, Arizona, Indiana, Nevada, Minnesota, communicating with clients, managing project Texas, Utah, and Mexico. Kevin's technical expertise budgets, preparing project scopes, analyzing has been demonstrated by his involvement in the laboratory data and potential geologic hazards, construction and design of dams, erosion control preparing geotechnical reports, compaction reports, structures, highways, foundations, slopes, and construction management and oversight, retaining walls, as well as earthmoving construction geotechnical soils laboratory testing, and projects. His strong background in environmental researching and writing Phase I and Phase II engineering, civil engineering, and construction environmental site assessments. Jaret has a strong management has provided the expertise and background in landfill design and Construction experience to manage all aspects of landfill Quality Assurance (CQA) services for the fabrication engineering design, as well as soil and groundwater of leach pads in landfills and heap leach pads in assessment and remediation projects in accordance mines; he is familiar with many aspects of soils and with local, state, and federal regulations. geosynthetics testing as they pertain to CQA Similar Projects: services. • Caltrans, On-Call Hazardous Waste Site Similar Projects: Investigation and Design Services, San • Clovis Landfill, Clovis, CA(CQA Monitor) Bernardino County, CA(Contract Manager) • Caltrans, On-Call Hazardous Waste Site Sunshine Canyon Landfill, Granada Hills, CA Investigation & Design Services (Districts 5,6, & (Lead CQA Monitor) 10) 1 Multiple Counties, CA(Contract Manager) Highway Landfill, County of Merced, CA • Inert Debris Landfill, Orange County, CA (Lead CQAA Monitor) (Technical Engineering Support) Balance Rock and Kennedy Meadows Landfills, • Longsdon Pit South Landfill, Garden Grove, CA County of Tulare, CA(Project Engineer) (Engineer of Record) Forward Landfill, Stockton, CA(Lead CQA Central Avenue Landfill, Phoenix, AZ (Technical Monitor) • Engineering Oversight) Sierra Estrella Landfill, Maricopa County, AZ (Lead CQA Monitor) • Cerbat Landfill, Mojave County, AZ (Project Engineer) *Denotes proiect completed with other firms Stantec Fresno County On-Call A&E Consultant Services for Public Works Projects 16 2.c. Key Personnel • California Underground Storage Tank Cleanup Todd Porter, PE,ME Fund (USTCF) Projects, San Luis Obispo, CA Principal Engineer (Project Manager) • UST Detection Investigations, Various locations, Education: BS,Civil Engineering I Registration: CA(Civil Engineer) Professional Engineer, #2699, Civil, California; • UST Site Assessments and Remedial Professional Engineer, #30652, Mechanical, California Investigations, Various locations, CA (Project Certifications: OSHA 40-hour HAZWOPER Trained Engineer) and Current Annual Refresher Course 0 Remedial Excavations, Various locations, CA (Project Manager) Todd has 31 years of professional experience in the environmental engineering and water resources fields. He is a professional civil and mechanical Tom Regan, PG, CEG, CHG engineer with extensive experience in remedial Hydrogeologist system evaluation, design, installation, and operation. Todd's experience includes soil, Education: BA,Geological Sciences I Registration: separate-phase hydrocarbon, dual-phase and Professional Geologist#5203,California;Certified groundwater treatment system design, evaluation Engineering Geologist#1655,California; Certified and testing of various mechanical and biological Hydrogeologist#327, California remediation technologies, equipment fabrication Tom has 39 years of experience in groundwater management, project/portfolio management, and resources management, development, and technical support oversight. He is well-versed in the protection. His responsibilities have included design, permitting and application of soil, separate- groundwater resources development, feasibility of phase hydrocarbon and groundwater remediation groundwater development, groundwater basin equipment and has substantial expertise with a full analysis, aquifer characterization, development of range of technologies. Environmental experience regional and basin-wide hydrologic inventories/water also includes management of site assessment balances, and development of hydrogeologic activities, ongoing site monitoring, remediation, conceptual models. He has provided analysis of reporting, multi-agency permitting, legal support, groundwater contamination impacting water supply expert witness testimony, strategic planning, wells, evaluation of coastal seawater barriers and corrective action plan/feasibility analysis, and seawater intrusion, well siting feasibility, well and regulatory agency correspondence. Further well field siting, well design and construction engineering experience has included the preparation oversight, well evaluation, well rehabilitation design of grading plans, traffic management plans, and oversight, hydrogeologic and geochemical construction specifications, bid documents, investigations related to the siting of new and hydrologic/flood analysis, hydraulic structure design, expansion of existing groundwater recharge erosion control plans, sedimentation analysis, and facilities, analysis of recycled water travel times from mine reclamation plans. Negotiated site specific groundwater recharge operations using storm water, cleanup goals, use of deed restrictions and/or soil imported water and recycled water, analysis of and groundwater management plans, risk pumping test data and well interference effects. assessment strategies, and risk-based remedial Tom's experience also includes the design and action at numerous remediation sites and local implementation of drilling, soil sampling, aquifer environmental oversight agencies in California. testing, and field-testing programs related to Similar Projects: groundwater recharge and development. • Site Assessment and Hydrocarbon-impacted Similar Projects: Soil Removal, Shandon, CA(Project Manager) Groundwater Recharge Feasibility Study, Kern • Site Assessment and Hydrocarbon-impacted County, CA(Project Manager) Soil Removal, San Luis Obispo, CA (Project Sustainable Groundwater Management Act Manager) Technical Support, Kern County, CA • Site Assessment and Hydrocarbon-impacted (Hydrogeologist) Soil Removal, Port of Los Angeles, CA(Project Manager) *Denotes proiect completed with other firms Stantec Fresno County On-Call A&E Consultant Services for Public Works Projects 17 2.c. Key Personnel • Basin Boundary Modification Request, Similar Projects: Sustainable Groundwater Management Act, Ventura County, CA(Hydrogeologist) Municipal Solid Waste Landfill, Evaluation • Calleguas Creek Watershed Study, Ventura Monitoring Programs, San Bernardino County, CA(Project Geologist) County, CA(Project Hydrogeologist) • Well Drilling and Construction Support Services, Multiple Projects at Limestone Mine and Cement San Fernando Valley, CA (Project Plan, Groundwater Study of Landfill, Victorville, Hydrogeologist) CA(Project Manager) Verdugo Basin Groundwater Evaluation and Municipal Solid Waste Landfill, Leachate • Monitoring, Los Angeles County, CA(Project Mitigation Measures, Solano County, CA Hydrogeologist) (Project Geologist) • Sanitary Landfill Closure, Victorville, CA(Project Manager/Project Geologist) Annette Maxwell 0 Tungsten Mine Closure, Madera County, CA Geologic Consultant (Project Geologist) • Tungsten Mine, Demolition, Hazardous Waste Education: BS,Geology I Certifications:OSHA 40-hour Removal and Closure, Bishop, CA(Project HAZWOPER Trained and Current Annual Refresher Manager/Project Geologist) Course Annette has 20 years of experience in environmental Tom Crosby, PG, CEG,CHG site investigations, remediation, hydrogeologic Senior Principal Engineering Geologist evaluations, and mining work. She has 10 years of project management experience in solid waste Education: BS, Geology I Registration: Professional landfill closure, SWAT studies, multiple EMPs and Geologist#3794, California;Certified Engineering Detection Monitoring Programs (DMPs), and mine Geologist#1169, California; Certified Hydrogeologist closure work in California. Mine closure work #257, California includes preparation of closure plans, facility decommissioning, tailings pile cover permitting, post- Tom has 35 years of extensive experience in closure monitoring and maintenance, and budget environmental and waste management fields. His tracking. Mining experience includes ongoing work expertise includes a wide range of major facilities, at two mining/cement manufacturing facilities in landfills, mines, industrial plants, petroleum facilities, Southern California including sanitary landfill and major engineering projects. He also has closure, cement kiln dust disposal area closure, experience with hazardous and non-hazardous, EMP and Monitored Natural Attenuation, mine waste liquid, and nuclear waste facilities, including nearly management, geologic hazard evaluations, and all life cycle phases from siting studies, design, storm water management. Annette was involved in permitting, construction, closure, and post-closure the closure and post-closure monitoring and monitoring. Tom has been responsible for maintenance of a tungsten mine near Bishop, engineering management of the civil, geotechnical, California, including waste removal, tailings pond landfill gas, construction QA, and CADD disciplines. closure, and hydrogeologic and water quality He managed landfill siting studies; the design, studies. Annette is experienced in working with permitting and construction of several landfill regulatory agencies in the Regional Water Quality expansions; cover and liner design studies; and Control Board (RWQCB) Lahontan and San closure plan preparation and implementation. He Francisco Bay Regions for development of DMPs has also managed the design and construction of and EMPs, compliance with Cleanup and Abatement materials recovery facilities (MRFs), compost Orders, and investigation and remediation of facilities, landfill gas systems, and transfer stations. petroleum hydrocarbons and chlorinated He has experience with more than 100 disposal hydrocarbons. She has experience with the US facilities in a wide variety of environmental and Forest Service, US Fish and Wildlife Service, and regulatory settings. Tom has been a faculty California Department of Fish and Game for instructor for the Solid Waste Association of America permitting of mine closure work. She has managed providing training seminars on landfill design, multiple projects related to UST and aboveground operation, and monitoring. Tom's experience also storage tank (AST) investigation, cleanup, and includes directing engineering geologic studies for closure. critical facilities including siting studies, fault *Denotes proiect completed with other firms Stantec Fresno County On-Call A&E Consultant Services for Public Works Projects 18 2.c. Key Personnel investigations, soils and foundation studies, emerging contaminants including enhanced in situ groundwater investigations, and geologic hazards bioremediation (EISB or enhanced reductive assessments. These studies were completed at dehalogenation, ERD), in situ chemical oxidation nuclear and chemical waste disposal sites, solid (ISCO), zero valent iron (ZVI) reductive waste facilities, pipelines, airports, hydroelectric dechlorination (in combination with EISB), dual dams, industrial plants, conventional power plants, phase extraction, electrical resistance heating petroleum refineries and terminals, and numerous (ERH), electro-kinetic remediation (EKR) and other sites. groundwater extraction and treatment systems with ex situ advanced oxidation and/or adsorption media. Similar Projects: He is currently working on projects involving in situ treatment of PFAS, ISCO, enhanced in situ • Hydrogeologic and Geophysical Investigations reduction of chlorinated volatile organic compounds of Landfill, Ventura County, CA(Project (VOCs), hexavalent chromium, petroleum Manager) hydrocarbons, and perchlorate in soil and • Landfill Expansion Studies and Permit groundwater. Preparation, Various locations, CA(Project Manager) Similar Projects: • Landfill Groundwater Collection System, Orange County, CA(Project Manager) PFAS Investigation and Mitigation, • Operational and Environmental Due Diligence Manufacturing Facility, Southern CA(Principal for Numerous Landfills, Various locations, CA Geochemist) (Project Manager) 0 PFAS Investigation and Mitigation, Bulk Fuel • Hazardous Waste Facility Investigation, San Terminals, Northern CA(Principal Geochemist) Francisco, CA(Project Manager) 0 PFAS Investigation and Mitigation, Refinery, CA • Safety-Kleen Highland RCRA Assessment and (Principal Geochemist) Report, Highland, CA(Project Director) 0 Forensic Evaluation of Volatile Organic Compounds, Vancouver, WA(Principal Geochemist) Angus McGrath, Ph.D. 0 Isotopic Evaluation of Chlorinated Volatile Principal Geochemist Organic Compounds, Southern CA(Principal Geochemist) Education: Ph.D.,Soil Science/Soil Chemistry; BA, Chemistry Angus is Stantec's U.S. Environmental Services Brian Goss, EIT,AHERAAssociate Scientist Technical Lead for per- and poly-fluorinated alkyl substances (PFAS), the former National Technical Education: BS, Physics I Registration: Engineer-in- Lead for Remediation and has 24 years of Training #168198,Civil, California experience in the environmental consulting field as a Certifications/Training:Asbestos soil and aquatic chemist. He is a member of the Contractor/Supervisor Course;Asbestos Building Stantec PFAS technical group and has been an Inspector Refresher Course; OSHA 40-hour HAZWOPER invited participant and summary paper coauthor to Trained and Current Annual Refresher Course the Remediation Journal PFAS Expert Symposium in Washington, DC in 2019, 2021, and other Brian has 13 years of experience specializing on site meetings on PFAS. He coauthored a white paper on characterization, development, and remediation. PFAS treatment presented to the US Air Force Civil Brian has organized and executed complex, multi- Engineering Center(AFCEC)for treatment of PFAS phase site assessment and remediation projects aqueous film forming foam (AFFF) impacted under the oversight of local and State regulatory groundwater. His experience includes serving as agencies across California including the technical lead on feasibility studies and remedial SFBRWQCB, the LARWQCB, the BAAQMD and the designs for sites with a variety of organic and SCAQMD. Responsibilities have included project inorganic contaminants including PFAS. He has also planning and coordination, compliance field overseen and/or designed a variety of treatments for monitoring, environmental construction oversight, chlorinated solvents, petroleum hydrocarbons and environmental reporting, and collection of soil, soil fuel oxygenates, organochlorine pesticides, and vapor, and groundwater samples for analytical *Denotes proiect completed with other firms Stantec Fresno County On-Call A&E Consultant Services for Public Works Projects 19 2.c. Key Personnel laboratory analysis. His experience with large Action Plans and their reviews; efficacy evaluation of redevelopment projects has included development groundwater extraction and treatment systems; and of soil management plans, pre-excavation in-situ soil preparing draft Waste Discharge Requirements. Jim and groundwater sampling, waste profiling, and has provided consultant services on five Fresno contractor oversight during excavation and grading County Landfills. activities. Brian has independently completed multiple Phase I and Phase II Environmental Site Similar Projects: Assessments, overseen geologic investigations, and, as a US EPA Asbestos Hazard Emergency 0Evaluation Monitoring Program and Engineering Response Act (AHERA) accredited building Feasibility Study, American Avenue Landfill, inspector, conducted hazardous material Fresno County, CA(Ph.D., Geologist) investigations in California and Hawaii for asbestos aCorrective Action Plan and Corrective Action containing materials. As a supervisor, Brian leads a Financial Assurance Cost Estimate, American team of environmental technicians and provided Avenue Landfill, Fresno County, CA(Ph.D., technical direction in conjunction with field Geologist) scheduling and support. As a project manager, Brian a Water and Non-Water Release Corrective Action has helped ensure project expectations are Plans, American Avenue Landfill, Fresno delivered on time and within budget. County, CA(Ph.D., Geologist) • Preparing draft Waste Discharge Requirements, Similar Projects: American Avenue Landfill and Coalinga Disposal Site, Fresno County, CA (Ph.D., • Multiple Asbestos Surveys for Retail Facilities, Geologist) Various locations, CA(Associate Scientist) 9 Efficacy Evaluation of Groundwater Extraction • Multiple Asbestos Surveys for Hospital Facilities, and Treatment System, Southeast Regional Maui, HI (Associate Scientist) Disposal Site, Fresno County, CA (Ph.D., • Soil Management Planning and Environmental Geologist) Construction Oversight, Los Angeles County, a Corrective Action Plan Reviews, Southeast CA(Associate Scientist) Regional Disposal Site, Fresno County, CA • Multiple Phase I and II Environmental Site (Ph.D., Geologist) Assessments for Medical Office Buildings, 0 Technical Memorandums for landfills, Blue Hills Various locations, CA(Associate Scientist) Disposal Site and Coalinga Disposal Site, • Remediation System Operations, Various Fresno County, CA(Ph.D., Geologist) locations, CA (Associate Scientist) • Geologic Assessments at Various Retail Petroleum Sites, Various locations, CA LANDFILL ENGINEERING (Associate Scientist) Rodney Ambrosie, PE James (Jim) W. Babcock, Ph.D., PG Vice President, Senior Civil/Geological Engineer Subconsultant - Consulting Geologist Education:MS, Civil Engineering; BS, Education: Ph.D.Geology; MA Geology; BA, Geology Geological/Geophysical Engineering I Registration: Registration: Professional Geologist#4515, Professional Engineer#52847, Civil,Colorado (also California registered in Minnesota, North Dakota, Nebraska, Jim has 40 years of extensive experience in South Dakota, Montana, Wyoming) environmental and waste management fields. His Rodney has 31 years of experience providing expertise includes remediation services, water strategic advice regarding energy related resources, solid waste management/landfills, development, site remediation, and environmental litigation support/expert witness, mining and mineral risk assessment projects throughout North America resources environmental site assessments, and and Europe. Rodney directs the Stantec waste Brownfield developments. He also has experience sector services related to waste disposal, ash with preparing: Evaluation Monitoring Programs; management, by-products utilization, and site Engineering Feasibility Studies; Water and Non- remediation. The client base served represents a Water Release Corrective Action Plans; Corrective *Denotes Droiect completed with other firms Stantec Fresno County On-Call A&E Consultant Services for Public Works Projects 110 2.c. Key Personnel mix of local municipal state and private owned 0 Active Gas Collection System Implementation, companies. Sheridan, WY(Project Engineer) • Permitting of MSQW and Inert Landfill, Master Similar Projects: Plan Preparation, Dickinson, ND (Project • Montana Dakota Utilities Landfill Gas Project, Manager) Billings, MT (Project Manager) • Design, Construction, Operation of Active Gas Tom Shustarich, PE System at Landfill, Jackson, NE (Project Principal Engineer Manager) • Planning, Design, and Construction of LFGTE Education:BS,Civil Engineering I Registration: Facility at Municipal Landfill, Fargo, ND (Project Professional Engineer#21210, Minnesota Manager) • Old Minot Landfill Closure, Fargo, ND (Project Thomas has 35 years of environmental consulting Manager) experience focusing mainly on landfill permitting, • Brown County Landfill Expansion Design, Brown engineering and construction management, transfer County, SD (Project Manager) station permitting, design, and construction, and • Permitting and Construction Management of solid waste planning. He has worked with public and Regional Landfill Expansion, St. Louis County, private industries as well as government and MN (Project Manager) regulatory agencies in Minnesota, North Dakota, South Dakota, Iowa, Michigan, and Wisconsin. Marlon Mackowick, PE Similar Projects: Associate/Project Engineer 9 Pine Bend Landfill Expansion, Permitting, and Education: BS,Civil Engineering I Registration: Construction Services, Pine Bend, MN (Project Manager/Design Engineer) Professional Engineer#46622, Civil, Minnesota; Industrial Waste Landfill Permitting, Cloquet, MN Professional Engineer#8668, Civil, North Dakota • (Project Manager) Marlon is a civil engineer with nearly 20 years of 0 Permitting, PS&E Development, Construction consulting experience where he has focused on Oversight for Clay County Landfill, MN (Project solid waste engineering, renewable energy projects, Manager) as well as stormwater and construction oversight 0 Landfill Site Closure, Koochiching County, MN and documentation. Marlon has expertise in (Project Engineer) HydroCAD, KY Pipe, HELP, Intergraph MicroStation • Design and Construction Oversight for Final PC, Civil 3D, and AutoCAD systems. In addition, Landfill Closure, Ely, MN (Project Manager) Marlon has worked for both private and public-sector a Permitting, Design, Construction Management clients including projects in Minnesota, North for Regional Landfill, St. Louis County, MN Dakota, South Dakota, Wyoming, Michigan, Idaho, (Project Engineer) Texas, and Montana. Similar Projects: Manoj Singh, PhD, PE • Feasibility Study, Permitting to Implement Gas- S__, w-a- _,,_eer to-Energy Project and Construction, Billings, MT Education: Ph.D.,Geo-Environmental Engineering; (Project Manager) MS, Environmental Engineering; BS, Civil Engineering • Existing Passive Gas Vent System Upgrade, Registration: Professional Engineer#100222319, Civil, Clay County, MN (Project Engineer) Ontario,Canada • Permitting, Plans, Specifications, & Estimates (PS&E) Development, Construction Manoj is a practicing Geo-environmental Engineer Management of Clay County Landfill, Clay with 33 years of professional engineering experience County, MN (Project Manager/Project Engineer) in integrated waste management planning, design • Feasibility Study, Evaluation of Landfill Gas, and engineering of municipal, industrial and oilfield Clay County, MN (Project Engineer) waste management infrastructure, closure/reclamation/decommissioning of waste management facilities. He is well versed with *Denotes Droiect completed with other firms Stantec Fresno County On-Call A&E Consultant Services for Public Works Projects 111 2.c. Key Personnel engineering designs of landfills, LFG collection systems, waste transfer station, facilities for organic Randall Sippel, PE, PG waste management, and MRFs. He is skilled with Senior Geologist/Hydrogeologist assessment/analysis of waste rock piles, heap leaching, developing leachate treatment and Education: BS,Geology Registration: Professional contaminated soil treatment solutions. Manoj Engineer#30519, Civil, Minnesota; Professional possess sound understanding of geochemistry and Geologist#951-013, Wisconsin mechanism of subsurface transport of contaminants Randall has 35 years of environmental consulting and their interaction with the environment. Further, experience focusing mainly on permitting and he is experienced in conducting numerical/analytical compliance, environmental investigations, brownfield modeling of subsurface contaminant transport and redevelopment, and chemical release site remedial seepage through the containment systems. With his investigations and feasibility studies. His specialties previous assignment with Alberta Environment and include designing and managing soil and Saskatchewan Environment as waste management groundwater contamination investigations and specialist, Manoj has gained significant developing remedial strategies. He has worked with understanding of both provincial and federal Acts, public and private industries as well as government regulations, government policies and and regulatory agencies. approval/permitting processes for waste management. Similar Projects: Similar Projects: 0 Environmental Monitoring for Lyon County • Waste Management Regulatory Compliance and Landfill Projects, Marshall, MN (Project Permitting, Saskatoon, Saskatchewan Manager) (Manager, Landfills/Waste Management Environmental Monitoring for Morrison County Engineer) Landfill, Little Falls, MN (Project • Industrial Landfill Compliance Monitoring, Manager/Hydrogeologist) Turtleford, Saskatchewan (Project Manager) Environmental Monitoring System Development • Lateral Deformation and Slope Stability Analysis for Landfill Expansion, Cloquet, MN (Project Hydrogeologist) of Active Municipal Landfill, Barrie, Ontario Hydrogeologic Evaluation of Industrial Waste (Research Engineer) Landfill, Rosemount, MN (Project • Engineering and Assessment Report, Landfill Hydrogeologist) Setback Variance for Commercial/Residential Water Quality Study for Landfill Demolition Development, Edmonton, Alberta (Project Project, Park Rapids, MN (Project Manager) Manager/Hydrogeologist) • Investigation of Waste Slope Failure at Groundwater Study for Hoffman Demolition Municipal Landfill, Brock, Ontario (Research Landfill, New Ulm, MN (Project Engineer)• Engineering Assessment and Report, Landfill Manager/Hydrogeologist) Setback Variance Approval, Edmonton, Alberta (Project Manager) *Denotes Droiect completed with other firms Stantec Fresno County On-Call A&E Consultant Services for Public Works Projects 112 2.d. List of Current Staff Landfill Services na—me Classification Anthony Aguilar,AHERA Senior Technician Stephen Aguinaldo Senior CAD Technician Nicole Aldrich, GIT,QSP Environmental Scientist Michael Bartosek Geologic Associate-Modeling GIS Mark Becker Principal Scientist Ralph Carson, PG Principal Geologist Miguel Cisneros Jr,QSP Geologic Project Specialist Larissa Clark Office Manager Tom Crosby, PG, CEG,CHG Senior Principal Engineering Geologist Brittany Demmer Project Engineer James Dewoody Senior Scientist Kristy Edblad, PE, QSP/D,CAPP Principal, Environmental Engineer Scoff Edblad,CAC, LRCST,CPESC,CESSWI,QSD/P, QISP Senior Scientist Mark Eisen Principal Hydrogeological Consultant Jaret Fischer, PE Principal Engineer Mehdi Ghasemizadeh, PhD Hydrogeological Scientist Brian Goss, EIT, AHERA Associate Scientist Kyla Grasso, PG,QISP Project Geologist James W.Grasty, PG Senior Vice President Kaitlyn Heck Air Quality Specialist Kirk Henning Senior Scientist Christian Hunter, PE, CPSWPPP, CESSWI Senior Hydrogeological Scientist Chaoying Jiao, PhD, PG,CHG Associate, Hydrogeologist Gurleen Kaur Associate Scientist Justin Lieberman Senior CAD Technician Iris Little Database Manager, Environmental Services Trevor Macenski Senior Principal Mark Mason, PG, LRCST, QSP,AHERA Associate Geologist Annette Maxwell Geologic Consultant Angus McGrath, PhD Senior Principal Geochemist Amy McTigue, PE Vice President Kevin Miskin, PE Senior Principal Engineer Dion Mange, LRCST Senior Scientist Michael Myers Associate Environmental Scientist Stantec Fresno County On-Call A&E Consultant Services for Public Works Projects 113 2.d. List of Current Staff Name Classification Elena Nuno Air Quality Technical Leader Devon Owens Geologic Project Specialist Steven Pierce, PG Senior Geologist Todd Porter, PE,ME Principal Engineer James"Jim" Raney Geologic Staff Thomas Regan, PG, CEG,CHG Hydrogeologist Tristan Rhodes, PG,CEG,QSD Geologist Eric Rowney, PE, PMP Principal Dorota Runyan, PE Senior Engineer Brooklyn Saylor Air Quality&Climate Change Consultant Dan Schreiner,PG Senior Geologist Julie Spahn, PE Senior Environmental Engineer Mario Sternad, PE Principal Engineer Paul Stoppelmann, PG, CEG Senior Geologist Yasmeen Sultana, EIT BC Operations Leader Sarah Trutner Hydrogeological Scientist Brian Viggiano, PG Senior Geologist Eric Vogler, PhD Principal Hydrogeologist Sarah Von Raesfeld Environmental Scientist Richie Winn III Geologic Project Specialist Surveying (Blair, Church & Flynn) Name Classification Randell Scott West, PLS Land Surveyor Analisa Gonzales, PLS Land Surveyor Corey Baker Land Surveyor Field Technician Robert Reding, LSIT Assistant Land Surveyor Randy Mannon Land Surveyor Field Technician Hunter Eldridge, LSIT Assistant Land Surveyor Jim Babcock, Ph.D., PG Consulting Geologist(sole proprietor) Stantec Fresno County On-Call A&E Consultant Services for Public Works Projects 114 2.d. List of Current Staff Landfill Engineering ir Classification Rod Ambrosie, PE Vice President,Senior Civil/Geological Engineer Megan Ambuehl Principal, Disposal and Recovery Services Brett Ballavance, PE Senior Associate,Senior Environmental Engineer Sonya Betker Sustainability Consultant Andrew Feia Associate, Environmental Scientist Randy Hanson Principal,Senior Project Manager Chris Kaiser Environmental Scientist Ethan Ketelsen, PE Associate,Civil Engineer Christina Lammers Environmental Scientist Marlon Mackowick, PE Senior Associate,Senior Civil Engineer Sam Mauch, EIT Civil Engineer in Training Amy McTigue, PE Vice President Alexa Nelson, EIT Civil Engineer in Training Felipe Ortega, EIT Civil Designer Eric Rowney, PE Civil Engineer Tom Shustarich, PE Principal Engineer Manoj Singh, PhD, PE Senior Waste Management,Team Lead Randall Sippel, PE, PG Senior Geologist Brad Sullivan Associate,Civil Engineer Jeffrey Tepeer Senior CAD Technician John Terfehr CAD Technician Jason Warne, PE Senior Associate,Senior Civil/Geological Engineer Stantec Fresno County On-Call A&E Consultant Services for Public Works Projects 115 2.g. Organization Chart COUNTY , F FRESNO PUBLIC WORKS AND PLANNING STANTEC Principal-in-Charge Contract Manager Amy McTigue,PE Ralph Carson,PG LANDFILL ENGINEERING LANDFILL SERVICES Eric Rowney,PE(Project Manager) Paul Stoppelmann,PG,CEG(Project Manager) Randy Hanson(Project Manager) Key Staff NEW Key Staff Jim Babcock,Ph.D.,PG(Geology and Regulatory Brian Goss,EIT,AHERA(Site Characterization) Kevin Miskin,PE(Geotechnical) Rod Ambrosie,PE(Senior Advisor) Compliance) Annette Maxwell(Geology and Groundwater Elena Nuno(Air Quality) Marlon Mackowick,PE(Landfill Gas Systems) Tom Crosby,PG,CEG,CHG(Geology) Monitoring) Todd Porter,PE,ME(Remediation Systems) Amy McTigue,PE(Landfill Design) Jaret Fischer,PE(Geotechnical) Angus McGrath,Ph.D.(Geochemist) Thomas Regan,PG,CEG,CHG(Water Resources) Tom Shustarich,PE(Landfill Design and Construction) Manoj Singh,Ph.D.,PE(Permitting/Planning) Randall Sippel,PE,PG(Environmental Management) Anthony Aguilar,AHERA Analisa Gonzalez,PLS■ Jim Raney,AHERA Stephen Aguinaldo James W.Grasty,PG Robert Reding,LSIT■ Megan Ambuehl Sam Mauch,EIT Nicole Aldrich,GIT,QSP Kaitlyn Heck Tristan Rhodes,PG,CEG,QSD Brett Ballavance,PE Alexa Nelson,EIT Michael Bartosek Kirk Henning Eric Rowney,PE,PMP Sonya Betker Felipe Ortega,EIT Corey Baker■ Christian Hunter,Ph.D,PE Dorota Runyan,PE Andrew Feia Brad Sullivan Mark Becker Chaoying Jiao,Ph.D.,PG,CHG Brooklyn Saylor Chris Kaiser Jeffrey Tepeer Miguel Cisneros Jr.,QsP Gurleen Kaur Dan Schreiner,PG Ethan Ketelsen,PE John Terfehr Larissa Clark Justin Lieberman Julie Spahn,PE Christina Lammers Jason Warne,PE Brittany Demmer Iris Little Mario Sternad,PE James Dewoody Trevor Macenski Yasmeen Sultana S U B C O N S U LTA N TS Kristy Edblad,PE,QSD/P,CAPP Randy Mannon■ Sarah Trutner _ _ _ _ _ _ _ _ _ _ _ _ _ _ Scott Edblad,CAC,LRCST,CPESC,CESSWI,QSD/P,QISP Mark Mason,PG,LRCST,AHERA Brian Viggiano,PG Jim Babcock,Ph.D.,PG Mark Eisen Dion Monge,LRCST Eric Vogler,Ph.D. ■ Blair,Church&Flynn Hunter Eldridge,LSIT■ Michael Myers Sarah Von Raesfeld Mehdi Ghasemizadeh,Ph.D. Devon Owens Randell Scott West,PLS■ VENDORS Kyla Grasso,PG,QISP Steven Pierce,PG Richie Winn III - - — — — — — — — — — — — — AP Engineering and Testing,Inc. APPL,Inc. Cascade Drilling GPRS On Target Precision Locating Pace Analytical Note:See next page for reporting structure from the team up to the top level of the company, as required by the RFQ. Patriot Environmental Services Stantec Fresno County On-Call A&E Consultant Services for Public Works Projects 124 2.g. Organization Chart Johnston,Gord Johnston.Gord President&CEO President&CEU Johnston Gord 40' CEO&Corporate-Canada-Edmonton AB President&CEO CEO&Corporate-Canada-Edmonton AB . CEO d.Corporate-Canada-EdmorAnn AS V Lerner,Stuart ® Lerner.Stuart Executive Vice President,Chief Operating Officer-.., i.Clnl7,Stuart COO-US-New York NY Executive Vice PresiderrU Chief Operating Officer... Executive Vice President,Chid Operating Officer-.., COO-US-New York NY COOAJS-New York NY Seager,Bob � Executive Vice President,Environmental Services 0Ste•BOb Seager,Bob COO-Canada-Calgary AB ExtcuirveVlce PresideK Environmental Services Executive Vlce President,Environmental Services CDO-Canada-Calgary AB 1 COO-Canada-Calgary AS Grasty.Jim Senior Vice President;Business Leader-US West:E,., Andrachek,Richard Storlid,Scott Environ Services-US Pacific-Sacramento CA 4 Senior Vice President Senior Vice President.Business Leader,Environmen.., Environ Services-US Pacfic-Wa•nut Cree+.CA Environment Services-US North Central-Madison WI BenkoPr Rusty Vice Vice President Rowney Eric Meehan Christopher Environ Services-US Pacific-Sacramento CA ® principal , Senior Principal,Water Resources Engine Environ Services-US Pacific-Sacramento CA Environment Services-US N er Central-Golden Valley MN McTi Amy President Vice President Megan bue , Environ Services-US Pacific-Walnut Creek CA Am Principal,Disposal and Recovery Services Environment Services-US N Central-Maple Plain MN Carson,Ralph Principal Geologist Environ Services-US Pacific-Fresno CA ® Hanson,Randy Principal,Senior Project Manager• Environment Services-US N Central-Fargo ND ® Stoppelmann,Paul Senior Geologist Environ Services-US Pacific-Fresno CA Stantec Fresno County On-Call A&E Consultant Services for Public Works Projects 125 Deliverables — Appendix D Last updated: November 23, 2021 Prior to submissions, the CONSULTANT shall request from the PROJECT ADMINISTRATOR examples of acceptable drafting format and reproducible standards. Verification of compatible format will be required prior to final file delivery. A. Technical Report Standard Submittal Formats: 1. Standard submittal formats: a. Electronic copy sent via email: i. Microsoft Word (.docx) formatted for printing on 8 '/2" by 11" pages ii. Microsoft Excel (.xlsx) formatted for printing on 8 '/2" by 11" or 11" by 17" pages iii. Adobe (.pdf) formatted for printing on 8 '/2" by 11" or 11" by 17" pages iv. AutoCAD Civil 3D, as .DXF or .DWG files V. Other mutually agreed upon format. Hardcopies upon request. 2. Technical studies and estimates: a. Electronic copy sent via email: i. Microsoft Word (.docx) ii. Microsoft Excel (.xlsx) iii. Signed Final Version in Adobe (.pdf) iv. Other mutually agreed upon format. Hardcopies upon request. 3. Drawings: a. Electronic copy sent via email: i. AutoCAD Civil 3D as .DXF or .DWG files ii. Hardcopies upon request. B. Design Plans, Technical Specifications and Construction Estimate: 1. 30%, 60% and 90% plans, specifications and estimates for review a. Progress prints and final originals of the plans, specifications, and estimates. b. Standard submittal format c. Hardcopies on 22" X 34" pages (up to 10 copies) upon request. 2. Accepted Final original plans, specifications and estimates shall include a. Hardcopies i. Plan Set: One (1) original reproducible plan set on 22" by 34" sheets of 4 mil thick double matte film. ii. Cross Sections: One (1) reproducible copy of cross sections on 22" by 34" sheets of 4 mil thick double matte film. iii. Final Specifications and Engineer's Estimates: One (1) stamped and wet signed paper copy on 8 '/2" by 11" pages. b. Electronic copy sent via email i. Final plans, cross sections and slope stake information, design calculations, quantity calculations, and other design information as applicable to the PROJECT. ii. Final specifications and estimates iii. Plan sheets, cross sections, earthwork calculations and slope stake information shall be in: • AutoCAD Civil 3D iv. Specifications shall be in: • Microsoft Word (.docx) formatted for printing on 8 '/2" by 11" pages V. Final engineer's estimates shall be in: • Microsoft Excel (.xlsx) C. County-provided preliminary engineering survey data on existing structures and topographic mapping shall be in: a. AutoCAD Civil 3D b. Or other mutually agreed upon format (3 Stantec Appendix E Reference: Fee Schedules for On-Call Architectural & Engineering Consultant Services for Various Public Works Projects STANTEC RATE SHEETS Do-sign with community In mind V:\1896\2021 Proposals\Fresno County-On Call Services\Cost Proposal\0_Stantec_Fresno.On- Call FeeSch.Letter.20220404.docx 2022 MASTER ENVIRONMENTAL SERVICES (3 Sta ntec Charges for all professional, technical, and administrative staff directly charging time to the project will be calculated and billed on the basis of the following schedule. m"w'"LF A am • Junior Level Position 3 $105 . Works under the supervision of a senior professional 4 $1 16 . Independently carries out assignments of limited scope using standard procedures, methods 5 $132 and techniques e Assists senior staff in carrying out more advanced procedures • Completed work is reviewed for feasibility and soundness of judgment • Graduate from an appropriate post-secondary program or equivalent • Generally, less than four ears' experience Fully Qualified Professional Position 6 $136 e Carries out assignments requiring general familiarity within a broad field of the respective 7 $144 profession 8 $154 . Makes decisions by using a combination of standard methods and techniques • Actively participates in planning to ensure the achievement of objectives • Works independently to interpret information and resolve difficulties • Graduate from an appropriate post-secondary program,with credentials or equivalent • Generally,three to six ears' experience First Level Supervisor or First Complete Level of Specialization 9 $159 e Provides applied professional knowledge and initiative in planning and coordinating work 10 $164 programs 11 $179 e Adapts established guidelines as necessary to address unusual issues • Decisions accepted as technically accurate, however may on occasion be reviewed for soundness of judgment • Graduate from an appropriate post-secondary program,with credentials or equivalent • Generally,five to nine ears' experience Highly Specialized Technical Professional or Supervisor of Groups of Professionals 12 $188 . Provides multi-discipline knowledge to deliver innovative solutions in related field of expertise 13 $198 e Participates in short and long range planning to ensure the achievement of objectives 14 $208 . Makes responsible decisions on all matters,including policy recommendations,work methods, and financial controls associated with large expenditures • Reviews and evaluates technical work • Graduate from an appropriate post-secondary program,with credentials or equivalent • Generally,ten to fifteen ears' experience with extensive, broad experience Senior Level Consultant or Management 15 $220 e Recognized as an authority in a specific field with qualifications of significant value 16 $243 e Provides multidiscipline knowledge to deliver innovative solutions in related field of expertise 17 $251 e Independently conceives programs and problems for investigation e Participates in discussions to ensure the achievement of program and/or project objectives • Makes responsible decisions on expenditures,including large sums or implementation of major programs and/or projects • Graduate from an appropriate post-secondary program,with credentials or equivalent • Generally, more than twelve ears' experience with extensive experience Senior Level Management Under Review by Vice President or Higher 18 $256 . Recognized as an authority in a specific field with qualifications of significant value 19 $266 e Responsible for long range planning within a specific area of practice or region 20 $276 . Makes decisions which are far reaching and limited only by objectives and policies of the 21 $293 organization • Plans/approves projects requiring significant human resources or capital investment • Graduate from an appropriate post-secondary program,with credentials or equivalent • Generally,fifteen years' experience with extensive professional and management experience Expert Witness Services carry a 50%premium on labor. Overtime will be charged at 1.5 times the standard billing rate. All labor rates will be subject to annual increase. 1_Stantec 2022 Master ES Rate Table-2 wo Titles (10%).doc Page 1 of 1 2022 MASTER ENVIRONMENTAL SERVICES Stantec Other Direct Disbursements: Disbursement Vehicle Mileage Prevailing IRS Rate Subcontract Services Actual Cost+10% Travel/Per Diem Actual Cost+10% Capital Purchases and Expendable Materials Actual Cost+10% Postage and Shipping Actual Cost+10% Standard Field Equipment See Attached Schedule Standard Field Eauipment: Standard Field Equipment Rate Air Sam lin Equipment 75/da Bailer-Disposable 10/each Bailer-Disposable Weighted 20/each Bailer-Quick E-Bailer System 95/da Bailer-Reusable $25/da Drum-55 Gallons 75/each Digital Camera 30/da Drae er Sampler tubes not included $35/da Field Communication-Two-Wa Radio 25/da Field Computer $60/da Field Test Kit-Groundwater 60/each Field Test Kit-Soil $60/each Field Test Kit-SVE 60/each Field Vehicle-Mileage Prevailing IRS rate Field Vehicle $150/day Field Vehicle-Sampling Truck $305/da Field Vehicle-Truck/Van $175/day Flame Ionization Detector(FID) $160/da Generator $80/day Gloves-Colored Cloth $5/ air Gloves-Colored Leather $20/ air Gloves-Colored Nitrile $0.30/pair Gloves-Kevlar Under Glove $10/ air H&S-Level B Safety Equipment $205/day H&S-Level C Safety Equipment $105/da H&S-Level D Safety Equipment $65/day H&S-Traffic Control Equipment $75/day Hand Auger $35/da Low Flow Purge/Sampling System $95/day Meter-Oil/Water Interface $65/day Meter-Anemometer $30/day Meter-CO $75/day Meter-Data Logger $155/day Meter-Dissolved Oxygen $75/day Meter-DO/ORP/Temp/Conductivity $1 10/day Meter-Dosimeter $50/day Meter-Ferrous Iron $10/day Meter-Flow $35/day Meter-H2S Detector $90/day Meter-LEL/02 $90/day Meter-Magnehelic (Gauge) $40/day Stantec 2022 Master ES Field Equipment.doc Page 1 of 2 2022 MASTER ENVIRONMENTAL SERVICES Stantec Standard Field Eauipment(continuedl: Standard Field Equipment Rate Meter-Magnetometer 55/da Meter-Manometer 30/da Meter-Measurin Wheel 10/da Meter-Metal Detector 50/da Meter-Multimeter 120/da Meter-02/CO2 120/da Meter-ORP 30/da Meter-Otherquote/day Meter-Ozone 30/da Meter-pH/Temp/Conductivity 35/da Meter-Turbidity 80/da Meter-Dust Monitor 130/da Meter-Velocity 30/da Meter-Water Level Indicator 40/da Photoionization Detector PID 120/da Pressure Washer $50/da Pump-Air Sampling 50/da Pump-Centrifu al $55/da Pump-Groundwater Sampling 120/da Pump-Peristaltic 55/da Pump-Trash $40/da Pump-Well Sampling 30/da Pump-Well Sampling/Purge $50/da Reproduction- 1 1x17 Color Plot/Print/Co $2/copy Reproduction-24x36 Color Plot/Print 0/copy Reproduction-8.5xl 1 B&W Copies $0.15/copy Reproduction-8.5xl 1 Color Copies $1.25/copy Reproduction-Oversized B&W Plot/Print $1/copy Reproduction-Oversized Color Plot/Print $15/copy Soil Sample Ring/Sleeve $1 1/each Survey Equipment-Laser Plane Level&Receiver $220/da Transducer $35/each Tedlar Bag $20/each NOTE: Other equipment needs will be priced on a per project basis. Stantec 2022 Master ES Field Equipment.doc Page 2 of 2 (3 Stantec Reference: Fee Schedules for On-Call Architectural & Engineering Consultant Services for Various Public Works Projects SUBCONSULTANT RATE SHEETS Do-sign with community In mind V:\1896\2021 Proposals\Fresno County-On Call Services\Cost Proposal\0_Stantec_Fresno.On- Call FeeSch.Letter.20220404.docx James W. Babcock, PhD, PG SUMMARY OF STANDARD CHARGES This Summary of Standard Charges describes the basis for compensation and terms of payment. All rates presented apply to services rendered from January 1, 2022 to the end of the first three year contract period. It may be subject to adjustment annually after the initial three year contract period. Hourly and cost rates may be adjusted in accordance with the provisions of the Consultant Agreement. Invoices for services provided by James W. Babcock, Consulting Geologist, consist of: (1) hourly rate professional services fees; (2) material and equipment expenditures and usage; (3)subcontractor costs; (4)travel, shipping, and communications charges; and (5)sales or gross receipt taxes, as applicable. Hourly rate fees for professional services are indicated below: Principal (J.W. Babcock) $210.00 ADDITIONAL TERMS Invoicing and Payment: Progress invoices will be issued monthly and payment is due within thirty(30) days of invoice date. Invoices for subcontractor charges are payable upon presentation. Non-standard, client-requested invoice formats and supporting documentation will be invoiced at$50.00 per hour plus expenses. A finance charge of 1.5% per month will be payable on past due account balances after 60 days. Other Direct Costs: All expenses incurred for a project, except in-house services ,from outside vendors will be invoiced at cost plus 5%. These items may include, but are not limited to: shipping charges, printing, supplies, equipment, travel expenses, meals, lodging, rental vehicles, field supplies,field equipment charges; premiums for insurance, bonds, and letters of credit required by the client in addition to normal coverage; project-required permits and licenses; etc. will be invoiced at cost plus 5%. Vehicles: Charges for company vehicle usage will be charged on a per mile basis. Company and personal vehicles will be charged at the IRS allowable mileage reimbursement rate. Subcontracts: Subcontractor(drillers, analytical labs, etc.)charges will be invoiced at cost plus 5%. Litigation/Arbitration/Claim Resolution Services: For work preparing expert reports, arbitration documents, and claim resolution materials the fee is 150% of the standard rate. For DEPOSITION, TRIAL AND PUBLIC HEARING TESTIMONY the fee is 200%of the standard rate—rates for deposition, trial testimony and public hearing will only apply to person giving testimony. All other rates will apply for all other services.Any deposition, trial and public hearing testimony will be billed on a daily basis (minimum 8 hours), not hourly. Summary of Charges—Stantec-Fresno County Projects 2022-2025 Blair, Church DAynn CONSULTING ENGINEERS 451 Clovis Ave., Suite 200 • Clovis CA 93612• Tel (559)326-1400 January 1, 2021 GENERAL CONSULTING FEE SCHEDULE PREVAILING WAGE PROJECTS CLASSIFICATION RATE Principal................................................................................................$170.00/Hour Program Manager.................................................................................$165.00/Hour Professional Engineer 3........................................................................$160.00/Hour Professional Engineer 2........................................................................$150.00/Hour Professional Engineer 1 ........................................................................$140.00/Hour Assistant Engineer 3.............................................................................$120.00/Hour Assistant Engineer 2.............................................................................$110.00/Hour Assistant Engineer 1 .............................................................................$105.00/Hour Professional Land Surveyor 2 ............................................................... $150.00/Hour Professional Land Surveyor 1 ............................................................... $140.00/Hour Assistant Surveyor................................................................................$105.00/Hour Land Services Technician .......................................................................$95.00/Hour Professional Landscape Architect..........................................................$125.00/Hour Landscape Designer.............................................................................$100.00/Hour Design Technician ................................................................................$110.00/Hour CAD Technician 3...................................................................................$98.00/Hour CAD Technician 2...................................................................................$88.00/Hour CAD Technician 1 ...................................................................................$75.00/Hour Environmental Consultant..................................................................... $120.00/Hour Construction Manager........................................................................... $120.00/Hour Construction Inspector"........................................................................ $100.00/Hour Construction Administrator......................................................................$85.00/Hour Staff Analyst............................................................................................$90.00/Hour Administrative Assistant..........................................................................$65.00/Hour Engineering Aide.....................................................................................$55.00/Hour Survey Party Mobilization........................................................................$80.00/Hour 1-Man Survey Party"............................................................................ $180.00/Hour 2-Man Survey Party"............................................................................ $350.00/Hour LiDAR Scanner..................................................................................... $200.00/Hour Equipment Rental and Associated Expense..............................................Cost x 1.10 Materials, Printing, Subconsultant Procurement ........................................Cost x 1.10 Mileage.......................................................................................@ Current IRS Rate *'May be subject to change based upon revisions to the State of California Prevailing Wage Determinations U:\fees-schedules\2021-fees\General Consulting 2021 Prevailing Wage.doc (3 Stantec Reference: Fee Schedules for On-Call Architectural & Engineering Consultant Services for Various Public Works Projects VENDOR RATE SHEETS Do-sign with community In mind V:\1896\2021 Proposals\Fresno County-On Call Services\Cost Proposal\0_Stantec_Fresno.On- Call FeeSch.Letter.20220404.docx AP Engineering and Testing, Inc. DOE MBEISBE /,- 2607 Pomona Boulevard I Pomona,CA 91768 t.909.869.6316 I f.909.869,6318 I www.aolaboratory.com 2022 SCHEDULE OF FEES LABORATORY TESTING SERVICES EFFECTIVE JANUARY 1,2022 The following unit rates are for tests routinely performed at our geotechnical laboratory in Pomona,California. Normal turnaround time(TAT)is 5 business days for most tests. Rush basis is available for some tests with an additional charge of 60,40, 30, 20 and 10% for same day, 1,2, 3 and 4 business days TAT, respectively.Samples received after 12 PM will be considered as the next day morning delivery. Call our office for the availability of rush testing. A. Identification and Index Properties Test Unit Price Visual Classification-ASTM D2488 $25.00 Moisture Content-ASTM D2216 $12.00 Moisture Content& Density-ASTM D2216 and D7263 Shelby Tube Sample $29.00 Ring Sample $20.00 Atterberg Limits-ASTM D4318 Three Point $105.00 One Point $70.00 Non-Plastic $45.00 Particle-Size Analysis Coarse and Fine Sieve Analyses for Soils (from No. 200 to 3 inch) -ASTM D6913 or C136, CT 202 $155.00 Fine Sieve Analysis for Soils (from #200 to No. 4 sieve) -ASTM D6913 or C136, CT 202 $100.00 Particle-Size Analysis ( Hydrometer with Fine Sieve as above) -ASTM D6913 & D7928 $145.00 Particle-Size Analysis (Hydrometer with Coarse+Fine Sieves as above) -ASTM D6913 & D7928 $195.00 Percent Passing#200 Sieve -ASTM D1140 $65.00 Specific Gravity Fine (passing No. 4 sieve)-ASTM D854 $65.00 Coarse (retained on No.4 sieve)-ASTM C127 $85.00 Porosity(Total,Air-Filled &Water Filled) (Test includes density and specific gravity) $150.00 Sand Equivalent Value-ASTM D2419 $70.00 Photograph of Specimen $5.00 B. Soil Corrosivity and Organic Content Soil pH-DOT CA Test 643 $20.00 Electrical Resistivity-DOT CA Test 643 $50.00 Sulfate Content-DOT CA Test 417-B $50.00 Chloride Content-DOT CA Test 422 $50.00 Corrosion Suite including all above $138.00 Organic Matter Content-ASTM D2974 $70.00 C. Compaction, CBR and R-value Standard Proctor Compaction-ASTM D698 Method A (4-inch mold) $140.00 Method B or C (6-inch mold) $155.00 Modified Proctor Compaction-ASTM D1557 (including rock correction w/assumed Specific Gravity) Procedures A and B (4-inch mold) $155.00 Procedure C (6-inch mold) $170.00 Caltrans CT 216 $195.00 California Bearing Ratio (CBR)-ASTM D1883 (proctor compaction charged separately) Three Points $420.00 One Point $190.00 R-Value-ASTM D2844 $240.00 Samples treated with Lime or Cement $60.00 Page 1 of 2 D. Shear Strength Pocket Penetrometer $10.00 Torvane $10.00 Direct Shear-ASTM D 3080 (Regular Shear Rate=0.025 in/min, otherwise noted below) Single Point Direct Shear with stress-strain curve (regular speed =0.025 in/min) $88.00 3-Point Direct Shear with stress-strain curves (regular speed =0.025 in/min) $200.00 3-Point Direct Shear with stress-strain curves (slow speed =0.005 in/min) $275.00 Residual Shear Strength (5 passes of shearing, regular 0.025 in/min speed)) $350.00 Shelby Tube Cutting,Trimming or Remolding of Specimens (per sample) $40.00 Static Uniaxial and Triaxial Strength Tests Unconfined Compression (UC) -ASTM D2166 $115.00 Unconsolidated Undrained (UU,Q)-ASTM D2850 $140.00 Consolidated Undrained (CU,R) with Pore Pressure Measurement (per point) -ASTM D4767 $330.00 Consolidated Drained (CD,S) with Volume Change on Sands (per point) -ASTM D7181 $330.00 Three-Staged CU Triaxial Tests (lsample, 3 confining pressures) $730.00 Shelby Tube Cutting,Trimming or Remolding of Specimens (per sample) $40.00 E. Consolidation and Swell Tests Consolidation Test-ASTM D2435 Double increment loading up to 12.8 or 16 ksf and unload (10 total loads) (no full time readings/plots) $175.00 Each additional load or unload without full time readings/plots $15.00 Full time readings and plot of time curve per load $40.00 Shelby Tube Cutting,Trimming or Remolding of Specimens (per sample) $40.00 Expansion Index Test-ASTM D4829 $98.00 Single Load Swell/Collapse Test-ASTM D4546 $98.00 F. Permeability Tests Constant Head Permeability of Granular Soils-ASTM D2434 $180.00 Triaxial Permeability in Flexible-Wall Permeameter-ASTM D5084 -Measurement at One Effective Stress $180.00 -Each Additional Effective Stress $80.00 Shelby Tube Cutting,Trimming or Remolding of Specimens (per sample) $40.00 G. Rock Core Tests Uniaxial Compressive Strength of Rock Core (no stress-strain curve) $148.00 -Initial Tangent Modulus of Elasticity Call for Pricing Rock Core Cutting(per specimen) $40.00 Slake Durability(ASTM D4644) $175.00 Point Load Index (ASTM D5731) $95.00 H. Other Special Tests Pin Hole Dispersion $255.00 Using pH to Estimate the Soil-Lime Proportion Requirement for Soil Stabilization, ASTM D 6276 $160.00 LA Abrasion, ASTM C 131 -Method A $250.00 -Method B & C $185.00 -Method D $120.00 I. Sample Pickup, Disposal and Return Policy Sample Pickup up to 150 Ibs within 30 miles radius area (24-hour notice is required) $100.00 Sample Disposal Policy: The remaining portions of tested samples will be disposed of 30 days after project completion without notice. A disposal fee of$15 per bag will be imposed on all untested bulk samples. J. Rings and Cans Preparation of clean rings and cans (recycled 6 rings per can) $5.00/can For inquiries please call our office at(909)869-6316 or email tojustin@aplaboratory.com Page 2 of 2 "'U 908 North Temperance Ave.•Clovis,CA 93611•Phone 559-275-2175•Fax 559-275-4422 APPL SERVICE CATALOG&FEE SCHEDULE:2022 APPL Standard Parameter Method Matrix Unit price Pesticides,Herbicides,&PCBs Organochlorine(OCL)Pesticides EPA 8081A/B Soil or Water $ 125.00 Tech.Chlordane EPA 8081A/B Soil or Water Add$25 PCBs/Aroclors EPA 8082 and 8082A Soil or Water $ 100.00 PCBs in Oil EPA 8082 and 8082A Oil $ 75.00 Organochlorine(OCL)Pesticides and EPA 8081A/B and EPA Soil or Water $ 175.00 PCBs/Aroclors(combined extraction and analysis) 8082/8082A Organophosphorus(OP)Pesticides EPA 8141A/B Soil or Water $ 175.00 Carbamate Pesticides(Standard list) EPA 8321A/B Soil or Water $ 275.00 Chlorinated Herbicides EPA 8151A Soil or Water $ 225.00 Pesticide/Herbicide Special(non-standard) 8081A/B,8141A/B or Soil or Water call for quote Analytes 8151 A Standard Analyte Lists OCL Pesticides-EPA 8081AIB:a-BHC,b-BHC,g-BHC(Lindane),d-BHC,Heptachlor,Aldrin,Heptachlor epoxide,g-Chlordane,Endosulfan I,a-Chlordane,4,4'-DDE,Dieldrin,Endrin,Endosulfan Il,4,4'-TDE/DDD,Endrin aldehyde,4,4'-DDT,Endosulfan sulfate,Endrin ketone,Methoxychlor,Toxaphene PCBs-EPA 8082/8082A:PCB-1016,PCB-1232,PCB-1242,PCB-1248,PCB-1254,PCB-1260,PCB 1262,PCB 1268 OP Pesticides-EPA 8141:Dichlorvos,Naled,Mevinphos,Trifluralin,Ethoprop,Phorate,Demeton(Total), Diazinon,Disulfoton,Dimethoate,Ronnel,Parathion(methyl-),Malathion,Trichloronate,Chlorpyrifos(Dursban), Parathion(ethyl-),Fenthion,Prowl(Pendimethalin),Merphos,Def,Tokuthion,Stirophos,Ethion,Bolstar, Fensulfothion,EPN,Azinphosmethyl,Coumaphos,Sulfotep Carbamate Pesticides—EPA 8321 Aldicarb,Aldicarb sulfone,Aldicarb sulfoxide,Carbaryl,Carbofuran,3- Hydroxycarbofuran,Methomyl,Methiocarb,Oxamyl,Diuron,Propoxur Herbicides-EPA 8151:2,4,5-T,2,4,5-TP,2,4-D,2,4-DB,Dalapon,Dicamba,Dichlorprop(2,4-DP),Dinoseb (DNBP),MCPA,MCPP Semi-Volatile Organic Analysis Semivolatile Organic Compounds EPA 8270C/D/E Soil or Water $ 175.00 Semivolatile Organic Compounds(Polynuclear EPA 8270C/D/E SIM Soil or Water $ 125.00 Aromatic Hydrocarbons)(PAHs) 1,4-dioxane EPA 8270C/D/E SIM Soil or Water $ 125.00 Fumigants(EDB,DBCP,1,2,3-TCP) EPA 8011 Water $ 100.00 Fumigants(EDB,DBCP,1,2,3-TCP) EPA 504.1 Drinking water $ 100.00 Fumigants(EDB,DBCP,1,2,3-TCP)-low level DOHS/Lab SOP Water $ 100.00 Fumigants(EDB,DBCP,1,2,3-TCP) Lab SOP Soil $ 100.00 MITC EPA 131 Soil $ 125.00 MITC EPA 131 Water $ 100.00 Sulfolane Lab SOP Water $ 130.00 APPL SERVICE CATALOG&FEE SCHEDULE:2022 APPL Standard Parameter Method Matrix Unit price Volatile Organic Analysis Volatile Organic Compounds EPA 82606/C/D Soil or Water $ 100 Volatile Organics,SIM,Low Level(short list) EPA 8260B/C/D SIM Water $ 125 Volatile Organic Compounds EPA 524.2 Drinking water $ 125 1,2,3-TCP(SIM) SRL 524M-TCP Drinking water $ 150 Dissolved Gasses(Methane,Ethane,&Ethene) RSK 175 Water $ 85 Dissolved Gasses(Methane only) RSK 175 Water $ 75 Terracore Sampler kit for EPA5035(per sample,1 required) $ 10 Hawaii sample Prep Total Petroleum Hydrocarbons TPH-Gasoline Range Organics(GRO) EPA 826013/C/D Soil or Water $ 60 TPH-Gasoline Range Organics(GRO) NWTPH-Gx Soil or Water $ 65 TPH-Gasoline Range Organics(GRO) AK101 Soil or Water $ 75 TPH-GRO plus Volatile Organic Compounds EPA 826013/C/D Soil or Water $ 125 GRO(C6-C10)and BTEX EPA 826013/C/D Soil or Water $ 125 BTEX/MTBE EPA 82606/C/D Soil or Water $ 100 BTEX and Oxygenates EPA 82606/C/D Soil or Water $ 100 Oxygenates Only(MtBE,tBA,DIPE,EtBE,tAME, EPA 82606/C/D Soil or Water $ 100 1,2-DCA,2-EDB) TPH-Diesel Range Organics(DRO) EPA 8015B/C/D Soil or Water $ 75 TPH-Diesel&Motor Oil Range Organics EPA 8015B/C/D Soil or Water $ 85 Total Petroleum Hydrocarbons(TPH)-Diesel NWTPH-Dx Soil or Water $ 75 TPH Diesel,Alaska AK102 AK102 Soil or Water $ 75 TPH Residual,Alaska AK 102/103 AK102/103 Soil or Water $ 90 Total Petroleum Hydrocarbons(TPH) TCEQ 1005 Soil or Water $ 100 Kansas Low Range Hydrocarbons C5-C8 KS-LRH Soil or Water $ 100 Kansas Mid-High Range Hydrocarbons C9-C18 KS-MRH/HRH Soil or Water $ 100 C19-C35 HRMS 2,3,7,8-TCDD EPA 1613B Drinking Water $ 300 2,3,7,8-TCDD EPA 1613B Water $ 500 Dioxins&Dibenzofurans EPA 1613B Water $ 700 2,3,7,8-TCDD EPA 8290,EPA 8290A Soil or Water $ 500 Dioxins&Dibenzofurans EPA 8290,EPA 8290A Soil or Water $ 700 APPL SERVICE CATALOG&FEE SCHEDULE:2022 APPL Standard Parameter Method Matrix Unit price HPLC Explosives EPA 8330A Soil or Water $ 140 Explosives EPA 8330B Water $ 140 Perchlorate by LCMS EPA 6850 Water $ 160 Nitroguanadine/Guanadine Nitrate EPA 8321A water/soil $ 200 Picric Acid/Ammonium Picrate EPA 8321A water/soil $ 200 Duplicate/Triplicate EPA 8330E Soil cost per test ISM PREP Explosives Incremental sample preparation EPA 8330E 1 test Soil $ 120 (dry/sieve/grind) ISM Prep VOA 1 Test Soil $ 50 ISM Prep Wet for organics(sieve only) 1 test Soil $ 60 ISM Prep Dry for organisc or metals(dry/sieve) 1 Test Soil $ 90 Each additional test per additional test soil $ 15 PE-LCS (SRM)w/o Tetryl (MAY be waived for EPA 8330E Soil $ 300 larger projects) PE-LCS (SRM)w/Tetryl EPA 8330E Soil $ 450 Duplicate/Triplicate EPA 8330B Soil cost per prep ISM VOA Container with Methanol per contanier Soil $ 5 PFAS PFAS(list of 18 compounds) EPA 537.1 Drinking water $ 225 PFAS(list of 25 compounds) EPA 533 Drinking water $ 275 PFAS(PFOA/PFOS only) APPL SOP by LCMS/MS Water or Soil $ 225 with Isotope dilution PFAS(standard list of 24 compounds) APPL SOP by LCMS/MS Water or Soil $ 225 with Isotope dilution PFAS(expanded list 32 compounds) APPL SOP by LCMS/MS water $ 275 with Isotope dilution PFAS(standard list of 24 compounds) APPL SOP by LCMS/MS Tissue $ 400 with Isotope dilution PFAS(standard list of 24 compounds) APPL SOP by LCMS/MS AFFF $ 300 with Isotope dilution PFAS(list of 18 compounds) PFAS by LCMS/MS compliant with QSM 5.3 Drinking water $ 225 Table B-15 PFAS(PFOA/PFOS only) PFAS by LCMS/MS compliant with QSM 5.3 Water or Soil $ 225 Table B-15 PFAS(standard list of 24 compounds) PFAS by LCMS/MS compliant with QSM 5.3 Water or Soil $ 225 Table B-15 PFAS(expanded list 32 compounds) PFAS by LCMS/MS compliant with QSM 5.3 Water or Soil $ 275 Table B-15 PFAS(standard list of 24 compounds) PFAS by LCMS/MS compliant with QSM 5.3 AFFF $ 300 Table B-15 APPL SERVICE CATALOG&FEE SCHEDULE:2022 APPL Standard Parameter Method Matrix Unit price Metals Suites TAL metals(23) EPA 6010B/C/D,6020/ Al,Sb,As,Ba,Be,Cd,Ca,Cr,Co,Cu,Fe,Pb,Mg, 6020A/B,200.7 or 200.8/ Soil or Water $ 140 Mn,Hg,Ni,K,Se,Ag,Na,TI,V,Zn EPA 7470A/7471 B or 245.1 CAM 17(Sb,As,Ba,Be,Cd,Cr,Co,Cu,Pb,Hg, EPA 6010B/C/D,6020/ Mo,Ni,Se,Ag,TI,V,Zn) 6020A/B,200.7 or 200.8/ Soil or Water $ 140 EPA 7470A/7471 B or 245.1 Priority Pollutants(Sb,As,Be,Cd,Cr,Cu,Pb,Hg, EPA 6010B/C/D,6020/ Ni,Se,Ag,TI,Zn)(13) 6020A/B,200.7 or 200.8/ Soil or Water $ 130 EPA 7470A/7471 B or 245.1 RCRA 8(As,Ba,Cd,Cr,Pb,Hg,Se,Ag) EPA 6010B/C/D,6020/ 6020A/B,200.7 or 200.8/ Soil or Water $ 100 EPA 7470A/7471 B or 245.1 LUFT Metals(Cd,Cr,Pb,Ni,Zn) EPA 6010E/C/D,6020/ Soil or Water $ 70 6020A/B,200.7 or 200.8 Metals-Individual Mercury EPA 7470A/7471 B or 245.1 Soil or Water $ 40 Single Metal EPA 6010B,6010C, 6010D,6020,6020A, Soil or Water $ 30 6020B, 200.7 or 200.8 Each Additional Metal EPA 6010B,6010C, 6010D,6020,6020A, Soil or Water $ 10 6020B, 200.7 or 200.8 Hexavalent Chromium EPA 7196 or 7196A Water $ 50 Hexavalent Chromium-Low level EPA 7199,218.6 or 218.7 Water $ 100 Hexavalent Chromium EPA 7196A/3060A Soil $ 80 Hexavalent Chromium-Low level EPA 7199 Soil $ 150 Ferrous Iron SM 3500FeBc Water $ 50 Hardness(calculation,includes Ca and Mg) SM23406/6010B/C/D/ Water $ 40 200.7 Hardness(calculation only) SM2340B Water $ 10 Cation Exchange Capacity SW9081 Soil $ 175 APPL SERVICE CATALOG&FEE SCHEDULE:2022 APPL Standard Parameter Method Matrix Unit price Inorganic Chemistry(Wet Lab) Alkalinity(Incl.HCO3,CO3,OH) SM2320B Soil or Water $ 30 Ammonia,Total(as N) EPA 350.1 Water $ 40 Anions by IC-Individual Anion EPA 300.0 or 9056A (Bromide,Chloride,Fluoride,Nitrate-N,Nitrite-N, Soil or Water $ 30 Orthophosphate-P,Phosphate-P,or Sulfate) Anions by IC-each additional Anion EPA 300.0 or 9056A Soil or Water $ 10 Carbon,Total Organic in soil(TOC) Walkley-Black modified Soil $ 70 Carbon,Total Organic in water(TOC) EPA 9060A,SM 5310C Water $ 70 Cyanide,Total EPA 9010C/9014 or Soil or Water $ 50 SM4500CNE General Physical:Color SM 2120B Water $ 25 General Physical:Odor SM 2150B Water $ 25 General Physical:Turbidity EPA 180.1,SM2130B Water $ 25 Ignitability EPA 1030 Soil $ 40 Moisture Content("dry-weight"reporting) ISM02.2,Exhibit D,section Soil $ 10 10.0 Nitrate-Nitrite as N(TOXN): EPA 353.2 Soil or Water $ 45 Nitrite as N EPA 353.2 Soil or Water $ 35 Nitrate as N EPA 353.2 Soil or Water $ 35 Nitrogen,Total Oxidizable(TOX-N): EPA 353.2 Soil or Water $ 45 Nitrogen,Total Organic(TON)(TON=TKN— SM 4500-N Soil or Water $ 75 Ammonia-N): Nitrogen,Total Inorganic(TIN) SM 4500-N Soil or Water $ 75 Nitrogen,Total(Kjeldahl Method)(TKN) EPA 351.2 Soil or Water $ 45 Nitrogen,Total(TN)(TN=TOXN+TKN) SM 4500-N Soil or Water $ 75 Nitrocellulose EPA 353.2 Soil or Water $ 100 Orthophosphate-P SM4500PE Soil or Water $ 45 Phosphorus,Total SM4500PE Soil or Water $ 45 Paint Filter Liquids Test SW846 9095 Soil or Water $ 45 pH/Corrosivity EPA 9040C or SM4500H+B Water $ 20 pH/Corrosivity EPA 9045D Soil $ 25 Solids,Total Dissolved(filterable)(TDS) SM2540C Water $ 25 Solids,Total Suspended(non-filterable)(TSS) SM2540D Water $ 25 Solids,Total(TS) SM2540B Water $ 25 Solids,Settleable SM2540F Water $ 25 Specific Electrical Conductance EPA 120.1,SM2510B Water $ 20 Specific Electrical Conductance SM2510B Soil $ 25 Sulfide,Total SM4500S 2F Soil or Water $ 50 Oxidation Reduction Potential(ORP) SM 2580B So it orWater $ 30 APPL SERVICE CATALOG&FEE SCHEDULE:2022 APPL Standard Parameter Method Matrix Unit price Leachate Extractions TCLP ZHE Extraction:EPA 1311(for volatile EPA 1311 Soil $ 110 leaching) TCLP EPA 1311 Soil $ 60 SPLP EPA 1312 Soil $ 60 STLC:Cal WET(Citric Acid) Cal WET Soil $ 70 STLC:Cal WET(DI Water) Cal WET Soil $ 70 Cleanups Silica Gel Cleanup EPA 3630C extract $ 40 48 hour Gravity Separation CA DHS LUFT Water $ 20 Sulfur Cleanup(copper cleanup) EPA 3660B extract $ 10 Acid Cleanup(for PCBs) EPA 3665A extract $ 15 Centrifuge Lab SOP extract $ 25 Florisil Cleanup EPA 3620E extract $ 20 Extra Services EDD:Standard Excel 0% EDD:ERPIMS,EDT,NEDTS,Geotracker/EDF,ADR/SEDD,or EQUIS 10% EDD:FUDSChem 25% Custom EDD:Call for quote Level II report(Sample results,surrogate recoveries,cover letter,and QC sample results) 0% Level III report(Level II+sample receipt forms,COC,case narrative,ICV/CCV/CCB values,and 5% Level IV report(Level III+preparation sheets,raw data for samples and calibrations) 10% Miscellaneous Rates Wipe Sample Kit $ 20 Compositing(per discrete sample) $ 5 Lab Filtering(per sample) $ 10 Add Tentatively Identified Compounds(TICS)to GC/MS analysis $ 30 Login fee for samples on hold $10/sample Sample Disposal per sample submitted $ 3 DI Water PFAS Free per liter $ 20 Courier Rate Available at$100 per hour 1 hour minimum Use of APPL Fed Ex account $150 per cooler Project Minimum APPL invoice minimum $100 per project Subcontract surcharge Tests requested but not listed can be subcontracted. Rates will be quoted on a project specific basis. TATs may be extended Expedited Result Surcharges All Turn around times will be confirmed before acceptance. 10-15 Business days Please add 2 business 0% days to STCL and TCLP 7 business days 25% 5 business days 50% 3 business days(call for availability) 75% 2 business days(call for availability) 100% 1 business day(call for availability) 200% CASCADE DRILLING I TECHNICAL SERVICES A.EQUIPMENT Drilling/Auger Mob/De-Mob Truck/Track/Mile $25 Truck/Track Mounted Drill Rig Operation Rate(10 Hrs/Day) $425.00/HR Truck Mounted Drill Rig Boring/Foot(Sampling 5'int) $42.00/FT Limited Access Drill Rig Boring/Foot(Sampling 5'int) $45.00/FT Truck Mounted Drill Rig Boring/Foot(Continuous Sampling) $47.00/FT Limited Access Drill Rig Boring/Foot(Continuous Sampling) $52.00/FT Install 2"PVC Well/Foot In addition to hourly rate $28 Install 4"PVC Well/Foot In addition to hourly rate $38 Install 2"PVC Well/Foot In addition to footage rate $28 Install 4"PVC Well/Foot In addition to footage rate $38 Overdrill 2"PVC Well/Foot Backfill Materials(in addition to day rate) $10 Overdrill 4"PVC Well/Foot Backfill Materials(in addition to day rate) $12 Overdrill 2"PVC Well/Foot Backfill with cement and cap with concrete $36 Overdrill 4"PVC Well/Foot Backfill with cement and cap with concrete $44 Backfill Boring/Foot 6"bore hole(in addition to day rate) $8 Backfill Boring/Foot 8"bore hole(in addition to day rate) $10 Backfill Boring/Foot 6"bore hole(in addition to footage rate) $12 Backfill Boring/Foot 8"bore hole(in addition to footage rate) $16 Drilling/Sonic Mob/De-Mob Truck/Track/Mile $45 Truck/Track Mounted Sonic Rig Operation Rate(10 Hrs/Day) $920/HR Truck Mounted Sonic Rig Boring/Foot $95/FT Track Mounted Sonic Rig Boring/Foot $135 Drilling/Air,Mud,ARCH Mob/De-Mob Truck/Track/Mile $45 Truck/Track Mounted Rotary Rig Operation Rate(10 Hrs/Day $950/HR Truck Mounted Rotary Rig Boring/Foot(non-cased)Air/Mud(up to 8"hole) $135 Track Mounted Rotary Rig Boring/Foot(non-cased)Air/Mud(up to 8"hole) $145 Truck Mounted Rotary Rig 9 5/8"Casing/Foot $140 Track Mounted Rotary Rig 9 5/8"Casing/Foot $195 Rotary Rig/Foot Casing larger than 9 5/8"(Bid per job site)I NA Drilling/Probe Mob/De-Mob Truck/Track/Mile $20 Truck/Track Probe Rig Operation Rate(10 Hrs/Day)7700 series or smaller $280HR Probe Boring/Foot DT 22(includes liners) $34 Probe Boring/Foot DT 35(includes liners) $36 Probe Boring/Foot DT 45(includes liners) $42 Hydropunch/Foot For water samples $6 3/4"PVC/Foot For water samples $8 Soil Vapor Points/Each Includes teflon tubing(up to 5') $95 Backfill Materials/Foot Cement(2.25"hole) $3 Backfill Materials/Foot Cement(3.5"hole) $5 Backfill Materials/Foot Cement(4.5"hole) $6 Concrete Coring/Each 4"diameter up to 6"thick $95 Dolly Rig/Day Day rate only $2250 Telescoping Casing Bid per job NA Drilling with auger(Combo) Bid per job NA Track Mounted 8040 Rig Operation Rate(10 Hrs/Day) $280/HR Probe Boring/Foot DT 35(8040 Rig) $30 Probe Boring/Foot DT 45(8040 Rig) $38 CASCADE DRILLING I TECHNICAL SERVICES Drilling/Coring(PQ or HQ) Mob/De-Mob Truck/Track/Mile $25 Truck/Track Core Rig Operation Rate(10 Hrs/Day) $425/HR Coring/Foot Up to 100' $50 Coring/Foot 100'to 200' $60 Coring/Foot 200'to 300' $85 Coring/Foot Over 300'will be bid per job basis NA Backfill/Foot Cement(PQ Core Hole) $10 Backfill/Foot Cement(HQ Core Hole) $8 Core Bits/Each Replacement Cost $975 Telescoping Casing Bid per job NA Vacuum Truck Services Mob/De-Mob/Mile $22 Vacuum Truck/Trailer Operation Rate(10 Hrs/Day) $2200 Vacuum Clear/Each 8"up to 5' $750 Vacuum Clear/Each 10"up to 5' $800 Vacuum Clear/Each 12"up to 5' $850 Vacuum Clear/Each 14"up to 5' $800 Vacuum Clear/Each 16"up to 5' $850 Vacuum Clear/Each 18"up to 5' $900 Backfill Sand/Bag 501b $18 Asphalt Patch/Bag 501b $35 Pressure Grout 2"Well/Foot Remove 8"well box and cap with concrete(in addition to day rate) $2 Pressure Grout 4" Well/Foot Remove 12"well box and cap with concrete(in addition today rate)$4 Pressure Grout 2" Well/Foot Remove 8"well box and capwith concrete $95 Pressure Grout 4"Well/Foot Remove 12"well box and cap with concrete $125 Saw Cutting/Each Up to 2'x 2'x 6" $195 Temporary Conductors Bid perjob NA Hand Auger Crew/Day Hand Auger Crew/Day Operation Rate(10 Hrs/Day) $2100 Development Services Mob/De-Mob/Mile $15 Development Rig/Truck Operation Rate(10 Hrs/Day)Standard Development $2,250 Development/Each On well by well basis NA Air Lifting On well by well basis NA Well Rehab Work On well by well basis NA Support Equipment Bobcat/Forklift Add day for deliver to site and day for pick up. 385.00/DAY Compressor/Jackhammer If separate from vacuum truck 250.00/DAY Mud Shaker 600.00/Day Light Tower Trailer mounted 400.00/DAY 185 Air Compressor/Day 375.00/DAY Water Truck/Rig Tender 475.00/DAY High Pressure Air Compressor(Tag) If needed 1,800.00/DAY Support Vehicle 1-2 Ton 200.00/DAY Decontamination Trailer 300.00/DAY Hydropunch II 200.00/DAY Snow Fencing(15 panels) 200.00/DAY Traffic Control Bid per job NA 18"Cookie Cutter Asphalt/Per Hole 125.00/EA Portable Restroom Bid perjob NA Hopper/Day 150.00/EA C.COMMON SUPPLIES(does not include installation or deliery to site) Fabric Matting Ground protection $150.00/Day CASCADE DRILLING I TECHNICAL SERVICES Cal Mod Rings and Tube 30.00/EA Shelby Tube 45.00/EA Pitcher Barrel Sample $305.00/EA Inclinometer casing and grout backfill $29.00/FT Other instruments By quote Construction debris removal Bid per job NA Plastic Sheeting/Day 100.00/EA Soil/Water Drums 85.00/EA 12"EMCO Flush Mount Well Cover 250.00/EA 12"1 BM Flush Mount Well Cover 400.00/EA 8"Flush Mount Well Cover 200.00/EA 4"PVC 14.00/FT 2"PVC 9.00/FT Monterey Sand 50 lb.Bag 15.00/EA Bentonite Grout 50 lb.Bag 25.00/EA Bentonite Granular or Chips(50 Ibs) 20.00/EA Bentonite Pellets,Bucket 95.00/EA Quickset Concrete 50 lb.Bag 25.00/EA Concrete 60 lb.Bag 35.00/EA Portland Cement 47 lb.Bag 20.00/EA Wooden core boxes $60.00/EA Brass Sample Liners-1.5"2",2.5" 10.00/EA Hydropunch II Expendable Items 1"PVC/Disposable Bailer 95.00/EA 6"Stainless Steel Vapor Probes 35.00/EA 1/4"Poly Tubing 1.00/FT 1/4"Teflon Tubing 1.50/FT Acetate Liner(4ft) DPT(DT 22) 9.00/EA DPT Hydropunch&Sample DPT 75.00/EA RMC Sand/Bag 50 lb(#3,#1/12,#2/16) $10.00/EA Other items Prevailing Wage By Quote Asphalt Patch 50 Lb. 35.00/EA Monument and bollards 6"x 5'with 4 bollards 675.00/EA Drill Out Bits 2"Wells 100.00/EA Drill Out Bits 4"Wells 200.00/EA Drill Out Bits 6"Wells 300.00/EA 2"Threaded Cap 10.00/EA 4"Threaded Cap 15.00/EA 2"Locking Cap 25.00/EA 4"Locking Cap 35.00/EA Terms and Conditions Your firm is responsible for 1)Obtaining any site-specific permits,2)Locating and clearly marking underground installations or utilities, 3)Furnishing dig alert numbers at least three working days prior to scheduled start date and proof of private locating services,4) Obtaining access to site with no overhead wires within 20'of the holes.Cascade Drilling shall not be responsible for damages to underground improvements not clearly and accurately marked. If bedrock,cobbles,flowing sands or other adverse or unsafe drilling conditions are encountered,drilling may continue on a time and materials basis or be terminated at the discretion of Cascade Drilling.Additional costs may apply if scope is significantly changed.Well development by others may void some or all of Cascade Drilling,L.P.warranties of workmanship and materials.Prices assume standard labor rates and no work hour restrictions. Prevailing Wage Surcharge will be$500 per man,per day(excluding holidays and weekends) • • ' FOR QUOTE/SCHEDULING Email: westcoastinfo@gprsinc.com 818.813.3614 GPRS appreciates the opportunity to provide this rate sheet for underground utility locating and concrete scanning services. We encourage you to visit our website (www.gprsinc.com) and contact any of the numerous references listed. Our insurance certificate and W-9 can also be downloaded here. Please feel free to contact me if you have any questions, or if you need additional information. Please visit www.simspec.or for an overview of our industry-leading best practices that will be applied to your project. Rate Sheet — Fresno, CA Rates valid for projects within 50-mile radius of Fresno, CA *Effective 41112022-41112025 TIME PERIOD 2 HR Minimum HALF DAY FULL DAY STAN DAR Monday- Friday DAY (6a-5p) $700 $975 $1,950 NIGHT (5p-6a) $1,050 $1,460 $2,925 Saturday-Sunday DAY (6a-5p) $1,050 $1,460 $2,925 NIGHT (5p-6a) $1,225 $1,700 $3,400 •1UTILITY LOCATING & VIDEO PIPE INSPECTION jg;P CONCRETE SCANNING REPORTS I DRAWINGS CORPORATE OFFICE • 5217 MONROE ST, TOLEDO, OH 43623 • 1,866,914.4718 info@gprsinc.com • • ' PREVAILING WAGE / PL. . Monday-Friday DAY (6a-5p) $950 $1,200 $2,400 NIGHT (5p-6a) $1,425 $1,800 $3,600 Saturday-Sunday DAY (6a-5p) $1,425 $1,800 $3,600 NIGHT (5p-6a) $1,650 $2,100 $4,200 DELIVERABLES GPS MAP Included: utility Included: Included: locating only utility locating only utility locating only WRITTEN REPORT Call for Pricing $600 (15t day) CAD $600 $600 $200 per additional day EMI (Reporting Fee Only) $400 $400 $800 SEWER CAM (Equipment Fee $300 per day Only) 3D CAMERA Call for Pricing THUMPER Call for Pricing .+ UTILITY LOCATING VIDEO PIPE INSPECTION CONCRETE SCANNING REPORTS& DRAWINGS CORPORATE OFFICE • 5217 MONROE ST, TOLEDO, OH 43623 • 1.866.914.4718 • infoCgprsinc.com QPRS* GPRSINC C014 ezzzz� ADDITIONAL NOTES * As-builts and any other applicable drawings should be made available to GPRS prior to the project if possible. * Some slabs may not be completely penetrable from the top only and would need to be scanned from both top and bottom and should be considered an unforeseen circumstance that would incur additional time onsite and charges. * Ladders,manlifts,or safe access for scanning wall or ceiling locations is the responsibility of the client. * Roofing material should be removed from prior to our arrival. * A thorough utility search can only be completed if GPRS is given access to all utility structures,interior and exterior. This service is never a replacement for the use of the state One Call system(811). * All of our technicians have OSHA-10 safety training or greater. Site-specific safety training is not included in this quote. Please notify us if this project requires additional safety training. * These rates assume that there are no PLA requirements.If GPRS receives notice that any of these conditions exist,there will be additional costs This proposal is subject to the General Terms and Conditions for Services of Ground Penetrating Radar Systems, LLC posted at Link(the"Terms and Conditions")and is hereby incorporated by reference into and made a part of this proposal. Customer acknowledges it has read and agrees to be bound by such Terms and Conditions. In the event of any conflict between the terms of this proposal and the Terms and Conditions,the Terms and Conditions will prevail.Customer also acknowledges that Ground Penetrating Radar Systems,LLC may,from time to time and at its discretion,modify the Terms and Conditions and Customer agrees to be bound by such Terms and Conditions as modified. PROPOSAL-SPECIFIC TERMS & CONDITIONS 1. Customer agrees to meet and perform all requirements described in this document and has fully read and understands all items listed within this document. 2. It is the customer's responsibility to prepare the site for scanning,including clearly identifying areas to be scanned,securing access to all areas required for scanning,and keeping these areas clear and free of obstructions.Delays caused by customer's failure to do so may result in an increased price. 3. GPRS does not conduct an investigation, analysis, or interpretation of soil composition, soil/concrete conditions, or geophysical, geological,engineering,or land surveying information.Customer acknowledges it understands that we are merely reporting retrieved data and that we do NOT provide geophysical, geological, engineering, or land surveying services. Customer should contact a professional in those fields if such services are needed. 4. If for some reason the technician arrives on site and the work is cancelled there will be a charge of$500.00 per requested technician. ACCEPTED AND AGREED: Billing Company Name: Billing Address: Company Phone/Email: PO#: Job#: Signatur Print Name: a Date: & UTILITY LOCATING� & VIDEO PIPE INSPECTION F CONCRETE SCANNING[ 6& REPORTS&DRAWINGS CORPORATE OFFICE • 5217 MONROE ST, TOLEDO, OH 43623 • 1.866.914.4718 • info@gprsinc.com On Target Precision Locating UTILITY STANDARD- DAY PREVAILING WAGE- DAY 3HRS (MIN): $550 3HRS (MIN): $800 4HRS: $700 4HRS: $900 $150/HR AFTER $250/HR AFTER 8HRS: $1,400 8HRS:$1,900 STANDARD—NIGHT/WEEKEND DAYS PREVAILING WAGE- NIGHT/WEEKEND 2HRS (MIN): $700 3HRS (MIN): $900 3HRS: $800 4HRS:$1,150 4HRS: $900 $250/ HR AFTER $200/HR AFTER 8HRS:$2,150 8HRS: $1,700 "Certified technicians will perform a subsurface utility investigation to clear & mark-out all conductive & non-conductive underground utilities using Electro-Magnetic & Ground Penetrating Radar equipment, 512Hz Sonde transmitters, and Magnetometers. All confirmed utilities will be delineated with color-coded marking paint, chalk, whiskers, and flags. • We hold space on our calendar for you. Cancellations require 24 hours' notice to avoid a fee of$250.00 • Mobilization is only incurred (after)we travel beyond the initial 60 miles at$100 per hour. c� aceAnalytical Stantec MSA MSA CONTACT— Rodney Mann 303-981-3171 Rodney.Mann@pacelabs.com PFAS CONTACT— Mike McFadden 916-868-5215 Mike.McFadden@pacelabs.com APPROVED LABORATORIES 1. Pace National — Mt Juliet, TN (Nashville) 2. Pace South Carolina — West Columbia, South Carolina 3. Pace Gulf Coast — Baton Rouge, LA PROJECT MANAGERS Pace National — Mark Beasley (Program Manager) Office: (615)773-9672 Mobile: (615)330-1602 Mark.Beasley@pacelabs.com Pace South Carolina — Kathy Smith Office: (803)791-9700 Mobile: (912)465-7901 Kathy.Smith@pacelabs.com Pace Gulf Coast — Elizabeth Martin Office: (225) 769-4900 Mobile: (225) 214-7068 Liz.Martin@pacelabs.com c� aceAnalytical Stantec MSA MSA CONTACT- Rodney Mann 303-981-3171 Rodney.Mann@pacelabs.com PFAS CONTACT- Mike McFadden 916-868-5215 Mike.McFadden@pacelabs.com APPROVED LABORATORIES LAB ` VftA ,&r-,�REIVIENT PRICING a es ua � om , t a Ina 3. Pace Gulf Coast - Baton Rouge, LA PROJECT MANAGERS Pace National - Mark Beasley (Program Manager) Office: (615)773-9672 Mobile: (615)330-1602 Mark.Beasley@pacelabs.com Pace South Carolina - Kathy Smith Office: (803)791-9700 Mobile: (912)465-7901 Kathy.Smith@pacelabs.com Pace Gulf Coast - Elizabeth Martin Office: (225) 769-4900 Mobile: (225) 214-7068 Liz.Martin@pacelabs.com SCHEDULEB ANALYTICAL LABORATORY PRICING SCHEDULE BASIC ORDERING AGREEMENT LABORATORY Name:PACE NA=Not avmlable for the applicable TAT Analytical Method (Most Current Standard Turn- Accelerated Turn Accelerated Turn �Accch,rwtcc[T- Around Accelerated Turn Around Line Analysis Matrix Preparation Method approved Method if Around Time Base Price Standard Turn Around Around(24 hours) Around(48 hours) (5 days) (Emergency Response) applicable) Item Section 1:Sample Preparation and Cleanup 1.01 Compositing of multiple solid-matrix samples Solid NA NA 10 Days $15.00 $30.00 $26.25 $18.00 $45.00 1.02 Compositing of multiple water-matrix samples Water NA NA 10 Days $15.00 $30.00 $26.25 $18.00 $45.00 1.03 Preparation of plant or animal tissue Tissue NA NA 10 Days $45.00 $90.00 $78.75 $54.00 $168.75 1.04 Alumina cleanup Extract SW3610 NA 10 Days $1200 $24.00 $21.00 $14.40 $78.50 1.05 Florisll clean up Extract SW3620 NA 10 Days $1200 $24.00 $21.00 $14.40 $78.50 1.06 Sihca gel cleanup Extract SW3630 NA 10 Days $12.00 $24.00 $21.00 $14.40 $78.50 1.07 Gel-Permeation cleanup Extract SW3640 NA 10 Days $50.00 $100.00 $87.50 $60.00 $78.50 1.08 Sulfur cleanup Extract SW3660 NA 10 Days $20.00 $40.00 $35.00 $24.00 $78.50 1.09 Incremental sampling preparation Solid SW8330 NA 10 Days $75.00 $150.00 $131.25 $90.00 $506.25 1.10 Laboratory filtering for dissolved metals analysis Water NA NA 10 Days $8.00 $16.00 $14.00 $9.60 $45.00 Section 2:Hydrocarbons in Solid and Water Matrices 2.01 TPH as gasoline Water SW5030 SW8015 10 Days $25.00 $50.00 $43.75 $30.00 $121.50 2.02 TPH as JP4 Water SW5030 SW8015 10 Days $25.00 $50.00 $43.75 $30.00 $121.50 2.03 TPH as gasoline/JP4 Water SW5030 SW8015 10 Days $25.00 $50.00 $43.75 $30.00 $121.50 2.04 TPH as gasoline Solid SW5035 SW8015 10 Days $2500 $50.00 $43.75 $30.00 $121.50 2.05 TPH as JP4 Solid SW5035 SW8015 10 Days $25.00 $50.00 $43.75 $30.00 $121.50 2.06 TPH as gasoline/JP4 Solid SW5035 SW8015 10 Days $25.00 $50.00 $43.75 $30.00 $121.50 2.07 Gasoline-range organics Water SW5030 SW8015 10 Days $25.00 $50.00 $43.75 $30.00 $121.50 2.08 Gasoline-range organics Solid SW5035 SW8015 10 Days $25.00 $50.00 $43.75 $30.00 $121.50 2.09 Stoddard solvent Water SW3510 SW8015 10 Days $3000 $60.00 $52.50 $36.00 $148.50 2.10 Stoddard solvent Water SW3520 SW8015 10 Days $30.00 $60.00 $52.50 $36.00 $148.50 2.11 Stoddard solvent Solid SW3540 SW8015 10 Days $3000 $60.00 $52.50 $36.00 $148.50 2.12 Stoddard solvent Solid SW3545 SW8015 10 Days $3000 $60.00 $52.50 $36.00 $148.50 2.13 Stoddard solvent Solid SW3550 SW8015 10 Days $30.00 $60.00 $52.50 $36.00 $148.50 2.14 TPH as diesel Water SW3510 SW8015 10 Days $32.00 $64.00 $56.00 $38.40 $148.50 2.15 TPH as diesel Water SW3520 SW8015 10 Days $32.00 $64.00 $56.00 $38.40 $148.50 2.16 TPH as diesel Solid SW3540 SW8015 10 Days $32.00 $64.00 $56.00 $38.40 $148.50 2.17 TPH as diesel Solid SW3545 SW8015 10 Days $3200 $64.00 $56.00 $38.40 $148.50 2.18 TPH as diesel Solid SW3550 SW8015 10 Days $3200 $64.00 $56.00 $38.40 $148.50 2.19 TPH as motor oil Water SW3510 SW8015 10 Days $32.00 $64.00 $56.00 $38.40 $148.50 2.20 TPH as motor oil Water SW3520 SW8015 10 Days $32.00 $64.00 $56.00 $38.40 $148.50 2.21 TPH as motor oil Solid SW3540 SW8015 10 Days $32.00 $64.00 $56.00 $38.40 $148.50 2.22 TPH as motor oil Solid SW3545 SW8015 10 Days $32.00 $64.00 $56.00 $38.40 $149.50 2.23 TPH as motor oil Solid SW3550 SW8015 10 Days $3200 $64.00 $56.00 $38.40 $148.50 2.24 TPH as JP-5 Water SW3510 SW8015 10 Days 1 $32.00 $64.00 $56.00 $38.40 $148.50 2.25 TPH as JP-5 Water SW3520 SW8015 10 Days $32.00 $64.00 $56.00 $38.40 $148.50 2.26 TPH as JP-5 Solid SW3540 SW8015 10 Days $32.00 $64.00 $56.00 $38.40 $148.50 2.27 TPH as JP-5 Solid SW3545 SW8015 10 Days $32.00 $64.00 $56.00 $38.40 $148.50 2.28 TPH as JP-5 Solid SW3550 SW8015 10 Days $3200 $64.00 $56.00 $38.40 $148.50 2.29 TPH as dieseVmotor oil Water SW3510 SW8015 10 Days $3600 $72.00 $63.00 $43.20 $148.50 2.30 TPH as diesel/motor oil Water SW3520 SW8015 10 Days $36.00 $72.00 $63.00 $43.20 $148.50 2.31 TPH as diesel/motor oil Solid SW3540 SW8015 10 Days $36.00 $72.00 $63.00 $43.20 $148.50 2.32 TPH as di-1/motor oil Solid SW3545 SW8015 10 Days $36.00 $72.00 $63.00 $43.20 $148.50 2.33 TPH as diesel/motor oil Solid SW3550 SW8015 10 Days $36.00 $72.00 $63.00 $43.20 $148.50 2.34 TPH as diesel/motor od/JP-5 Water SW3510 SW8015 10 Days $3600 $72.00 $63.00 $43.20 $148.50 2.35 TPH as d-el/motor od/JP-5 Water SW3520 SW8015 10 Days $3600 $72.00 $63.00 $43.20 $148.50 2.36 TPH as diesel/motor oiVJP-5 Solid SW3540 SW8015 10 Days $36.00 $72.00 $63.00 $43.20 $148.50 2.37 TPH as diesel/motor off/JP-5 Solid SW3545 SW8015 10 Days $36.00 $72.00 $63.00 $43.20 $148.50 2.38 TPH as diesel/motor od/JP-5 Solid SW3550 SW8015 10 Days $36.00 $72.00 $63.00 $43.20 $148.50 2.39 Diesel-range organics Water SW3510 SW8015 10 Days $32.00 $64.00 $56.00 $38.40 $149.50 2.40 Diesel-range organics Water SW3520 SW8015 10 Days $3200 $64.00 $56.00 $38.40 $148.50 2.41 Diesel-range organics Solid SW3540 SW8015 10 Days $32.00 $64.00 $56.00 $38.40 $148.50 2.42 Diesel-range organics Solid SW3545 SW8015 10 Days $32.00 $64.00 $56.00 $38.40 $148.50 2.43 Diesel-range organics Solid SW3550 SW8015 IO Days $32.00 $64.00 $56.00 $38.40 $148.50 2.44 Alaska Gasoline-range organics Water,Solid AK 101 AK 101 10 Days $32.00 $64.00 $56.00 $38.40 $141.75 2.45 Alaska Diesel-range organics Water Solid AK 102 AK 102 10 Days $40 00 $80.00 $70.00 $48.00 $204.75 Stantec Consulting Services Inc. PACE Page 1 SCHEDULEB ANALYTICAL LABORATORY PRICING SCHEDULE BASIC ORDERING AGREEMENT LABORATORY Name:PACE NA=Not available for capplicableTAT Analytical Method (Most Curreat Standard Turn- Accelerated Turn Accelerated Turn Accelerated Turn Around Accelerated Turn Around Line Analysis Matrix Preparation Method approved Method if Around Time Base Price Standard Turn Around Around(24 hours) Around(48 hours) (5 days) (Emergency Response) applicable) 2.46 Alaska Diesel-range organics Water,Solid AK 103 AK 103 10 Days $4000 $80.00 $70.00 $48.00 $267.75 2.47 Florida Petroclum-range organics Water,Solid Florida Florida 10 Days $39.00 $78.00 $68.25 $46.80 $270.00 2.48 Iowa Gasoline-range organics Water SW5030 OA-1 10 Days $29.00 $58.00 $50.75 $34.80 $108.00 2.49 Iowa Gasoline-range organics Solid SW5035 OA-1 10 Days $38.00 $76.00 $66.50 $45.60 $148.50 2.50 Iowa Diesel-range organics Water SW3510 OA-2 10 Days $35.00 $70.00 $61.25 $42.00 $108.00 2.51 Iowa Diesel-range organics Solid SW3550 OA-2 10 Days $35.00 $70.00 $61.25 $42.00 $148.50 2.52 NWTPH-Dx Water,Solid WA DOE WA DOE 10 Days $4000 $80.00 $70.00 $48.00 $141.75 2.53 NWTPH-Gx Water,Solid WA DOE WA DOE 10 Days $29.00 $58.00 $50.75 $34.80 $189.00 2.54 Texas TNRCC GRO/DRO Water TNRCC-1005 TNRCC 1005 10 Days $40.00 $80.00 $70.00 $48.00 $216.00 2.55 Texas TNRCC GRO/DRO Solid TNRCC-1005 TNRCC 1005 10 Days $40.00 $80.00 $70.00 $48.00 $216.00 2.56 Wisconsin Gasoline-range organics Water Wisconsin DNR Wisconsin DNR 10 Days $30.00 $60.00 $52.50 $36.00 $108.00 2.57 Wisconsin Gasoline-range organics Solid Wisconsin DNR Wisconsin DNR 10 Days $30 00 $60.00 $52.50 $36.00 $108.00 2.58 Wisconsin Diesel-range organics Water Wisconsin DNR Wisconsin DNR 10 Days $32 00 $64.00 $56.00 $38.40 $148.50 2.59 Wisconsin Diesel-range organics Solid Wisconsin DNR Wisconsin DNR 10 Days $32.00 S64.00 $56.00 S38.40 $148.50 Section 3:Organic Methods or Solid and Water(Surface Water and Groundwater)Matrices 3.01 Ethylene dibromide(EDB) Water SW5030 SW8011 10 Days $30.00 $60.00 $52.50 S36.00 $135.00 3.02 Ethylene dib-ch,(EDB) Solid SW5035 SW8011 10 Days $4000 $80.00 $70.00 $48.00 $204.75 3.03 1,2,3-Trichlorpropane(TCP) Water SW5030 SW8011 10 Days $40.00 $80.00 $70.00 $48.00 $135.00 3.04 1,2,3-Trlchlorpropane(TCP) Solid SW5035 SW8011 10 Days $40.00 $80.00 $70.00 $48.00 $204.75 3.05 OCPs Water SW3510 SW8081 10 Days $65.00 $130.00 $113.75 $78.00 $243.00 3.06 OCPs Water SW3520 SW8081 10 Days $65.00 $130.00 $113.75 $78.00 $243.00 3.07 OCPs Solid SW3540 SW8081 10 Days $6500 $130.00 $113.75 $78.00 $243.00 3.08 OCPs Solid SW3545 SW8081 10 Days $6500 $130.00 $113.75 $78.00 $243.00 3.09 OCPs Solid SW3550 SW8081 10 Days $65.00 $130.00 $113.75 $78.00 $243.00 3.10 PCBs Water SW3510 SW8082 10 Days $48.00 $96.00 $84.00 $57.60 $189.00 3.11 PCBs Water SW3520 SW8082 10 Days $48.00 $96.00 $84.00 $57.60 $189.00 3.12 PCBs Solid SW3540 SW8082 10 Days $75.00 $150.00 $131.25 $90.00 $189.00 3.13 PCBs Solid SW3545 SW8082 10 Days $4800 $9E00 $84.00 $57.60 $189.00 3.14 PCBs Solid SW3550 SW8082 10 Days $4800 $96.00 $84.00 $57.60 $189.00 3.15 JOPPs Water SW3510 SW8141 10 Days $150.00 $300.00 $262.50 $180.00 $472.50 3.16 OPPs Water SW3520 SW8141 10 Days $150.00 $300.00 $262.50 $180.00 $472.50 3.17 OPPs Solid SW3540 SW8141 10 Days $150.00 $300.00 $262.50 $180.00 $472.50 3.18 OPP: Solid SW3545 SW8141 10 Days $150.00 $300.00 $262.50 $180.00 $472.50 3.19 OPPs Solid SW3550 SW8141 10 Days $150.00 $300.00 $262.50 $18000 $472.50 3.20 Chlorinated herbicides Water SW8151 SW8151 10 Days $135.00 $360.00 $240.00 $162.00 $540.00 3.21 Chlorinated herbicides Solid SW8151 SW8151 10 Days $135.00 $360.00 $240.00 $162.00 $540.00 3.22 Chlorinated herbicides Water SW8321 SW8321 10 Days $250.00 $700.00 $612.50 $437.50 $900.00 3.23 Chlorinated herbicides Solid SW8321 SW8321 10 Days $250.00 $700.00 $612.50 $437.50 $900.00 3.24 1,2,3-Trichlorpmpane(TCP) Water SW5030 SW8260 SEA 10 Days $250.00 $500.00 $43T50 $30000 $135.00 3.25 VOCs Water SW5030 SW8260 10 Days $5000 $100.00 $87.50 $60.00 $378.00 3.26 VOCs Solid SW5035 SW8260 10 Days $50.00 $100.00 $87.50 $60.00 $400.00 3.27 Selected VOCs(up to 6 VOCs) Water SW5030 SW8260 10 Days $40.00 $80.00 $70.00 $48.00 $236.25 3.28 Selected VOCs(up to 6 VOCs) Solid SW5035 SW8260 10 Days $40.00 $80.00 $70.00 $48.00 $254.25 3.29 Selected VOCs(list of 17 VOCs) Water SW5030 SW8260 10 Days $50.00 $100.00 $87.50 $60.00 $378.00 3.30 Selected VOCs(list of 17 VOCa) Solid SW5035 SW8260 10 Days $5000 $100.00 $87.50 $60.00 $400.00 3.31 VOCs/SIM(up to 6 VOCs) Water SW5030 SW8260 SIM 10 Days $50.00 $100.00 $87.50 $60.00 $198.00 3.32 VOCs/SIM(up to 6 VOCs) Solid SW5035 SW8260 SPA 10 Days $50.00 $100.00 $87.50 $60.00 $216.00 3.33 Oxygenates/Additivesa Water SW5030 SW8260 10 Days $35.00 $70.00 $61.25 $42.00 $229.50 3.34 Oxygenates/Additivesa Solid SW5035 SW8260 10 Days $35.00 $70.00 $61.25 $42.00 $247.50 3.35 BTEX Water SW5030 SW8260 10 Days $30.00 $60.00 $52.50 $36.00 $13500 3.36 BTEX Solid SW5035 SW8260 10 Days $30.00 $60.00 $52.50 $36.00 $15300 3.37 SVOCs Water SW3510 SW8270 10 Days $115.00 $230.00 $201.25 $138.00 $607.50 3.38 SVOCs Water SW3520 SW8270 10 Days $115.00 $230.00 $201.25 $138.00 $607.50 3.39 SVOCs Solid SW3540 SW8270 10 Days $155.00 $310.00 $271.25 $186.00 $607.50 3.40 SVOCs Solid SW3545 SW8270 10 Days $115.00 $230.00 $201.25 $13800 $607.50 3.41 SVOCs Solid SW3550 SW8270 10 Days $115.00 $230.00 $201.25 $13800 $607.50 3.42 Selected SVOCs(up to 6 SVOCs) Water SW3510 SW8270 10 Days $105.00 $210.00 $183.75 $126.00 $416.00 3.43 Selected SVOCs(up to 6 SVOCs) Water SW3520 SW8270 10 Days $105.00 $210.00 $183.75 $126.00 $416.00 3.44 SVOCs/SIM(up to 6 SVOCs) Solid SW3540 SW8270 SRN 10 Days $105.00 $210.00 $183.75 $126.00 $416.00 3.45 SVOCs/SP14 u to 6 SVOCs Solid SW3545 SW8270 SRN 10 Da s $105.00 $210.00 $183.75 $126.00 $416.00 Stantec Consulting Services Inc. PACE Page 2 SCHEDULEB ANALYTICAL LABORATORY PRICING SCHEDULE BASIC ORDERING AGREEMENT LABORATORY Name:PACE NA=Not available for capplicableTAT Analytical Method (Most Curreat Standard Turn- Accelerated Turn Accelerated Turn Accelerated Turn Around Accelerated Turn Around Line Analysis Matrix Preparation Method approved Method if Around Time Base Price Standard Turn Around Around(24 hours) Around(48 hours) (5 days) (Emergency Response) applicable) 3.46 SVOCs/SIM(up to 6 SVOCs) Solid SW3550 SW8270 SIM 10 Days $105.00 $210.00 $183.75 $12600 $416.00 3.47 1,4-Dioxane(SIM) Water SW3510 SW8270 SIM 10 Days $88.00 $176.00 $154.00 $105.60 $416.00 3.48 1,4-Dioxane(SEA) Water SW3520 SW8270 SIM 10 Days $88.00 $176.00 $154.00 $105.60 $416.00 3.49 1,4-Dioxane(SIM) Solid SW3540 SW8270 SIM 10 Days 1 $88.00 $176.00 $154.00 $105.60 $416.00 3.50 1,4-Dioxane(SIM) Solid SW3545 SW8270 SRN 10 Days $88.00 $176.00 $154.00 $105.60 $416.00 3.51 1,4-Dioxane(SIM) Solid SW3550 SW8270 SIM 10 Days $88.00 $176.00 $154.00 $105.60 $416.00 3.52 1,4-Dioxane(Isotopic Dilution SIM) Water SW3510 SW8270 SIM 10 Days $88 00 $176.00 $154.00 $105 60 $416.00 3.53 1,4-Di.xane(Isotopic Dilution SIM) Water SW3520 SW8270 SIM 10 Days NB NB NB NB NB 3.54 1,4-Dioxane(Isotopic Dilution SIM) Solid SW3540 SW8270 SIM 10 Days NB NB NB NB NB 3.55 1,4-Dioxane(Isotopic Dilution SIM) Solid SW3545 SW8270 SIM 10 Days NB NB NB NB NB 3.56 1,4-Dioxane(Isotopic Dilution SEA) Solid SW3550 SW8270 SRN 10 Days $105.00 $210.00 $210.00 $126.00 $540.00 3.57 Low-level NDMA(SIM) Water SW3510 SW8270 SIM 10 Days $105.00 $210.00 $210.00 $12600 $540.00 3.58 Low-level NDMA(SIM) Water SW3520 SW8270 SIM 10 Days NB NB NB NB NB 3.59 Low-level NDMA(SIM) Solid SW3540 SW8270 SIM 10 Days NB NB NB NB NB 3.60 Low-level NDMA(SIM) Solid SW3545 SW8270 SIM 10 Days NB NB NB NB NB 3.61 Low-level NDMA(SIM) Solid SW3550 SW8270 SRN 10 Days $105.00 $210.00 $210.00 $126.00 $540.00 3.62 1,4-Dioxane/NDMA(SR14) Water SW3510 SW8270 SIM 10 Days $105.00 $210.00 $210.00 $126.00 $540.00 3.63 1,4-Dioxane/NDMA(SM Water SW3520 SW8270 SIM 10 Days NB NB NB NB NB 3.64 1,4-Di-no/NDMA(SIM) Solid SW3540 SW8270 SIM 10 Days NB NB NB NB NB 3.65 1,4-Dioxane/NDMA(SRN) Solid SW3545 SW8270 SIM 10 Days NB NB NB NB NB 3.66 1,4-Dioxane/NDMA(SNP Solid SW3550 SW8270 SIM 10 Days $105.00 $210.00 $210.00 $126.00 $540.00 3.67 Dioxins and Forms Water SW8280 SW8280 10 Days $420.00 $840.00 $735.00 $504.00 $1,200.00 Section 3:Organic Methods for Solid and Water(Surface Water and Groundwater)Matrices 3.68 Dioxins and Furans Solid SW8280 SW8280 10 Days $420.00 $840.00 $735.00 $50400 $1,200.00 3.69 Dioxins and Forans Water SW8290 SW8290 10-15 Days $420.00 $840.00 $735.00 $504.00 $1,200.00 3.70 Dioxins and Furans Solid SW8290 SW8290 10-15 Days $420.00 $840.00 $735.00 $504.00 $1,200.00 3.71 Polybrominated diphenyl ether(PBDE) Water Lab Specified GC/HRMS 10 Days NB NB NB NB NB 3.72 Polybrominated diphenyl ether(PBDE) Solid lab Specified GC/HRMS 10 Days NB NB NB NB NB 3.73 PAHs Water SW3510 SW8310 10 Days NB NB NB NB NB 3.74 PAHs Water SW3520 SW8310 10 Days NB NB NB NB NB 3.75 PAHs Solid SW3540 SW8310 10 Days NB NB NB NB NB 3.76 PAHs Solid SW3545 SW8310 10 Days NB NB NB NB NB 3.77 PAHs Solid SW3550 SW8310 10 Days NB NB NB NB NB 3.78 PAHs Water SW3510 SW8270C SIM 10 Days $69.00 $138.00 $120.75 $82.80 $315.00 3.79 PAHs Water SW3520 SW8270C SIM 10 Days $6900 $138.00 $120.75 $82.80 $315.00 3.80 PAHs Solid SW3540 SW8270C SIM 10 Days $69.00 $138.00 $120.75 $82.80 $315.00 3.81 PAHs Solid SW3545 SW8270C SIM 10 Days $69.00 $138.00 $120.75 $82.80 $315.00 3.82 PAHs Solid SW3550 SW8270C SIM 10 Days $69.00 $138.00 $120.75 $82.80 $315.00 3.83 Perchlorate(DoD specified) Water SW6850 SW6850 10 Days NB NB NB NB NB 3.84 Perchlorate(DoD specified) Solid SW6850 SW6850 10 Days NB NB NB NB NB 3.85 Perchlorate(DoD specified) Water SW6860 SW6860 10 Days NB NB NB NB NB 3.86 Perchlorate(DoD specified) Solid SW6860 SW6860 10 Days NB NB NB NB NB 3.87 Hydrazine,MMH,UDMH Water SW8315MW SW8315Mcd 10 Days NB NB NB NB NB 3.88 Hydrazine,MMH,UDMH Solid SW8315Mod SW8315Mod 10 Days NB NB NB NB NB 3.89 Formaldehyde Water SW8315 SW8315 10 Days NB NB NB NB NB 3.90 Forinaldchyde Solid SW8315 SW8315 10 Days NB NB NB NB NB 3.91 Explosrve Residues Water SW8330 SW8330 10 Days $100.00 $200.00 $175.00 $12000 $495.00 3.92 Explosive Residues Solid SW8330 SW8330 10 Days $100.00 $200.00 $175.00 $120.00 $495.00 Section 4:Inorganic and General Chemisty Methods for Solid and Water(Surface Water and Groundwater)Matrices 4.01 11CP Metal Water SW3005 SW6010 10 Days $10.00 $20.00 $17.50 $12.00 $38.25 4.02 11CP Metal Water SW3010 SW6010 10 Days $1000 $20.00 $17.50 $12.00 $38.25 4.03 11CP Metal Solid SW3050 SW6010 10 Days $10.00 $20.00 $17.50 $12.00 $38.25 4.04 LUFT Metals led,cr,pb,ni,zn) Water SW3005 SW6010 10 Days $32.00 $64.00 $56.00 $38.40 $191.25 4.05 LUFT Metals led,cr,pb,ni,zn) Water SW3010 SW6010 10 Days $32.00 $64.00 $56.00 $38.40 $191.25 4.06 LUFT Metals led,cr,ph,ni,zn) Solid SW3050 SW6010 10 Days $32.00 1 $64.00 1 $56.00 $38.40 $191.25 4.07 Selected ICP Metals(up to 6) Water SW3005 SW6010 10 Days $40.00 $80.00 $70.00 $48.00 $229.50 4.08 Selected ICP Metals(up to 6) Water SW3010 SW6010 10 Days $40.00 $80.00 $70.00 $48.00 $229.50 4.09 Selected ICP Metals(up to 6) Solid SW3050 SW6010 10 Days $40.00 $80.00 $70.00 $48.00 $229.50 4.10 Selected ICP Metals(7-15) Water SW3005 SW6010 10 Days $50.00 $100.00 $87.50 $60.00 $378.00 4.11 Selected ICP Metals 7-15 Water SW3010 SW6010 10 Days $50.00 $100.00 $87.50 $60.00 $378.00 Stantec Consulting Services Inc. PACE Page 3 SCHEDULEB ANALYTICAL LABORATORY PRICING SCHEDULE BASIC ORDERING AGREEMENT LABORATORY Name:PACE NA=Not available for capplicableTAT Analytical Method (Most Curreat Standard Turn- Accelerated Turn Accelerated Turn Accelerated Turn Around Accelerated Turn Around Line Analysis Matrix Preparafion Method approved Method if Around Time Base Price Standard Turn Around Around(24 hours) Around(48 hours) (5 days) (Emergency Response) applicable) 4.12 Selected ICP Metals(7-15) Solid SW3050 SW6010 10 Days $50.00 $100.00 $87.50 $60.00 $378.00 4.13 RCP A 8 Metals Water SW3005 SW6010/SW7470 10 Days $55.00 $110.00 $96.25 $66.00 $229.50 4.14 RCRA 8 Metals Water SW3010 SW6010/SW7470 10 Days $55.00 $110.00 $96.25 $66.00 $229.50 4.15 RCRA8 Metals Solid SW3050 SW6010/SW7471 10 Days $55.00 $110.00 $96.25 $66.00 $229.50 4.16 16 ICP Metals Water SW3005 SW6010 10 Days $58.00 $116.00 $101.50 $69.60 $378.00 4.17 116 ICP Metals Water SW3010 SW6010 10 Days $58.00 $116.00 $101.50 $69.60 $378.00 4.18 16 ICP Metals Solid SW3050 SW6010 10 Days $58.00 $116.00 $101.50 $69.60 $378.00 4.19 22 ICP Metals Water SW3005 SW6010 10 Days $70.00 $140.00 $122.50 $84.00 $459.00 4.20 22 ICP Metals Water SW3010 SW6010 10 Days $70.011 $140.00 $122.50 $84.00 $459.00 4.21 22 ICP Metals Solid SW3050 SW6010 10 Days $70.00 $140.00 $122.50 $84.00 $459.00 4.22 1ICP-MS Metal Water SW3005 SW6020 10 Days $12.00 $24.00 $21.00 $14.40 $38.25 4.23 1lCP-MS Metal Water SW3010 SW6020 10 Days $12.00 $24.00 $21.00 $14.40 $38.25 4.24 1lCP-MS Metal Solid SW3050 SW6020 10 Days $12.00 $24.00 $21.00 $14.40 $38.25 4.25 LUFT Metals(cd,cr,ph,ni,zn) Water SW3005 SW6020 10 Days $34.00 $68.00 $59.50 $40.80 $191.25 4.26 LUFT Metals led,cr,pb,rd zn) Water SW3010 SW6020 10 Days $34.00 $68.00 $59.50 $40.80 $191.25 4.27 LUFT Metals led,cr,ph,ni,zn) Solid SW3050 SW6020 10 Days $34.00 $68.00 $59.50 $40.80 $191.25 4.28 Selected ICP-MS Metals(u to 6) Water SW3005 SW6020 10 Days $42.00 $84.00 $73.50 $50.40 $229.50 4.29 Selected ICP-MS Metals(up to 6) Water SW3010 SW6020 10 Days $42.00 $84.00 $73.50 $50.40 $229.50 4.30 Selected ICP-MS Metals(up to 6) Solid SW3050 SW6020 10 Days $42.00 $84.00 $73.50 $50.40 $229.50 4.31 Selected ICP-MS Metals(7-15) Water SW3005 SW6020 10 Days $60.00 $120.00 $105.00 $72.00 $378.00 4.32 Selected ICP-MS Metals(7-15) Water SW3010 SW6020 10 Days $60.00 $120.00 $105.00 $72.00 $378.00 4.33 Selected ICP-MS Metals(7-15) Solid SW3050 SW6020 10 Days $60.00 $120.00 $105.00 $72.00 $378.00 4.34 16 ICP-MS Metals Water SW3005 SW6020 10 Days $65.00 $130.00 $113.75 $78.00 $378.00 4.35 16 ICP-MS Metals Water SW3010 SW6020 10 Days $65.00 $130.00 $113.75 $78.00 $378.00 4.36 16 ICP-MSMetals Solid SW3050 SW6020 10 Days $65.00 $130.00 $113.75 $78.00 $378.00 4.37 22 ICP-MS Metals Water SW3005 SW6020 10 Days $70.00 $140.00 $122.50 $84.00 $459.00 4.38 22 ICP-MSMetals Water SW3010 SW6020 10 Days $70.00 $140.00 $122.50 $84.00 $459.00 4.39 22 ICP-MS Metals Solid SW3050 SW6020 10 Days $70.00 $140.00 $122.50 $84.00 $459.00 4.40 Michigan 10 Metals(As,Ba,Cd,Cr,Pb,Hg,Se,AS,Cu,Zn) Water SW3005/3010 SW6010/6020/7000 10 Days $60.00 $120.00 $105.00 $72.00 $378.00 4.41 Michigan 10 Metals(As,Ba,Cd,Cr,Pb,Hg,Se,Ag,Cu,Zo) Solid SW3050 SW6010/6020/7000 10 Days $60.00 $120.00 $105.00 $72.00 $378.00 4.42 Chromium VI Water SW7196 SW7196 10 Days $30.00 $60.00 $52.50 $36.00 $87.75 4.43 Chromium VI Solid SW7196 SW7196 10 Days $39.00 $78.00 $68.25 $46.80 $204.75 4.44 Organic Lead Water DHS LUFT DHS LUFT 10 Days NB NB NB NB NB 4.45 Organic Lead Solid DHS LUFT DHS LUFT 10 Days NB NB NB NB NB 4.46 Organic Lead Water 939-M 939-M 10 Days NB NB NB NB NB 4.47 Organn,Lead Solid 939-M 939-M 10 Days NB NB NB NB NB 4.48 Mercury Water SW7470 SW7470 10 Days $17.00 $34.00 $29.75 $20.40 $67.50 Section 4,Inorganic and General Chmisty Methads or Solid and Water(Sur ace Water and Groundwater)Matrices 4.49 Mercury Solid SW7471 SW7471 10 Days $17.00 $34.00 $29.75 $20.40 $67.50 4.50 Low Level Mercury Water EPA 1631 EPA 1631 10 Days $70.00 $140.00 $122.50 $84.00 $202.50 4.51 Low Level Mercury Solid EPA 1631 EPA 1631 10 Days $7000 $140.00 $122.50 $84.00 $202.50 4.52 Total Cyanide Water SW9010 SW9010 10 Days $30.00 $60.00 $52.50 $36.00 $94.50 4.53 Total Cyanide Solid SW9010 SW9010 10 Days $30.00 $60.00 $52.50 $36.00 $94.50 4.54 Cyanide Amenable to Chlorination Water SW9010 SW9010 10 Days $50.00 $100.00 $87.50 $60.00 $12375 4.55 Cyanide Amenable to Chlorination Solid SW9010 SW9010 10 Days $50.00 $100.00 $87.50 $60.00 $12375 4.56 Total Cyanide Water SW9012 SW9012 10 Days $30.00 $60.00 $52.50 $36.00 $94.50 4.57 Total Cyanide Solid SW9012 SW9012 10 Days $30.00 $60.00 $52.50 $36.00 $94.50 4.58 Cyanide Amenable to Chlorination Water SW9012 SW9012 10 Days $50.00 $100.00 $87.50 $60.00 $123.75 4.59 Cyanide Amenable to Chlorination Solid SW9012 SW9012 10 Days $50.00 $100.00 $87.50 $60.00 $123.75 4.60 Cyanide Solid,Oils SW9013 SW9013 10 Days $30.00 $60.00 $52.50 $36.00 $94.50 4.61 Cyanide Water SW9014 SW9014 10 Days $30.00 $60.00 $52.50 $36.00 $94.50 4.62 Cyanide Solid SW9014 SW9014 10 Days $30.00 $60.00 $52.50 $36.00 $94.50 4.63 1 Common Anion Water SW9056 SW9056 10 Days $13.00 $26.00 $22.75 $15.60 $40.50 4.64 1 Common Anion Solid SW9056 SW9056 10 Days $18.00 $36.00 $31.50 $21.60 $40.50 4.65 Common Anions(2-4) Water SW9056 SW9056 10 Days $40.00 $80.00 $70.00 $48.00 $121.50 4.66 Common Anions(2-4) Solid SW9056 SW9056 10 Days $4000 $80.00 $70.00 $48.00 $121.50 4.67 Common Anions(5-7) Water SW9056 SW9056 10 Days $50.00 $100.00 $87.50 $60.00 $202.50 4.68 Common Anions(5-7) Solid SW9056 SW9056 10 Days $55.00 $120.00 $96.25 $66.00 $202.50 4.69 Dissolved Gases(CH4,C21][6,C2114) Water RSK-175 RSK-175 10 Days $50.00 $100.00 $97.50 $60.00 $258.75 4.70 Dissolved Gases(CH4,C2116,C2H4,CO2) Water RSK-175 RSK-175 10 Days $135.00 $270.00 $236.25 $162 00 $393.75 Stantee Consulting Services Inc. PACE Page 4 SCHEDULEB ANALYTICAL LABORATORY PRICING SCHEDULE BASIC ORDERING AGREEMENT LABORATORY Name:PACE NA=Not available for capplicableTAT Analytical Method (Most Curreat Standard Turn- Accelerated Turn Accelerated Turn Accelerated Turn Around Accelerated Turn Around Line Analysis Matrix Preparation Method approved Method if Around Time Base Price Standard Turn Around Around(24 hours) Around(48 hours) (5 days) (Emergency Response) applicable) 4.71 Dissolved Carbon Dioxide Water RSK-175 RSK-175 10 Days $69 00 $138.00 $120.75 $82.80 $258.75 4.72 Hydrogen Cyanide Release from Waste Water,Solid SW846 Section 7.3.3.2 SW7.3.3.2 10 Days $30.00 $60.00 $52.50 $36.00 $112.50 4.73 Hydrogen Sulfide Release from Waste Water,Solid SW846 Section 7.3.4.2 SW7.3.4.2 10 Days $30.00 $60.00 $52.50 $36.00 $112.50 4.74 Ignitability Water,Solid SW1020/SW1010 SW1020/SW1010 10 Days $35.00 $70.00 $6125 $42.00 $13500 4.75 Corrosivity Water,Solid Sw1110 Sw1110 10 Days $10.00 $20.00 $17.50 $12.00 $112.50 4.76 pH Water SW9040 SW9040 10 Days $10.00 $20.00 $17.50 $12.00 $42.75 4.77 pH Solid SW9045 SW9045 10 Days $1000 $20.00 $17.50 $12.00 $42.75 4.78 Conductance Water SW9050 SW9050 10 Days $10.00 $20.00 $17.50 $12.00 $45.00 4.79 Conductance Solid SW9050 SW9050 10 Days $10.00 $20.00 $17.50 $12.00 $45.00 4.80 TOC Water SW9060 SW9060 10 Days $19.00 $38.00 $33.25 $22.80 $94.50 4.81 TOC Solid SW9060 SW9060 10 Days $26.00 $52.00 $45.50 $31.20 $135.00 4.82 TOC Solid Walkley-Black Walkley-Black 10 Days $3000 $60.00 $52.50 $36.00 $135.00 4.83 DOC(dissolved organic carbon) Water SW9060 SW9060 10 Days $1900 $38.00 $33.25 $22.80 $112.50 4.84 Particle-Siu Analysis of Soil Solid ASTM D422 ASTM D422 10-15 Days $120.00 $240.00 $210.00 $144.00 $247.50 4.85 Oxidation-Reduction Potential Water,Solid ASTM1498 ASTM1498 10 Days $35.00 $70.00 $61.25 $42.00 $54.00 Section 5.Waste Characterization Methods ZHE Leach Solid 1311/1312 1311/1312 10 Days $30.00 Bottle Leach Solid 1311/1312 1311/1312 10 Days $30.00 5.01 TCLP VOCs Leachate SW1311 SW8260 10 Days $50.00 NA $100.00 $70.00 $378.00 5.02 TCLPSVOCs Leachate SW1311/SW3510 or SW3520 SW8270 10 Days $115.00 NA $230.00 $161.00 $607.50 5.03 TCLP OCPs Leachate SW1311/SW3510 or SW3520 SW8081 10 Days $65.00 NA $130.00 $91.00 $243.00 5.04 TCLP Chlorinated Herbicides Leachate SW1311/SW3510 or SW3520 SW8151 10 Days $105.00 NA $210.00 $14700 $54000 5.05 TCLP 17 Metals Leachate SW1311/SW3005 or SW3010 SW6010/SW7470 10 Days $70.00 NA $140.00 $98.00 $45900 5.06 TCLP I ICP Metal 11-hate SW1311/SW3005 or SW3010 SW6010 10 Days $17.00 NA $34.00 $23.80 $164.25 5.07 TCLP Mercury Leachate SW1311/SW7470 SW7470 10 Days $17.00 NA $34.00 $23.80 $193.50 5.08 TCLP RCRA 8 Metals Leachate SW1311/SW3005 or SW3010 SW6010/SW7470 10 Days $55.00 NA $110.00 $77.00 $229.50 5.09 SPLP VOCs Leachate SW1312 SW8260 10 Days $50.00 NA $100.00 $70.00 $378.00 5.10 SPLP SVOCs Leachate SW1312/SW3510 or SW3520 SW8270 10 Days $115.00 NA $230.00 $161.00 $607.50 5.11 SPLP OCPs Leachatc SW1312/SW3510 or SW3520 SW8081 10 Days $65.00 NA $130.00 $91.00 $243.00 5.12 SPLP Chlorinated Herbicides Leachatc SW1312/SW3510 or SW3520 SW8151 10 Days $105.00 NA $210.00 $147.00 $540.00 5.13 SPLP 17 Metals Leachate SW1312/SW3005 or SW3010 SW6010/SW7470 10 Days $70.00 NA $140.00 $98.00 $459.00 5.14 SPLP 1ICP Metal Leachate SW1311/SW3005 or SW3010 SW6010 10 Days $IZ00 NA $34.00 $23.80 $164.25 5.15 SPLP Mercury Leachate SW1311/SW7470 SW7470 10 Days $17.00 NA $34.00 $23.80 $193.50 5.16 DI WET TPH-Diesel Leachate DI WET/SW3520 SW8015 10 Days $55.00 NA NA $68.75 $274.50 5.17 DI WET(or SPLP)TPH-Gasoline Leachate DI WET/SW5030 SW8015 10 Days $55.00 NA NA $68.75 $247.50 5.18 WET VOCs Leachate CA Title 22 SW8260 10 Days $75.00 NA NA $93.75 $378.00 5.19 WET SVOCs Leachate CA Title 22/SW3510 or SW3520 SW8270 10 Days $140.00 NA NA $175.00 $607.50 5.20 WET OCPs Leachate CA Title 22/SW3510 or SW3520 SW8081 10 Days $99.00 NA NA $123.75 $243.00 5.21 WET PCBs Leachate CA Title 22/SW3510 or SW3520 SW8082 10 Days $80.00 NA NA $100.00 $135.00 5.22 WET Chlorinated Herbicides Leachate CA Title 22/SW3510 or SW3520 SW8151 10 Days $130.00 NA NA $162 50 $540.00 5.23 WET 1 ICP Metal Leachate CA Title 22/SW3005 or SW3010 SW6010 10 Days $40 00 NA NA $50.00 $164.25 5.24 WET Mercury Leachate CA Title 22/SW7470 SW7470 10 Days $45.00 NA NA $56.25 $193.50 5.25 WET 17 Metals Leachate CA Title 22/SW3005 or SW3010 SW6010/SW7470 10 Days $115.00 NA NA $143.75 $459.00 Section 6:Methods and Samping Media for Air and Soil Gas Matrices 6.01 TO-15 Standard VOC List(62 compounds)e Air/Soil Gas TO-15 TO-15 10 Days $110.00 $220.00 $192.50 $137 50 $607 50 6.02 TO-15 VOC List(40 compounds)° Air/Soil Gas TO-15 TO-15 10 Days $110.00 $220.00 $192.50 $137 50 $607 50 6.03 SW8260 VOC List with Leak Detection Compound° Air/Soil Gas TO-15 TO-15 10 Days NB NB NB NB NB 6.04 C3-C❑Carbon Chain Analysis Air/Soil Gas TO-15 TO-15 10 Days NB NB NB NB NB 6.05 PAHs(Low Volume) APSoil/ AD modified TO-13A modified TO-13A 10 Days NB NB NB NB NB 6.06 PAHs(High Volume) AirPUF i aAD TO-13 TO-13 10 Days NB NB NB NB NB Stantee Consulting Services Inc. PACE Page 5 SCHEDULEB ANALYTICAL LABORATORY PRICING SCHEDULE BASIC ORDERING AGREEMENT LABORATORY Name:PACE NA=Not available for capplicableTAT Analytical Method (Most Curreat Standard Turn- Accelerated Turn Accelerated Turn Accelerated Turn Around Accelerated Turn Around Line Analysis Matrix Preparafion Method approved Method if Around Time Base Price Standard Turn Around Around(24 hours) Around(48 hours) (5 days) (Emergency Response) applicable) 6.07 OCPs(High Volume) Air/Soil On-PUF TO-4A TO-4A 10 Days NB NB NB NB NB 6.08 PCBs(High Volume) Air/Soil Gas-PUF TO-4A TO-4A 10 Days NB NB NB NB NB 6.09 OCPs/PCBs(High Volume) Air/Soil Gas-PUF TO-4A TO-4A 10 Days NB NB NB NB NB 6.10 OCPs(Low Volume) Air/Soil Gas-PUF TO-10A TO-10A 10 Days NB NB NB NB NB 6.11 PCBs(Low Volume) Au/Soil Gas-PUF TO-10A TO-10A 10 Days NB NB NB NB NB 6.12 OCPs/PCBs(Low Volume) Air/Soil Gas-PUF TO-10A TO-10A 10 Days NB NB NB NB NB 6.13 TPH-GNOCs Air/Soil Gas TO-3 TO-3 10 Days $75.00 $150.00 $131.25 $93.75 $337.50 6.14 Methane Air/Soil Gas ASTM D1946 ASTM D1946 10 Days $75.00 $150.00 $131.25 $93.75 $337 50 6.15 Methane,Ethane,Ethene,CO2 Air/Seal Gas ASTM D1946&3C ASTM D1946 10 Days $165.00 $330.00 $288.75 $206.25 $742.50 6.16 Total Non-Methane Organic Compounds Air/Soil Gas USEPA 25C USEPA 25C 10 Days NB NB NB NB NB 6.17 Methane Air/Soil Gas Modified TO-3 Modified TO-3 10 Days $75.00 $150.00 $131.25 $93.75 $337.50 6.18 Methane,Ethane,Ethene Aid Seal Gas Modified TO-3 Modified TO-3 10 Days $75.00 $150.00 $131.25 $93.75 $337.50 6.19 Carbon dioxide(%Level) Aid Seal Gas 3C Modified 3C 10 Days $75.00 $150.00 $131.25 $93.75 $337.50 6.20 Carbon dioxide(ppm Level) Air/Soil Gas Modified 3C Modified 3C 10 Days NB NB NB NB NB 6.21 Cazbon doxide(ppm Level) Air/Soil Gas Modified 25C Modified 25C 10 Days NB NB NB NB NB 6.22 High-Level Sample Preparation Air/Soil Gas NA NA le Days NB NB NB NB NB Section 7,EPA Methods or Various Matrices 7.01 Hardness Waste Water,Water EPA 130.1 EPA 130.1 10 Days $14.00 $28.00 $24.50 $17.50 $38.25 7.02 Hardness Waste Water,Water EPA 130.2 EPA 130.2 10 Days $14.00 $28.00 $24.50 $17.50 $38.25 7.03 Filterable Residue Waste Water,Water EPA 160.1 EPA 160.1 10 Days $10.00 $20.00 $17.50 $12.50 $40.50 7.04 Non-filterable Residue Waste Water,Water EPA 160.2 EPA 160.2 10 Days $10 00 $20.00 $17.50 $12.50 $40.50 7.05 Temperature Waste Water,Water EPA 170.1 EPA 170.1 10 Days $10.00 $20.00 $17.50 $12.50 $22.50 7.06 Turbidity Waste Water,Water EPA 180.1 EPA 180.1 10 Days $10.00 $20.00 $17.50 $12.50 $45.00 7.07 1 ICP Metal Waste Water,Water EPA 200.7 EPA 200.7 10 Days $12.00 $24.00 $21.00 $15.00 $38.25 7.08 161CP Metals Waste Water,Water EPA 200.7 EPA 200.7 10 Days $58.00 $116.00 $101.50 $72.50 $378.00 7.09 22 ICP Metals Waste Water,Water EPA 200.7 EPA 200.7 10 Days $70.00 $140.00 $122.50 $87.50 $459.00 7.10 1 ICP Metal Waste Water,Water EPA 200.8 EPA 200.8 10 Days $12.00 $24.00 $21.00 $15.00 $38.25 7.11 31CP Metals Waste Water,Water EPA 200.8 EPA 200.8 10 Days $33 00 $66.00 $57.75 $4L25 $114.75 7.12 10 ICP Metals Waste Water,Water EPA 200.8 EPA 200.8 10 Days $60 00 $120.00 $105.00 $75.00 $229.50 7.13 16 ICP Metals Waste Water,Water EPA 200.8 EPA 200.8 10 Days $58.00 $116.00 $101.50 $72.50 $378.00 7.14 22 ICP Metals Waste Water,Water EPA 200.8 EPA 200.8 10 Days $70.00 $140.00 $122.50 $87.50 $459.00 7.15 Chromium VI Waste Water,Water EPA 200.8 EPA 200.8 10 Days NB NB NB NB NB 7.16 Chromium VI Waste Water,Water EPA 218.6 EPA 218.6 10 Days $80.00 $160.00 $140.00 $100.00 $281.25 7.17 Mercury Waste Water,Water EPA 245.1 EPA 245.1 10 Days $17 00 $34.00 $29.75 $21.25 $67.50 7.18 Common Anions Waste Water,Water EPA 300.1 EPA 300.1 10 Days $50 00 $100.00 $87.50 $62.50 $202.50 7.19 Alkalinity Waste Water,Water EPA 310.1 EPA 310.1 10 Days $11.00 $22.00 $19.25 $13.75 $40.50 7.20 Perchlorate Waste Water,Water EPA 314.0 EPA 314.0 10 Days $69.00 $138.00 $120.75 $86.25 $155.25 7.21 Chloride Waste Water,Water EPA 325.1 EPA 325.1 10 Days $13.00 $26.00 $22.75 $16.25 $49.50 7.22 Fluoride Waste Water,Water EPA 340.2 EPA 340.2 10 Days $13.00 $26.00 $22.75 $16.25 $49.50 7.23 Ammonia-N Waste Water,Water EPA 350.1 EPA 350.1 10 Days $25 00 $50.00 $43.75 $31.25 $54.00 7.24 Nitrate Waste Water,Water EPA 352.1 EPA 352.1 10 Days $16.00 $32.00 $28.00 $20.00 $54.00 7.25 Nitrite Waste Water,Water EPA 354.1 EPA 354.1 10 Days $16.00 $32.00 $28.00 $20.00 $54.00 7.26 Nitrate/Nitrlte-N Waste Water,Water EPA 353.2 EPA 353.2 10 Days $13.00 $26.00 $22.75 $16.25 $54.00 7.27 Dissolved Oxygen Waste Water,Water EPA 360.1 EPA 360.1 10 Days $10.00 $20.00 $17.50 $12.50 $22.50 7.28 Sulfate Waste Water,Water EPA 375.1 EPA 375.1 10 Days $13 00 $26.00 $22.75 $16.25 $49.50 7.29 Sulfide Waste Water,Water EPA 376.2 EPA 376.2 10 Days $18 00 $36.00 $31.50 $22.50 $101.25 7.30 HOD Waste Water,Water EPA 405.1 EPA 405.1 10 Days $22.00 $44.00 $38.50 $27.50 $76.50 7.31 COD Waste Water,Water EPA410.1 EPA410.1 10 Days $18.00 $36.00 $31.50 $22.50 $76.50 7.32 COD Waste Water,Water EPA 410.2 EPA 410.2 10 Days $18.00 $36.00 $31.50 $22.50 $76.50 7.33 COD Waste Water,Water EPA 410.3 EPA 410.3 10 Days $18.00 $36.00 $31.50 $22.50 $76.50 7.34 COD Waste Water,Water EPA 410.4 EPA 410.4 10 Days $18 00 $36.00 $31.50 $22.50 $76.50 7.35 TOC Waste Water,Water EPA 415.1 EPA 415.1 10 Days $1900 $38.00 $33.25 $23.75 $94.50 7.36 VOCs Waste Water,Water EPA 624 EPA 624 10 Days $60.00 $120.00 $105.00 $75.00 $378.00 7.37 2,3,7,8-TCDD only Waste Water,Water EPA 1613 EPA 1613 10 Days $225.00 $450.00 $393.75 $281.25 $506.25 Section 71 EPA Methods for Various Matrices 7.38 Dioxins/Furans Waste Water,Water EPA 1613 EPA 1613 10 Days $420.00 $840.00 $735.00 $525.00 $945.00 7.39 NDMA Waste Water,Water EPA 1625C EPA 1625C 10 Days NB NB NB NB NB 7.40 NDMA Solid EPA 1625C EPA 1625C 10 Days NB NB NB NB NB 7.41 1 Low-Level Mercury Waste Water Water EPA 1631 EPA 1631 10 Da s $60.00 1 $120.00 1 $105.00 1 $75.00 $168.75 Stantec Consulting Services Inc. PACE Page 6 SCHEDULEB ANALYTICAL LABORATORY PRICING SCHEDULE BASIC ORDERING AGREEMENT LABORATORY Name:PACE NA=Not available for capplicableTAT Analytical Method (Most Current Standard Turn- Accelerated Turn Accelerated Turn Accelerated Turn Around Accelerated Turn Around Line Analysis Matrix Preparation Method approved Method if Around Time Base Price Standard Turn Around Around(24 hours) Around(48 hours) (5 days) (Emergency Response) applicable) 7.42 Hexane Extractable Material(HEM)Oil and Grease Waste Water,Water EPA 1664 EPA 1664 10 Days $40 00 $80.00 $70.00 $50.00 $135.00 7.43 HEM Oil and Grease Solid EPA 1664 EPA 1664 10 Days $45.00 $90.00 $78.75 $56.25 $135.00 7.44 Treated HEM/Silica Gel Waste Water,Water EPA 1664 EPA 1664 10 Days $40.00 $80.00 $70.00 $50.00 $135.00 7.45 Treated HEM/Silica Gel Solid EPA 1664 EPA 1664 10 Days $45.00 $90.00 $78.75 $56.25 $135.00 7.46 12 WHO PCB Congeners Waste Water,Water EPA 1668A EPA 1668A 10 Days $475.00 $950.00 $831.25 $593.75 $1,068.75 Section 8:EPA 500 Series Methods or Drinkin Water 8.01 1 EDB,DBCP,1,2,3-TCP(Conventional) Drinking Water EPA 504.1 EPA 504.1 10 Days $40.00 $80.00 $70.00 $50.00 $90.00 8.02 EDB,DBCP,1,2,3-TCP(Low-Level) Drinking Water EPA 504.1 EPA 504.1 10 Days $40.00 $80.00 $70.00 $50.00 $90.00 8.03 OCPs Drinking Water EPA 508.0 EPA 508.0 10 Days $80.00 $160.00 $140.00 $100.00 $243.00 8.04 Regulated VOCs Drinking Water EPA 524.2 EPA 524.2 10 Days $75.00 $150.00 $131.25 $93.75 $378.00 8.05 Regulated and Non-Regulated VOCs Drinking Water EPA 524.2 EPA 524.2 10 Days $75 00 $150.00 $131.25 $93.75 $378.00 8.06 TCP Drinking Water EPA 524.2 EPA 524.2 10 Days $75 00 $150.00 $131.25 $93.75 $378.00 8.07 SVOCs Drinking Water EPA 525.2 EPA 525.2 10 Days $130.00 $260.00 $227.50 $162.50 $607.50 8.08 PAHs Drinking Water EPA 550.1 EPA 550.1 10 Days NB NB NB NB NB Section 9.Sampling Media/Miscellaneous 9.01 EnCore Sampling Device(1 Each) NA NA NA NA $8.00 $8.00 $8.00 $8 00 $8.00 9.02 EnCore Sampling Devices(Box of 50) NA NA NA NA $400.00 $400.00 $400.00 $400.00 $400.00 9.03 1-Liter SUMMA Canister,Batch Certified(1 Each) NA NA NA NA $35.00 $35.00 $35.00 $35.00 $35.00 9.04 1-Liter SUMMA Canister,individual Certification(1 Each) NA NA NA NA $85.00 $85.00 $85.00 $85.00 $85.00 9.05 6-Liter SUMMA Canister,Batch Certified(1 Each) NA NA NA NA $35.00 $35.00 $35.00 $35.00 $35.00 9.06 6-Liter SUMMA Canister,Individual Certification(1 Each) NA NA NA NA $85 00 $85.00 $85.00 $85.00 $85.00 9.07 Flow Controller(1 Each) NA NA NA NA $20 00 $20.00 $20.00 $20.00 $20.00 9.08 1-Liter Tedlar Bag(I Each) NA NA NA NA $15.00 $15.00 $15.00 $15.00 $15.00 9.09 2-Liter Tedlar Bag(I Each) NA NA NA NA NB NB NB NB NB 9.10 5-Liter Tedlar Bag(I Each) NA NA NA NA NB NB NB NB NB 9.11 PUF/XAD(1 Each) NA NA NA NA NB NB NB NB NB 9.12 PUF(1 Each) NA NA NA NA NB NB NB NB NB 9.13 Dcionizcd Water,5 Gallons(batch analyzed per lab criteria) NA NA NA NA $80 00 $80.00 $80.00 $80.00 $80.00 Section 10.Hard Copy and Electronic Deliverables(indicate percent markup) 10.01 Summary Data Package' NA NA NA 40 Bays $0.00 10.02 Full Raw Data Package' NA NA NA 49 Days 10.03 ERPIMS EDD` NA NA NA 10 Day $0.00 10.04 Data Package on CD NA NA NA 40-Days $15.00 10.05 Geotracker EDT Dehverable` NA NA NA 10 pays $0.00 10.06 ADR(SEDD Stage 2a Equivalent)Deliverable` NA NA NA 44Bays $0.00 1 O 07 ADR(SEDD Stage 2b Equivalent)Deliverable° NA NA NA 40-Bays NB 10.08 ADR(SEDD Stage 3 Equivalent)Deliverable` NA NA NA -10 Days NB 10.09 SEDD Stage 2a Deliverable' NA NA NA 40-Days $0.00 10.10 SEDD Stage 21,Deliverable' NA NA NA 40-Days NB 10.11 SEDD Stage 3 Deliverable` NA NA NA 40-Days NB 10.22 EQUIS NA NA NA 49-Bays $0.00 Section 11:Surcharges on Expedited Deliverables(indicate a cent marku) 11.01 Sample results within 24 hours(1 business day) NA NA NA 24 Hours 100.00% 11.02 Sample results within 48 hours(2 business days) NA NA NA 48 Hours 75.00% 11.04 Sample results within 5 business days NA NA NA 5 Days 25.00% 11.05 Sample results within 10 business days NA NA NA 10 Days 0.00% Assume Level H above Section 12:Other Prices and Surcharges(LABORATORIES may indicate other ricing not captured above) 12.01 Return Shipping(FedX label inol Sat delivery)lower 48 NA NA NA NA 48 12.02 Corrosivity Water,Solid SW 846 Chapter SW 846 Chapter 7 10 days $10.00 $20.00 $17.50 $12.50 $42.75 12.03 Flashpoint Liquid NA 1010 10 days $35 00 $70.00 $61.25 $43.75 $135.00 12.04 1 Common Anion Solid EPA 300.0 EPA 300.0 10 days $25 00 $50.00 $43.75 $31.25 $40.50 12A5 Common Anions(2-4) Solid EPA 300 0 EPA 300 0 10 days $35.00 $70.00 $61.25 $43.75 $121.50 12.06 Common Anions(5-7) Solid EPA 300 0 EPA 300 0 10 days $55.00 $110.00 $96.25 $68.75 $204.50 12.07 Chloride Water NA EPA 325.3 10 days $13.00 $26.00 $22.75 $16.25 $40.50 Stantec Consulting Services Inc. PACE Page 7 SCHEDULE ANALYTICAL LABORATORY PRICING SCHEDULE BASIC ORDERING AGREEMENT LABORATORY Name:PACE NA=Not available for capplicableTAT Analytical Method (Most Curreat Standard Tom- Accelerated Turn Accelerated Turn Accelerated Turn Around Accelerated Turn Around Line Analysis Matrix Preparation Method approved Method if Around Time Base Price Standard Turn Around Around(24 hours) Around(48 hours) (5 days) (Emergency Response) applicable) 12.08 Sulfate Water NA EPA 375.4 10 days $1300 $26.00 $22.75 $16.25 $40.50T TPH-Diesel L 12.09 DI WET DIWET/SW3510C SW8015B 10 days $70.00 $140.00 $122.50 $87.50 $157.50 12.10 TerraCom Kit for Sad VOCs Soil Media 5035/A NA 1 0 days $8.00 $9.00 $9.00 $9.00 $9.00 12.11 Lab prep of EnCore Sampler devices Soil Prep 5035/A NA 10 days 1 $12.00 $24.00 $21.00 $15.00 $24.00 12.12 1,2,3-Trichlorpropane(TCP) Water NA EPA 524M SIM 10 days $75.00 $150.00 $131.25 $93.75 $168.75 12.13 PFASs(up to 14 compounds) Water NA EPA 537.1 10 days $225.00 $450.00 $393.75 $281.25 $663.75 12.14 PFASs(up to 14 compounds) Solid NA ID SOP 10 days $225.00 $450.00 $393.75 $281 25 $663.75 12.15 PFOA/PFOS Water NA EPA 537.1 10 days $225.00 $450.00 $393.75 $281.25 $663.75 12.16 PFOA/PFOS Solid NA ID SOP 10 days $225.00 $450.00 $393.75 $281.25 $663.75 12.17 OCPs Drinking Water EPA 505 EPA 505 10 Days $70.00 $140.00 $122.50 $87.50 $157.50 12.18 PAHs Drinking Water EPA 525.2 EPA 525.2 10 Days $120.00 $240.00 $210.00 $150.00 $270.00 12.19 1,4-Dioxane Drinking Water EPA 522 EPA 522 10 days $8000 $160.00 $140.00 $10000 $180.00 12.20 NDMA Drinking Water EPA 521 EPA 521 10 Days $255.00 $510.00 $446.25 $318 75 $573.75 12.21 Hexavalent Chromium Cr+6 Water NA SW7199 10 Days $70.00 $140.00 $122.50 $87.50 $202.50 12.22 1 Hexavalent Chromium Cr+6 Solid SW3060A SW7199 10 Days $89.00 $178.00 $155.75 $111.25 $247.50 12.23 CTEPH Water CT ETPH 03/99 CT ETPH 03/99 10 Days $85.00 $170.00 $148.75 $106.25 $290.50 12.24 CTEPH Solid CT ETPH 03/99 CT ETPH 03/99 10 Days $85.00 $170.00 $148.75 $106.25 $290.50 12.25 MAVPH Water MA DEP VPH MA DEP VPH 10 Days $5500 $110.00 $96.25 $68.75 $162.00 12.26 MAVPH Solid MA DEP VPH MA DEP VPH 10 Days $55.00 $110.00 $96.25 $68.75 $162.00 12.27 MAEPH Water MA DEP EPH MA DEP EPH 10 Days $100.00 $200.00 $175.00 $125.00 $290.50 12.28 MAEPH Solid MA DEP EPH MA DEP EPH 10 days $100.00 $200.00 $175.00 $125.00 $290.50 12.29 Metals Digest Water NA 10 Days $5.00 $10.00 $8.75 $6.25 $33.75 12.30 Metals Digest Soil various SW-846 and EPA NA 10 Days $5.00 $10.00 $8.75 $6.25 $33.75 12.31 NJ EPH-Fractionation Water SW 3510C NJDEP EPH 10/08 10 Days $75 00 $150.00 $131.25 $93.75 $290.50 12.32 NJ EPH-Fractionation Soil S W 3546 NJDEP EPH 10/08 10 Days $120.00 $240.00 $210.00 $150.00 $290.50 12.33 T017 Vapor Intrusion(VI)Full List+Napthalene Air T017 T017 10 days NB NB NB NB NB 12.34 T017 Media Media Vlmbe(N-aided) Vimbo(N-aified) 10 days NB NB NB NB NB 12.35 T017Media Media T-(Non C-&d) T-(N..C-&d) 10 days NB NB NB NB NB 12.36 T017 Media Media VI/TA tube(100%certified) (100%certified) 10 days NB NB NB NB NB 12.37 Radiello 130(Passive SE GC/MS) Air RAD130 RAD130 10 days NB NB NB NB NB 12.38 Radiello 130(Passive SE GC/MS) Media RAD130 RAD130 10 days NB NB NB NB NB 12.39 Radiello 145(Passive TD-GC/MS) Air RAD145 RAD145 10 days NB NB NB NB NB 12.40 Radiello 145(Passive TD-GC/MS) Media RAD145 RAD145 10 days NB NB NB NB NB 12.41 Methanol vial for GRO/Gx Soil Media SW5035A SW5035A 10 days $5.00 $5.00 $5.00 $5.00 $5.00 12.42 Nitrate/Nittiv,N Waste Water,Water SM 4500 NO3E SM 4500 NO3E 10 Days $13.00 $26.00 $22.75 $16.25 $54.00 12.43 Ammonia-N Waste Water,Water SM4500 NH3 B/C SM4500 NH3 B/C 10 Days $25.00 $50.00 $43.75 $31.25 $54.00 12.44 Nitrite Waste Water,Water SM 4500 NO2 B SM 4500 NO2 B 10 Days $13.00 $26.00 $22.75 $16.25 $54.00 12.45 COD Waste Water,Water SM 5220C SM 5220C 10 Days $18.00 $36.00 $31.50 $22.50 $54.00 12.46 COD Waste Water,Water SM 5220 D SM 5220 D 10 Days $18 00 $36.00 $31.50 $22.50 $54.00 12.47 Total Non-Methane Organw Compounds Air/Soi]Gas SCAQMD 25.1(M) SCAQMD 25.1(M) 10 Days NB NB NB NB NB 12.49 Carbon dioxide(ppm Level) Air/S. Gas SCAQMD 25.1(M) SCAQMD 25.1(M) 10 Days NB NB NB NB NB 12.49 Cl-C6 Air/Soil Gas EPA TO-3M EPA TO-3M 10 Days NB NB NB NB NB 12.50 BTEX only Air/Soil Gas EPA TO-14/TO-15 EPA TO-14/TO-15 10 Days 70.00 $140.00 $122.50 $87.50 $337.50 12.51 Interpretrve Fuel Fingerprint(Gasoline,Kerosene,Diesel,Motor Oil,etc... Water SW-846 3510C SW 846 8015 10 Days TBD 12.52 Int relive Fuel Fingerprint Gasoline,Kerosene,Diesel,Motor Oil,etc... Soil SW-846 3546 SW 846 8015 l0 Days TBD Stantec Consulting Services Inc. PACE Page 8 LABORATORY MASTER SERVICES AGREEMENT EXHIBIT D GENERAL SCOPE OF SERVICES The scope of work to be provided by the laboratory is generally defined below: A. Conduct chemical, physical, and biological analysis for samples of soil, sediment, surface water, wastewater, groundwater, soil vapor, non-aqueous phase liquids, air, biota, microbial, hazardous waste matrices, building material matrices and other matrices as required. B. Conduct analysis of samples under emergency conditions where samples may require rapid turn-around to prevent risk to health or environmental conditions. These services will support Stantec's Emergency Response Services and will be identified on individual Task Orders. C. Provide data in compliance with Stantec's Data Management System. As specified in Appendix A of the RFP, Stantec has implemented EQuIS as the standard Environmental Database Management System to maintain all analytical data and site information. As the default condition, Stantec will accept the Electronic Data Deliverables (EDD)format supported by EQuIS. The following format in supported by Stantec. All data deliverables must comply with this format: a. EFWEDD format—this format breaks samples, tests, results and the QC batch records into 4 separate files linked together via a unique sample identifier. Stantec has modified the format to fit ins ongoing needs. The Laboratory will be provided with the format if pricing is accepted, along with field descriptions. Reference files and SOPS. b. The Laboratory must have the ability to upload data to the SFTP site for submittal to Stantec in addition to sending the EDD and an email with the EDD, Excel spreadsheet and pdf to the Project Manager or other email addresses as required. C. The laboratory will be responsible for rejected EDDs to be corrected/resubmitted as well as any delays caused by non-conforming EDDs not being accepted by the system. The rejection notification will be automatically generated and sent by the system to an email address to be monitored by the laboratory. D. Provide data in Electronic deliverable format that can be uploaded to state regulatory databases (where required, notice will be included in Task Order). E. Supply chain-of-custody forms, bottles, canisters, sampling train (e.g., pressure gauges, etc.), preservatives, sampling media, additional supplies as may be required (and agreed to in Task Orders, and lockable and or sealed coolers or transport containers necessary to collect and ship samples. F. Courier service and after-hours sample drop-off capability. G. Field support including support personnel and field/mobile laboratory services. H. Storage capability for samples that may need to be retained for future analyses. I. Sample disposal services. PACE ANALYTICAL SERVICES,LLC Patriot Environmental Services www.patriotenuironmental.com 24 Hour Emergency Response line Pa-tri [8001624 9136 , CORPORATE HEADQUARTERS 508 East E Street,Suite A Wilmington,CA 90744 Erivi ices [5621436-2614 CA REGIONAL LOCATIONSStantec FEE Bakersfield SCHEDULE Long Beach/Los Angeles Mira Loma/Ontario Richmond Sacramento San Bernadino San Diego Santa Clarita Ventura/Santa Paula NV REGIONAL LOCATIONS Las Vegas Reno OREGON REGIONAL LOCATION Portland WASHINGTON REGIONAL LOCATION Richland "Prepared and Professional" Patriot Environmental Services strives to be the premier provider of comprehensive environmental services in the southwestern United States to accomplish Patriots'mission we employ talented, reliable individuals with extensive and broad-ranged experiences,and provide them with the tools and technology necessary to meet client needs.Patriot will ensure that the services and technique provided will be efficient and effective in any situation,on land or on the water.Every client will receive the highest- leuelattention tohis orher indiuitlualneeds.Patriot's clients know that the company is prepared,available, and reliable...no matter when or where we are calledEnergy,Environmental and Insurance surcharge fee of 15%shall he applied to all invoices upon. subject to both labor and materials less taxes. *004 PERSONNEL Patril It ron en Envimt e al 5rvi�es LABOR PREMIUM CODE DESCRIPTION PER HOUR PER HOUR PER HOUR SP Senior Project Manager 182.75 213.00 243.00 PM Project Manager 152.00 182.50 213.00 CH Chemist/Industrial Hygenist 152.00 182.50 213.00 HS Health & Safety Manager 121.50 152.00 182.50 AM Assistant Project Manager 121.50 152.00 182.50 HM Hazardous Material Specialist 91.50 136.75 177.50 CR Confined Space Rescue Technician 72.75 109.50 146.00 Prevailing Wage Labor *Craft Labor Subject to Increase Based on DIR G-2 Operating Engineer-PW 115.32 172.98 230.64 G-3 Teamster-PW 99.25 148.31 179.08 FS Field Superviso-PW 91.50 128.50 166.30 HT Hazardous Material Technician-PW 91.50 128.50 166.30 SF Site Foreman-PW 91.50 128.50 166.30 G-1 Laborer-PW 91.50 128.50 166.30 Minimum call out is 4 hours per person. Straight Time-Monday through Friday from 0700-1500,including chargeable 112 hour meal break. Overtime-All other hours Monday through Friday(up to 12 consecutive working hours)and the 1st 8 hours on Saturday. Premium Time-After 12 consecutive working hours Monday through Friday,all subsequent hours on Saturday and all hours on Sunday&Holidays. Billing Rate in effect until a minimum 6 hour break is provided. Rate categories apply to personnel working during specified time of day regardless of the number of hours worked for the Client on that particular day. Notes: 1.Minimum call out for out of area projects is 8 hours per person. 2.Personnel time charges begin with equipment and personnel mobilization at the time of the call out. Time charges terminate at the conclusion of the operation,which includes transportation back to Patriot Environmental Operations Center and any necessary decontamination and/or repair of equipment.Personnel are charged in half-hour increments. 3.Outside services for any incidental costs for all emergency response personnel are charged at cost plus 20%.Per diem charges for meals are$50.00 per person per day. Crew lodging rates are$160.00 per person per day.For some areas,higher rates may apply. 4.Surcharges may apply to cover unanticipated costs resulting from circumstances beyond the control of Patriot. 5.Commercial transportation for Patriot employees will be reimbursed at Patriot cost plus twenty(20%). 6.Services shall be performed by employees of Patriot,or its subcontractors who will be controlled and under the sole authority of Patriot,and who will be compensated for performance of the services directly by Patriot under the terms and conditions of their agreements with Patriot.Patriot will be responsible for the qualification of any subcontractors used to perform services on behalf of client.Client will be billed for services by Patriot's subcontractors at the greater of the rates listed in the Patriot Fee Schedule of Services or the cost of the subcontractor's services plus an administrative charge of twenty percent(20%)of the cost of these services. Subcontractors'services will be listed on the Patriot Daily Work Report.Client agrees not to contact Patriot's subcontractors,directly or indirectly(including through agents),to attempt to secure the subcontractor's services for work to complete the Services,except through Patriot,or to seek to induce the Subcontractors to violate the terms of their agreements with Patriot. 7. Energy, Environmental and Insurance surcharge fee of 15%shall be applied to all invoices and subject to both labor and materials less taxes. January 1,2022 Page 2 of 9 PERSONNEL EQUIPMENT Patriat Environmental 5ervires DE.SrRIPEW ITEM NI/MRFR !/NIT RATE RESPONSEMARINE • Contractor Boom, up to 8"x 12" 2002 Per Foot/By Day 3.75 Boom Anchor Set 2004 Day 57.75 Hull Magnets 2006 Day 57.75 Disc Skimmer w/Power Pack 2010 Hour 288.75 Elastec Magnum 4-Drum Skimmer w/Power Pack 2012 Hour 393.75 Skimpak 2014 Hour 68.25 Response Vessel, 30-34' 2016 Hour 246.75 Response Vessel, 25'-29' 2018 Hour 194.25 Response Vessel, 15'-24' 2020 Hour 158.00 Skiffs w/Outboard, 14'or less 2022 Hour 68.25 Skiffs w/o Outboard, 14'or less 2024 Hour 36.75 **The above items are subject to a "stand by rate"equal to 1/2 the operating rate EXCA VA TION EQUIPMENT Backhoe 2052 Hour 115.50 Backhoe Attachment 2054 Day 267.50 Skidsteer Loader/Bobcat 2056 Hour 97.50 Skidsteer Loader Attachment 2058 Day 182.50 Excavator, Mini 2060 Hour 97.50 Excavator, up to 45,000 lb 2062 Hour 213.00 Excavator, 45,000 lb and up 2064 Hour 255.15 Excavator Attachment 2066 Day 790.00 Loader, 3 Yard Bucket 2068 Hour 182.50 Loader, 5 Yard Bucket 2070 Hour 213.00 Heavy Equipment Delivery/Pickup 2072 Hour 182.50 RESPONSE • .•. 30'Command Center 2102 Day 608.00 Mobile Incident Command Center 2104 Day 1215.75 Confined Space Rescue Equipment Box 2106 Day 395.00 Emergency Response Logistics Trailer, 48'-53' 2108 Day 547.00 Emergency Response Trailer, 24'or less 2110 Day 395.00 Flatbed Trailer, up to 48' 2112 Day 304.00 ATV Trailer 2114 Day 152.00 Boom&Skiff Trailer 2116 Day 121.50 Spray Trailer w/200 Gallon Tank 2118 Day 121.50 HEA WDUTYSUPPORT 120 Barrel Black Iron Vacuum Tanker 2152 Hour 42.50 120 Barrel Stainless Steel Vacuum Tanker 2154 Hour 48.50 35- 70 Barrel Black Iron Vacuum Truck 2156 Hour 42.50 35- 70 Barrel Stainless Steel Vacuum 2158 Hour 48.50 Roll-Off Truck,Single Bin 2160 Hour 42.50 Roll-Off Truck, Double Bin 2162 Hour 48.50 Rocket Launcher 2164 Hour 48.50 Heavy Duty Tractor 2166 Hour 48.50 January 1,2022 Page 3 of 9 EQUIPMENT End Dump 2168 Hour 67.00 Hydro Excavation Unit 2170 Hour 225.00 Vactor/letter Combo Unit 2172 Hour 225.00 Guzzler/Air Mover Unit 2174 Hour 182.50 Crane Truck, 10-18 Ton 2176 Hour 152.00 Dump Truck, up to 10 yard 2178 Hour 121.50 Water Truck, up to 3,000 gallons 2180 Hour 134.00 Gear Truck, Less Than 1 ton 2202 Hour 24.25 Gear Truck, 1 Ton-3 Ton 2204 Hour 30.50 Gear Truck, 3 Ton-5 Ton 2206 Hour 36.50 Box Truck, ER Equipped 2208 Hour 60.75 15 Passenger Personnel Support Van 2210 Hour 34.25 All Terrain Vehicle 2212 Day 364.75 Utility All Terrain Vehicle 2214 Day 425.50 SUPPORTi Air Compressor, 100-385 CFM 2252 Day 284.75 Copus Blower, CP-20 2254 Day 194.75 Horn Blower, Venturi 2256 Day 200.75 Mity-Mite Blower, Trailer Mount 2258 Day 1276.50 Pressure Washer, 3,000 PSI-Single Unit 2260 Hour 48.50 Pressure Washer, 3,000 PSI-Double Unit 2262 Hour 67.00 Hydroblaster, 10K 2264 Hour 133.75 Hydroblaster,20K 2266 Hour 182.50 Hydroblaster, 36K 2268 Hour 243.00 Hydroblaster Attachments 2270 Day 182.50 Mini Guzzler, Trailer Mounted 2272 Hour 91.25 Mini Jetter, Trailer Mounted 2274 Hour 91.25 Mini Roll Off Trailer, Trailer Mounted 2276 Hour 36.50 2"Pump, Petroleum and Chemical 2278 Day 267.50 3"Pump, Petroleum and Chemical 2280 Day 304.00 4"Pump, Petroleum and Chemical 2282 Day 395.00 6"Pump, Petroleum and Chemical 2284 Day 607.75 2"-4"Pump Hose 2286 Foot 2.00 Vactor Flex Hose, 6" 2288 Foot 3.50 Drum-Mount Vacuum 2290 Day 152.00 Truck Ramp/Deck Plate 2292 Day 243.00 Drum Dolly 2294 Day 42.50 Chain Saw 2296 Day 67.00 Sawzall 2298 Day 91.25 Weed Wacker 2300 Day 79.00 Lawnmower 2302 Day 91.25 Hand Tools(rake, shovel, broom, squeegee,scraper,Seals) 2304 Day 12.25 Ladder,A-Frame and Extension 2306 Day 12.25 Chipping Gun, Pneumatic 2308 Day 51.25 Light Tower 2310 Day 346.50 Demolition Torch 2312 Day 395.00 Cut-Off Saw 2314 Day 152.00 Personnel Decon Station 2316 Day 304.00 Decontamination Pool, 10'x 15' 2318 Day 304.00 Decontamination Pool, 100'x 20' 2320 Day 790.25 Forklift, 6k-10k 2322 Day 340.50 Generator, 4 to 7.5 kW 2324 Day 139.75 Jackhammer 2326 Day 273.50 January 1,2022 Page 4 of 9 EQUIPMENT Portable Light, Explosion Proof 2328 Day 61.00 Manlift, up to 60'Boom 2330 Day 911.75 Manlift, 61'-100'Boom 2332 Day 1337.00 Tanker Rollover Kit 2334 Day 607.75 Pressure Gauge Kit 2336 Day 304.00 TEMPORARYSTORAGEEQUIPMENT Roll-Off Bin, 10-40 Cubic Yard 2402 Day 30.50 Storage Tank, 21,000 Gallon 2404 Day 67.00 Storage Tank Containment 2406 Day 36.50 Storage Tank, 6500 Gallon Poly 2408 Day 63.50 Storage Bladder, 126,000 Gallon 2410 Each See Below 9 Storage Bladder, 42,000 Gallon 2412 Each See Below 9 Storage Bladder, 21,000 Gallon 2413 Each See Below 9 Tote Tank, 550 Gallon Stainless Steel 2414 Day 91.25 Tote Tank, 300 Gallon Plastic 2416 Day 85.25 Salvage Cylinder/Coffin 2418 Day 2917.25 COMMUNICA TIONEQUIPMENT Aerial Drone Camera 2452 Day 547.00 Satellite Phone 2454 Day 486.25 Radio, UHF or VHF 2456 Day 61.00 Radio, Explosion Proof 2458 Day 91.25 SAFETYEQUIPMENT Level A Personal Protective Gear 2502 Day 1701.75 FRC Chemical/Acid Suit, 1-Piece 2504 Day 182.50 Fire Turnout Suits w/Boots 2506 Day 364.75 Chest/Hip Waders 2508 Day 91.25 Emergency Egress Bottle/Five Minute Escape Pack 2510 Day 61.00 Eyewash Station 2512 Day 42.50 Full Face Respirator 2514 Day 42.50 Harness/Lanyard 2516 Day 24.25 Drager Pump 2518 Day 164.00 LEL/O2/H2S/CO Meter 2520 Day 273.50 LEL/02/H2S/C0/PID Meter 2522 Day 304.00 H2S Clip 2524 Day 24.25 Supplied Air System 2526 Day 425.50 Mercury Meter-Lumex Meter 2528 Day 972.41 Mercury Meter-Jerome Meter 2530 Day 607.75 Mercury Vacuum/Hepa Vacuum 2532 Day 790.25 Chlorine Emergency Kit'A" 2534 Day 1063.75 Chlorine Emergency Kit"B" 2536 Day 1185.25 Chlorine Emergency Kit"C" 2538 Day 1428.25 PID/HNU/OVA Meter 2540 Day 243.00 Radiological Meter 2542 Day 303.75 SCBA 2544 Day 218.75 SCBA,Standby Only 2546 Day 121.50 Tripod and Winch 2548 Day 273.50 Traffic Control,Arrow Board 2550 Day 395.00 Traffic Control, Reflective Signs 2552 Day 60.75 Traffic Cones/Delineators 2554 Day 6.00 Notes: 1.Equipment prices do not include fuel,operator,or mobilization to job site.Minimum call out is 4 hours. January 1,2022 Page 5 of 9 EQUIPMENT 2.All charges are portal to portal beginning with equipment mobilization from Patriot Operations Centers and includes all time at the site,whether or not equipment is listed in daily reports or actively utilized.Time charges terminate at the conclusion of the operation,which includes demobilization back to operations centers and completion of any decontamination,re-stocking and or repair. 3.Day rate equipment operated over 12 consecutive hours will be charged 2x the day rate. 4.Projects over 50 miles from Patriot's Office will incur mileage charges of$0.60 per mile per vehicle. 5.Equipment not on price list will be charged per quote.Unless otherwise quoted,equipment not on price list will be charge at cost plus twenty percent(20%). 6.Client agrees to pay Patriot,in accordance with rates contained in this Price List,for any cleaning or repairs necessary to return equipment to the same condition as at the commencement of services.Only Patriot shall perform any cleaning and decontamination operations on all equipment owned,rented or subcontracted by Patriot. 7.All equipment and supplies are subject to a replacement charge at Patriot cost+20%if damaged,or if decontamination is impossible. 8.Services shall be performed by employees of Patriot,or its subcontractors who will be controlled and under the sole authority of Patriot,and who will be compensated for performance of the services directly by Patriot under the terms and conditions of their agreements with Patriot.Patriot will be responsible for the qualification of any subcontractors used to perform services on behalf of client.Client will be billed for services by Patriot's subcontractors at the greater of the rates listed in the Patriot Fee Schedule of Services or the cost of the subcontractor's services plus an administrative charge of twenty percent(209/6)of the cost of these services. Subcontractors'services will be listed on the Patriot Daily Work Report.Client agrees not to contact Patriot's subcontractors,directly or indirectly(including through agents),to attempt to secure the subcontractor's services for work to complete the Services,except through Patriot,or to seek to induce the Subcontractors to violate the terms of their agreements with Patriot. 9.Storage Bladders are designed to provide temporary storage and one time usage. Client will be notified prior to deployment of bladder and informed of replacement value. If deployed,client be billed for replacement at Patriot's cost plus twenty percent(20%)and will be responsible for the transportation&disposal of the existing bladder as required. 10. Energy, Environmental and Insurance surcharge fee of 15%shall be applied to all invoices and subject to both labor and materials less taxes. January 1,2022 Page 6 of 9 EQUIPMENT MA TERIALS AND SUPPLIES Patriote ron Envimental 5rvices DE.SC'RIPLUS ITEM/V//MRFR UNIT RATE BAGSISHEETING Plastic Bag, 33"x 50", 250/Box 3001 Box 164.00 Plastic Bag, 38"x 60", 50/Box 3002 Box 151.75 55 Gallon Drum Liner 3003 Each 3.50 Roll-Off Box Liner 3004 Each 54.50 Shrink Wrap 3005 Roll 24.25 Plastic Sheeting, 20'x 100', 10 mil 3006 Roll 212.75 Plastic Sheeting, 20'x 100', 6 mil 3007 Roll 151.75 Hand Cleaner 3101 Jar 12.25 Bleach 3102 Gallon 3.50 Marine Cleaner 3103 Gallon 30.50 Simple Green 3104 Gallon 26.75 Power Cleaner 155 3105 Gallon 24.26 Neutralizer(Soda Ash, Bicarbonate, Citric Acid) 3106 Gallon/Bag 79.25 Heavy-Duty Decontamination Cleaner, 55 Gallon Drum 3107 Each 3,646.50 Heavy-Duty Decontamination Cleaner, 1 Gallon Bucket 3108 Each 72.75 Carbon Cannister 3109 Each 729.25 5 Gallon Pail 3201 Each 18.25 15 Gallon Open Top 3202 Each 30.25 20 Gallon Open Top 3203 Each 54.50 30 Gallon Open Top 3204 Each 66.75 55 Gallon Open Top 3205 Each 91.25 55 Gallon Closed Top 3206 Each 91.25 55 Gallon Poly 3207 Each 103.50 85 Gallon Steel Overpack 3208 Each 255.25 95 Gallon Poly Overpack 3209 Each 334.50 250 Gallon Poly Tote 3210 Each 668.75 Triwall Box, Cubic Yard 3211 Each 170.25 Lighting Bulb/Tube Box 3212 Each 91.25 Chemical/Acid Suit, 1-Piece 3301 Each 151.75 Steel Toe PVC/Nitrite Boot 3302 Pair 67.00 Drager Test Tubes 3303 Each 58.50 Nitrile Inner Gloves 3304 Pair 1.25 Nitrile Gloves, 14" 3305 Pair 13.50 Heavy Duty Black Rubber Gloves 3306 Pair 18.25 Leather Gloves 3307 Pair 13.25 Hard Hat 3308 Each 48.50 Safety/Traffic Vest w/Reflective Tape 3309 Each 48.50 Disposable Overboot 3310 Pair 18.25 Rain Gear 3311 Set 29.25 Respirator Cartridges, OV/AG 3312 Each 24.26 January 1,2022 Page 7 of 9 MATERIALS AND SUPPLIES Respirator Cartridges, Chlorine/Mercury 3313 Each 36.50 HEPA Vacuum Pre-Filter 3314 Each 21.00 HEPA Vacuum HEPA Filter 3315 Each 267.50 Mercury Carbon Filter 3316 Each 638.00 Mercury ULPA Filter 3317 Each 206.75 Mercury Vacuum Hose, 8 Foot Section 3318 Each 48.50 Disposable Half-Face Respirator OV/AG 3319 Each 35.25 Safety Glasses 3320 Each 8.50 Face shield bracket 3321 Each 18.25 Face shield 3322 Each 3.50 Saranex Tyvek Suit 3323 Each 46.50 Disposable White Tyvek 3324 Each 17.00 Poly Coated Yellow Tyvek 3325 Each 24.25 Chemical Stabilizer Absorbent, 35 lb Bag 3401 Bag 176.50 Sorbent Sweep, 100%Bale 3402 Bale 193.50 Vermiculite, 6 cu. ft./Bag 3403 Bag 36.50 Mercury Amalgum 3404 Lb 164.00 Mercury Vapor Suppressant 3405 Quart 30.25 Floor Dry, 25 lb Bag 3406 Bag 24.25 SaveSorb 3407 Bag 72.75 SaveSorb, 55cf Compressed Bag 3408 Bag 1,823.25 Industrial Rug 3409 Roll 243.25 Oil Snare on Rope, 50ft./Bag 3410 Bag 173.25 Sorbent Pads, 100/Bale 3411 Bale 121.50 8"x 10'Sorbent Boom, 4/Bale 3412 Bale 267.50 5"x 10'Sorbent Boom, 4/Bale 3413 Bale 225.00 Caution/Danger Tape 3501 Roll 30.50 Bottled Water 3502 Case 18.25 Gatorade/Sports Drink 3503 Case 24.25 Orange Construction Fence, 4'x 100' 3504 Roll 54.75 Cotton Rags, 25 lb 3505 Box 72.75 Sandbags 3506 Each 5.00 Plywood, 1/2" 3507 Sheet 36.50 Plywood, 3/4" 3508 Sheet 48.50 Duct Tape 3509 Roll 7.50 Tygard/Typatch 3510 Per Foot 3.00 PCB Wipe Sampling Kit 3511 Each 30.50 HazCat Kit 3512 Day 334.00 HazCat Kit Test 3513 Per Test 42.50 Petroflag Soil Test 3514 Per Test 42.50 Chlor-N-OiVChlor-N-Soil Test 3515 Per Test 30.50 Coliwassa 3516 Each 18.25 Hand Pump 3517 Each 30.50 Poly Rope, 3/8"x 600' 3518 Spool 109.50 Hand Held Hudson Sprayer 3519 Day 24.25 Notes: 1.Materials utilized on project,whether listed in daily work reports or not,are chargeable.All materials not listed on Fee Schedule will be charged at cost plus twenty percent(20%). 2.Disposal quotes for waste must meet approved profiles.Patriot Environmental will assist client with disposal plan and provide quotes,but client must designate disposal facility.Patriot Environmental will not take title to any waste. January 1,2022 Page 8 of 9 MATERIALS AND SUPPLIES 3.Additional charges may apply to cover unanticipated cost increases for items resulting from circumstances beyond the control of Patriot Environmental. 4.Services shall be performed by employees of Patriot,or its subcontractors who will be controlled and under the sole authority of Patriot,and who will be compensated for performance of the services directly by Patriot under the terms and conditions of their agreements with Patriot.Patriot will be responsible for the qualification of any subcontractors used to perform services on behalf of client.Client will be billed for services by Patriot's subcontractors at the greater of the rates listed in the Patriot Fee Schedule of Services or the cost of the subcontractor's services plus an administrative charge of twenty percent(20%)of the cost of these services.Subcontractors'services will be listed on the Patriot Daily Work Report.Client agrees not to contact Patriot's subcontractors, directly or indirectly(including through agents),to attempt to secure the subcontractor's services for work to complete the Services, except through Patriot,or to seek to induce the Subcontractors to violate the terms of their agreements with Patriot. 5.In addition to Level A'suit charge,Client will be billed for replacement Level'A'suits at Patriot's cost plus twenty(20%). 6. Energy, Environmental and Insurance surcharge fee of 15%shall be applied to all invoices and subject to both labor and materials less taxes. January 1,2022 Page 9 of 9 MATERIALS AND SUPPLIES County of Fresno - On-Call A&E Consultant Services Appendix G SELF-DEALING TRANSACTION DISCLOSURE FORM In order to conduct business with the County of Fresno (hereinafter referred to as "County'), members of a contractor's board of directors (hereinafter referred to as "County Contractor"), must disclose any self-dealing transactions that they are a party to while providing goods, performing services, or both for the County. A self-dealing transaction is defined below: "A self-dealing transaction means a transaction to which the corporation is a party and in which one or more of its directors has a material financial interest" The definition above will be utilized for purposes of completing this disclosure form. INSTRUCTIONS (1) Enter board member's name,job title (if applicable), and date this disclosure is being made. (2) Enter the board member's company/agency name and address. (3) Describe in detail the nature of the self-dealing transaction that is being disclosed to the County. At a minimum, include a description of the following: a. The name of the agency/company with which the corporation has the transaction; and b. The nature of the material financial interest in the Corporation's transaction that the board member has. (4) Describe in detail why the self-dealing transaction is appropriate based on applicable provisions of the Corporations Code. (5) Form must be signed by the board member that is involved in the self-dealing transaction described in Sections (3) and (4). County of Fresno - On-Call Engineering Consultant Services Appendix G (1)Company Board Member Information: Name: Date: Job Title: (2)Company/Agency Name and Address: Stantec Consulting Services Inc. 6780 North West Ave., Suite 103 Fresno, CA 93711 (3)Disclosure(Please describe the nature of the self-dealing transaction you are a party to): Not Applicable (4)Explain why this self-dealing transaction is consistent with the requirements of Corporations Code 5233(a): Not Applicable (5)Authorized Si na e Signature: Date: June 6, 2022 Appendix H Subconsultants Stantec can self-perform all the listed services, however, we have included local and preferred Jim Babcock, Ph.D., PG subconsultants to augment our team's in-house Consulting Geologist and Solid Waste capabilities. Jim Babcock will lend his considerable Regulatory Compliance Professional expertise in environmental landfill services and regulatory compliance issues, while Blair, Church & Jim Babcock has provided solid waste consulting Flynn will provide surveying services, if needed. services to Fresno County since 2009. Jim has Both subconsultants share Stantec's level of quality worked on five Fresno County landfills, studying and and responsiveness, making them excellent partners resolving various regulatory and environmental for us and the County. The qualifications and compliance issues with timely and cost-effective experience of both firms are included below. approaches. A sampling of his relevant experience We also have on our team a variety of vendor is as follows: services that will likely be necessary based on our American Avenue Disposal Site experience with similar work. Addendum #2 noted a Developed a comprehensive Evaluation that we do not need to showcase their background Monitoring Program (EMP)with a Work Plan, and qualifications, so we have included only their EMP field investigations, EMP reporting and the names and roles on the table below. prepared an Engineering Feasibility Study (EFS) subconsultant or • Prepared a Corrective Action Financial Firm Role Vendor Assurance Cost Estimate -- 0 Prepared a Corrective Action Plan Jim Babcock Geologist and subconsultant 0 Prepared a Non-Water Release Corrective Regulatory Action Plan/Cost Estimate Compliance • Corrective Action Plan Five-Year Review Blair,Church& Surveying Subconsultant 0 Prepared drafts of new Waste Discharge Flynn Requirements (WDRs) AP Engineering Geotechnical Vendor 0 Third Party review of Detection Monitoring and Testing,Inc. Laboratory Reports APPL,Inc. Analytical Vendor Laboratory Southeast Regional Disposal Facility • Prepared Efficacy Evaluation of Groundwater Cascade Drilling Drilling Vendor Extraction &Treatment System Pace Analytical Analytical Vendor a Prepared Water Release Corrective Action Laboratory Plan/Cost Estimate On Target Subsurface Utility Vendor 0 Prepared Semi-Annual and Annual Corrective Precision Locators Action Plan Reviews (2015-2021) Locating 0 Negotiated revisions to WDRs Ground Subsurface Utility Vendor 0 Third Party review of Detection Monitoring Penetrating Locators Reports Radar Systems, Inc. (GPRS) Coalinga Disposal Site Patriot Emergency Spill Vendor 0 Regulatory assistance in preparation of Environmental Response, responses to Tentative and Public Comment Services Remediation Drafts of the WDRs Excavation,Soil • Provided site geology and hydrology information and Groundwater that reflects the complex geology of the site and Remediation and their potential changes in their natural Treatment, groundwater composition Hazardous waste Prepared Technical Memorandums to Transportation demonstrate the detection of volatile organic and Disposal. compounds were cross gradient, not landfill derived, and attributed to leakage from active oil and gas production from the Jacilitos Oil Field • Third Party review of Detection Monitoring Reports Stantec Fresno County On-Call A&E Consultant Services for Public Works Projects 116 Blue Hills Disposal Facility preferred by agencies and utilities in the delivery of • Negotiated revision of groundwater monitoring professional services. requirements during Hazardous Waste Permit As a testament to Blair, Church & Flynn's abilities to Renewal work successfully with local municipalities and • Prepared draft 2021 WDRs reinforcing agencies, within the past 10 years, they have classification of the landfill as a Class III Landfill provided services for more than 1,000 projects for and that the site rests directly on an exempt public agencies and utilities throughout California, aquifer of the Coalinga Oil Field. including the County of Fresno. • Third Party review of Detection Monitoring Reports Blair, Church & Flynn is proud to have built a trusting relationship with a wealth of public agencies, Del Rey Disposal Site municipalities, and government institutions, and • Literature review of site investigations and have found that many of these client's values compliance history and a recommendation to directly align with their own. Namely, a love of the eliminate further monitoring of the site collaborative and creative process, the development • Prepared groundwater monitoring well of strong, quality relationships, the satisfaction of a abandonment Work Plan professional job done well, and the commitment and integrity of standing behind our work and delivering Jim Babcock will assist Stantec in the preparation on our promises. and review of our environmental landfill services, Recent/Relevant County of Fresno Projects reports, and compliance issues. • County of Fresno Service Yard &Maintenance Yard Improvements—Multiple Sites Blair, Church & Flynn 0 County of Fresno Peterson Road Reconstruction • County of Fresno Coroner's Facility Blair, Church & Flynn is a professional engineering firm offering comprehensive services including land City of Clovis Landfill: Blair, Church & Flynn has surveying, planning, environmental, engineering, worked closely with the City of Clovis to help monitor landscape architecture, and construction specific sections of the municipality's landfill. Using management. Since 1958, Blair, Church & Flynn has unmanned aerial vehicle (UAV)technology helped been a trusted advisor to California's public Blair, Church & Flynn to determine volume calculations of new infill based upon data from flight agencies and utility providers responsible for helping targets and topographic information. Their firm clients design meaningful transportation, water resource, energy, and site development projects. performed conventional surveying on a monthly basis over a 2-year period to calculate the amount of They are a home-grown firm, with roots firmly buried garbage being moved to a newly lined area of planted in California and a trusted advisor to Central the City's site. In addition, Blair, Church & Flynn has Valley agencies including the County of Fresno. performed a bi-annual aerial survey over the past 30 Their staff has been working with the County of years providing calculations of the site. Fresno for decades. One of Blair, Church & Flynn's Exeter Landfill Well Survey: Blair, Church & Flynn specialties is serving the needs of California's provided monitoring of 21 well sites at the Exeter government entities, public agencies, and regulated Landfill to submit to the State Water Resource utilities. For more than 60 years, they have Control Board. Using GPS technology in conjunction specialized in land surveying, permitting, planning, with differential levels, Blair, Church & Flynn survey design, and construction management for critical public agency infrastructure. crews collected the locations of the well sites. The well sites were gathered and reported in accordance The firm has developed a wealth of knowledge with State Water Resources Control Board's "Survey related to the topography, soils, drainage, XYZ, Well Data, and Site Map Guidelines & underground infrastructure, regulations, design Restrictions." standards, and construction practices as they relate Blair Church & Flynn will assist Stantec by providing to public agencies and regulated utilities throughout the state. It's a landscape that they fully understand, landfill surveying services. and this experience has given them valuable insight to know what works, what's appropriate, and what's Stantec Fresno County On-Call A&E Consultant Services for Public Works Projects 117 Randell Scott West, PLS; Land Surveyor Analisa Gonzales, PLS; Land Surveyor Registration: Professional Land Surveyor #25584, Education: BS, Geomatics Engineering; BS, Civil California Engineering I Registration: Professional Land Randell Scott West started his career with Blair, Surveyor #9496, California Church & Flynn Consulting Engineers 30 years ago As an integral member of the firm, Analisa's detail- as an instrument operator on a field survey crew. In oriented nature makes her a perfect fit with Blair, the past three decades Randell has developed his Church & Flynn's land surveying department. She craft while working on thousands of projects excels within a team environment, demonstrates throughout California. Today, he plays a key role in strong leadership skills, and provides guidance to the firm's Land Surveying Department as a licensed other members with excellent technical knowledge Professional Land Surveyor. Randell is equally at and expertise. Analisa completed her education at home in the field as he is in the office. He often California State University, Fresno, with degrees in directs the field efforts of multiple crews, to help Civil Engineering and Geomatics Engineering. ensure technical accuracy and the use of best Besides her extensive understanding of both practices in boundary surveys, topographical engineering and land surveying principles, she has mapping, 3D laser scanning and construction over eleven years of first-hand experience in land staking. In the office, Randell works closely with surveying field tasks and office procedures. Project Engineers to support projects and clients, as well as satisfy the recording and mapping As a Land Surveyor, Analisa has prepared and requirements of the numerous counties and public edited Records of Survey, ALTA Surveys, parcel agencies. In the office, Randell works closely with maps, topographic maps, and exhibits for various clients overseeing projects and utilizing software utility and public agency clients. She has also including AutoCAD Land Desktop, AutoCAD Civil performed topographic surveys, boundary 3D, and GPS. retracement surveys, and construction staking in the field. She is proficient in Microstation, AutoCAD, Civil Similar Projects: 3D, and has successfully assembled field crew County of Fresno Coroner's Facility packets and processed field data. • City of Clovis Landfill-Multi-year Annual Surveys Similar Projects: • City of Exeter Landfill Well Survey County of Fresno Peterson Road Reconstruction • E&J Gallo Winery Monitoring Well Surveys City of Clovis Landfill-Multi-year Annual Surveys • California Rail Authority, High Speed Rail CP 2- County of Fresno Service Yard &Maintenance 3 and CP4 Right of Way and Surveying Support Yard Improvements—Multiple Sites Services Pacific Gas & Electric Wildfire Hardening California Rail Authority, High Speed Rail CP 2- • 3 and CP4 Right of Way and Surveying Support Program, Land Survey Support Services Services • Pacific Gas & Electric PSPS Program, Land Survey Support Services SCE Multi-Year Master Service Agreement (MSA)for Surveying & Mapping Services • PG&E Master Service Agreement(MSA) Land Surveying Services Additional Staff include: Corey Baker, Land Surveyor Field Technician Robert Reding, Land Surveyor in Training (LSIT), Assistant Land Surveyor Randy Mannon, Land Surveyor Field Technician Hunter Eldridge, LSIT, Assistant Land Surveyor Stantec Fresno County On-Call A&E Consultant Services for Public Works Projects 118 i County of Fresno-- A-rchifeccturartan-TEngineering and Related - - Appendix-I- Consultant Services Resolution No. 07-525 1 BEFORE THE BOARD OF SUPERVISORS 2 OF THE COUNTY OF FRESNO 3 STATE OF CALIFORNIA 4 No. 5 In the matter of ) 6 Amendment of Standard Conflict of ) Interest Code for All County ) 7 Departments ) 8 9 Whereas, the Political Reform Act, Government Code section 81000 et seq., 10 requires state and local government agencies to adopt and promulgate conflict of interest 11 codes; and 12 Whereas, the Fair Political Practices Commission has adopted a regulation, Title 13 2, California Code of Regulations, section 18730, which contains the terms of a standard i 14 conflict of interest code, and which may be amended by the Fair Political Practices 15 Commission after public notices and hearings to conform to amendments to the Political 16 Reform Act; and 17 Whereas, any local agency may incorporate this standard conflict of interest code, 18 and thereafter need not amend its code to conform to future amendments to the Political 19 Reform Act or its regulations; and 20 Whereas, the Board of Supervisors may adopt the standard conflict of interest 21 code on behalf of all County departments. 22 Now therefore be it resolved, that the terms of Title 2, California Code of 23 Regulations, section 18730, and any amendments to it duly adopted by the Fair Political 24 Practices Commission, are hereby incorporated by reference and, along with the Exhibits A 25 and B approved previously, today, or in the future, by this Board for each County 26 department, in which officers and employees are designated and disclosure categories are 27 set forth, constitute the conflict of interest codes of each County department. 28 COUNTY OF FRESNO Fresno,Call(arnla 1 - County of Fresno - Architectural and Engineering and Related- Appendix I Consultant Services 1 Conflict of interest forms shall be filed as follows: 2 1. As required by Government Code section 87500, subdivision (e),the County 3 Administrative Officer, District Attorney, County Counsel, and Auditor-Controller/Treasurer- 4 Tax Collector shall file one original of their statements with the County Clerk,who shall make 5 and retain a copy and forward the original to the Fair Political Practices Commission, which s shall be the filing officer. 2. As required by Government Code section 87500, subdivision 0), all other 8 department heads shall file one original of their statements with their departments. The filing 9 officer of each department shall make and retain a copy and forward the original to the Clerk 10 to the Board of Supervisors, who shall be the filing officer. 11 3, All other designated employees shall file one original of their statements 12 with their departments. 13 Adopted at a regular meeting of the Board of Supervisors, held on the 2nd day of 14 October, 2007, by the following vote, to wit: 15 Ayes: Supervisors Larson, Perea, Anderson, Case and Waterston I 16 Noes: None i 17 Absent: None 18 19 20 Chairman, Board of Supervisors 21 22 Attest: 23 _0, 24 (�J� 25 Clerk 26 27 28 f i COUNTY OF FRESNO Fresno,California 2 I County of Fresno ' 1resno,Cnlilornia County of Fresno - Architectural and Engineering and Related Appendix I Consultant Services EXHIBIT "A" PUBLIC WORKS AND PLANNING Classification Category Accountant I / II 2 Architect 1 Assistant Director of PublicP.ubllic Works & Planning 1 SSA-�t�tC-F�`'C`�^Q�l Fr F'�f-'�`'"�rt Agent r� gent 9 Building Inspector I / 11 1 Building Plans Engineer 1 a'u'56+AP-As Systems naIYF# I / II 2 Chief Building Inspector 1 Chief of Field Surveys 1 Consultant Deputy Director of Public Works 1 Development Services & Capital Projects Manager 1 Director of Public Works and Planning 1 Disposal Site Supervisor 2 Engineer I / II / III 1 Field Survey Supervisor 3 Financial Analyst I / 11 / 111 1 Housing Rehabilitation Specialist I / 11 1 Information Technology Analyst I / II / III / IV 2 Landfill Operations Manager 1 Planner I / II / III 1 Principal Accountant 1 Principal Planner 1 Principal Staff Analyst 1 Public Works and Planning Business Manager 1 Public Works and Planning Information Technology Manager 2 Public Works Division Engineer 1 Resources Division Manager 1 Right-of-Way Agent II / I11 1 Road Maintenance & Operations Division Manager 1 Road Maintenance Supervisor 1 Road Superintendent 1 Senior Accountant 2 Senior Engineer 1 Senior Engineering Technician 2 Senior Information Technology Analyst 2 Senior Planner 1 County of Fresno - Architectural and Engineering and Related Appendix I Consultant Services Classification Category SeRiEW BUcin866 Systems yst 2 Senior Staff Analyst 1 Staff Analyst I / II / III 1 Supervising Accountant 1 Supervising Building Inspector 1 Supervising Engineer 1 Supervising Water/Wastewater Specialist 1 icTeY'Y}, an rcdwe Manager Traffic Maintenance Supervisor 2 Water & Natural Resources Manager 1 Consultants shall be included in the list of designated employees and shall disclose pursuant to the broadest disclosure category in the code subject to the following limitation: The Director of Public Works and Planning may determine in writing that a particular consultant, although a "designated position", is hired to perform a range of duties that is limited in scope and thus is not required to fully comply with the disclosure requirements in this section. Such written determination shall include a description of the consultant's duties and, based upon that description, a statement of the extent of disclosure requirements. The Director of Public Works and Planning's determination is a public record and shall be retained for public inspection in the same manner and location as this conflict of interest code. County of Fresno - Architectural and Engineering and Related Appendix I Consultant Services EXHIBIT "B" PUBLIC WORKS AND PLANNING 1. Persons in this category shall disclose all reportable investments, interests in real property, sources of income (including gifts), and business positions. Financial interests (other than gifts) are reportable only if located within or subject to the jurisdiction of Fresno County, or if the business entity is doing business or planning to do business in the jurisdiction, or has done business within the jurisdiction at any time during the two years prior to the filing of the statement. Real property shall be deemed to be within the jurisdiction of the County if the property or any part of it is located within or not more than two miles outside the boundaries of the County (including its incorporated cities) or within two miles of any land owned or used by the County. 2. Persons in this category shall disclose all reportable investments in, income from (including gifts), and business positions with any business entity which, within the last two years, has contracted or in the future foreseeably may contract with Fresno County through its Public Works and Planning Department, Solid Waste Commissions within the jurisdiction, or to any other joint powers agency which Fresno County is a member to provide services, supplies, materials, machinery, or equipment to the County. 3. Persons in this category shall disclose all interests in real property within the jurisdiction of Fresno County. Real Property shall be deemed to be within the jurisdiction if the property or any part of it is located within or not more than two miles outside the boundaries of Fresno County (including its incorporated cities) or within two miles of any land owned or used by the County.