Loading...
HomeMy WebLinkAbout2022-Tetra-Tech-On-Call-A-and-E-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 3. TERM OF AGREEMENT ............................................................................................9 4. TERMINATION ...........................................................................................................9 A. Non-Allocation of Funds / Funding Requirements ........................................................9 B. Breach of Contract...................................................................................................... 10 C. Without Cause............................................................................................................ 10 5. COMPENSATION, ALLOWABLE COSTS AND PAYMENTS................................... 10 A. Maximum Cumulative Amount Available .................................................................... 10 B. Consultant Fee ........................................................................................................... 11 C. Not used..................................................................................................................... 13 D. Retention.................................................................................................................... 13 E. Payments ................................................................................................................... 14 F. Notice to Proceed / Task Orders / Project Cost Proposal ............................................ 15 6. INDEPENDENT CONTRACTOR.............................................................................. 16 7. MODIFICATION / CHANGE IN TERMS.................................................................... 17 8. NON-ASSIGNMENT ................................................................................................. 18 9. HOLD HARMLESS ...................................................................................................18 10. LIABILITY INSURANCE............................................................................................ 19 A. Commercial General Liability....................................................................................... 19 B. Automobile Liability......................................................................................................20 C. Professional Liability Insurance: ..................................................................................20 D. Worker's Compensation .............................................................................................20 E. Additional Requirements Relating to Insurance..........................................................20 11. AUDITS / RETENTION OF RECORD.......................................................................22 12. NOTICES ..................................................................................................................23 13. GOVERNING LAW ...................................................................................................23 14. DISCLOSURE OF SELF-DEALING TRANSACTIONS.............................................23 15. ELECTRONIC SIGNATURE .....................................................................................24 16. SUBCONSULTANTS................................................................................................24 I. Prompt Progress Payment............................................................................................26 J. Prompt Payment of Withheld Funds to Subconsultants ..............................................26 17. CONFLICT OF INTEREST .......................................................................................28 18. ERRORS OR OMISSIONS CLAIMS AND DISPUTES .............................................29 19. OWNERSHIP OF DATA ...........................................................................................31 20. CONSULTANT'S LEGAL AUTHORITY ....................................................................34 21. BINDING UPON SUCCESSORS..............................................................................34 22. SEVERABILITY.........................................................................................................34 23. STATE PREVAILING WAGE RATES .......................................................................34 C. Payroll Records...........................................................................................................35 E. Penalty......................................................................................................................37 F. Hours of Labor ..........................................................................................................39 1 G. Employment of Apprentices...................................................................................39 2 Articles 24-39 Not used.......................................................................................................40 40. ENTIRE AGREEMENT.................................................................................................40 3 41. SIGNATURES...............................................................................................................41 4 Appendices 5 Appendix A — Listing of all consultants, including CONSULTANT'S "Project Manager" 6 Appendix B — Scope 7 Appendix C — Project Team Appendix D — Deliverables 8 Appendix E — Cost Proposal Appendix F — Not Used 9 Appendix G — Self Dealing Transaction Disclosure Form Appendix H — Subconsultants 10 Appendix I — Conflict of Interest Code 11 Appendix J — Not Used Appendix K — Not Used 12 Appendix L — Not Used Appendix M — Not Used 13 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 Tetra Tech BAS, Inc., a 6 California Corporation, whose address is 21700 Copley Drive, Suite 200, Diamond Bar, CA 7 91765, 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 ehaagenson6aVresnocountyca.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 8 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 9 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 by 3 CONTRACT ADMINISTRATOR. 4 O. Not used. 5 3. TERM OF AGREEMENT 6 A. The term of this Agreement shall be for a period of five (5) years, commencing 7 upon execution by the COUNTY, through and including the fifth anniversary of the 8 execution date. 9 B. The CONSULTANT shall commence work promptly after receipt of a Notice to 10 Proceed or Task Order issued by the CONTRACT ADMINISTRATOR. The period of 11 performance for Task Orders shall be in accordance with dates specified in the Task Order. 12 No Task Order will be written which would extend the period of performance beyond the 13 expiration date of this Agreement, the maximum term of which shall not exceed five (5) 14 years. 15 4. TERMINATION 16 A. Non-Allocation of Funds / Funding Requirements 17 The terms and conditions of this Agreement, and the services to be provided 18 hereunder, are contingent on the approval of funds by the appropriating government 19 agency. Should sufficient funds not be allocated, the services provided may be modified, or 20 this Agreement terminated, at any time by giving the CONTRACTOR thirty (30) days 21 advance written notice. This Agreement may be terminated without cause at any time by 22 the COUNTY upon thirty (30) calendar days' written notice. If the COUNTY terminates this 23 Agreement, the CONSULTANT shall be compensated for services satisfactorily completed 24 to the date of termination based upon the compensation rates and subject to the maximum 25 amounts payable agreed to in Article 5, together with such additional services satisfactorily 26 performed after termination which are expressly authorized by the COUNTY to conclude 27 the work performed to date of termination. 28 9 1 B. Breach of Contract 2 The COUNTY may immediately suspend or terminate this Agreement in whole or in 3 part, where in the determination of the COUNTY there is: 4 1. An illegal or improper use of funds; 5 2. A failure to comply with any term of this Agreement; 6 3. A substantially incorrect or incomplete report submitted to the COUNTY; 7 4. Improperly performed service. 8 In no event shall any payment by the COUNTY constitute a waiver by the COUNTY 9 of any breach of this Agreement or any default which may then exist on the part of the 10 CONSULTANT, nor shall any such payment impair or prejudice any remedy available to 11 the COUNTY with respect to the breach or default. The DIRECTOR shall have the right to 12 demand of the CONSULTANT the repayment to the COUNTY of any funds disbursed to 13 the CONSULTANT under this Agreement, which, in the sole judgment of the COUNTY 14 were not expended in accordance with the terms of this Agreement. The CONSULTANT 15 shall promptly refund any such funds upon demand. This Section survives the termination 16 of this Agreement. 17 C. Without Cause 18 Under circumstances other than those set forth above, this Agreement may be 19 terminated by COUNTY upon the giving of thirty (30) days advance written notice of an 20 intention to terminate to CONTRACTOR. 21 5. COMPENSATION, ALLOWABLE COSTS AND PAYMENTS 22 A. Maximum Cumulative Amount Available 23 The COUNTY has or will enter into up to fifty (50) separate agreements, including 24 this Agreement, for performance of the Scope of Services identified hereinabove in Article 25 1, Section A and more thoroughly in Appendix B attached hereto. The other Agreements 26 are to be entered into by the COUNTY with the other consultant firms listed, together with 27 the CONSULTANT, on the list of consultant firms attached hereto as Appendix A. The total 28 amount payable by the COUNTY for all the Agreements combined shall not exceed a 10 1 cumulative maximum total value of Twenty-two Million Two Hundred Thousand Dollars 2 ($22,200,000), which "Not to Exceed Sum" hereinafter shall be referenced as the "NTE 3 Sum". 4 It is understood and agreed that there is no guarantee, either expressed or implied, 5 that all or any specific portion of this maximum NTE Sum will be authorized under the On- 6 Call Engineering Consultant Agreements through Task Orders. It is further understood and 7 agreed that there is no guarantee, either expressed or implied, that any Task Order will be 8 assigned to the CONSULTANT or that the CONSULTANT will receive any payment 9 whatsoever, under the terms of this Agreement. Each time a Task Order is awarded under 10 any of the Agreements, the COUNTY shall send written notification to the CONSULTANT 11 and each of the other consultants that entered into the Agreements. Each such notice shall 12 identify the cumulative total of funds allocated under all Task Orders issued hereunder as 13 of that date, and the remaining unencumbered amount of the NTE Sum. The 14 CONSULTANT acknowledges and agrees that the COUNTY shall not pay any amount 15 under this Agreement that would cause the NTE Sum to be exceeded, and the 16 CONSULTANT shall not enter into a Task Order that exceeds the remaining 17 unencumbered amount of the NTE Sum. 18 B. Consultant Fee 19 1. The approved CONSULTANT's Cost Proposal is attached hereto 20 as Appendix E and incorporated by this reference as though fully set forth herein. If there is 21 any conflict between the provisions set forth in the text of this Agreement and the approved 22 Cost Proposal (Appendix E), this Agreement shall take precedence. 23 2. The hourly and cost rates listed in Appendix E for services 24 rendered by the CONSULTANT and subconsultants shall remain in effect for the entire 25 duration of this Agreement unless adjusted in accordance with the provisions of 26 Paragraphs 3, 5, or 6 of this Article 5, Section B. 27 3. The hourly rates paid for services performed by the CONSULTANT 28 and by subconsultants of the CONSULTANT and the rates for expenses incidental to the 11 1 CONSULTANT'S and its subconsultants' performance of services may be adjusted no 2 more than once annually for inflation, in accordance with the following provisions: the 3 CONSULTANT may request new labor rates and new rates for expenses incidental to the 4 CONSULTANT'S and subconsultant's performance of services subject to written approval 5 of the CONTRACT ADMINISTRATOR in accordance with the provisions of this Article 5, 6 Section B. The CONSULTANT shall initiate the rate adjustment process by submitting to 7 the CONTRACT ADMINISTRATOR a proposed adjusted fee schedule. The proposed 8 adjusted fee schedule shall include proposed hourly rates for all categories of the 9 CONSULTANT'S and any subconsultants' wage classifications and proposed rates for 10 incidental expenses listed in Appendix E. The proposed adjusted fee schedule shall not 11 take effect unless approved in writing by the CONTRACT ADMINISTRATOR. The 12 CONSULTANT hereby acknowledges its understanding that approval by the CONTRACT 13 ADMINISTRATOR of any upward adjustment in the hourly and cost rates shall not provide 14 a basis for any increase in the NTE Sum as set forth in Article 5, Section A. 15 4. Expenses incidental to the CONSULTANT'S and any 16 subconsultant's performance of services under Article 5 of this Agreement shall be charged 17 at the rates listed in Appendix E, subject to any adjustments that may be approved in 18 accordance with Paragraphs 3, 5, or 6 of this Article 5, Section B. Unless incorporated in an 19 adjusted fee schedule approved by the CONTRACT ADMINISTRATOR in accordance with 20 Paragraphs 3, 5, or 6 of this Article 5, Section B, all other expenses incidental to the 21 CONSULTANT'S and any subconsultant's performance of the services under Article 1 of 22 this Agreement that are not specifically listed in Appendix E shall be borne by the 23 CONSULTANT. 24 5. In the event that, in accordance with Article 1, Section D, the 25 CONTRACT ADMINISTRATOR approves the CONSULTANT to retain additional 26 subconsultants not listed in Appendix H, hourly rates paid for services performed by such 27 additional subconsultants of the CONSULTANT and the rates for expenses incidental to 28 those additional subconsultants' performance of services may be adjusted no more than 12 1 once annually for inflation, in accordance with Article 5, Section B, Paragraph 3. The first 2 annual adjustment of hourly and incidental expense rates for such additional 3 subconsultants shall not be submitted for approval prior to one year after the CONTRACT 4 ADMINISTRATOR'S approval of the retention of such additional subconsultant(s) by the 5 CONSULTANT. 6 6. Notwithstanding any other provisions in this Agreement, the 7 CONTRACT ADMINISTRATOR may, at any time, authorize in writing the revision of the 8 CONSULTANT'S or subconsultant's list of rates for incidental expenses to include 9 additional categories of such expenses if, in the opinion of the CONTRACT 10 ADMINISTRATOR, such revision is necessary to facilitate the CONSULTANT'S 11 performance of the PROJECT(S). 12 7. Reimbursement for transportation and subsistence costs shall not 13 exceed the rates as specified in the approved Cost Proposal (Appendix E). The 14 CONSULTANT will be responsible for transportation and subsistence costs in excess of 15 State rates. 16 8. The consideration to be paid to CONSULTANT as provided herein, 17 shall be in compensation for all of CONSULTANT's expenses incurred in the performance 18 hereof, including travel and per diem, unless otherwise expressly so provided. 19 C. Not used 20 D. Retention 21 In addition to any amounts withheld under Article 3, the CONSULTANT agrees that 22 the COUNTY, at the discretion of the CONTRACT ADMINISTRATOR, may withhold a five 23 percent (5%) retention from the earned compensation of the CONSULTANT. If the 24 CONTRACT ADMINISTRATOR determines that retention will not be withheld for a 25 PROJECT, the CONTRACT ADMINISTRATOR will so state in writing prior to 26 commencement of the PROJECT by the CONSULTANT. The CONTRACT 27 ADMISTRATOR will identify in writing prior to commencement of the PROJECT the 28 13 1 PROJECT-specific prerequisites (such as successful completion of a PROJECT phase, as 2 an example) for the release of retentions. 3 E. Payments 4 1. Progress payments will be made by the COUNTY upon receipt of the 5 CONSULTANT'S monthly invoices and approval by the CONTRACT ADMINISTRATOR 6 thereof based on the CONTRACT ADMINISTRATOR'S evaluation of the completion of the 7 respective components of the assigned PROJECT. Invoices shall clearly identify the 8 PROJECT by Name(s), the Phase and Task(s) comprising the work that is the subject of 9 the invoice, the Notice to Proceed or Task Order number, and the date(s) on which the 10 work was performed. Invoices shall be submitted together with the documentation identified 11 below in Paragraph 5 of this Article 5, Section E. Invoices shall be forwarded electronically 12 to: PWPBusinessOffice(ufresnocountyca.gov 13 2. Upon receipt of a proper invoice, the CONTRACT ADMINISTRATOR 14 will take a maximum of ten (10) working days to review, approve, and submit it to the 15 16 COUNTY Auditor-Controller/Treasurer-Tax Collector. Unsatisfactory or inaccurate invoices 17 will be returned to the CONSULTANT for correction and resubmittal. Payment, less 18 retention, if applicable, will be issued to the CONSULTANT within forty five (45) calendar 19 days of the date the Auditor-Controller/Treasurer-Tax Collector receives the approved 20 invoice. 21 3. The COUNTY is entitled to withhold a five percent (5%) retention 22 from the CONSULTANT'S earned compensation in accordance with the provisions of 23 Article 5, Section D of this Agreement. 24 4. An unresolved dispute over a possible error or omission may cause 25 payment of the CONSULTANT fees in the disputed amount to be withheld by the COUNTY. 26 5. Concurrently with the invoices, the CONSULTANT shall certify 27 (through copies of issued checks, receipts, or other COUNTY pre-approved 28 14 1 documentation) that complete payment, less a five percent (5%) retention if applicable, has 2 been made to all subconsultants as provided herein for all previous invoices paid by the 3 COUNTY. However, the parties do not intend that the foregoing creates, as to any 4 subconsultants or subcontractors, any purported third-party beneficiary status or any third- 5 party beneficiary rights whatsoever, and the parties do hereby expressly disclaim any such 6 status or rights. 7 6. Final invoices, and separate invoices for retentions, shall be 8 submitted to CONTRACT ADMINISTRATOR no later than thirty (30) days after the phase 9 is completed. Payment for retentions, if any, shall not be made until all services for the 10 phase are completed. 11 7. In the event the DIRECTOR reduces the scope of the 12 CONSULTANT'S work under this Agreement for a specific PROJECT (or discontinues a 13 specific PROJECT), whether due to a deficiency in the appropriation of anticipated funding 14 15 or otherwise, the CONSULTANT will be compensated on a pro rata basis for actual work 16 completed and accepted by the DIRECTOR in accordance with the terms of this 17 Agreement. 18 8. Credits due CONSULTANT that include any equipment purchased 19 under the provisions of Article 26 Equipment Purchase, must be reimbursed by 20 CONSULTANT prior to the expiration or termination of this Agreement. 21 F. Notice to Proceed / Task Orders / Project Cost Proposal 22 1. Upon the acceptance of a project proposal submitted by the 23 CONSULTANT in accordance with the provisions of Article 1, Section I, and if an 24 agreement has been reached on the negotiable items and total cost in connection 25 therewith, then a specific PROJECT will be assigned to the CONSULTANT through 26 issuance by the CONTRACT ADMINISTRATOR of one or more Task Orders or Notices to 27 Proceed (NTP). Task Orders may be negotiated for a lump sum (Firm Fixed Price) or for 28 15 1 specific rates of compensation, both of which must be based on the labor and other rates 2 set forth in the CONSULTANT's approved Cost Proposal (Appendix E to this Agreement). 3 2. A Project Cost Proposal is of no force or effect and no expenditures 4 are authorized on a PROJECT and work shall not commence until a Notice to Proceed for 5 that PROJECT has been issued by the COUNTY. 6 3. If the CONSULTANT fails to satisfactorily complete a deliverable 7 according to the schedule set forth in a Task Order, no payment will be made until the 8 deliverable has been satisfactorily completed. 9 4. When milestone or phase cost estimates are included in the Project 10 Cost Proposal and/or Task Order, the CONSULTANT shall obtain prior written approval for 11 a revised Project Cost Proposal from the CONTRACT ADMINISTRATOR before exceeding 12 such estimate. 13 5. The CONSULTANT shall not commence performance of any work or 14 15 services hereunder until this Agreement has been formally approved by the COUNTY and 16 Notice to Proceed on a specific PROJECT has been issued by the COUNTY's CONTRACT 17 ADMINISTRATOR. No payment will be made prior to approval or for any work performed 18 by the CONSULTANT prior to the COUNTY'S formal approval of this Agreement. 19 6. The period of performance for each Notice to Proceed shall be in 20 accordance with dates specified in the Notice to Proceed. Consistent with the provisions of 21 Article 3, Section B, no Notice to Proceed will be issued that would extend the 22 CONSULTANT'S period of performance beyond the expiration date of this Agreement. 23 7. Notices to Proceed may not be used to amend any provision of this 24 Agreement or to expand the scope of the CONSULTANT'S work as authorized under the 25 provisions of this Agreement. 26 6. INDEPENDENT CONTRACTOR 27 A. In performance of the work, duties and obligations assumed by the CONSULTANT 28 16 1 under this Agreement, it is mutually understood and agreed that the CONSULTANT, including 2 any and all of the CONSULTANT'S officers, agents, and employees will at all times be acting 3 and performing as an independent contractor, and shall act in an independent capacity and 4 not as an officer, agent, servant, employee, joint venturer, partner, or associate of the 5 COUNTY. Furthermore, the COUNTY shall have no right to control or supervise or direct the 6 manner or method by which the CONSULTANT shall perform its work and function. However, 7 the COUNTY shall retain the right to administer this Agreement so as to verify that the 8 CONSULTANT is performing its obligations in accordance with the terms and conditions 9 thereof. 10 B. The CONSULTANT and the COUNTY shall comply with all applicable provisions of 11 law and the rules and regulations, if any, of governmental authorities having jurisdiction over 12 matters the subject thereof. 13 C. Because of its status as an independent contractor, the CONSULTANT shall have 14 absolutely no right to employment rights and benefits available to COUNTY employees. The 15 CONSULTANT shall be solely liable and responsible for providing to, or on behalf of, its 16 employees all legally-required employee benefits. In addition, the CONSULTANT shall be 17 solely responsible and save the COUNTY harmless from all matters relating to payment of the 18 CONSULTANT'S employees, including compliance with Social Security withholding and all 19 other regulations governing such matters. It is acknowledged that during the term of this 20 Agreement, the CONSULTANT may be providing services to others unrelated to the 21 COUNTY or to this Agreement. 22 7. MODIFICATION / CHANGE IN TERMS 23 A. This Agreement may be amended or modified only by mutual written agreement 24 of both parties. Except to the limited extent allowed under Article 5, Section B, and Article 25 7, Section C, and Article 16, Section A, any such written amendment to this Agreement 26 may be approved on the COUNTY's behalf only by its Board of Supervisors. 27 B. The CONSULTANT shall only commence work covered by an amendment after 28 the amendment has been fully executed and written notification to proceed has been 17 1 issued by the CONTRACT ADMINISTRATOR. 2 C. There shall be no change in CONSULTANT's Project Manager or members of the 3 project team, as listed in Appendix A and the approved Cost Proposal (Appendix E, which 4 is incorporated as a part of this Agreement as provided in Article 5, Section 1), without prior 5 written approval by the COUNTY's CONTRACT ADMINISTRATOR. Any substitutions of 6 personnel must be approved in advance by the CONTRACT ADMINISTRATOR, which 7 approval shall not be unreasonably withheld. The CONSULTANT shall notify the 8 CONTRACT ADMINISTRATOR of the names and classifications of employees assigned to 9 each specific PROJECT and shall not reassign such employees to other projects of the 10 CONSULTANT without notification to and prior approval by the CONTRACT 11 ADMINISTRATOR. 12 8. NON-ASSIGNMENT 13 Neither party shall assign, transfer or sub-contract this Agreement or any of its 14 respective rights or duties under this Agreement hereunder, without the prior written 15 consent of the other party. 16 9. HOLD HARMLESS 17 A. The CONSULTANT shall defend, hold harmless and indemnify the COUNTY, 18 its officers, agents, and employees, against the payment of any and all costs and expenses 19 (including reasonable attorney fees and court costs), damages, claims, suits, losses, and 20 liability for bodily and personal injury to or death of any person or for loss of any property, 21 economic loss or otherwise resulting from or arising out of any negligent or wrongful acts, 22 errors or omissions of the CONSULTANT, its officers, agents, and employees, in 23 performing or failing to perform any work, services, or functions under this Agreement. 24 Provided, however, and notwithstanding the immediately preceding sentence, with respect 25 to any PROJECT on which the CONSULTANT has provided design professional services 26 as defined by Civil Code Section 2782.8(c), the CONSULTANT has no obligation to pay for 27 any defense related cost prior to a final determination of its liability, based upon the 28 percentage of comparative fault (if any) finally determined to be attributable to the 18 1 CONSULTANT'S negligence, recklessness or willful misconduct. Following any such 2 determination, the CONSULTANT shall be responsible to pay to the COUNTY the dollar 3 amount of all such defense costs incurred by the COUNTY that is commensurate with the 4 finally determined percentage of the CONSULTANT'S liability, based upon the final 5 determination of the CONSULTANT'S comparative fault. The provisions of this Article 9, 6 Section A shall survive termination of this Agreement. 7 B. The COUNTY and the CONSULTANT hereby declare their mutual intent to 8 cooperate in the defense of any claim, suit, or other action alleging liability, arising from the 9 negligent performance or failure to perform of any COUNTY construction contractor (or its 10 subcontractor(s)) involved in the construction of any PROJECT(S). Such cooperation may 11 include an agreement to prepare and present a cooperative defense after consultation with 12 the CONSULTANT'S professional liability insurance carrier. 13 10. LIABILITY INSURANCE 14 Without limiting the COUNTY'S right to obtain indemnification from the 15 CONSULTANT or any third parties, the CONSULTANT, at its sole expense, shall maintain 16 in full force and effect, the following insurance policies prior to commencement of any work 17 for the COUNTY and, thereafter, throughout the entire term of this Agreement (with the 18 exception of Professional Liability Insurance, which the CONSULTANT shall maintain in full 19 force and effect for the additional period of time required by Article 20, Section A, 20 Paragraph 4). 21 A. Commercial General Liability 22 Commercial General Liability Insurance with limits of not less than Two Million 23 Dollars ($2,000,000.00) per occurrence and an annual aggregate of not less than Four 24 Million Dollars ($4,000,000.00). This policy shall be issued on a per occurrence basis. The 25 COUNTY may require specific coverages including completed operations, products liability, 26 contractual liability, Explosion-Collapse-Underground, fire legal liability or any other liability 27 insurance deemed necessary because of the nature of this Agreement. 28 19 1 B. Automobile Liability 2 Comprehensive Automobile Liability Insurance with limits of not less than One 3 Million Dollars ($1,000,000.00) per accident for bodily injury and for property damages. 4 Coverage should include auto used in connection with this Agreement. 5 C. Professional Liability Insurance: 6 1. If the CONSULTANT employs licensed professional staff in providing 7 services, Professional Liability Insurance with limits of One Million Dollars ($1,000,000.00) 8 per claim, Three Million Dollars ($3,000,000.00) annual aggregate. 9 2. The Professional Liability Insurance shall be kept in full force and 10 effect for a period of five (5) years from the date of substantial completion of the 11 CONSULTANT'S work as determined by the COUNTY. 12 D. Worker's Compensation 13 A policy of Worker's Compensation insurance as may be required by the California 14 Labor Code. 15 E. Additional Requirements Relating to Insurance 16 The CONSULTANT shall obtain endorsements to the Commercial General Liability 17 insurance naming the County of Fresno, its officers, agents, and employees, individually and 18 collectively, as additional insured, but only insofar as the operations under this Agreement 19 are concerned. Such coverage for additional insured shall apply as primary insurance and 20 any other insurance, or self-insurance, maintained by the COUNTY, its officers, agents, and 21 employees shall be excess only and not contributing with insurance provided under the 22 CONSULTANT's policies required herein. This insurance shall not be cancelled or changed 23 without a minimum of thirty (30) days advance written notice given to the COUNTY. 24 The CONSULTANT hereby waives its right to recover from the COUNTY, its officers, 25 agents, and employees any amounts paid by the policy of worker's compensation insurance 26 required by this Agreement. The CONSULTANT is solely responsible to obtain an 27 endorsement to such policy that may be necessary to accomplish such waiver of subrogation, 28 20 1 but the CONSULTANT's waiver of subrogation under this paragraph is effective whether o 2 not the CONSULTANT obtains such an endorsement. 3 Prior to commencing any such work under this Agreement, the CONSULTANT shall 4 provide certificates of insurance and endorsements as stated above for all of the foregoing 5 policies, as required herein, to the County of Fresno, Erin Haagenson, Principal Staff Analyst, 6 2220 Tulare St., Sixth Floor, Fresno, CA 93721, stating that such insurance coverages have 7 been obtained and are in full force; that the County of Fresno, its officers, agents and 8 employees will not be responsible for any premiums on the policies; that for such worker's 9 compensation insurance the CONSULTANT has waived its right to recover from the 10 COUNTY, its officers, agents, and employees any amounts paid under the insurance policy 11 and that waiver does not invalidate the insurance policy; that such Commercial General 12 Liability insurance names the County of Fresno, its officers, agents and employees, 13 individually and collectively, as additional insured, but only insofar as the operations under 14 this Agreement are concerned; that such coverage for additional insured shall apply a 15 primary insurance and any other insurance, or self-insurance, maintained by the COUNTY, 16 its officers, agents and employees, shall be excess only and not contributing with insurance 17 provided under the CONSULTANT's policies herein; and that this insurance shall not be 18 cancelled or changed without a minimum of thirty (30) days advance, written notice given to 19 the COUNTY. 20 All policies shall be issued by admitted insurers licensed to do business in the State 21 of California, and such insurance shall be purchased from companies possessing a current 22 A.M. Best, Inc. rating of A FSC VII or better. 23 The CONSULTANT agrees that the bodily injury liability insurance herein provided 24 for, shall be in effect at all times during the term of this Agreement. In the event said 25 insurance coverage expires at any time or times during the term of this Agreement, 26 CONSULTANT agrees to provide at least thirty (30) calendar days prior notice to said 27 expiration date; and a new Certificate of Insurance evidencing insurance coverage as 28 provided for herein, for not less than either the remainder of the term of the Agreement, or 21 1 for a period of not less than one (1) year. New Certificates of Insurance are subject to the 2 approval of COUNTY. 3 In the event the CONSULTANT fails to keep in effect at all times the insurance 4 coverages as required by this Article 10, the COUNTY may, in addition to any other 5 remedies it may have, suspend or terminate this Agreement upon occurrence of such 6 failure, or may purchase such insurance coverage and charge the cost of the coverage to 7 the CONSULTANT. The COUNTY may offset such charges against any amounts owed by 8 the COUNTY to the CONSULTANT under this Agreement. 9 11. AUDITS / RETENTION OF RECORD 10 A. The CONSULTANT shall at any time during business hours, and as often as the 11 COUNTY may deem necessary, make available to the COUNTY for examination all of its 12 records and data with respect to the matters covered by this Agreement. The 13 CONSULTANT shall, upon request by the COUNTY, permit the COUNTY to audit and 14 inspect all of such records and data, including but not limited to, the costs of administering 15 this Agreement, necessary to ensure the CONSULTANT'S compliance with the terms of 16 this Agreement (and compliance with Public Contract Code 10115, et seq. and Title 21, 17 California Code of Regulations, Chapter 21, Section 2500 et seq., when applicable). 18 B. For the purpose of determining compliance with Gov. Code § 8546.7, the 19 CONSULTANT, its subconsultants, and COUNTY shall maintain all books, documents, 20 papers, accounting records, Independent CPA Audited Indirect Cost Rate workpapers, and 21 other evidence pertaining to the performance of the Agreement including, but not limited to, 22 the costs of administering the Agreement. All parties, including the CONSULTANT's 23 Independent CPA, shall make such workpapers and materials available at their respective 24 offices at all reasonable times during the Agreement period and for three (3) years from the 25 date of final payment under the Agreement. The COUNTY, Caltrans Auditor, FHWA, or any 26 duly authorized representative of the Federal government having jurisdiction under Federal 27 laws or regulations (including without limitation when such jurisdiction is based upon 28 Federal funding of the PROJECT in whole or in part) shall have access to any books, 22 1 records, and documents of the CONSULTANT, its subconsultants, and the 2 CONSULTANT's Independent CPA, that are pertinent to the Agreement for audits, 3 examinations, workpaper review, excerpts, and transactions, and copies thereof shall be 4 furnished if requested without limitation. It shall be the responsibility of the CONSULTANT 5 to ensure that all subcontracts in excess of $25,000 shall contain this provision. 6 C. This Article 11 survives the termination of this Agreement. 7 12. NOTICES 8 The delivery of all notices hereunder and communications regarding interpretation of 9 the terms of this Agreement and any proposed changes thereto, shall be accomplished by 10 sending an e-mail, addressed to the CONTRACT ADMINISTRATOR and the 11 CONSULTANT'S PROJECT MANAGER as identified on Pages 3 and 4 of this Agreement. 12 For all claims arising out of or related to this Agreement, nothing in this section establishes, 13 waives, or modifies any claims presentation requirements or procedures provided by law, 14 including but not limited to the Government Claims Act (Division 3.6 of Title 1 of the 15 Government Code, beginning with section 810). 16 13. GOVERNING LAW 17 Venue for any action arising out of or related to this Agreement shall only be in 18 Fresno County, California. 19 The rights and obligations of the parties and all interpretation and performance of 20 this Agreement shall be governed in all respects by the laws of the State of California. 21 14. DISCLOSURE OF SELF-DEALING TRANSACTIONS 22 This provision is only applicable if the CONSULTANT is operating as a corporation 23 (a for-profit or non-profit corporation) or if during the term of this Agreement, the 24 CONSULANT changes its status to operate as a corporation. Members of the 25 CONSULTANT'S Board of Directors shall disclose any self-dealing transactions that they 26 are a party to while the CONSULTANT is providing goods or performing services under this 27 Agreement. A self-dealing transaction shall mean a transaction to which the CONSULTANT 28 is a party and in which one or more of its directors has a material financial interest. 23 1 Members of the Board of Directors shall disclose any self-dealing transactions that they are 2 a party to by completing and signing a Self-Dealing Transaction Disclosure Form, attached 3 hereto as Appendix G and incorporated herein by reference, and submitting it to the 4 COUNTY prior to commencing with the self-dealing transaction or immediately thereafter. 5 15. ELECTRONIC SIGNATURE 6 The parties agree that this Agreement may be executed by electronic signature as 7 provided in this section. 8 A. An "electronic signature" means any symbol or process intended by an 9 individual signing this Agreement to represent their signature, including but not limited to: 10 (1) a digital signature; (2) a faxed version of an original handwritten signature; or (3) an 11 electronically scanned and transmitted (for example by PDF document) version of an 12 original handwritten signature. 13 B. Each electronic signature affixed or attached to this Agreement: (1) is 14 deemed equivalent to a valid original handwritten signature of the person signing this 15 Agreement for all purposes, including but not limited to evidentiary proof in any 16 administrative or judicial proceeding; and (2) has the same force and effect as the valid 17 original handwritten signature of that person. 18 C. The provisions of this section satisfy the requirements of Civil Code section 19 1633.5, subdivision (b), in the Uniform Electronic Transaction Act (Civil Code, Division 3, 20 Part 2, Title 2.5, beginning with section 1633.1). 21 D. Each party using a digital signature represents that it has undertaken and 22 satisfied the requirements of Government Code section 16.5, subdivision (a), paragraphs 23 (1) through (5), and agrees that each other party may rely upon that representation. 24 E. This Agreement is not conditioned upon the parties conducting the 25 transactions under it by electronic means and either party may sign this Agreement with an 26 original handwritten signature. 27 16. SUBCONSULTANTS 28 A. The CONSULTANT may retain, as subconsultants, specialists in such 24 1 engineering disciplines (including, but not limited to, structural, mechanical, transportation, 2 environmental, water resources, electrical, surveying and geotechnical) as the 3 CONSULTANT requires to assist in completing the work. The subconsultants listed in 4 Appendix H, attached hereto and incorporated herein, shall be considered as approved by 5 the CONTRACT ADMINISTRATOR. Any other subconsultants proposed for use by the 6 CONSULTANT shall be approved in writing by the CONTRACT ADMINISTRATOR before 7 they are retained by the CONSULTANT, which approval shall not be unreasonably 8 withheld. 9 B. Should the CONSULTANT retain any subconsultants, the maximum amount o 10 compensation to be paid to the CONSULTANT under Article 5 shall not be increased. Any 11 additional compensation to be paid to the CONSULTANT for such subconsultants' work 12 shall be limited to administrative time as defined in the fee proposal. Additional fees other 13 than those defined in the fee proposal shall not be reimbursed. 14 C. CONSULTANT shall be as fully responsible to the COUNTY for the negligent 15 acts and omissions of its contractors and subcontractors or subconsultants, and of persons 16 either directly or indirectly employed by them, in the same manner as persons directly 17 employed by CONSULTANT. 18 D. Nothing contained in this Agreement shall create any contractual relationship 19 between the COUNTY and any of the CONSULTANT'S subconsultants, and no 20 subconsultant agreement shall relieve the CONSULTANT of any of its responsibilities and 21 obligations hereunder. The CONSULTANT agrees to be as fully responsible to the 22 COUNTY for the acts and omissions of its subconsultants and of persons either directly or 23 indirectly employed by any of them as it is for the acts and omissions of persons directly 24 employed by the CONSULTANT. The CONSULTANT'S obligation to pay its subconsultants 25 is a separate and independent obligation that is entirely unrelated to the COUNTY's 26 obligation to make payments to the CONSULTANT. 27 E. The CONSULTANT shall perform the work contemplated with resources 28 available within its own organization; and no portion of the work pertinent to this contract 25 1 shall be subcontracted without prior written authorization by the CONTRACT 2 ADMINISTRATOR, excepting only those portions of the work and the responsible 3 subconsultants that are expressly identified in Appendix H. 4 F. Any subcontract in excess of $25,000 entered into as a result of this 5 Agreement, shall contain all the provisions stipulated in this Agreement to be applicable to 6 subcontractors. 7 G. The CONSULTANT shall pay its subconsultants within fifteen (15) calendar 8 days from receipt of each progress payment made to the CONSULTANT by the COUNTY. 9 H. Any substitution of subconsultant(s) must be approved in writing by the 10 CONTRACT ADMINISTRATOR in advance of assigning work to a substitute 11 Subconsultant. 12 I. Prompt Progress Payment 13 The CONSULTANT or subconsultant shall pay to any subconsultant, not later than 14 fifteen (15) days after receipt of each progress payment, unless otherwise agreed to in 15 writing, the respective amounts allowed CONSULTANT on account of the work performed 16 by the subconsultants, to the extent of each subconsultant's interest therein. In the event 17 that there is a good faith dispute over all or any portion of the amount due on a progress 18 payment from the CONSULTANT or subconsultant to a subconsultant, the CONSULTANT 19 or subconsultant may withhold no more than 150 percent of the disputed amount. Any 20 violation of this requirement shall constitute a cause for disciplinary action and shall subject 21 the licensee to a penalty, payable to the subconsultant, of two percent (2%) of the amount 22 due per month for every month that payment is not made. 23 In any action for the collection of funds wrongfully withheld, the prevailing party shall 24 be entitled to his or her attorney's fees and costs. The sanctions authorized under this 25 requirement shall be separate from, and in addition to, all other remedies, either civil, 26 administrative, or criminal. This clause applies to both DBE and non-DBE subconsultants. 27 J. Prompt Payment of Withheld Funds to Subconsultants 28 The COUNTY may hold retainage from the CONSULTANT as provided in Article 5, 26 1 Section D. 2 1. If the COUNTY has elected to hold retainage for a PROJECT under 3 Article 5, Section D, the COUNTY shall hold retainage from the CONSULTANT and shall 4 make prompt and regular incremental acceptances of portions, as determined by the 5 COUNTY of the contract work and pay retainage to the CONSULTANT based on these 6 acceptances. The CONSULTANT or subconsultant shall return all monies withheld in 7 retention from all subconsultants within 15 days after receiving payment for work 8 satisfactorily completed and accepted including incremental acceptances of portions of the 9 contract work by the COUNTY. Any delay or postponement of payment may take place 10 only for good cause and with the COUNTY's prior written approval, in order to ensure 11 prompt and full payment of any retainage kept by the CONSULTANT or subconsultant to a 12 subconsultant. 13 Any violation of these provisions shall subject the violating CONSULTANT or 14 subconsultant to the penalties, sanctions, and other remedies specified in Section 3321 of 15 the California Civil Code. This requirement shall not be construed to limit or impair any 16 contractual, administrative or judicial remedies otherwise available to the CONSULTANT or 17 subconsultant in the event of a dispute involving late payment or nonpayment by the 18 CONSULTANT or deficient subconsultant performance and/or noncompliance by a 19 subconsultant. This clause applies to both DBE and non-DBE subconsultants. 20 2. If the COUNTY has elected not to hold retainage for a PROJECT under 21 Article 5, Section D, no retainage will be held by the COUNTY from progress payments due 22 to the CONSULTANT; and in such case, the CONSULTANT and its subconsultants are 23 prohibited from holding retainage from their subconsultants. Any delay or postponement of 24 payment may take place only for good cause and with the COUNTY'S prior written 25 approval. 26 Any violation of these provisions shall subject the violating CONSULTANT or 27 subconsultant to the penalties, sanctions, and other remedies specified in Section 3321 of 28 the California Civil Code. This requirement shall not be construed to limit or impair any 27 1 contractual, administrative or judicial remedies otherwise available to the CONSULTANT or 2 subconsultant in the event of a dispute involving late payment or nonpayment by the 3 CONSULTANT, or deficient subconsultant performance and/or noncompliance by a 4 subconsultant. This clause applies to both DBE and non-DBE subconsultants. 5 17. CONFLICT OF INTEREST 6 A. The CONSULTANT shall comply with the provisions of the Fresno County 7 Department of Public Works and Planning Conflict of Interest Code, attached hereto as 8 Appendix I and incorporated herein by this reference. Such compliance shall include the 9 filing of annual statements pursuant to the regulations of the State Fair Political Practices 10 Commission including, but not limited to, portions of Form 700. 11 B. During the term of this Agreement, the CONSULTANT shall disclose any 12 financial, business, or other relationship with the COUNTY that may have an impact upon 13 the outcome of this contract, or any ensuing COUNTY construction project. The 14 CONSULTANT shall also list current clients who may have a financial interest in the 15 outcome of this contract, or any ensuing COUNTY construction project, which will follow. 16 C. The CONSULTANT certifies that it has disclosed to the COUNTY any actual, 17 apparent, or potential conflicts of interest that may exist relative to the services to be 18 provided pursuant to this AGREEMENT. The CONSULTANT agrees to advise the 19 COUNTY of any actual, apparent or potential conflicts of interest that may develop 20 subsequent to the date of execution of this AGREEMENT. The CONSULTANT further 21 agrees to complete any statements of economic interest if required by either COUNTY 22 ordinance or State law. 23 D. The CONSULTANT hereby certifies that it does not now have nor shall it acquire 24 any financial or business interest that would conflict with the performance of services under 25 this AGREEMENT. 26 E. The CONSULTANT hereby certifies that the CONSULTANT or subconsultant 27 and any firm affiliated with the CONSULTANT or subconsultant that bids on any 28 construction contract or on any Agreement to provide construction inspection for any 28 1 construction project resulting from this AGREEMENT, has established necessary controls 2 to ensure a conflict of interest does not exist. An affiliated firm is one, which is subject to 3 the control of the same persons, through joint ownership or otherwise. 4 F. The CONSULTANT and affiliated subconsultants shall not submit bids, or sub- s bids, for the contract construction phase of the PROJECT(S) assigned to the 6 CONSULTANT. The CONSULTANT and its subconsultants, and all other service providers, 7 shall not provide any PROJECT-related services for, or receive any PROJECT-related 8 compensation from any construction contractor, subcontractor or service provider awarded 9 a construction contract (hereinafter referred to as "contractor") for all or any portion of the 10 PROJECT(S) for which the CONSULTANT provides services hereunder. The 11 CONSULTANT and its subconsultants, and all other service providers, may provide 12 services for, and receive compensation from a contractor who has been awarded a 13 construction contract for all or any portion of the PROJECT(S), provided that any such 14 services which are rendered, and any compensation which is received therefor, relates to 15 work outside the scope of the AGREEMENT and does not pose a conflict of interest. 16 G. Except for subconsultants or subcontractors whose services are limited to 17 providing surveying or materials testing information, no subcontractor who has provided 18 design services in connection with this contract shall be eligible to bid on any construction 19 contract, or on any contract to provide construction inspection for any construction project 20 resulting from this contract; provided, however, that this shall not be construed as 21 disallowing subcontractors who have provided design services for the PROJECT from 22 performing, pursuant to this Agreement or other agreement with the COUNTY, construction 23 inspection services on behalf of the COUNTY for the PROJECT. 24 18. ERRORS OR OMISSIONS CLAIMS AND DISPUTES 25 A. Definitions: 26 1. A "Consultant" is a duly licensed Architect or Engineer, or other provider of 27 professional services, acting as a business entity (owner, partnership, corporation, joint 28 venture or other business association) in accordance with the terms of an agreement with 29 1 the COUNTY. 2 2. A "Claim" is a demand or assertion by one of the parties seeking, as a 3 matter of right, adjustment or interpretation of contract terms, payment of money, extension 4 of time, change orders, or other relief with respect to the terms of the contract. The term 5 "Claim" also includes other disputes and matters in question between the COUNTY and the 6 CONSULTANT arising out of or relating to the contract. Claims must be made by written 7 notice. The provisions of Government Code section 901, et seq., shall apply to every claim 8 made to the COUNTY. The responsibility to substantiate claims shall rest with the party 9 making the claim. The term "Claim" also includes any allegation of an error or omission by 10 the CONSULTANT. 11 B. In the spirit of cooperation between the COUNTY and the CONSULTANT, the 12 following procedures are established in the event of any claim or dispute alleging a 13 negligent error, act, or omission, of the CONSULTANT. 14 1. Claims, disputes or other matters in question between the parties, arising 15 out of or relating to this Agreement, shall not be subject to arbitration, but shall be subject 16 to the following procedures. 17 2. The COUNTY and the CONSULTANT shall meet and confer and attempt 18 to reach agreement on any dispute, including what damages have occurred, the measure 19 of damages and what proportion of damages, if any, shall be paid by either party. The 20 parties agree to consult and consider the use of mediation or other form of dispute 21 resolution prior to resorting to litigation. 22 3. If the COUNTY and the CONSULTANT cannot reach agreement under 23 Article 18, Section B, Paragraph 2, the disputed issues may, upon concurrence by all 24 parties, be submitted to a panel of three (3) for a recommended resolution. The 25 CONSULTANT and the COUNTY shall each select one (1) member of the panel, and the 26 third member shall be selected by the other two panel members. The discovery rights 27 provided by California Code of Civil Procedure for civil proceedings shall be available and 28 enforceable to resolve the disputed issues. Either party requesting this dispute resolution 30 1 process shall, when invoking the rights to this panel, give to the other party a notice 2 describing the claims, disputes and other matters in question. Prior to twenty (20) working 3 days before the initial meeting of the panel, both parties shall submit all documents such 4 party intends to rely upon to resolve such dispute. If it is determined by the panel that any 5 party has relied on such documentation but has failed to previously submit such 6 documentation on a timely basis to the other party, the other party shall be entitled to a 20- 7 working-day continuance of such initial meeting of the panel. The decision by the panel is 8 not a condition precedent to arbitration, mediation or litigation. 9 4. Upon receipt of the panel's recommended resolution of the disputed 10 issue(s), the COUNTY and the CONSULTANT shall again meet and confer and attempt to 11 reach agreement. If the parties still are unable to reach agreement, each party shall have 12 recourse to all appropriate legal and equitable remedies. 13 C. The procedures to be followed in the resolution of claims and disputes may be 14 modified any time by mutual agreement of the parties hereto. 15 D. The CONSULTANT shall continue to perform its obligations under this 16 Agreement pending resolution of any dispute, and the COUNTY shall continue to make 17 payments of all undisputed amounts due under this Agreement. 18 E. When a claim by either party has been made alleging the CONSULTANT'S 19 negligent error, act, or omission, the COUNTY and the CONSULTANT shall meet and 20 confer within twenty-one (21) working days after the written notice of the claim has been 21 provided. 22 19. OWNERSHIP OF DATA 23 A. All documents, including preliminary documents, calculations, and survey data, 24 required in performing services under this Agreement shall be submitted to, and shall 25 remain at all times the property of the COUNTY regardless of whether they are in the 26 possession of the CONSULTANT or any other person, firm, corporation or agency. 27 B. The CONSULTANT understands and agrees the COUNTY shall retain full 28 ownership rights of the drawings and work product of the CONSULTANT for the PROJECT, 31 1 to the fullest extent permitted by law. In this regard, the CONSULTANT acknowledges and 2 agrees the CONSULTANT'S services are on behalf of the COUNTY and are "works made 3 for hire," as that term is defined in copyright law, by the COUNTY; that the drawings and 4 work product to be prepared by the CONSULTANT are for the sole and exclusive use of 5 the COUNTY, and that the COUNTY shall be the sole owner of all patents, copyrights, 6 trademarks, trade secrets and other rights and contractual interests in connection therewith 7 which are developed and compensated solely under this Agreement; that all the rights, title 8 and interest in and to the drawings and work product will be transferred to the COUNTY by 9 the CONSULTANT to the extent the CONSULTANT has an interest in and authority to 10 convey such rights; and the CONSULTANT will assist the COUNTY to obtain and enforce 11 patents, copyrights, trademarks, trade secrets, and other rights and contractual interests 12 relating to said drawings and work product, free and clear of any claim by the 13 CONSULTANT or anyone claiming any right through the CONSULTANT. The 14 CONSULTANT further acknowledges and agrees the COUNTY's ownership rights in such 15 drawings or work product, shall apply regardless of whether such drawings or work product, 16 or any copies thereof, are in possession of the CONSULTANT, or any other person, firm, 17 corporation, or entity. For purposes of this Agreement the terms "drawings and work 18 product" shall mean all reports and study findings commissioned to develop the PROJECT 19 design, drawings and schematic or preliminary design documents, certified reproducibles of 20 the original final construction contract drawings, specifications, the approved estimate, 21 record drawings, as-built plans, and discoveries, developments, designs, improvement, 22 inventions, formulas, processes, techniques, or specific know-how and data generated or 23 conceived or reduced to practice or learning by the CONSULTANT, either alone or jointly 24 with others, that result from the tasks assigned to the CONSULTANT by the COUNTY 25 under this Agreement. 26 C. If this Agreement is terminated during or at the completion of any phase under 27 Article 3, electronic and reproducible copies of report(s) or preliminary documents shall be 28 submitted by the CONSULTANT to the COUNTY, which may use them to complete the 32 1 PROJECT(S) at a future time. 2 D. If the PROJECT is terminated at the completion of a construction document 3 phase of the PROJECT, electronic and certified reproducibles on 4 mil thick double matte 4 film of the original final construction contract drawings, specifications, and approved 5 engineer's estimate shall be submitted by the CONSULTANT to the COUNTY. 6 E. Documents, including drawings and specifications, prepared by the 7 CONSULTANT pursuant to this Agreement are intended to be suitable for reuse by the 8 COUNTY or others on extensions of the services provided for PROJECT. Any use of 9 completed documents for projects other than PROJECT(S) and/or any use of uncompleted 10 documents will be at the COUNTY'S sole risk and without liability or legal exposure to the 11 CONSULTANT. 12 The electronic files provided by the CONSULTANT to the COUNTY are submitted 13 for an acceptance period lasting until the expiration of this Agreement (i.e., throughout the 14 duration of the contract term, including any extensions). Any defects the COUNTY 15 discovers during such acceptance period will be reported to the CONSULTANT and will be 16 corrected as part of the CONSULTANT'S "Basic Scope of Work." 17 F. The CONSULTANT shall not be liable for claims, liabilities or losses arising out 18 of, or connected with (1) the modification or misuse by the COUNTY or anyone authorized 19 by the COUNTY, of such CAD data, or (2) decline of accuracy or readability of CAD data 20 due to inappropriate storage conditions or duration; or (3) any use by the COUNTY, or 21 anyone authorized by the COUNTY, of such CAD data or other PROJECT documentation 22 for additions to the PROJECT for the completion of the PROJECT by others, or for other 23 projects; except to the extent that said use may be expressly authorized, in writing, by the 24 CONSULTANT. 25 G. The COUNTY, in the discretion of its Board of Supervisors, may permit the 26 copyrighting of reports or other products. If copyrights are permitted, the CONSULTANT 27 hereby agrees and this Agreement shall be deemed to provide that the Federal Highway 28 Administration shall have the royalty-free nonexclusive and irrevocable right to reproduce, 33 1 publish, or otherwise use, and to authorize others to use, the work for government 2 purposes. 3 20. CONSULTANT'S LEGAL AUTHORITY 4 The CONTRACTOR represents and warrants to the COUNTY that:. 5 A. The CONTRACTOR is duly authorized and empowered to sign and perform 6 its obligations under this Agreement; and 7 B. The individual signing this Agreement on behalf of the CONTRACTOR is duly 8 authorized to do so and his or her signature on this Agreement legally binds the 9 CONTRACTOR to the terms of this Agreement. 10 21. BINDING UPON SUCCESSORS 11 This Agreement shall be binding upon and inure to the benefit of the parties and 12 their respective successors in interest, assigns, legal representatives, and heirs. 13 22. SEVERABILITY 14 If any part of this Agreement is determined by a court of competent jurisdiction to be 15 unlawful or otherwise unenforceable, then this Agreement shall be construed as not 16 containing such provision, and all other provisions which are otherwise lawful shall remain 17 in full force and effect, and to this end the provisions of this Agreement are hereby declared 18 to be severable. 19 23. STATE PREVAILING WAGE RATES 20 A. No CONSULTANT or Subconsultant may be awarded an Agreement containing 21 public work elements unless registered with the Department of Industrial Relations (DIR) 22 pursuant to Labor Code §1725.5. Registration with DIR must be maintained throughout the 23 entire term of this Agreement, including any subsequent amendments. 24 B. The CONSULTANT shall comply with all of the applicable provisions of the 25 California Labor Code requiring the payment of prevailing wages. The General Prevailing 26 Wage Rate Determinations applicable to work under this Agreement are available from the 27 Department of Industrial Relations website http://www.dir.ca.gov. These wage rates are 28 34 1 made a specific part of this Agreement by reference pursuant to Labor Code §1773.2 and 2 will be applicable to work performed at a construction project site. Prevailing wages will be 3 applicable to all inspection work performed at COUNTY construction sites, at COUNTY 4 facilities and at off-site locations that are set up by the construction contractor or one of its 5 subcontractors solely and specifically to serve COUNTY projects. Prevailing wage 6 requirements do not apply to inspection work performed at the facilities of vendors and 7 commercial materials suppliers that provide goods and services to the general public. 8 C. Payroll Records 9 1. Each CONSULTANT and Subconsultant shall keep accurate certified 10 payroll records and supporting documents as mandated by Labor Code §1776 and as 11 defined in 8 CCR §16000 showing the name, address, social security number, work 12 classification, straight time and overtime hours worked each day and week, and the actual 13 per diem wages paid to each journeyman, apprentice, worker, or other employee employed 14 by the CONSULTANT or Subconsultant in connection with the public work. Each payroll 15 record shall contain or be verified by a written declaration that it is made under penalty of 16 perjury, stating both of the following: 17 a. The information contained in the payroll record is true and correct. 18 b. The employer has complied with the requirements of Labor Code §1771, 19 §1811, and §1815 for any work performed by his or her employees on the public works 20 project. 21 2. The payroll records enumerated under paragraph (1) above shall be 22 certified as correct by the CONSULTANT under penalty of perjury. The payroll records and 23 all supporting documents shall be made available for inspection and copying by COUNTY 24 representatives at all reasonable hours at the principal office of the CONSULTANT. The 25 CONSULTANT shall provide copies of certified payrolls or permit inspection of its records 26 as follows: 27 a. A certified copy of an employee's payroll record shall be made 28 available for inspection or furnished to the employee or the employee's authorized 35 1 representative on request. 2 b. A certified copy of all payroll records enumerated in paragraph (1) 3 above, shall be made available for inspection or furnished upon request to a representative 4 of the COUNTY, the Division of Labor Standards Enforcement and the Division of 5 Apprenticeship Standards of the Department of Industrial Relations. Certified payrolls 6 submitted to the COUNTY, the Division of Labor Standards Enforcement and the Division 7 of Apprenticeship Standards shall not be altered or obliterated by the CONSULTANT. 8 C. The public shall not be given access to certified payroll records by the 9 CONSULTANT. The CONSULTANT is required to forward any requests for certified 10 payrolls to the COUNTY Contract Administrator by both email and regular mail on the 11 business day following receipt of the request. 12 3. Each CONSULTANT shall submit a certified copy of the records 13 enumerated in paragraph (1) above, to the entity that requested the records within ten (10) 14 calendar days after receipt of a written request. 15 4. Any copy of records made available for inspection as copies and 16 furnished upon request to the public or any public agency by the COUNTY shall be marked 17 or obliterated in such a manner as to prevent disclosure of each individual's name, address, 18 and social security number. The name and address of the CONSULTANT or Subconsultant 19 performing the work shall not be marked or obliterated. 20 5. The CONSULTANT shall inform the COUNTY of the location of the 21 records enumerated under paragraph (1) above, including the street address, city and 22 county, and shall, within five (5) working days, provide a notice of a change of location and 23 address. 24 6. The CONSULTANT or Subconsultant shall have ten (10) calendar 25 days in which to comply subsequent to receipt of written notice requesting the records 26 enumerated in paragraph (1) above. In the event the CONSULTANT or Subconsultant fails 27 to comply within the ten (10) day period, he or she shall, as a penalty to the COUNTY, 28 forfeit one hundred dollars ($100) for each calendar day, or portion thereof, for each 36 1 worker, until strict compliance is effectuated. Such penalties shall be withheld by the 2 COUNTY from payments then due. The CONSULTANT is not subject to a penalty 3 assessment pursuant to this section due to the failure of a Subconsultant to comply with 4 this section. 5 D. When prevailing wage rates apply, the CONSULTANT is responsible for 6 verifying compliance with certified payroll requirements. Invoice payment will not be made 7 until the invoice is approved by the COUNTY Contract Administrator. 8 E. Penalty 9 1. The CONSULTANT and any of its Subconsultants shall comply with 10 Labor Code §1774 and §1775. Pursuant to Labor Code §1775, the CONSULTANT and any 11 Subconsultant shall forfeit to the COUNTY a penalty of not more than two hundred dollars 12 ($200) for each calendar day, or portion thereof, for each worker paid less than the 13 prevailing rates as determined by the Director of DIR for the work or craft in which the 14 worker is employed for any public work done under the Agreement by the CONSULTANT 15 or by its Subconsultant in violation of the requirements of the Labor Code and in particular, 16 Labor Code §§1770 to 1780, inclusive. 17 2. The amount of this forfeiture shall be determined by the Labor 18 Commissioner and shall be based on consideration of mistake, inadvertence, or neglect of 19 the CONSULTANT or Subconsultant in failing to pay the correct rate of prevailing wages, or 20 the previous record of the CONSULTANT or Subconsultant in meeting their respective 21 prevailing wage obligations, or the willful failure by the CONSULTANT or Subconsultant to 22 pay the correct rates of prevailing wages. A mistake, inadvertence, or neglect in failing to 23 pay the correct rates of prevailing wages is not excusable if the CONSULTANT or 24 Subconsultant had knowledge of the obligations under the Labor Code. The 25 CONSULTANT is responsible for paying the appropriate rate, including any escalations that 26 take place during the term of the Agreement. 27 3. In addition to the penalty and pursuant to Labor Code §1775, the difference 28 between the prevailing wage rates and the amount paid to each worker for each calendar 37 1 day or portion thereof for which each worker was paid less than the prevailing wage rate 2 shall be paid to each worker by the CONSULTANT or Subconsultant. 3 4. If a worker employed by a Subconsultant on a public works project is 4 not paid the general prevailing per diem wages by the Subconsultant, the prime 5 CONSULTANT of the project is not liable for the penalties described above unless the 6 prime CONSULTANT had knowledge of that failure of the Subconsultant to pay the 7 specified prevailing rate of wages to those workers or unless the prime CONSULTANT fails 8 to comply with all of the following requirements: 9 a. The Agreement executed between the CONSULTANT and the 10 Subconsultant for the performance of work on public works projects shall include a copy of 11 the requirements in Labor Code §§ 1771, 1775, 1776, 1777.5, 1813, and 1815. 12 b. The CONSULTANT shall monitor the payment of the specified general 13 prevailing rate of per diem wages by the Subconsultant to the employees by periodic 14 review of the certified payroll records of the Subconsultant. 15 C. Upon becoming aware of the Subconsultant's failure to pay the 16 specified prevailing rate of wages to the Subconsultant's workers, the CONSULTANT shall 17 diligently take corrective action to halt or rectify the failure, including but not limited to, 18 retaining sufficient funds due the Subconsultant for work performed on the public works 19 project. 20 d. Prior to making final payment to the Subconsultant for work performed 21 on the public works project, the CONSULTANT shall obtain an affidavit signed under 22 penalty of perjury from the Subconsultant that the Subconsultant had paid the specified 23 general prevailing rate of per diem wages to the Subconsultant's employees on the public 24 works project and any amounts due pursuant to Labor Code §1813. 25 5. Pursuant to Labor Code §1775, the COUNTY shall notify the 26 CONSULTANT on a public works project within fifteen (15) calendar days of receipt of a 27 complaint that a Subconsultant has failed to pay workers the general prevailing rate of per 28 diem wages. 38 1 6. If the COUNTY determines that employees of a Subconsultant were 2 not paid the general prevailing rate of per diem wages and if the COUNTY did not retain 3 sufficient money under the Agreement to pay those employees the balance of wages owed 4 under the general prevailing rate of per diem wages, the CONSULTANT shall withhold an 5 amount of moneys due the Subconsultant sufficient to pay those employees the general 6 prevailing rate of per diem wages if requested by the COUNTY. 7 F. Hours of Labor 8 Eight (8) hours labor constitutes a legal day's work. The CONSULTANT shall forfeit, 9 as a penalty to the COUNTY, twenty-five dollars ($25) for each worker employed in the 10 execution of the Agreement by the CONSULTANT or any of its Subconsultants for each 11 calendar day during which such worker is required or permitted to work more than eight (8) 12 hours in any one calendar day and forty (40) hours in any one calendar week in violation of 13 the provisions of the Labor Code, and in particular §§1810 to 1815 thereof, inclusive, 14 except that work performed by employees in excess of eight (8) hours per day, and forty 15 (40) hours during any one week, shall be permitted upon compensation for all hours 16 worked in excess of eight (8) hours per day and forty (40) hours in any week, at not less 17 than one and one half (1.5) times the basic rate of pay, as provided in §1815. 18 G. Employment of Apprentices 19 1. Where either the prime Agreement or the subconsultant agreement 20 exceeds thirty thousand dollars ($30,000), the CONSULTANT and any subconsultants 21 under him or her shall comply with all applicable requirements of Labor Code §§ 1777.5, 22 1777.6 and 1777.7 in the employment of apprentices. 23 2. CONSULTANT and all subconsultants are required to comply with all 24 Labor Code requirements regarding the employment of apprentices, including mandatory 25 ratios of journey level to apprentice workers. Prior to commencement of work, the 26 CONSULTANT and subconsultants are advised to contact the DIR Division of 27 Apprenticeship Standards website at https://www.dir.ca.gov/das/, for additional information 28 regarding the employment of apprentices and for the specific journey-to-apprentice ratios 39 1 for the Agreement work. The CONSULTANT is responsible for all subconsultants' 2 compliance with these requirements. Penalties are specified in Labor Code §1777.7. 3 Articles 24-39 Not used 4 40. ENTIRE AGREEMENT 5 This Agreement constitutes the entire agreement between the CONSULTANT and 6 COUNTY with respect to the subject matter hereof and supersedes all previous 7 negotiations, proposals, commitments, writings, advertisements, publications, and 8 understandings of any nature whatsoever unless expressly included in this Agreement. In 9 the event of any inconsistency in interpreting the documents which constitute this 10 Agreement, the inconsistency shall be resolved by giving precedence in the following order 11 of priority: (1) the text of this Agreement (2) the COUNTY'S Request for Qualification "On- 12 Call A&E, Staff Augmentation and Related Services"; and (3) the CONSULTANT's 13 Statement of Qualification made in response to COUNTY'S Request for Qualification. In 14 consideration of promises, covenants and conditions contained in this Agreement, the 15 CONSULTANT and the COUNTY, and each of them, do hereby agree to diligently perform 16 in accordance with the terms and conditions of this Agreement, as evidenced by the 17 signatures below. 18 19 20 21 22 23 24 25 26 27 28 40 1 41. SIGNATURES 2 IN WITNESS WHEREOF, the parties have executed this Agreement on the date 3 set forth above. 4 5 CON7704�� COUNTY OF FRESNO Di,6 Steve White Datleai2022.06.11y signed 3y11:28:13hite 07'00' (Author'- Sigh nature) Steven White, Director 7 Department of Public Works and Je rey M. Williams, Vice President Planning 8 Tetra Tech BAS, Inc. Print Name & Title 9 10 Mailing Address 11 21700 Copley Drive, Suite 200 Diamond Bar, CA 91765 12 APPROVED AS TO LEG L FORM 13 Daniel C. Cederborg, Count Counsel 14 15 B � : 16 17 APPROVED AS TO ACCOUNTING FORM 18 Oscar J. Garcia, CPA, Auditor-Controller/Treasurer- 19 Tax Collector 20 r. 21 y 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 17205 /7910/8852 / 27 8853 /8861 /8863 /8865 /8867/ 9015 /9020/9026 / 9028 /9140 Account: 7295 28 41 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: Tetra Tech BAS 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 X 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 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. 2of11 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 Construction Management...........................................................................................4 SolidWaste Engineering .............................................................................................4 On-Call Services ............................................................................................................. 6 TechnicalReports........................................................................................................ 6 Preparation of Various Reports and Studies................................................................ 6 Preliminary Engineering............................................................................................... 7 Prepare Design Plans, Technical Specifications and Construction Estimate............... 7 Construction Observation ............................................................................................ 9 3of11 Appendix B — Consultant's Scope of Services On-Call Architectural and Engineering Consultant and Related Services Descriptions of Work by Discipline Construction Management 1. Jobsite inspections/evaluations 2. Construction logs for RFls, ASIs, Change Orders, Submittals, Pay Apps, etc. 3. Coordination of inspections and County provided trades (low voltage, FF&E, etc.) with Contractor 4. Regular meetings as needed with architect, contractor, user-group, etc. 5. Responsible for collecting and distributing closeout documents (as-built drawings and specs, signed off inspection cards, OMMs, Warranties, etc.) 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 4of11 Appendix B — Consultant's Scope of Services On-Call Architectural and Engineering Consultant and Related Services 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 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 5 of 11 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; 6of11 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. 7of11 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 may be 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. 8 of 11 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 (GASP) 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 9 of 11 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 11 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 11 Appendix C STATEMENT OF QUALIFICATIONS: ON-CALL ARCHITECTURAL&ENGINEERING CONSULTANT SERVICES o� FOR •US PUBLIC WORKS PROJECTS • •WASTE ENGINEERING I GEOTECHNICAL • • FIRM PRINCIPALS Christine Arbogast, P.E. President,Tetra Tech BAS, Inc. Project • Principal-in-Charge B.S., Civil Engineering(California State Polytechnic University, Pomona) • California Registered Civil Engineer(#42578) Ms. Arbogast has 37 years of solid waste facility permitting, planning, closure, and engineering experience. Her diverse experience ranges from managing multi-million dollar projects to permit major expansions of metropolitan landfills, to permitting, master planning, and design of improvements for rural waste management facilities. Her landfill permitting experience has involved coordination of permitting,engineering,design,and geotechnical studies for small- and large-scale projects. She has provided permit support services to many municipal clients in negotiations with regulatory and resource agencies, as well as design/public relations support coordinating with host city representatives and landowners. In addition to her solid waste facility permitting experience, Ms.Arbogast has directed significant strategic planning studies for public waste management authorities in Northern and Southern California. She has also managed the development of master development plans for multiple landfills. In recent years Ms. Arbogast has managed large multi-discipline on-call solid waste management contracts for large waste management authorities. Relevant Project Experience: ■ Orange County, North,Central,and South Region On-Call Engineering(Principal) Engineering:On-Call Solid waste ■ County of Orange, Environmental Services On-Call Engineering(Project Manager) E ■ County of San Bernardino,On-Call Landfill Engineering(Principal Manager) ■ El Dorado County Solid Waste Strategic Plan(Project Manager) ■ Yuba-Sutter Regional Solid Waste Authority MRF Feasibility Study(Project Manager) ■ County of Los Angeles, Landfill Siting Element Update(Project Manager) ■ City of Los Angeles Curb Your Food Waste Organics Recycling Pilot Program(Project Manager) Strategic Solid Waste ■ City of Paso Robles Landfill Master Plan(Project Manager) Planning Studies: ■ County of Orange, Renewable Technologies Implementation Plan(Project Manager) ■ City of San Diego, Long-Term Resource Management Options Plan(Project Manager) ■ County of San Diego, Inactive Landfill Strategic Plan(Project Manager) ■ County of Los Angeles, Roadmap to Zero Waste Update(Project Manager) ■ County of Los Angeles,Organics Management Plan(Project Manager) ■ City of Mountain View,Shoreline Landfill Athletic Fields(Project Manager) Redevelopment::Landfill Closure ■ County of Ventura,Coastal Landfill Golf Course(Project Manager) ■ County of Orange, Forster Canyon Landfill Equestrian Center(Project Manager) ■ County of Orange, Prima Deshecha Landfill Expansion Permitting/Master Planning(Project Mgr.) ■ County of Orange,Olinda Alpha Landfill Expansion Permitting/Master Planning(Project Mgr.) Landfill Master Planning: ■ County of Orange, FRB Landfill Master Plan Update(Project Manager) ■ City of Whittier,Savage Canyon Landfill (Project Manager) ■ County of San Bernardino, Mid-Valley Landfill(Project Manager) ■ City of Mountain View, Landfill Athletic Fields Development(Project Manager) ■ County of Los Angeles, Pitchess Detention Center Landfill(Project Manager) Closure Planning. ■ County of Orange,Coyote Canyon and Santiago Canyon landfills(Project Manager) ■ County of Kern, Kern Valley Landfill(Regulatory Compliance Manager) ■ City of Los Angeles, Lopez Canyon Landfill(Regulatory Compliance Manager) B FIRM PRINCIPALS I PAGE B-1 Appendix C coiti� STATEMENT OF• • ON-CALL ARCHITECTURAL&ENGINEERING CONSULTANT SERVICES !► o� oFOR VARIOUS PUBLIC WORKSes� SOLID WASTE ENGINEERING I GEOTECHNICAL • • Caleb Moore, PE Vice President,Solid Waste Division Principal Engineer(Solid Waste) Project Manager(Civil Engineering) Project Manager(Construction Management) MS, Civil Engineering(University of Southern California) BS, Civil Engineering(California Polytechnic University, Pomona) Registration: California Registered Civil Engineer(#66580) Mr. Moore has over 23 years of experience in civil and solid waste engineering. He has been responsible for the design of liner systems, leachate collection systems, final cover systems, as well as site grading, drainage, and earthwork improvements. Mr. Moore has managed the full life-cycle of landfill design projects,from the development of initial design concepts,to negotiation with local regulators, preparation of construction plans and specifications, and engineering support during the construction phase. In addition, he has performed hydraulic studies and designed stormwater management features such as natural and concrete channels, pipes, and basins. He has worked closely with representatives of the Central Valley Regional Water Quality Control Board during permitting, design, and construction of landfill liner and cover systems. In addition to his engineering experience, Mr. Moore has provided construction management and construction engineering support on large landfill projects. This provides him with a strong perspective on the constructability of a wide range of design strategies. Relevant Project Experience: ■ County of Merced, Billy Wright Landfill, Phase 2A(Project Manager) ■ County of Stanislaus, Fink Road Landfill,Cell 6 and 7(Project Manager) ■ County of Madera, Fairmead Landfill(Project Engineer) ■ Republic Services, Newby Island Landfill(Project Manager) Landfill Module Design: MCB Camp Pendleton Las Pulgas Landfill, Phase II (Project Manager) ■ Waste Connection,Chiquita Canyon Landfill,Cell 5(Project Manager) ■ Republic Services,Sunshine Canyon Landfill, Phase CC-1(Project Manager) ■ County of Orange, Prima Deshecha Landfill,Zone 1 Phase D(Project Manager) ■ County of San Bernardino,Victorville Landfill Phase 1B Stage 1(Project Manager) ■ Waste Connections,Avenal Landfill (Project Engineer) ■ US Navy,Alameda IR2 Landfill Closure(Project Manager) ■ County of Kern, Kern Valley Landfill Closure(Project Manager) Landfill Cover Design: County of Mendocino,South Coast Landfill Closure(Project Manager) ■ USAF,Scott Air Force Base Landfill Closure(Project Manager) ■ USAF,Vandenberg Landfill Closure(Project Engineer) ■ San Bernardino International Airport,Waste Management Unit Closure(Project Manager) ■ Republic Services, Keller Canyon Landfill (Project Manager) Landfill Stormwater County of Orange, Prima Deshecha Landfill Bio Mitigation Channel (Project Engineer) Management: County of Orange, Prima Deshecha Landfill Arroyo Trabuco Mitigation(Project Engineer ■ County of Imperial, Brawley Landfill Embankment Design(Project Manager). ■ County of Merced, Billy Wright Landfill Transfer Station(Project Manager) ■ County of Merced, Highway 59 Landfill Scalehouse(Project Manager) Landfill Civil Design: County of Orange,Olinda Alpha Landfill,Scalehouse(Project Manager) ■ CR&R Waste Services, Prima Deshecha Landfill Self Haul MRF(Project Engineer) ■ City of Los Angeles,Central Recycling and Transfer Station(Project Manager) ■ County of Madera, Fairmead Landfill Master Plan (Project Manager) Additional Solid waste ■ County of Orange, FRB Landfill, East Flank Landslide Remediation (Engineering Manager) Engineering ■ City of Santa Maria, Los Flores Landfill Design (Project Manager) ■ Allos Environmental, Promontory Point, Utah Landfill Design(Project Manager) PAGE B-2 I B FIRM PRINCIPALS Appendix C coiti� STATEMENT OF• • ON-CALL ARCHITECTURAL&ENGINEERING CONSULTANT SERVICES !► o� oFOR VARIOUS PUBLIC WORKSes� SOLID WASTE ENGINEERING I GEOTECHNICAL • • Gus Andraos President,Tetra Tech Methane Gas Group • - Landfill Gas Engineering(Solid Waste) • B.S., Chemical Engineering(California State University, Northridge) 40-Hour HAZWOPER Training Mr.Andraos has 40 years of experience as a chemical engineer in the gas processing field, including over 27 years of experience in landfill gas engineering. He has advised the regulatory community during the development of regulations which have established guidelines for methane gas monitoring at landfill facilities. He provided technical input to the South Coast Air Quality Management District during the development and review of their landfill gas emissions Rule 1150.1, and is a member of the Regulations Committee of the Solid Waste Association of North America. Mr. Andraos has managed the design of more than 75 landfill gas collection and control systems, flare stations, and energy recovery systems.This has included design of landfill gas collection and conveyance systems, flare stations, and energy recovery systems. He has been responsible for design of gas lines, vessels, pumps, and other landfill gas processing equipment. In addition, he has coordinated with California landfill operators and multiple Air Pollution Control Districts during the design and permitting of landfill gas extraction system. He has special expertise directing complex, multiple-site landfill gas extraction system OM&M programs for metropolitan solid waste management authorities. He has an outstanding track record of optimizing under-performing landfill gas systems, preventing and mitigating of subsurface fires, and negotiating innovative approaches to mitigating subsurface landfill fires, and landfill gas migration. Relevant Project Experience: ■ County of Madera, Fairmead Landfill GCCS Upgrades(Project Director) ■ County of Stanislaus,Geer Road Landfill GCCS Upgrades(Project Director) ■ Republic Services,Chateaux Fresno Landfill (Project Director) ■ Republic Services, Forward,Ox Mountain, Newby Island, Keller Canyon,Sunshine Canyon Landfills(Project Director) ■ County of San Bernardino, Barstow Landfill(Project Director) Landfill Gas Collection and County of San Bernardino,Victorville Landfill Flare Expansion(Project Director) Control System Design: ■ County of San Bernardino, Big Bear Landfill(Project Director) ■ County of San Bernardino, Hesperia Landfill(Project Director) ■ City of Phoenix,SR-85 Landfill(Project Director) ■ City of San Bernardino,Waterman Landfill(Project Director) ■ City of Cerritos,Curti Dump Landfill(Project Director) ■ BKK Corporation, BKK Class I and Class III Landfills(LFG Engineering Task Manager) ■ County of Fresno,American Avenue Landfill OM&M(Principal) ■ County of Madera, Fairmead Landfill(Project Director) ■ County of Stanislaus,Geer Road Landfill(Project Director) Landfill Gas Collection and Republic Services,Sunshine Canyon Landfill(Project Director) Control System Operation and Maintenance: County of Orange,Central and South Region Landfills(Project Director) ■ County of San Bernardino,8 Landfills(Project Director) ■ City of Phoenix, 19th Avenue,Skunk Creek,27th Avenue,SR85 Landfills(Project Director) ■ County of Orange, Prima Deshecha Landfill(Project Director) Landfill Gas Migration City of Cerritos,Curti Dump Landfill(Project Director) Investigations City of Huntington Beach,Central Park Landfill(Project Director) ■ County of San Bernardino,Yucaipa and Hesperia Landfills(Project Director) B FIRM PRINCIPALS I PAGE B-3 Appendix C w cotti� STATEMENT OF• • ON-CALL ARCHITECTURAL&ENGINEERING CONSULTANT SERVICES f1 FOR •US PUBLIC WORKS PROJECTS FRES SOLID •TECHNICAL ENGINEERING I CIVIL ENGINEERING I CONSTRUCTION Peter Skopek, Ph.D., PE, GE Principal Geotechnical Engineer Task Manager-Geotechnical/Geological Engineering(Solid Waste) Project Manager(Geotechnical Engineering) PhD, Geotechnical Engineering(University of Alberta, Edmonton, Canada) MS, Geotechnical Engineering(Czech Technical University, Prague, Czech Republic) California Registered Geotechnical Engineer(#2635) Registration: Registered Civil Engineer(#59242) Dr. Skopek has more than 30 years of professional experience in geotechnical engineering. His experience has included slope stability assessment and stabilization design, seismic hazard evaluation, liquefaction assessment and direction of geotechnical site investigations. He has directed geotechnical investigations to support the permitting,design,and implementation of landfill infrastructure improvement,waste disposal cell development,and landfill closure and post-closure maintenance and redevelopment. He has conducted slope stability analyses in support of landfill liner design and final cover design projects. He has performed landfill final cover analysis utilizing using software such as Hydrologic Evaluation of Landfill Performance, HELP Model Version 3.07 and UnsatH. Dr. Skopek has specialized experience in the geotechnical design of innovative landfill redevelopment programs. This includes oversight of deep dynamic compaction of refuse, and the design of pile supported platforms and spread footings for structures being built over refuse. He has also provided geotechnical foundation design for high-rise buildings, educational facilities, and solid waste facility support infrastructure. Relevant Project Experience: ■ County of Merced, Billy Wright Landfill(Principal Geotechnical Engineer) ■ US Marine Corps, Las Pulgas Landfill(Principal Geotechnical Engineer) Slope Stability Analyses: ■ County of San Bernardino,Victorville Landfill (Principal Geotechnical Engineer) ■ BKK Corporation's BKK Landfill(Project Manager) ■ US Navy, Las Pulgas Landfill(Principal Geotechnical Engineer) Liner System Design ■ County of Merced, Billy Wright Landfill (Principal Geotechnical Engineer) ■ County of Orange, Prima Deshecha MRF Methane Barrier Design&CQA Services(Principal Geotechnical Engineer) ■ City of Mountain View,Shoreline Landfill Athletic Fields(Prin.Geotechnical Eng.) ■ Carson JPA,Cal Compact Landfill Closure Design&CQA(Principal Geotechnical Engineer) ■ Revita LLC,WDI Landfill Final Cover System (Principal Geotechnical Engineer) Landfill Closure ' City of Huntington Beach,Central Sports Park- Huntington Beach Landfill(Principal Redevelopment Geotechnical Engineer) Investigations USAF,Vandenberg Landfill ET Cover Design(Principal Geotechnical Engineer) ■ Corona Landfill Redevelopment Investigations(Principal Geotechnical Engineer) ■ BKK Landfill Slope Stability Analyses(Principal Geotechnical Engineer) ■ Branford Landfill Redevelopment Planning(Principal Geotechnical Engineer) ■ Los Angeles County Sanitation Districts, Mesquite Regional Landfill(Principal Geotechnical Engineer) Solid Waste Facility Los Angeles County Sanitation Districts, Puente Hills Solid Waste Intermodal Facility Infrastructure Development (Principal Geotechnical Engineer) ■ Republic Services, Newby Island Landfill Leachate Pond (Prin.Geotechnical Eng.) ■ Gregory Canyon LP, Proposed Gregory Canyon Landfill(Prin.Geotechnical Engineer) Construction Quality County of Merced, Billy Wright Landfill Phase 2A(CQA Engineer) Assurance ■ US Marine Corps, Las Pulgas Landfill Phase II Expansion(CQA Engineer) ■ Carson JPA,Cal Compact Landfill Final Composite Cover CQA(CQA Engineer) PAGE B-4 I B FIRM PRINCIPALS Appendix C STATEMENT OF QUALIFICATIONS: T ON-CALL CONSULTANT FOR VARIOUS1PROJECTS TETRA TECH SOLID WASTE ENGINEERING I GEOTECHNICAL ENGINEERING I CIVIL ENGINEERING I CONSTRUCTION MANAGEMENT Greg Acosta, P.E. Vice President, Environmental Services Task Manager - Groundwater/Corrective Action/ Remediation (Solid Waste) M.S., Environmental Engineering(University of California, Los Angeles) B.S., Civil Engineering(California Polytechnic University, Pomona) California Registered Civil Engineer(#48725) Mr. Acosta has 32 years of experience managing corrective action and groundwater monitoring and reporting programs atsolid waste and hazardous waste disposal facilities;characterizing soil,groundwater and vapor impacts; designing and implementing of corrective action activities;and serving as regulatory liaison. Mr.Acosta has provided corrective action planning support to the County of Stanislaus during negotiations with the Central Valley Regional Water Quality Control Board concerning the effectiveness of groundwater treatment measures at the County of Stanislaus' Geer Road Landfill and is developing strategies to reduce impacts to groundwater. He was also Project Manager for corrective action and closure planning and implementation at the County of El Dorado's Meyer's Landfill. He has managed the permitting,design,operation,maintenance,and monitoring of innovative groundwater pump and treat systems at the County of San Bernardino's Mid Valley and Milliken landfills. In addition, he has been Principal-in-Charge of groundwater sampling projects at 26 San Bernardino County landfills, 10 Imperial County landfills,and the Sparks-Anderson, EPC, Royal Boulevard, and Santiago Canyon Landfills. Relevant Project Experience: ■ County of El Dorado, Meyers Landfill Remediation(Project Manager) ■ County of Stanislaus,Geer Road Landfill Groundwater Corrective Action(Project Manager) ■ Recology, Hay Road Landfill Groundwater Corrective Action Planning(Project Manager) ■ Rexford Industrial, Kalico III Landfill,Groundwater Corrective Action(Project Manager) Corrective Action Planning: Revita LLC,WDI Landfill Final Cover System(Project Manager) Watt Development,Gardena Valley 1&2 State Superfund Site RI/FS(Project Engineer) ■ County of San Bernardino, Rialto Perchlorate and VOC Mitigation(Project Manager) ■ Chevron, EPC Landfill Closure Planning, Kern County(Project Manager) ■ BKK Corporation, Basin By-Products Liquid Waste Disposal Site(Principal) ■ CalRecycle, Ford City Burn Dump Closure(Project Engineer) ■ County of Stanislaus,Geer Road Landfill Groundwater Extraction&Treatment System (GWETS)Design(Project Manager) ■ County of Merced, Highway 59 Landfill,GWETS Upgrades(Principal) Groundwater Remediation ■ County of San Bernardino, Mid-Valley Landfill GWETS Design(Task Manager) System Design: ■ County of San Bernardino, Milliken Landfill (Task Manager) ■ County of San Bernardino, Heaps Peak Disposal Site Leachate Treatment System Upgrade (Principal) ■ County of El Dorado, Meyers Landfill Closure(Project Manager) ■ City of Anaheim,Sparks/Anderson/Rains Pit Landfill Redevelopment (Project Manager) Corrective Action Oversight: Rosen's Electric Site Clean Closure(Project Manager) Unocal, Norwalk Tank Farm Closure(Project Manager) ■ CalRecycle,Aggregate Recycling Systems Site Closure(Project Engineer) ■ San Dimas Grove Clean Closure Oversight(Project Manager) ■ Recology, Hay Road Landfill EMP(Project Manager) ■ County of Madera, Fairmead Landfill EMP(Project Manager-Groundwater M&RP) ■ County of Stanislaus,Geer Road Landfill EMP(Project Manager) Evaluation Monitoring County of Madera, North Fork Mill(Principal) Program Implementation: ■ ■ USAF,Vandenberg Landfill EMP(Project Manager) ■ City of Anaheim,Sparks/Anderson/Rains Pit Groundwater Monitoring(Project Manager) ■ Carson JPA,Cal Compact Landfill EMP Implementation(Task Manager) B FIRM PRINCIPALS I PAGE B-5 Appendix C STATEMENT OF QUALIFICATIONS ®� • CONSULTANT FOR VARIOUS PUBLIC WORKS PROJECTS TETRA TECH FRESH SOLID •TECHNICAL ENGINEERING I CIVIL ENGINEERING I CONSTRUCTION KEY PERSONNEL This section describes the experience of the key personnel we will dedicate to the four service areas we are proposing on: C.1 - Solid Waste Engineering; C.2 - Geotechnical Engineering; C.3 - Civil Engineering; C.4 - Construction Management. Organization charts are provided below in subsections below for each of these disciplines. C.1 SOLID WASTE ENGINEERING FIGURE C.1— PROJECT ORGANIZATION CHART County of Fresno On-Call Solid Waste Engineering Services County of Department of Public Works FRES Project Manager Principal-in-Charge Caleb Moore, PE1 Christine Arbogast, PE1 Technical Services Landfill Gas Landfill Geotechnical Engineering Engineering Geological Sami Ayass, PE2 Greg Saul, PE,QSD2 Peter Skopek, PhD, PE, GE1 Gus Andraosl Julie Hauenstein, PE Doug Bell. PE. GE Paul Stout, PE2 VyYannizzi, PE David Luka, PG,CEG Alex Newel, PE Shawn Morrish Scott Angus Groundwater/Corrective o, PermittingDocuments Action/ Remediation Greg Acosta, PE1 Juan Guerrero, PG2 Paul Willman2 Marina Grigorova, PE Jonathan Arriaza Virginia Becerra Alon Lebel, PhD LeAnne Mallette Cesar Leon Kristen Rodriguez, EIT Henry Salas Kendra Kent Fee Studies Civil/ Survey/ Structural Engineering Photogrammetry Erik Nylumd2 Jason Fussel, PE. PLS,QSD2 Dan Helt. PE, PLS2 Jon Angin Mike Olsen, PE2 Peter Ashley 1=Principal 1 2=Key Personnel C KEY PERSONNEL I PAGE C-1 Appendix C �� COLMSTATEMENT OF• • ON-CALL ARCHITECTURAL&ENGINEERING CONSULTANT SERVICES FOR VARIOUS PUBLIC WORKS PROJECTS TETRA TECH ®� FREc�� SOLID WASTE ENGINEERING I GEOTECHNICAL • • N MANAGEMENT Sami H Ayass, PE • Task Manager- Landfill Gas Engineering Senior Project Manager BS,Chemical Engineering(California Polytechnic University, Pomona) Registrations: Registered Civil Engineer(California #84806) 40-Hour HAZWOPER 18-Hour Refresher I OSHA Confined Space Entry Mr. Ayass has 15 years in the permitting, design, operation, maintenance, and monitoring of landfill gas collection and control systems(GCCS). He recently provided GCCS engineering support during the American Avenue Disposal Site Phase I Waste Relocation Project, and has managed projects involving the design of upgrades to well fields, flare stations, and conveyance piping. He has managed GCCS OM&M programs at some of the largest landfills in the U.S. (e.g., Sunshine Canyon Landfill), and has effectively integrated regular OM&M activities with active filling operations. He is currently Tetra Tech's Project Manager for GCCS OM&M at the County's American Avenue Landfill. Mr. Ayass has coordinated field resources, prepared and executed task orders for non-routine GCCS upgrades/repairs, performed engineering oversight of field monitoring data, and developed strategies to enhance GCCS operational efficiency. He has also prepared reports documenting compliance with local air pollution control district requirements and has been directly involved in the development of permitting plans and LFG Control system designs. Mr.Ayass has been directing LFG control system reporting programs which comply with the requirements of multiple air pollution control districts,the CARB,and the USEPA. Relevant Project Experience: ■ County of Fresno,American Avenue Landfill Phase III GCCS Expansion(Project Manager) ■ County of Fresno, American Avenue Landfill Phase I Waste Relocation GCCS Support (Project Manager) ■ Republic Services,Sunshine Canyon Landfill GCCS Upgrade Design(Project Manager) Design of GCCS Upgrades: County of San Bernardino,GCCS Upgrades(Engineering Support) ■ Carson JPA,Cal Compact Landfill GCCS Upgrades(Engineering) ■ City of Anaheim,Spark-Rains,Anderson Landfills GCCS Improvements(Engineering) ■ Republic Services,Ox Mountain, Newby Island, Keller Canyon Landfills(Engineering) ■ County of Fresno,American Avenue Landfill (Project Manager) ■ County of Orange, Prima Deshecha Landfill, (Engineering Support) ■ County of Orange, Frank Bowerman Landfill,(Engineering Support) ■ County of Orange,Coyote Canyon Landfill,(Engineering Support) ■ County of Orange,Santiago Canyon Landfill,(Engineering Support) GCCS Operation& City of Anaheim,Sparks-Rains,Anderson Landfills(Engineering Support) Maintenance: City of San Bernardino,Waterman Landfill(Engineering Support) ■ Republic Services, Newby Island Landfill(Engineering Support) ■ Republic Services, Keller Canyon Landfill (Engineering Support) ■ Republic Services,Vasco Road Landfill (Engineering Support) ■ Republic Services,Sonoma Central Landfill (Engineering Support) PAGE C-2 I C KEY PERSONNEL Appendix C Few cootieSTATEMENT OF• • • CONSULTANT o�o FOR •US PUBLIC WORKS PROJECTS FRgS SOLID •TECHNICAL ENGINEERING I CIVIL ENGINEERING I CONSTRUCTION Paul Stout, PE • Landfill Gas Engineering Vice President, Methane Gas Group MS, Environmental/Civil Engineering(University of California at Berkeley) BS, Civil Engineering(University of California at Berkeley) Registered Professional Engineer(CA, HI, LA, NV, OK, OR,TX,SC, WA) - 40-Hour HAZWOPER Mr.Stout has 30 years of experience in air landfill gas and air quality, landfill gas to energy/fuel and is a leader in the landfill gas and bioenergy fields.He has managed the turn-key permitting and design of biogas to energy projects at active solid waste facilities, including development and negotiation of permitting documents from local air quality management districts, and direction of geotechnical, process, mechanical,electrical, and civil design of landfill gas to energy (LFGTE) systems. He has been instrumental in efforts to grow the company's renewables services, including renewable biogas projects, with emphasis on conversion to vehicle fuel or pipeline quality and injection. He has presented technical papers at conferences sponsored by the Solid Waste Association of North America, Global Waste Symposium, and BioCycle. Topics have included GCCS design and operation, and strategies which combine field services with compliance programs to save costs. He has managed numerous LFG projects as well as multi-disciplinary projects involving other aspects of landfill design and construction. He also assists on landfill design, landfill permitting, materials recovery facility permitting, and hazardous waste remediation projects. Relevant Project Experience: ■ Waste Management,GCCS Expansion Design,Altamont Landfill (Principal) ■ Waste Management,GCCS Expansion Design, Kirby Canyon Landfill(Principal) ■ Waste Management,GCCS Expansion Design, Redwood Landfill(Principal) ■ Waste Management,GCCS Expansion Design, Riverbend Landfill (Principal) ■ Waste Management,GCCS Design, Butterfield Landfill(Principal) Design of GCCS Upgrades: ■ County of Maui,GCCS Expansion Design(Principal) ■ Monterey Regional Waste Management District, GCCS Expansion Design, Marina Landfill (Principal) ■ Republic Services,GCCS Expansion Design, Newby Island Landfill (Principal) ■ Republic Services,GCCS Expansion, ECDC Landfill(Principal) ■ Jefferson Parrish,GCSS Expansion,Jefferson Parrish Landfill(Principal) ■ Sacramento South Area Transfer Station,BioCNG to Fuel Facility(Principal) ■ Las Galinas Valley Sanitary District, Digester Gas Cleanup System(Project Manager) ■ Los Angeles County Sanitation Districts,Carson Biogas to Fuel Facility(Principal) BioEnergy/LFGTE ' City of Boulder Wastewater,Treatment Plant Biogas Use Enhancement Project(Principal) ■ City of Grand Junction, Persigo Wastewater Treatment Plant(Principal) ■ Zero Waste Energy, Blue Line Transfer, BioCNGTm Alternative Vehicle Fuel Project(Certifying Engineer) ■ Las Gallinas Valley Sanitation District,Grant Funding for adding a WWTP biogas upgrading to combined heat and power or RNG for use in vehicles or boilers(Principal) ■ Los Angeles County Sanitation Districts, Alternative and Renewable Fuel and Vehicle Grants for Beneficial Use Technology Program-Community-Scale and Commercial-Scale Advanced Biofuels Production and Organics Diversion Facilities,Carson Wastewater Treatment Plant Projects Monterey Regional Waste Management District,Alternative and Renewable Fuel and Vehicle Technology Program, Community-Scale and Commercial-Scale Advanced Biofuels Production Facilities C KEY PERSONNEL I PAGE C-3 Appendix C CONSULTANTSTATEMENT OF QUALIFICATIONS- O� FOR VARIOUS PUBLIC WORKSPROJECTS FRESH SOLID •TECHNICAL ENGINEERING I CIVIL ENGINEERING I CONSTRUCTION Greg Saul, PE, QSD/QSP Task Manager - Landfill Engineering& Design Senior Project Manager Education: BS,Civil Engineering(California State Polytechnic University, Pomona) California Registered Civil Engineer(#60600) Qualified SWPPP Developer(#01019) Mr.Saul has 25 years of experience in civil and solid waste engineering,with specific expertise in overseeing landfill liner and cover design, landfill gas collection and control system design, and landfill gas operation, maintenance, and monitoring programs. He is a former regional manager for the San Bernardino County Solid Waste Management Division. In this capacity, he was responsible for capital improvements and regulatory compliance budgets, design, construction, groundwater and landfill gas compliance, NPDES compliance, and technical oversight of waste disposal operations. He has managed projects involving development of strategies to manage complex landfill drainage regimes. This has included preparation of hydrology studies,and design and construction of a wide range of drainage structures.In addition, he has managed and provided engineering technical support on multi-disciplined solid waste engineering contracts for public solid waste authorities throughout California. Relevant Project Experience: ■ County of Merced, Billy Wright Landfill(Supervising Engineer) ■ Republic Services,Newby Island Landfill Sub Area 16A and 17 Liner(Supervising Engineer) Landfill Module Design: Republic Services,Cell 2 Preferential Pathway Liner System(Supervising Engineer) ■ Waste Management,Lancaster Landfill Phase 2A-1(Project Manager) ■ County of San Bernardino, Barstow,Mid-Valley,San Timoteo landfills(Engineer) ■ East Bay Regional Parks District, North Isabel Point Closure Improvements(Project Manager) ■ County of El Dorado, Meyers Landfill(Engineering Support) ■ City of Mountain View, Mountain View Landfill Athletic Fields(Supervising Engineer) ■ City of La Habra,Vista Grande Landfill Redevelopment(Project Manager) Landfill Cover Design: ■ Republic Services, Newby Island Landfill(Supervising Engineer) ■ US Navy,Alameda IR 2 Landfill(Supervising Engineer) ■ County of San Bernardino,Milliken, Hesperia, Newberry,Yermo landfills(Engineer) ■ County of San Bernardino, Heaps Peak Disposal Site Slope Repair(Project Manager) ■ County of Sonoma,Central Landfill Composting Facility Siting Analysis(Project Manager) Composting Facility Design County of Orange, Bee Canyon Greenery(Project Manager) ■ County of Orange,Capistrano Greenery Design(Project Manager) ■ County of Orange,Valencia Greenery Design(Project Manager) Landfill Gas System County of San Bernardino, Milliken Landfill(Engineer) Management System County of San Bernardino,Yucaipa Landfill(Engineer) Design&Construction: ■ County of San Bernardino, Heaps Peak Landfill(Engineer) ■ County of San Bernardino,Solid Waste Management Division(Project Manager) Engineering Contracts On-Call Solid Waste ■ OC Waste&Recycling, North Region Landfill Operations(Supervising Engineer) E ■ County of El Dorado,Union Mine Landfill(Project Manager) New Landfill Design: ■ Commonwealth of the Northern Mariana Islands,Tinian Landfill(Spv. Engineer) ■ County of San Bernardino, Heaps Peak Transfer Station Scalehouse and Tipping Floor Transfer Station Design: Upgrades(Project Manager) ■ Commonwealth of Mariana Islands,Tinian Transfer Station Design(Project Manager) Leachate System Upgrade: ' County of San Bernardino, Heaps Peak Transfer Station(Supervising Engineer) ■ City of Calgary, Leachate Extraction Systems for Spyhill, East Calgary and Shepard Landfills Groundwater Monitoring& ■ County of San Bernardino,Team A Engineering Section Water Quality Response Program Reporting PAGE CA I C KEY PERSONNEL Appendix C co�ti� STATEMENT OF• • g • CONSULTANT SERVICES FOR VARIOUS PUBLIC WORKS • FRES SOLID WASTE ENGINEERING I GEOTECHNICAL • • Juan Guerrero, PG • • Task Manager- Hydrogeology Director, Environmental Programs • BS, Geological Sciences(University of Southern California) • California Professional Geologist, (#6321) Mr. Guerrero has more than 40 years of geologic and environmental management experience. His technical expertise encompasses direction of groundwater monitoring and reporting programs at active and inactive landfills. He has also directed soil and groundwater investigations,soil gas vapor surveys,wastewater projects,vadose zone and groundwater remediation of petroleum and chlorinated hydrocarbons, drilling and installation of water wells. He has extensive knowledge of project management and technical support for remedial engineering design, environmental drilling and water well installation, geochemical evaluations, hazardous waste management, cost/schedule responsibility, review and approval of remedial action work plans, drilling and sampling plans, groundwater monitoring reports and site closure reports. Additionally, Mr. Guerrero presently serves as a City Planning Commissioner reviewing and approving California Environmental Quality Act documents. Mr. Guerrero has been selected by the State of California Board of Registration for Professional Engineers and Land Surveyors as a Subject Matter Expert in Environmental Geology and writes questions for use on the Professional Geologist Exam. Relevant Project Experience: ■ County of Stanislaus,Geer Road Landfill(Senior Geologist) ■ County of Merced, Billy Wright Landfill(Senior Geologist) Groundwater Monitoring County of Madera, Fairmead Landfill (Senior Geologist) and Reporting: AK Steel, Royal Boulevard Disposal Site(Senior Geologist) ■ City of Anaheim,Sparks,Anderson, Rains Pits Landfills(Senior Geologist) ■ BKK Corp, Basin By-Products Disposal Site(Senior Geologist) ■ County of El Dorado, Meyers Landfill(Senior Geologist) ■ Caruso Development, Pacific Palisades Development(Senior Geologist) ■ Caruso Developments,Carlsbad Development(Senior Geologist) ■ DTSC,Stringfellow Disposal Site Remedial Pilot Testing(Senior Geologist) Remedial Investigation Le Fiell Industrial Site Remediation(Senior Geologist) ■ Los Angeles Metrolink, Right-of-Way Investigations(Senior Geologist) ■ US Navy CLEAN, El Centro Naval Facility Investigations(Senior Geologist) ■ Los Angeles International Airport, UST Investigations(Senior Geologist) ■ County of Madera, Fairmead Landfill (Senior Geologist) ■ BKK Corp., Basin By-Products Disposal Site(Senior Geologist) Hydrogeologic Assessment: ■ Waste Management, Bradley Landfill(Senior Geologist) ■ County of Orange, Forster Canyon Landfill(Senior Geologist) ■ CR&R,South Yuma Landfill (Senior Geologist) Landfill Investigations: ' City of Santa Maria, Preisker Park Site Landfill Investigation(Senior Geologist) ■ Waste Management, El Sobrante Landfill(Senior Geologist) C KEY PERSONNEL I PAGE C-5 Appendix C �� COLMSTATEMENT OF• • 1CONSULTANT ®� FOR VARIOUS1PROJECTS TETRA TECH FREc�� SOLID WASTE ENGINEERING I GEOTECHNICAL • • N MANAGEMENT Paul Willman Task Manager- Regulatory Compliance/ Permitting Documents Senior Regulatory Compliance Manager BS, Environmental Science(University of California, Riverside) Certified Hazardous Materials Manager Mr. Willman has 33 years of solid waste regulatory compliance and environmental protection program experience. Prior to joining Tetra Tech, he was the Western Group Environmental Manager for an international landfill operator (Waste Management, Inc.), where he was responsible for managing implementation of corporate environmental protection programs for 50 landfills,transfer stations,and collection facilities. Mr.Willman also worked as a regional manager of the Permitting and Enforcement Branch of CalRecycle. This experience gives him strong insight into the perspective of both the operator and the regulatory community on solid waste facility development. His duties have included coordination of all engineering, design, permitting, geotechnical, planning, construction support and/or management work tasks;scheduling and budget control;and client,agency,and community interface. Mr.Willman recently participated in the development of an automated tool to track the permitting compliance of multiple waste disposal sites operated by the County of Orange. He also managed the preparation of JTDs to support the continued development of the County of Merced's Billy Wright Landfill, and the County of Madera's Fairmead Landfill. Relevant Project Experience: ■ County of Merced, Billy Wright Landfill Expansion Permitting (Regulatory Compliance Task Manager) ■ County of Madera, Fairmead Landfill Expansion JTD and SWFP Revision (Permitting Task Manager) Landfill Permitting ■ County of Orange,Automated Landfill Compliance Tracking Tool(Task Manager) Documents: ■ Republic Services,Sunshine Canyon Landfill Expansion Permitting(Project Manager) ■ County of San Bernardino, Barstow Landfill Lateral Expansion Permitting (Permitting Task Manager) ■ Waste Management,Simi Valley Landfill&Recycling Facility(Project Manager) ■ County of Imperial, Picacho Landfill Closure Plan Updates(Permitting Task Manager) ■ California Waste Services,Gardena C&D Processing Facility(Project Manager) ■ Waste Management,Southgate Transfer Station (Project Manager) Material Recovery Facility/ ■ Waste Management, Bradley Recycling Center(Project Manager) Transfer Station Permitting ■ Waste Management,WTR Transfer Station(Project Manager) ■ Waste Management, Moreno Valley Transfer Station(Project Manager) ■ Waste Management, Edom Hill Transfer Station (Project Manager) ■ City of Santa Maria, Proposed Las Flores Landfill Permitting(Task Manager) CEgA Support ' Waste Management, Lancaster Landfill Tonnage Increase(Project Manager) ■ Republic Services, Newby Island Landfill Vertical Expansion (Permitting Task Manager) ■ County of San Bernardino,Colton Landfill (Permitting Task Manager) Post Closure Cost ■ County of San Bernardino,Victorville Landfill (Permitting Task Manager Estimates Environmental Support ' County of San Bernardino, Landers Landfill Probe Design (Project Manager) ■ County of San Bernardino, Mid Valley Landfill Phase 1 ESA(Project Manager) PAGE C-6 I C KEY PERSONNEL Appendix C LySTATEMENT OF QUALIFICATIONS ON-CALL ARCHITECTURAL & ENGINEERING CONSULTANT SERVICES ,j FOR •US PUBLIC WORKS PROJECTS FRgS SOLID WASTE ENGINEERING I GEOTECHNICAL • • Support Staff:The Tetra Tech Project Principals and Key Task Managers identified above will be supported by the qualified support staff identified in Table C-1. As a landfill specialty firm, Tetra Tech has the resources to staff all aspects of this contract with seasoned in-house personnel experienced in solid waste management. Our project team is structured so that it can efficiently perform simultaneous task orders involving multiple technical disciplines. Full resumes for each team member are presented in Appendix A. TABLE C-1-TETRATECH TECHNICAL SUPPORT PERSONNEL EXPERIENCE ATA GLANCE(Solid Waste Services) Name/Role Education Registration Yrs.Exp. Projects Julie Hauenstein BS,Civil Engineering PE 16 ■ Liner Design,Potrero Hills Landfill Landfill Engineering California State Polytechnic ■ Liner Design,Chiquita Canyon Landfill University,Pomona ■ Master Plan Update,Frank R.Bowerman Landfill Vy Yannizzi BS,Civil Engineering, PE 13 ■ Cover Design,Alameda IR2 Landfill Closure Landfill Engineering California State University, ■ Cover Design,Vandenberg AFB Landfill Closure Fullerton ■ Drainage System Design,FRB Landfill ■ Cover/Drainage Design,Cal Compact Landfill Alex Newel BS,Geological Engineering, PE 8 ■ GCCS Design,Marina Landfill Landfill Gas University of Wisconsin,Madison ■ GCCS Master Planning,Kirby Canyon Landfill Engineering BS,Geology&Geophysics, ■ GCCS Master Planning,Altamont Landfill University of Wisconsin,Madison ■ GCCS Master Planning,Redwood Landfill Scott Angus AA, Liberal Arts 31 ■ GCCS Design,Geer Road Landfill Landfill Gas University of Maryland ■ GCCS Design,Newby Island Landfill Engineering ■ GCCS Design,Ox Mounty Landfill ■ GCCS Design,Forward Landfill Doug Bell BS,Civil Engineering, PE,GE 39 ■ Geotechnical Investigations,Water Storage/ Geotechnical Eng. McGill University Treatment Facilities ■ Geotechnical Investigations,Glendale Groundwater Treatment Plant ■ Geotechnical Investigations,Kern River Pipeline David Luka BA,Geology PG,CEG 33 ■ Geologic Characterization,Prima Deshecha LF Geotechnical/ Humboldt State University ■ Hydrogeologic Assessment,Colton Landfill Geological BS.,Oceanography ■ Landslide Evaluation,FRB Landfill Engineering Humboldt State University ■ Slope Stabilization Design,Toland Rd.Landfill Shawn Morrish MS,Geology 6 ■ Liner CQA,Highway 59 Landfill Phase 6B-1 Geotechnical/ BS,Geology ■ Liner CQA,Billy Wright Landfill Expansion Geological California State Polytechnic ■ Engineering RING Pipeline Investigation,Keller Canyon LF g g University,Pomona ■ Cap Installation CQA,Potrero Hills Landfill Jonathan Arriaza MS, Environmental 4 ■ Hay Road Landfill,Groundwater M&RP Hydrogeology Hydrogeology,UCLA ■ Geer Road Landfill,Groundwater M&RP Hydrology&Watershed ■ Sparks-Anderson Landfill,Groundwater M&RP Management, ■ Le Flel Industries,Groundwater Remediation Humboldt State University LeAnne Mallete BS,Geological Sciences, 7 ■ Hay Road Landfill,Groundwater,Vadose Zone, Hydrogeology California State University Landfill Gas Long Beach ■ Fairmead Landfill,Groundwater M&RP ■ Chiquita Canyon Landfill,Air Testing Marina Grigorova MS, Environmental PE 27 ■ Groundwater Treatment System Design,Milliken Corrective Action Engineering Landfill Plans Remediation Johns Hopkins University ■ Groundwater Treatment System Design,Mid BS,Chemical Engineering Valley Landfill Moscow Institute of Fine ■ Health Risk Assessment,EPC Landfill Chemical Technology ■ Brownfields Assessment,North Fork Mill Kristen Rodriguez BS,Civil Engineering, 9 ■ Highway 59 Landfill,GWETS upgrade Corrective Action California Loyola,Marymount ■ LeFiel Manufacturing,SVE System Design Plans/Remediation University ■ Geer Road Landfill,GWETS Methane Barrier System C KEY PERSONNEL I PAGE C-7 Appendix C CONSULTANTSTATEMENT OF QUALIFICATIONS- O� FOR VARIOUS PUBLIC WORKSPROJECTS FRESH SOLID •TECHNICAL ENGINEERING I CIVIL ENGINEERING I CONSTRUCTION TABLE C-1-TETRATECH TECHNICAL SUPPORT PERSONNEL EXPERIENCE AT A GLANCE(Solid Waste Services) Name/Role Education Registration Yrs.Exp. Projects Virginia Becerra MS,Chemistry 34 ■ Final Closure Plan,Pitchess Detention Center LF Permitting Univ.of Laverne ■ Permitting,Rice Road Transfer Station,Fresno • Joint Technical Document,Prima Deshecha LF • Solid Waste Facility Permit,Victorville Landfill ■ 5-Year Permit Review,Colton Landfill Cesar Leon BS,Urban and Regional 23 ■ Closure Plans,Billy Wright Landfill Permitting Planning ■ JTD Development,Barstow Landfill California State Polytechnic ■ Conditional Use Permit,San Jose Premier University,Pomona Recycling ■ MRF Siting Study,El Dorado County Erik Nylund MBA, Finance 26 ■ County of Sacramento,Solid Waste Fee Study Fee Studies BS,Civil Engineering ■ County of Butte,Solid Waste Fee Study Univ.of California,Davis ■ County of El Dorado,Solid Waste Fee Study ■ County of Calaveras,Disposal Economics Evaluation Jon Angin M.B.A., Finance 27 ■ Waste Diversion Program Rate Design Fee Studies Golden State University, ■ Waste Management Rate Analysis and San Francisco Modelling B.S.Social Science • Organics Management Market Analysis Santa Clara University ■ North American Organic Waste Market Study Jason Fussel B.S.,Civil Engineering, PE,PLS, 13 ■ Carson Transfer Station Stormwater Quality Civil/Structural California State Polytechnic QSD, Improvements, Engineering University,San Luis Obispo ENV SP, ■ Southgate Transfer Station Stormwater Quality LEED AP Developments ■ Central Los Angeles Recycling&Transfer Sta. ■ Elmer Paseo Stormwater Improvements Mike Olsen MS,Civil Engineering PE 10 ■ Prima Deshecha Landfill,Entrance Facilities Civil/Structural (Structural)Calif.State ■ Caruthers Park Stormwater and Urban Runoff Engineering Polytechnic University,Pomona, Capture Project BS,Civil Engineering,Calif. • Alondra Park Multi-Benefit Stormwater Capture State Polytechnic University, Project Pomona Peter Ashley MS,Civil Engineering 29 ■ Hay Road Landfill Aerial Mapping Survey/ University of California Berkeley ■ Ostrom Road Landfill Aerial Mapping Photogrammetry BS Mathematics ■ Santa Cruz Landfill Aerial Mapping in g University of Massachusetts,Amherst ■ Aerial Mapping of Six Landfills PAGE C-8 I C KEY PERSONNEL Appendix C LySTATEMENT OF QUALIFICATIONS ON-CALL ARCHITECTURAL & ENGINEERING CONSULTANT SERVICES ,j FOR •US PUBLIC WORKS PROJECTS FRES SOLID WASTE ENGINEERING I GEOTECHNICAL • • GEOTECHNICAL ENGINEERING The qualifications of Tetra Tech's key personnel in the service category Geotechnical Engineering are described in this subsection. Figure C.2 presents our proposed organization chart for delivery of geotechnical engineering services. FIGURE C.2 - PROJECT ORGANIZATION CHART County of Fresno On-Call Geotechnical Engineering Services o County Department of • • FRES Project Peter Skopek, PhD, PE GE1 Caleb Moore. PE1 GeotechnicalTechnical Services • i Quality Engineering Geology Assurance Douglas Bell, PE. GE David Luka, PG. CEG2 Shawn Morrish2 Fernando Cuenca. PhD, PE Pat Keefe. PG. CEG2 Cliff von Ting Yonglang Li, PhD, PE. GE' Bryan Petry. PG, CEG Mehrdad Ganji Taha Ashoori, PhD. PE Shannon Siegel. PG Troy Carson Shawn Morrish Jeff Wilson 1= Principal 1 2 = Key Personnel Please note that our proposed Project Manager, Peter Skopek, PhD, PE, GE, and Principal in Charge, Caleb Moore, PE are Tetra Tech principals. Summaries of their qualifications are presented in Section B. C KEY PERSONNEL I PAGE C-9 Appendix C �� COLMSTATEMENT OF• • 1CONSULTANT ®� O� OFOR VARIOUS1PROJECTS TETRA TECH FREc�� SOLID WASTE ENGINEERING I GEOTECHNICAL • • N MANAGEMENT Douglas Bell, PE, GE ' Task Manager-Geotechnical Engineering Geotechnical Engineering Program Manager BS, Civil Engineering(McGill University) California Registered Civil Engineer(#C40516) California Registered Geotechnical (#GE2140) Mr.Bell has been involved with the geotechnical engineering of numerous projects involving heavy civil construction, landfill development, commercial and industrial development, roadways, bridges, water reservoirs, pipelines, and hydraulic structures. His work has included detailed settlement analysis, development of recommendations for shallow and deep foundation systems,slope stability analysis, and evaluation of lateral earth pressures for shoring and permanent wall structures. His work has also included forensic study of foundation distress of residential, commercial, and industrial buildings. He was Lead Geotechnical Engineer for the Fresno Slough Dam and River Diversion Structure, San Joaquin River; and Senior Geotechnical Engineer for the Berryessa Channel and Levee Improvements, in Milpitas, California. Mr. Bell has provided geotechnical investigations and reviews for the Cities of San Bernardino, Walnut, Inglewood, Anaheim, Orange and West Hollywood. Mr. Bell's experience also includes earthquake engineering such as seismic studies for Caltrans bridge retrofit projects, as well as hospitals and other critical facilities prepared for review by the California Office of State Architect. His experience includes numerous seismic risk studies for commercial and industrial developments,and transportation facilities. Earthquake analyses carried out for these studies include evaluation of peak and probable earthquake motions, formulation of site- specific response spectra, detailed liquefaction analysis, and risk assessment. Fernando Cuenca, PhD, PE ' • Geotechnical Engineering Senior Engineer Ph.D., Geotechnical Engineering(University of Texas,Austin) MS, Geotechnical Engineering(University of Texas,Austin) BS, Civil Engineering(University of los Andes, Bogota) CA Registered Civil (#C50097) I CA Registered Geotechnical Engineer(#3128) Dr. Cuenca is a senior geotechnical engineer with 28 years of experience in geotechnical engineering with special expertise with the stability of reinforced embankments incorporating coupled analysis including pore water pressures in unsaturated soils and water flow movement with slope deformations, using finite element formulations. He has been project manager for multiple City and County of Los Angeles projects including geotechnical investigations in support of the development of the North Police Station Parking Structure and Lincoln Park Parking Lot. He has conducted landslide evaluations, provided geotechnical design, and designed foundations for park facilities,water treatment plants,and public infrastructure. Dr.Cuenca was recently Project Engineer for the design of pile foundations for three bridges for the County of San Bernardino Department of Public Works. He conducted field investigations and foundation design of stormwater capture facilities for the City of Santa Monica in support of the Clean Beaches project. He was also project Engineer for the design of a main water pipeline in San Bernardino County in the cities of Rialto and Colton. In addition, he designed deep foundations, retaining walls,and abutments for the widening of 1-5 in south Orange County. PAGE C-10 I C KEY PERSONNEL Appendix C ��w cootieSTATEMENT OF• • ON-CALL ARCHITECTURAL&ENGINEERING CONSULTANT SERVICES o�o FOR VARIOUS PUBLIC WORKS FRgS SOLID •TECHNICAL ENGINEERING I CIVIL ENGINEERING I CONSTRUCTION Yonglang Li, PhD, PE, GE Geotechnical Engineering Senior Engineer Ph.D., Geotechnical Engineering(Syracuse University) MS, Civil Engineering(Dalian University of Technology, China) BS, Civil Engineering(Yangzhou University, China) California Registered Civil (4tC75350) California Registered Geotechnical Engineer(#3105) Dr. Li has diverse geotechnical experience in a wide variety of public works infrastructure and private client projects. He has provided geotechnical evaluation and analysis for levee/earthen embankment projects, bridge pile foundation design and analysis per AASHTO, FHWA,and Caltrans Guidelines,shallow foundation recommendations for residential and commercial development,static and seismic slope stability analysis,and liquefaction assessment and mitigation. He has broad numerical analysis background in seismic, slope stability, and seepage analyses. Dr. Li`s project experience includes design support for the closure of the Mountain View, Goldendale,Vandenberg, and Alameda IR2 landfills, plus field investigations at the Tinian and Geer Road landfills. Responsibilities have included development of field exploration programs, supervision of site and laboratory testing, client communications, geotechnical design and analysis,technical report preparation,and construction supervision. Dr. Li has also worked as a structures engineer on water resource projects, highway and transportation projects, and energy related projects, performing reinforced and prestressed concrete structure design and analysis. David Luka, PG, CEG Task Manager- Engineering Geology Senior Engineering Geologist BA, Geology(Humboldt State University) BS, Oceanography(Humboldt State University) California Registered Geologist(#5541) California Certified Engineering Geologist(#1767) Mr. Luka is a Tetra Tech Senior Engineering Geologist with extensive experience in geologic hazards evaluation,with emphasis on landslides and faults. He lead the geotechnical design services for the development of storm drain channel improvements at the San Timoteo Sanitary Landfill, hydrogeologic assessment of the Colton Sanitary Landfill, and well installation at the Landers Sanitary Landfill. In addition, Mr. Luka has managed instrumentation monitoring programs for embankments,tunnels, and landslides. He has been the project engineering geologist for a variety of commercial, industrial,and residential projects,as well as for several California bridges. Recent projects include the administration (headquarters) offices at the Prima Deshecha Landfill in San Juan Capistrano, and the planned Lincoln Avenue Bridge widening over the Santa Ana River. Routine geotechnical tasks include geologic surface mapping,subsurface investigations(trenching, drilling with various methods, core logging, well installation and instrumentation), soil testing for quality assurance/control, geologic map and cross section preparation, and the preparation of geologic reports. In addition to design studies, Mr. Luka has managed and/or provided project- level engineering geology support on numerous forensic and litigation projects for the private and public sector. Several projects have included the evaluation of ground conditions for buried-and above-ground water reservoirs, and bedrock landslides. C KEY PERSONNEL I PAGE C-11 Appendix C �� COLMSTATEMENT OF• • ON-CALL ARCHITECTURAL&ENGINEERING CONSULTANT SERVICES FOR VARIOUS PUBLIC WORKS PROJECTS TETRA TECH ®� FREc�� SOLID WASTE ENGINEERING I GEOTECHNICAL • • N MANAGEMENT Pat Keefe, PG, CEG ' Engineering Geology Supervising Engineering Geologist BS, Geological Sciences(San Diego State Univ., San Diego, California) Evaluation and Mitigation of Seismic Hazards(U.C. Berkley- Extension) Applied Soil Stratigraphy Short Course, by Dr. Roy Shlemon California Professional Geologist(#6373) California Certified Engineering Geologist(#2022) Mr. Keefe has worked in the California geotechnical industry for over 35 years. Previous work experience includes geotechnical feasibility investigations for site selection, design-level geotechnical investigations, seismic hazards evaluations, fault studies, landslide evaluations/slope stability analyses, settlement analyses, liquefaction/lateral spread evaluation, ground water studies, and analyses of specialized geotechnical instrumentation. Specific projects have included engineering geologic expertise for large-scale mass grading of hillside and flatland developments, infrastructure improvements, critical care hospital facilities, landslide mitigation, forensic investigations,and technical review for various municipalities. Mr.Keefe has also provided geologic opinions related to causes of distress and mitigating repairs for litigation matters and has offered expert testimony for litigation matters. He recently provided geotechnical investigation services for an RNG processing plant and proposed pipeline at the Keller Canyon Landfill. Mr. Keefe has testified as an expert witness in the Superior Court of Los Angeles County and has also provided support services involving citywide departments including Public Works (Engineering Services, Construction Services and Operations), Public Utilities, Planning and Building Departments, former Redevelopment Agencies, Convention Center Agencies, Parks and Community Services, and the City Attorney's office. Shawn Morrish Task Manager-Construction Quality Assurance Staff Geologist MS, Geology(California State Polytechnic University, Pomona) BS, Geology(California State Polytechnic University, Pomona) AS, Natural Sciences(Citrus College) EPA-OSHA 40-Hour Hazardous Waste Operation/Emergency Response Nuclear Gauge Operator and Radiation Safety Officer(RSO)Certified Confined Space Training Mr. Morrish has participated in a variety of engineering geologic and geotechnical projects throughout southern California, including landfill expansions, and various residential, commercial, and industrial developments. Mr. Morrish has provided field CQA services during multiple landfill lined refuse disposal cell construction projects. His responsibilities on these projects have included observation and documentation during placement of geosynthetics, organization and documentation of CQA activities, and management of data from the field trough the office engineering staff. Mr. Morrish was responsible for the compilation and writing as well as plates, figures, and components of the final CQA report for the project.is a skilled geotechnical professional, with significant university course work in engineering geology and an emphasis in Geographic Information Systems (GIS) analysis. He has provided field CQA services in support of projects at the County of Merced's Billy Wright and Highway 59 landfills, and Republic Services' Keller Canyon Landfill. Mr. Morrish's professional experience also includes three years of university course instruction and academic research at California State Polytechnic University, Pomona. PAGE C-12 I C KEY PERSONNEL Appendix C LySTATEMENT OF QUALIFICATIONS ON-CALL ARCHITECTURAL & ENGINEERING CONSULTANT SERVICES ,j FOR •US PUBLIC WORKS PROJECTS SOLID WASTE ENGINEERING I GEOTECHNICAL ENGINEERING I CIVIL ENGINEERING I CONSTRUCTION MANAGEMENT TABLE C.2-TETRA TECH TECHNICAL SUPPORT PERSONNEL EXPERIENCE ATA GLANCE(Geotechnical Engineering) Name/Role Education/Training Registration Yrs.Exp. Projects Taha Ashoori, Ph.D.,Civil Engineering PE 6 ■ Waste Disposal Inc.Landfill Superfund Site PhD University of Texas Redevelopment,Geotechnical Studies Geotechnical ■ FEMA Levee C certification,Santa Ana River E01 Engineering M.S.,Civil Engineering, Levee System Sharif University of Technology B.S.,Civil Engineering, University of Tehran Bryan Petry, BS,Geology PG,CEG 7 ■ Monitoring Probe Replacement,Ox Mountain Engineering Geology California State University Landfill Long Beach ■ Preliminary Geotechnical Investigation and Fault Study,Hitch Ranch ■ Alquist-Priolo Fault Investigation,Baldwin Hills Area Shannon Siegel, B.S.Geology,California State PG 14 ■ Forster Canyon Landfill,LFG Well Installation Engineering Geology University,Long Beach,California ■ WDI Landfill,Site Characterization ■ Sparks-Anderson Landfill Redevelopment, Geologic Field Investigations • Santa Ana River Levee Repairs,CQA Services Cliff von Ting ICC Soils Special Inspector 19 ■ Puente Hills Intermodal Facility,CQA Services CQA Services ACI Concrete Field Testing ■ Manning Pit Reclamation,CQA Services Technician Grade I • Citronel Ave&Wampler Street Improvements Nuclear Gauge Operator Concrete/Asphalt Inspections Certificate ' Grass Valley Road Improvements,Concrete/ Pavement Inspection Caltrans Construction Management Training Jeff Wilson ICC Soils Special Inspector 30 ■ Landslide Remediation Projects,CQA Services CQA Services ACI Concrete Field Testing • Billy Wright Landfill,Liner Installation CQA Technician-Grade 1 • Cal Compact Landfill,Final Cover CQA ACI Concrete Testing Tech. 0 Las Pulgas Landfill,Liner CQA OSHA 10 Hr.Const.Safety OSHA Confined Space Nuclear Gauge Operator Certificate Mehrdad Ganji Bachelor of Science, 31 ■ Biola University,Grading Inspection CQA Services Construction Engineering ■ Carson Refinery,Roadway Rehabilitation Technology,California State Monitoring Polytechnic University,Pomona ■ Pala Indian Reservation Bridge Construction,Fill Caltrans Test Methods CTMs Placement,Geo-grid Construction Inspection for laboratory and field • Shea Homes Calabasas,Mass Grading Inspection Soil Special Inspector ICC Certificate No.8214753 ACI Concrete Field Testing Technician Grade I Nuclear Gauge Certified(CA 5634-07) Troy Carson BS,Geology 1 ■ Ameresco Gas Plant,Field Investigation CQA Services California State Polytechnic ■ United Rock Products Pit 2 Reclamation,Backfill University,Pomona CQA SCAQMD Rule 1466 Training ■ Carriage Crest Stormwater Facility,CQA Services Nuclear Gauge Operator ■ Simms Pit and Skylinks Golf Course, Certified Geotechnical Investigations C.3 CIVIL ENGINEERING C KEY PERSONNEL I PAGE C-13 Appendix C CONSULTANTSTATEMENT OF QUALIFICATIONS- O� FOR VARIOUS PUBLIC WORKSPROJECTS FRESH SOLID •TECHNICAL ENGINEERING I CIVIL ENGINEERING I CONSTRUCTION The qualifications of Tetra Tech's key personnel in the service category Civil Engineering are described in this subsection. Figure C.3 presents our proposed organization chart for civil engineering services. FIGURE C.3 - PROJECT ORGANIZATION CHART County of Fresno On-Call Civil Engineering Services Countyof °.n Department of • Works FRES Project Manager Principal-in-Charge Caleb Moore, PE GE1 Christine Arbogast, PE1 Technical Services Civil Structural Hazardous Engineering Engineering Testing& Removal Greg Saul. PE2 Mike Olsen, PE2 Greg Acosta, PE2 Jason Fussel. PE. PLS, QSD2 Javier Weckmann, PE2 Julie Hauenstein. PE2 Marina Grigorova, PE Vy Yannizzi. PE2 QualityPlans&Specifications Construction Assurance Doug Lillibridge2 Shawn Morrish2 Angel Puentes Cliff von Ting Mehrdad Ganji Troy Carson Jeff Wilson 1= Principal i 2=Key Personnel Please note that our proposed Project Manager, Caleb Moore, PE and Principal in Charge, Christine Arbogast, PE are Tetra Tech principals. Summaries of their qualifications are presented in Section B. PAGE C-14 I C KEY PERSONNEL Appendix C w cootieSTATEMENT OF• • • CONSULTANT SERVICES o�o FOR VARIOUS PUBLIC WORKS - FRES SOLID •TECHNICAL ENGINEERING I CIVIL ENGINEERING I CONSTRUCTION Greg Saul, PE, QSD/QSP • Task Manager-Civil Engineering Senior Project Manager • BS, Civil Engineering(California State Polytechnic University, Pomona) California Registered Civil Engineer(#60600) Registration: Qualified SWPPP Developer(#01019) Mr.Saul has 25 years of experience in civil and solid waste engineering,with specific expertise in overseeing landfill liner and cover design, landfill gas collection and control system design, and landfill gas operation, maintenance, and monitoring programs. He has served as Resident Engineer for roadway improvement projects involving traffic control, grading, asphalt concrete pavement placement, and construction of drainage improvements. In addition, he has managed improvements to stormwater infrastructure including inlet structures, energy dissipaters, gabion drop structures. He is a former regional manager for the San Bernardino County Solid Waste Management Division. In this capacity, he was responsible for capital improvements and regulatory compliance budgets, design, construction, groundwater and landfill gas compliance, NPDES compliance, and technical oversight of waste disposal operations. He has managed projects involving development of strategies to manage complex landfill drainage regimes. This has included preparation of hydrology studies,and design and construction of a wide range of drainage structures. In addition, he has managed and provided engineering technical support on multi-disciplined engineering contracts for public sector clients throughout California. Jason Fussel, PE, PLS, QSD/P • Civil Engineering Vice President BS, Civil Engineering(California State Polytechnic University, San Luis Obispo) Registered Professional Engineer, California (#70879) Registered Professional Land Surveyor, California (#9006) Registration: Qualified SWPPP Developer and Practitioner, (#20231) Envision TM Sustainability Professional LEEDO Accredited Professional Mr. Fussel has over 18 years of experience and has a broad knowledge of civil engineering stemming from his involvement in a variety of residential,educational and federal projects. His experience includes work on both public and private sector jobs of varying size and construction material types including the design of sewer transmission systems,water distribution systems,street and storm drain improvements and grading activities varying from mass grading to final precise grading plans. Mr. Fussel's strengths include stormwater analysis and studies, design, preparation of specifications, bid documents and cost estimates, and construction support services. His significant involvement in Low Impact Development (LID) and Stormwater Pollution Prevention and reduction projects in Southern California provide the foundation for his continued leadership in the industry. His project experience has included design of stormwater and runoff capture projects, improvements to roadways, streetscape development projects, and development of regional transit centers. To date Mr. Fussel has been the design lead for the design and implementation of over$100 million in construction cost. C KEY PERSONNEL I PAGE C-15 Appendix C �� COLMSTATEMENT OF• • ON-CALL ARCHITECTURAL&ENGINEERING CONSULTANT SERVICES FOR VARIOUS PUBLIC WORKS PROJECTS TETRA TECH ®� FREc�� SOLID WASTE ENGINEERING I GEOTECHNICAL • • N MANAGEMENT Julie Hauenstein, PE • • • Civil Engineering Senior Project Manager BS, Civil Engineering(California State Polytechnic University, Pomona) California Registered Professional Engineer(#77358) Ms. Hauenstein has 16 years of wide-ranging experience in engineering, construction management, and construction quality control for municipal solid waste landfill projects. She has performed engineering analysis, earthwork design, and preparation of design calculations for lined cell development projects and final cover construction projects. Her engineering responsibilities have included development of cost estimates and design plans and specifications, and production of record drawings. Her construction management duties have included oversight of grading,fill placement, and subgrade preparation;submittal review and response to RFIs; coordination with local RWQCBs and other regulators; and development of final construction reports. Her project experience includes the design of composite liner systems at the Victorville Sanitary Landfill, and development of closure designs for the Phelan and Yermo landfills. Vy Yannizzi, PE ' Civil Engineering Senior Project Manager B.S., Civil Engineering(California State University, Fullerton) Registered Civil Engineer(CA#83234) Ms. Yannizzi has 12 years of experience in solid waste and civil engineering. She has prepared hydrology calculations using the rational method and has been responsible for advanced civil CAD design utilizing 3-D surfaces, sections, and profiles to maximize efficiency and productivity of CAD tools. Vy has designed landfill caps, drainage improvements, and performed earthwork calculations. She has overseen the preparation of civil design drawings including grading and drainage plans, site utility, and well as construction specification packages. Her project experience includes the Phase 313-1 Liner System Design at the Keller Canyon Landfill in Pittsburg,California, Zone 1, Phase D Groundwater Protection System Design at Prima Deshecha Landfill in Orange County, California, Phase 8A Groundwater Protection and Stockpile Locations Design at the Frank R. Bowerman Landfill. Mike Olsen, PE • - , Task Manager - Structural Engineering Structural Engineer MS, Civil Engineering(Structural)(California State Polytechnic University, Pomona) BS, Civil Engineering(California State Polytechnic University, Pomona) Registrations: California Registered Professional Engineer(#81944) Mr. Olsen has eight years of experience in structural engineering for municipal, industrial and federal projects. He has completed projects varying in size and funding for both public and private entities. His experience includes design, analysis, detailing and construction in structural engineering. He is knowledgeable in reinforced concrete, pre- and post-tensioned concrete, reinforced masonry, steel and timber construction for a variety of building and infrastructure projects including reservoirs, water/wastewater treatment facilities, pump stations, bridge, buried concrete vaults,pipeline structures,bridges,as well as seismic retrofit of existing structures.Mr.Olsen has extensive working knowledge of the California Building Code (CBC), International Building Code (IBC) and their application to civil and structural engineering projects. Mr. Olsen is experienced with a variety of design software programs including RISA-3D, RISA Foundation, RISA Floor, ENERCALC SEL, L-PILE, RetainPro and Hilti PROFIS Anchor. PAGE C-16 I C KEY PERSONNEL Appendix C COLM� STATEMENT OF• • • CONSULTANT O� O FOR • PROJECTS FRESt� SOLID WASTE ENGINEERING I GEOTECHNICAL • • N MANAGEMENT Greg Acosta, P.E. • Task Manager- Hazardous Waste Testing& Removal Vice President, Environmental Services MS, Environmental Engineering(University of California, Los Angeles) BS, Civil Engineering(California Polytechnic University, Pomona) Registration: California Registered Civil Engineer(#48725) Mr. Saul has 32 years of experience in environmental engineering and the management of environmental support contracts for private developers and public agencies. He has managed both site investigation and remedial construction projects. He has been responsible for the preparation of remedial investigations, remedial action work plans,and the coordination of soil and groundwater remediation programs. In recent years,he has gained extensive experience working with real estate development groups during the construction of mixed-use developments at impacted properties. Recent work in this area has been performed for Zelman Development, William Fox Homes, Forecast Homes, Revita Development, and various municipalities and redevelopment agencies. In addition, Greg has managed the investigation and evaluation of remedial alternatives for the clean-up of State Superfund sites, former oilfield properties, commercial and heavy industrial facilities. Through this work he has established strong relationships with the DTSC, LARWQCB. He has experience managing environmental programs and groundwater monitoring and reporting programs at impacted sites; characterization of soil, groundwater, and vapor impacts; design and implementation of corrective action activities;and serving as regulatory liaison. Javier Weckmann, PE • - '• - Building Demolition/ Hazardous Waste Testing Vice President, Landfill Reclamation & Redevelopment • • M.E., Hydraulic/ Hydrodynamic Engineering, University of Florida BS, Civil Engineering, Loyola Marymount University _ • CA Registered Civil Engineer(#C33678) California Licensed General Engineering Class "A" Mr. Weckmann has 40 years of experience in civil and environmental engineering and remediation. He has conducted the remedial investigations, feasibility studies, engineering, design, and planning for numerous civil design and remedial implementation projects. He has managed multi-million dollar projects involvingthe abatement of hazardous materials (asbestos, LBP, etc.) and the demolition of buildings, waste/debris characterization and removal, and recycling of demolition debris (wood, metals). His responsibilities have included regulatory coordination and construction management oversight during the decontamination and demolition of debris contaminated with high levels of dioxins/furans and heavy metals, confirmatory sampling, and development of project status reports and documentation. His responsibilities, on projects such as the Stringfellow and McColl Superfund sites,as well various former MGP sites, have included:erosion assessments, landfill design,groundwater pump and treat systems, surface runoff control channels, and contaminated soil excavation, treatment, and disposal. Mr. Weckmann has also managed asbestos and other hazardous material abatement projects. His hazardous waste experience includes abatement and remedial action projects for entities such as Inland Valley Development Agency, NORCAL, The Gas Company (Sempra), California USEPA, DTSC, and the U.S. Air Force. Mr. Weckmann also has provided construction management services on most of his projects,and has followed through to completion. C KEY PERSONNEL I PAGE C-17 Appendix C �� COLMSTATEMENT OF• • ON-CALL ARCHITECTURAL&ENGINEERING CONSULTANT SERVICES FOR VARIOUS PUBLIC WORKS PROJECTS TETRA TECH ®� FREc�� SOLID WASTE ENGINEERING I GEOTECHNICAL • • N MANAGEMENT Doug Lillibridge ' Task Manager-Construction Plans&Specifications Project Manager Riverside Community College I ASCE Continuing Education I CAD Counsel, North Hollywood Orange Coast College Mr. Lillibridge has 30 years of experience in solid waste and civil engineering. He has prepared construction plans and specifications for numerous civil engineering projects and has been responsible for the design of sewer, street,water and grading plans for construction improvements. He has managed projects involving design of civil infrastructure for solid waste facilities and has directed multi-disciplined teams responsible for preparation of construction plans and specifications. He was Design Manager for the civil design of an intermodal facility for the Los Angeles County Sanitation Districts which involved design of three bridges, reconstruction of storm drain box culverts, pump station design, and interface with agencies such as Caltrans. He was also Project Manager for the design of fee collection and administrative facilities at a new City of Phoenix solid waste facility. Features included a scale house, administration building,trade shops, a mechanics office, and crew quarters. Mr. Lillibridge was CADD designer for the preparation of street, and grading plans conforming to Caltrans standards of design for the Haven Avenue Route 60 Interchange project, and prepared construction plans for the construction of Santa Ana River Interceptor line improvements for the Santa Ana Watershed Project Authority Shawn Morrish Task Manager-Construction Quality Assurance Staff Geologist MS, Geology(California State Polytechnic University, Pomona) BS, Geology(California State Polytechnic University, Pomona) AS, Natural Sciences(Citrus College) EPA-OSHA 40-Hour Hazardous Waste Operation/Emergency Response Nuclear Gauge Operator and Radiation Safety Officer(RSO)Certified Confined Space Training Mr. Morrish has participated in a variety of engineering geologic and geotechnical projects throughout southern California, including landfill expansions, and various residential, commercial, and industrial developments. Mr. Morrish has provided field CQA services during multiple landfill lined refuse disposal cell construction projects. His responsibilities on these projects have included observation and documentation during placement of geosynthetics, organization and documentation of CQA activities, and management of data from the field trough the office engineering staff. Mr. Morrish was responsible for the compilation and writing as well as plates, figures, and components of the final CQA report for the project.is a skilled geotechnical professional, with significant university course work in engineering geology and an emphasis in Geographic Information Systems (GIS) analysis. He has provided field CQA services in support of projects at the County of Merced's Billy Wright and Highway 59 landfills, and Republic Services' Keller Canyon Landfill. Mr. Morrish's professional experience also includes three years of university course instruction and academic research at California State Polytechnic University, Pomona. PAGE C-18 I C KEY PERSONNEL Appendix C LySTATEMENT OF QUALIFICATIONS ON-CALL ARCHITECTURAL & ENGINEERING CONSULTANT SERVICES ,j FOR •US PUBLIC WORKS PROJECTS SOLID WASTE ENGINEERING I GEOTECHNICAL ENGINEERING I CIVIL ENGINEERING I CONSTRUCTION MANAGEMENT TABLE C.3-TETRA TECH TECHNICAL SUPPORT PERSONNEL EXPERIENCE ATA GLANCE(Civil Engineering) Name/Role Education/Training Registration Yrs.Exp. Projects Marina Grigorova MS, Environmental PE 27 ■ Groundwater Treatment System Design,Milliken Hazardous Waste Engineering Landfill Testing&Removal Johns Hopkins University ■ Groundwater Treatment System Design,Mid BS,Chemical Engineering Valley Landfill Moscow Institute of Fine • Health Risk Assessment,EPC Landfill Chemical Technology ■ Brownfields Assessment,North Fork Mill Angel Puentes Victor Valley Community ■ Puente Hills Intermodal Facility Construction Plans& College Plans Specifications Riverside Community College • SR85 Solid Waste Facility Construction Plans ■ Highway 59 Landfill Entrance Road Plans Cliff von Ting ICC Soils Special Inspector 19 ■ Puente Hills Intermodal Facility,CQA Services CQA Services City of Los Angeles Grading • Manning Pit Reclamation,CQA Services Inspector • Citronel Ave&Wampler Street Improvements ACI Concrete Field Testing Concrete/Asphalt Inspections Technician Grade 1 • Grass Valley Road Improvements,Concrete/ Pavement Inspection Nuclear Gauge Operator Certificate Caltrans Construction Management Training Jeff Wilson ICC Soils Special Inspector 30 ■ Landslide Remediation Projects,CQA Services CQA Services ACI Concrete Field Testing • Billy Wright Landfill,Liner Installation CQA Technician-Grade 1 ' Cal Compact Landfill,Final Cover CQA ACI Concrete Strength Testing ' Las Pulgas Landfill,Liner CQA Technician OSHA 10 Hr.Construction Safety OSHA Confined Space Nuclear Gauge Operator Certificate Mehrdad Ganji Bachelor of Science, 31 ■ Biola University,Grading Inspection CQA Services Construction Engineering ■ Carson Refinery,Roadway Rehabilitation Technology,California State Monitoring Polytechnic University,Pomona ■ Pala Indian Reservation Bridge Construction,Fill Caltrans Test Method CTM Placement,Geo-grid Construction Inspection 105, 106, 125,201,202, • Shea Homes Calabasas,Mass Grading 216,216,226,231,375, Inspection 533,539,540,556,557 for laboratory and field Soil Special Inspector ICC Certificate No.8214753 ACI Concrete Field Testing Technician Grade I Nuclear Gauge Certified(CA 5634-07) Troy Carson BS,Geology 1 ■ Ameresco Gas Plant,Field Investigation CQA Services California State Polytechnic ■ United Rock Products Pit 2 Reclamation,Backfill University,Pomona CQA SCAQMD Rule 1466 Training ■ Carriage Crest Stormwater Facility,CQA Services Nuclear Gauge Operator ■ Simms Pit and Skylinks Golf Course, Certified Geotechnical Investigations C KEY PERSONNEL I PAGE C-19 Appendix C �� COLMSTATEMENT OF• • 1CONSULTANT ®� FOR VARIOUS1PROJECTS TETRA TECH FRESH SOLID WASTE ENGINEERING I GEOTECHNICAL • • C.4 CONSTRUCTION MANAGEMENT The qualifications of Tetra Tech's key personnel in the service category Construction Management are described in this subsection. Figure C.4 presents our proposed organization chart for geotechnical engineering services. FIGURE C.4- PROJECT ORGANIZATION CHART County of Fresno On-Call Construction Management Service co�ti� County Department of Public W!LAM FRES I I Project Manager Principal-in-Charge Caleb Moore, PE GE1 Christine Arbogast, PE1 Technical Services Construction Stormwater Construction Management Compliance Quality Assurance Hal Arbogast, PE2 Greg Saul, PE, QISP, QSD Shawn Morrish2 Mike Bacsik Cliff von Ting Paul Scott2 Mehrdad Ganji Michael Petrovich2 Jeff Wilson Ryan Wilson2 1= Principal 1 2= Key Personnel Please note that our proposed Project Manager, Caleb Moore, PE and Principal in Charge, Christine Arbogast, PE are Tetra Tech principals. Summaries of their qualifications are presented in Section B. As indicated above, Tetra Tech can provide a range of services beyond field construction management on County projects. We feature a team of licensed civil engineers with experience providing construction engineering support to public works projects, and an in-house team of construction quality assurance staff who can provide material testing and inspection services during the construction phase. PAGE C-20 I C KEY PERSONNEL Appendix C ON-CALL ARCHITECTURAL&ENGINEERING CONSULTANT SERVICES STATEMENT OF QUALIFICATIONS: FOR VARIOUSPROJECTS FRES SOLID •TECHNICAL ENGINEERING I CIVIL ENGINEERING I CONSTRUCTION Hal Arbogast, PE, QISP/QSD • Task Manager-Construction Management Project Manager Registration: Registered Civil Engineer, California (#C40484) Qualified SWPPP Developer and Practitioner(#26900) Registered Traffic Engineer, California (#TR1827) Mr. Arbogast has 37 years of experience in public works management and the oversight of municipal Capital Improvement Programs. He has overseen the planning, design, and construction of improvements to landfills, streets, bridges, sewers, storm drains, buildings, and public recreational facilities. He has directed a public works department with more than 100 employees and annual operated budgets of more than $20 million. In addition, he has specialized experience in evaluating reductions in public works expenditures while maintaining high levels of service to the community. His responsibilities have included the coordination of construction schedules, ensuring compliance with contract documents, coordination between contractors and engineers, and maintenance of comprehensive project-related documentation. Mr.Arbogast's has recently provided CM field oversight services for large liner construction projects at the SWMD's Mid-Valley Sanitary Landfill and Victorville Sanitary Landfill. He has also provided CM support for various liner development and infrastructure improvements at the County of Orange's Prima Deshecha and Coyote Canyon Landfills. Throughout his engineering management and CM career, Mr. Arbogast has been an effective liaison between client operations staff and management staff, construction contractors, and field CM/CQA inspectors. Mike Bacsik Role:Project Construction Management Construction Manager Education: BS, Business(Fairleigh Dickinson University) . I 40-Hour HAZWOPER with 8-Hour Refresher Training;Site Supervisor Certification Mr. Bacsik has 33 years of experience managing the construction and operation of environmental control systems at landfill facilities and hazardous waste sites.This has included oversight of the installation of multi-phase landfill gas collection and control systems, landfill cap systems, lined waste disposal cells,and earthwork construction. Mr. Bacsik served as the onsite Construction Manager for the Victorville Phase 1B, Stage 3 liner construction and Big Bear Transfer Station improvements and is currently managing a landfill gas repowering projectforthe closed Coyote Canyon Landfill and windrow composting facility in Orange County. He has also been responsible for directing operations and maintenance programs at former hazardous waste sites, coordinating field personnel, and overseeing health and safety programs. In addition to managing construction projects, Mr. Bacsik has served as CM and CQA supervisor representing project owners and monitoring the activities of third-party contractors. Mr. Bacsik was responsible for CM and QA/QC for cell construction, cell closure, and capital improvements, as well as comprehensive assistance with permitting and compliance,at the El Sobrante Landfill in Corona, California. Over 7 years, the CM and QA/QC activities included: construction of a cap for a clay-lined cell, construction of 7 RCRA Subtitle D cells (approximately 100 acres total), multiple LFG system upgrades to improve flare system efficiency, leachate collection and treatment system upgrades, groundwater monitoring well system upgrade, AQMD Rule 1150.1 compliance monitoring, repairs, and reporting, SWPPP preparation, implementation, and reporting, haul road upgrades and road construction, and reporting (e.g., SAPS, Work Plans, H&S Plans, As-Builts) for AQMD, RWQCB, and Riverside County. Additional CM/CQA experience includes projects at the Sunshine Canyon, and Kettleman Hills landfills. C KEY PERSONNEL I PAGE C-21 Appendix C �� COLMSTATEMENT OF• • 1CONSULTANT ®� FOR VARIOUS1PROJECTS TETRA TECH FRESH SOLID WASTE ENGINEERING I GEOTECHNICAL • • Paul Scott ' Construction Management Construction Manager 40-Hour HAZWOPER Training I Construction Quality Assurance Certificate, Compacted Clay Liners, Geosynthetic Accreditation Institute I Landfill Gas System Engineering Design, Landfill Control Technologies I Hazardous Waste Education Workshop California Department of Toxic Substances Control I Health and Safety Auditing for OSHA Compliance, Network Environmental Systems I CPR/ Medic First Aid Training,Zee Medical Fire Protection - Classroom Instruction and Practical Application Arrow Fire Protection I Cal/OSHA Update Mr.Scott has more than 20 years of experience providing field inspection and CM services for landfill development and landfill gas management projects. He has been responsible for planning, organization, and completing landfill gas system construction and repair projects throughout California. He has provided CM services during the Phase 2A and 2B liner expansions at the Billy Wright Landfill, the Phase 613-1 liner expansion at the County of Merced's Highway 59 Landfill,and development of initial waste disposal cells at the Mesquite Sanitary Landfill. Mr.Scott has overseen construction of landfill gas system improvements at the San Joaquin,Watsonville,and Santa Cruz landfills. Michael Petrovich, EIT Construction Management Engineer/Construction Manager BS, Civil Engineering(Texas Tech University) Civil Engineer-In-Training Mr. Petrovich specializes in field engineering, inspection, and construction management services for landfill and infrastructure projects.His experience includes grading,paving operations,concrete placement,utilities installment, landscaping, and landfill infrastructure improvements. He provided design and construction management services for multiple public improvement projects for the cities of Ontario and Chino, California. He supported construction through coordination between stakeholders,change order negotiation,and contract management. He has produced land development plans for private clients. Items of work included site layout design, grading and drainage design, utilities coordination. Ryan C. Wilson, EIT ' Construction Management Engineer/Construction Manager BS, Civil Engineering(California State Polytechnic University, Pomona) Civil Engineer-In-Training Mr.Wilson has experience providing construction management services for landfill and infrastructure improvement projects. He has overseen the vertical construction of storage facilities, and overseen earthwork construction and over-excavation to remove waste materials beneath building footprint. He has been responsible for preparation of construction meeting minutes, daily reports,schedules, payment applications, preparation and tracking of change-orders and submittals, photo logs, and contract time accounting. Mr.Wilson's specialized experience includes oversight of large geosynthetic liner installations, as well building construction, paving repair, and construction viewshed mitigation measures. PAGE C-22 I C KEY PERSONNEL Appendix C Few cootieSTATEMENT OF• • • CONSULTANT o�o FOR • ' PROJECTS FRgS SOLID •TECHNICAL ENGINEERING I CIVIL ENGINEERING I CONSTRUCTION Shawn Morrish • • Task Manager-Construction Quality Assurance Staff Geologist MS, Geology(California State Polytechnic University, Pomona) BS, Geology(California State Polytechnic University, Pomona) AS, Natural Sciences(Citrus College) EPA-OSHA 40-Hour Hazardous Waste Operation/Emergency Response Nuclear Gauge Operator and Radiation Safety Officer(RSO)Certified Confined Space Training Mr. Morrish has participated in a variety of engineering geologic and geotechnical projects throughout southern California, including landfill expansions, and various residential, commercial, and industrial developments. Mr. Morrish has provided field CQA services during multiple landfill lined refuse disposal cell construction projects. His responsibilities on these projects have included observation and documentation during placement of geosynthetics, organization and documentation of CQA activities, and management of data from the field trough the office engineering staff. Mr. Morrish was responsible for the compilation and writing as well as plates, figures, and components of the final CQA report for the project.is a skilled geotechnical professional, with significant university course work in engineering geology and an emphasis in Geographic Information Systems (GIS) analysis. He has provided field CQA services in support of projects at the County of Merced's Billy Wright and Highway 59 landfills, and Republic Services' Keller Canyon Landfill. Mr. Morrish's professional experience also includes three years of university course instruction and academic research at California State Polytechnic University, Pomona. TABLE C.4-TETRA TECH TECHNICAL SUPPORT PERSONNEL EXPERIENCE AT GLANCE(Construction Management) Name/Role Education/Training Registration Yrs.Exp. Projects Greg Saul BS,Civil Engineering PE,QISP, 25 ■ County of Merced Billy Wright Landfill Stormwater California State Polytechnic QSD Construction Compliance University,Pomona ■ Amboy Road Paving • Waterman Spreading Grounds Spillway Bridge Removal/Replacement • El Rivino Road Improvements Cliff von Ting ICC Soils Special Inspector 19 ■ Puente Hills Intermodal Facility,CQA Services CQA Services City of Los Angeles Grading ' Manning Pit Reclamation,CQA Services Inspector • Citronel Ave&Wampler Street Improvements ACI Concrete Field Testing Concrete/Asphalt Inspections Technician Grade I • Grass Valley Road Improvements,Concrete/ Pavement Inspection Nuclear Gauge Operator Certificate Caltrans Construction Management Training Jeff Wilson ICC Soils Special Inspector 30 ■ Landslide Remediation Projects,CQA Services CQA Services ACI Concrete Field Testing • Billy Wright Landfill,Liner Installation CQA Technician-Grade 1 ' Cal Compact Landfill,Final Cover CQA ACI Concrete Strength Testing ' Las Pulgas Landfill,Liner CQA Technician OSHA 10 Hr.Construction Safety OSHA Confined Space Nuclear Gauge Operator Certificate C KEY PERSONNEL I PAGE C-23 Appendix C CONSULTANTSTATEMENT OF QUALIFICATIONS- O� FOR VARIOUS PUBLIC WORKSPROJECTS FRESH SOLID •TECHNICAL ENGINEERING I CIVIL ENGINEERING I CONSTRUCTION TABLE C.4-TETRA TECH TECHNICAL SUPPORT PERSONNEL EXPERIENCE AT A GLANCE(Construction Management) Name/Role Education/Training Registration Yrs.Exp. Projects Mehrdad Ganji Bachelor of Science, 31 ■ Biola University,Grading Inspection CQA Services Construction Engineering ■ Carson Refinery,Roadway Rehabilitation Technology,California State Monitoring Polytechnic University,Pomona ■ Pala Indian Reservation Bridge Construction,Fill Caltrans Test Method CTM Placement,Geo-grid Construction Inspection 105, 106, 125,201,202, • Shea Homes Calabasas,Mass Grading 216,216,226,231,375, Inspection 533,539,540,556,557 for laboratory and field Soil Special Inspector ICC Certificate No.8214753 ACI Concrete Field Testing Technician Grade I Nuclear Gauge Certified(CA 5634-07) Troy Carson BS,Geology 1 ■ Ameresco Gas Plant,Field Investigation CQA Services California State Polytechnic ■ United Rock Products Pit 2 Reclamation,Backfill University,Pomona CQA SCAQMD Rule 1466 Training ■ Carriage Crest Stormwater Facility,CQA Services Nuclear Gauge Operator ■ Simms Pit and Skylinks Golf Course, Certified Geotechnical Investigations PAGE C-24 I C KEY PERSONNEL Appendix C ��w cootieSTATEMENT OF QUALIFICATIONS $®� CONSULTANTON-CALL ARCHITECTURAL &ENGINEERING FOR VARIOUS PUBLIC WORKS PROJECTS TETRA TECH FRESHSOLID WASTE ENGINEERING I GEOTECHNICAL • • N MANAGEMENT 6. CURRENT STAFF Tetra Tech's Solid Waste West practice has extensive in-house resources to staff all aspects of this contract. In- house resources feature the more than 150 professional,technical,and support personnel with landfill experience: Name Classification/Title Name Classification/Title Administration Geotechnical Engineering(Continued) Arbogast,Christine VP,Solid Waste Stone,Alan Senior Field Technician Williams,Jeff Chief Financial Officer Torres,Juan Technician III Archer,Charles Contracts Manager Von Ting,Cliff Senior Field Technician Chung Christina Accountant Wilson,Jeff Lead Technician Espinosa,Adrienne Accounting Clerk Landfill Gas Management Kassouf,Kristin Administrative Assistant Andraos,Ghassan President,Methane Gas Group L.ammens,Kathy Executive Assistant Abu-shaban,Stacey Mechanical Engineer Leopold,Jeff Clerk Arga,Angell Administrative Assistant Mitchell,Paul Marketing Director Bowman,Matt Technician Sanchez,Annmarie Data Processing Specialist Bueter,Carl Engineer III Smith,Donna Marketing Coordinator Johnson,Keith Senior Project Manager Solid Waste Engineering/Permitting Angus,Scott Design Manager Moore,Caleb Division Engineer Ayass,Sam Associate Chemical Engineer Alvarado,Kevin Engineer I Carbajal,Juan Technician Becerra,Virginia Regulatory Compliance Specialist Carbajal,Julia Administrative Assistant Bowers,Garth Senior Project Manager Crone,Eric Project Engineer Case,Mark Sr.CAD Designer Evans,Chelsea Engineer II Ferguson,Kris Planning Manager Fine,Rena Administrative Assistant Guerena,Nicole Engineer III Flores,Mike Technician Hauenstein,Julie Staff Engineer Gonzales,Anthony Technician Herrera,Jisela Planner II Helo,Matt Engineer V Leon,Cesar Regulatory Compliance Specialist Ibrahim,Yousef Engineer II Lillibridge,Doug Project Manager Israel,Nat Environmental Scientist III Munich,Chad Engineer III Jackson,Paul Technician Norstrom,Jim Senior Project Manager Jenkins,Jason Technician Petrovich,Michael Engineerll Kent,Kenra ScientistV Plunkett,Tom Surveyor Larkin,Matthew Engineer I Fuentes,Angel Designer Livermore,Todd Project Engineer Reginaldo,Angelo Engineer VI Maldanado,Enrique Technician IV Saul,Greg Senior Project Manager Martinez,Luis Technician Tjensvold,Eric Project Manager Maze,Jeremy Technician Vazquez,Pedro Designer Merino,Mike Project Coordinator Willman,Paul Senior Regulatory Compliance Specialist Miceli,Joe Technician Wong Elaine Administrative Assistant Moujtahed,Omar Engineer I Wilson,Ryan Engineer I Nakatani,Bobby Technician Yannizzi,Vy Staff Engineer Nash,Nathan Technician Geotechnical Engineering Newel,Alex Senior Project Manager Skopek,Peter Principal,Tetra Tech BAS GeoScience Pankenier,Suzan Project Manager II Ashoori,Taha Geotechnical Project Engineer Paredes,Gerardo CAD Designer II Au,Matthew Technician Pauley,Keith Technician II Ayu,Matthew Technician Plank,Travis Engineer I Bell,Doug Engineering Program Manager Ramirez,Rick Technician Butler,Gary Senior Geologist Romo,Albert Technician Carson,Troy Geologist I Ruhle,Justin Senior Technician III Cuenca,Fernando Project Engineer Salgado,Anthony Senior Field Technician Curley,Major Technician Sees,Jessica Administrative Assistant Ganji,Mehrdad Field Technician Sena,Paul Technician Helms,John Supervising Geologist Simpson Matthew Technician Li,Yonglang Project Engineer Song,Brian Technician Luka,David Senior Engineering Geologist Stout,Paul Management V Morrish,Merin Geologist II Tommaso,Julian Technician Petry,Bryan Geologist III Trejo,Julia Project Coordinator Sexton,Chris Geologist IV Vickroy,Jeff Technician Siegel,Shannon Geologist III Youngkin,Samantha Engineer II D CURRENT STAFF I PAGE D-1 Appendix C ��w cootieSTATEMENT OF QUALIFICATIONS $®� CONSULTANTON-CALL ARCHITECTURAL &ENGINEERING FOR VARIOUS PUBLIC WORKS PROJECTS TETRA TECH FRESHSOLID WASTE ENGINEERING I GEOTECHNICAL • • N MANAGEMENT 0--ifi—ti n/Title Name IL Classification/Title Environmental Services/Remediation Construction Services(Continued) Acosta,Greg Vice President,Environmental Services Erkapich,Tony Construction Crew Arriaza Jonathan Geologist II Flores,David Construction Crew Coto,Caroline Environmental Scientist I Gonzalez,Joel Construction Crew Guerrero,Juan Director of Environmental Programs Gutierrez,Isais Construction Crew Cardenas,Douglas Technician Jahr,Matthew Construction Crew Fegard,Connor Environmental Engineer II Lopez,Cindy Administrative Assistant Forsberg,Robert Technician Martinez,Mario Construction Crew Grigorova,Marina Environmental Engineer Martinez,Sergio Construction Crew Han,Angela Administrative Assistant Mejia,Jose Construction Crew Jacquez,Henry Technician Morales,Garner Construction Crew Koscak,Alison Geologist III Munoz,Roy Construction Crew Mallette,Leanne Geolgist I Navarro,Jose Construction Crew Phelps,David Technician Nixon,Michael J. Construction Crew Phelps,Tim Construction Manager Ortiz,Ismael Construction Crew Rodriguez,Kristin Staff Engineer Ramirez,Ricardo Construction Crew Salas,Henry Project Engineer Rodriguez,Rogelio Construction Crew Winchester,Cory Technician Rugh,Matt Construction Crew Landfill Gas Construction Services Schreuder,Arold Construction Crew McGregor,Kelly President,Tetra Tech BAS Construction Scott,Paul Construction Crew Andrade,Juan Project Manager Simpson,Danielle Administrative Assistant Romanowski,Walt Project Manager Torrez,Refugio Construction Crew Bacsik,Michael Construction Crew Underdahl,Brian Construction Crew Batrack,Chris Construction Crew Landfill Redevelopment Services Bustos,Carol Administrative Assistant Weckmann,Javier Principal Engineer Cerrillo,Andres Construction Crew Mike Cowan Engineer VI Chavira,Ralph Construction Crew De LaParra, Ralph Technician V Clark,Brendon Construction Crew Lartz,Robert Environmental Construction Supervisor PAGE D-2 i STATEMENT OF QUALIFICATIONS Appendix C STATEMENT OF QUALIFICATIONS: ON-CALL ARCHITECTURAL&ENGINEERING CONSULTANT SERVICES o� FOR •US PUBLIC WORKS PROJECTSe SOLID WASTE ENGINEERING I GEOTECHNICAL • • FIRM ORGANIZATION CHART Tetra Tech Organization/Management Structure: Tetra Tech is managed and organized into integrated business groups and operating units which are structured to service needs of client market sectors. Our two primary business groups are the Government Services Group (GSG)and the commercial/ international services group(CIG): ■ Government Services Group G( SG) provides consulting and engineering services worldwide for a broad range of U.S.government clients(federal,state,and local)and all activities with development agencies.services include water and waste management, environmental restoration, international development, sustainable infrastructure design, and a broad range of civil infrastructure design for facilities,transportation, and regional and local development. Tetra Tech's Solid Waste Practice is part of the United States Government group, a member of the Government Services Group. ■ Commercial/International Services Group (CIG) provides consulting and engineering services worldwide for a broad range of commercial and international clients. services include management consulting, environmental remediation,geotechnical investigations, and design engineering. Figure G.1- Corporate Organization of Tetra Tech Chairman&CEO Dan Batrack Leslie Shoemaker.PhD Government Services Group(CSGJision Commercial/International Services Group(CIG) United States Government(USG)Divi Client Account Management(CAM)Division Resilient and Sustainable Infrastructure(RSCanada&South America(CSA)Division Global Development Services(GDS)Di Remediation&Field Services(RFS)Division Solid Waste West: Our landfill practice in the western United State is managed by this Operating Unit, which provides a California-based team of civil, chemical, geotechnical, and environmental engineers, geologists, landfill gas management specialists, and field technicians which support the planning, design, construction, and 0&M of landfills. We are a unified consulting team with a centralized management structure; not a collection of consultants to pursue this project,or a team comprised of multiple profit centers within a larger consulting firm. With primary project staff located in California, Tetra Tech can rapidly and cost-effectively mobilize resources and staff and provide the full range of services required by this contract, including a coordinated engineering and field services response. The organization of our Solid Waste West group is described below. G.FIRM ORGANIZATION CHART I PAGE G-1 Appendix C STATEMENT OF QUALIFICATIONS: ON-CALL ARCHITECTURAL&ENGINEERING CONSULTANT SERVICES !� o� oFOR VARIOUS PUBLIC WORKSe SOLID WASTE ENGINEERING I GEOTECHNICAL • • Figure G.2 - Corporate Organization of Tetra Tech Solid Waste West President Christine Arbogast.PE Engineering !!O F lie Caleb Moore.PE a eves r 1P.one,uoa s Gus A' raos Paul Stout.PE /' Kelly McGregor Greg Acosta.PE Landfill Reclamation Geotechnical &Development Services Javier Weckmann.PE Peter Skopek.PhD.PE.GE ■ Landfill Permitting & En ineering Division: Development, negotiation, and processing of landfill operational permits; conceptual and construction-level design of earthwork, liner, and cover systems; design of stormwater controls, and final closure and post-closure features. ■ Methane Gas Group: LFG migration investigations, GCCS permitting and design, GCCS 0&M, air and noise monitoring, compliance reporting, air permitting, LFG to energy/fuel program development. ■ Landfill Gas Construction: LFG well drilling, probe installation, trenching, fabrication and installation of LFG conveyance systems, header systems, blower facilities, condensate management systems, flare stations, granular activated carbon (GAC)treatment systems, LFG to fuel systems, GCCS repairs/ upgrades. ■ Groundwater Monitoring and Corrective Action: Landfill hydrogeologic investigations,corrective action planning, groundwater extraction and treatment system design and 0&M, groundwater monitoring and reporting. ■ Landfill Reclamation & Development: Remedial construction; waste excavation, segregation, and transport; landfill clean closure; cap system construction; landfill redevelopment planning and construction. ■ Geotechnical Services: Geotechnical characterization, settlement and slope stability analyses, seismic risk assessment, landfill cap design, construction quality assurance, laboratory services. PAGE G-2 I G.STATEMENT OF QUALIFICATIONS 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 Appendix E Local Assistance Procedures Manual EXHBIT 10-H3 Cost Proposal NON FEDERAL-COST PROPOSAL/FEE SCHEDULE SPECIFIC RATE OF COMPENSATION Note:Mark-ups are Not Allowed Consultant Tetra Tech BAS, Inc. ® Prime Consultant ❑ Subconsultant ❑ 2nd Tier Subconsultant Project No. Contract No. Participation Amount$ Date BILLING INFORMATION CALCULATION INFORMATION or$Increase Effective Date of Actual Name Job Title/Classification Hourly Billing Rates Hourly Rate or Avg o/o Hourly Range- for Classifications Key personnel noted with* Hourly Rate Straight3 OT(1.5x) OT(2x) From To Only Administrative Assistant $92 $138 $184 7/l/22 6/30/23 $92 Not Applicable $94 $141 $189 7/l/23 6/30/24 $94 2.2% $96 $145 $194 7/l/24 6/30/25 $96 2.1% $98 $149 $199 7/l/25 6/30/26 $98 2.1% $100 $153 $204 7/1/26 6/30/27 $100 2.0% Project Clerk $81 $122 $162 7/l/22 6/30/23 $81 Not Applicable $83 $125 $166 7/1/23 6/30/24 $83 2.5% $85 $128 $170 7/l/24 6/30/25 $85 2.4% $87 $131 $174 7/l/25 6/30/26 $87 2.4% $89 $134 $178 7/1/26 6/30/27 $89 2.3% Project Data Analyst $75 $113 $150 7/l/22 6/30/23 $75 Not Applicable $77 $115 $154 7/1/23 6/30/24 $77 2.7% $79 $118 $158 7/1/24 6/30/25 $79 2.6% $81 $121 $162 7/1/25 6/30/26 $81 2.5% $83 $124 $166 7/1/26 6/30/27 $83 2.5% Office Services Clerk $92 $138 $184 7/l/22 6/30/23 $92 Not Applicable $94 $141 $189 7/l/23 6/30/24 $94 2.2% $96 $145 $194 7/l/24 6/30/25 $96 2.1% $98 $149 $199 7/1/25 6/30/26 $98 2.1% $100 $153 $204 7/1/26 6/30/27 $100 2.0% Project Coordinator $137 7/l/22 6/30/23 $137 Not Applicable $140 7/l/23 6/30/24 $140 2.2% $144 7/l/24 6/30/25 $144 2.9% $148 7/l/25 6/30/26 $148 2.8% $152 7/1/26 6/30/27 $152 2.7% Page 1 of 16 Appendix E Local Assistance Procedures Manual EXHBIT 10-H3 Cost Proposal Senior Project Coordinator $157 7/l/22 6/30/23 $157 Not Applicable $161 7/l/23 6/30/24 $161 2.5% $165 7/l/24 6/30/25 $165 2.5% $169 7/l/25 6/30/26 $169 2.4% $173 7/l/26 6/30/27 $173 2.4% CAD Tech I $85 $128 $170 7/l/22 6/30/23 $85 Not Applicable $87 $131 $174 7/l/23 6/30/24 $87 2.4% $89 $134 $178 7/l/24 6/30/25 $89 2.3% $91 $137 $182 7/l/25 6/30/26 $91 2.2% $93 $140 $187 7/l/26 6/30/27 $93 2.2% CAD Tech II $99 $149 $198 7/1/22 6/30/23 $99 Not Applicable $101 $152 $203 7/l/23 6/30/24 $101 2.0% $104 $156 $208 7/l/24 6/30/25 $104 3.0% $107 $160 $213 7/l/25 6/30/26 $107 2.9% $110 $164 $218 7/l/26 6/30/27 $110 2.8% CAD Tech III $118 $177 $236 7/l/22 6/30/23 $118 Not Applicable $121 $181 $242 7/1/23 6/30/24 $121 2.5% $124 $186 $248 7/l/24 6/30/25 $124 2.5% $127 $191 $254 7/l/25 6/30/26 $127 2.4% $130 $196 $260 7/l/26 6/30/27 $130 2.4% CAD Tech IV $135 $203 $270 7/l/22 6/30/23 $135 Not Applicable $138 $208 $277 7/l/23 6/30/24 $138 2.2% $141 $213 $284 7/l/24 6/30/25 $141 2.2% $145 $218 $291 7/l/25 6/30/26 $145 2.8% $149 $223 $298 7/l/26 6/30/27 $149 2.8% Designer I $152 7/1/22 6/30/23 $152 Not Applicable $156 7/1/23 6/30/24 $156 2.6% $160 7/l/24 6/30/25 $160 2.6% $164 7/l/25 6/30/26 $164 2.5% $168 7/l/26 6/30/27 $168 2.4% Designer II $165 7/1/22 6/30/23 $165 Not Applicable $169 7/1/23 6/30/24 $169 2.4% $173 7/l/24 6/30/25 $173 2.4% $177 7/l/25 6/30/26 $177 2.3% $181 7/l/26 6/30/27 $181 2.3% Page 2 of 16 Appendix E Local Assistance Procedures Manual EXHBIT 10-H3 Cost Proposal Designer III $183 7/1/22 6/30/23 $183 Not Applicable $188 7/1/23 6/30/24 $188 2.7% $193 7/l/24 6/30/25 $193 2.7% $198 7/l/25 6/30/26 $198 2.6% $203 7/l/26 6/30/27 $203 2.5% Designer IV $199 7/1/22 6/30/23 $199 Not Applicable $204 7/1/23 6/30/24 $204 2.5% $209 7/l/24 6/30/25 $209 2.5% $214 7/l/25 6/30/26 $214 2.4% $219 7/l/26 6/30/27 $219 2.3% Staff Engineer I $115 7/l/22 6/30/23 $115 Not Applicable $118 7/1/23 6/30/24 $118 2.6% $121 7/l/24 6/30/25 $121 2.5% $124 7/l/25 6/30/26 $124 2.5% $127 7/l/26 6/30/27 $127 2.4% Staff Engineer II $125 7/1/22 6/30/23 $125 Not Applicable $128 7/1/23 6/30/24 $128 2.4% $131 7/l/24 6/30/25 $131 2.3% $134 7/l/25 6/30/26 $134 2.3% $137 7/l/26 6/30/27 $137 2.2% Staff Engineer III $135 IF 7/1/22 6/30/23 $135 Not Applicable $138 7/1/23 6/30/24 $138 2.2% $141 7/l/24 6/30/25 $141 2.2% $145 7/l/25 6/30/26 $145 2.8% $149 7/l/26 6/30/27 $149 2.8% Project Engineer I $145 7/1/22 6/30/23 $145 Not Applicable $149 7/1/23 6/30/24 $149 2.8% $153 7/l/24 6/30/25 $153 2.7% $157 7/l/25 6/30/26 $157 2.6% $161 7/l/26 6/30/27 $161 2.5% Project Engineer II $155 7/l/22 6/30/23 $155 Not Applicable $159 7/1/23 6/30/24 $159 2.6% $163 7/l/24 6/30/25 $163 2.5% $167 7/l/25 6/30/26 $167 2.5% $171 7/l/26 6/30/27 $171 2.4% Page 3 of 16 Appendix E Local Assistance Procedures Manual EXHBIT 10-H3 Cost Proposal Project Engineer III $165 7/1/22 6/30/23 $165 Not Applicable $169 7/1/23 6/30/24 $169 2.4% $173 7/l/24 6/30/25 $173 2.4% $177 7/l/25 6/30/26 $177 2.3% $181 7/l/26 6/30/27 $181 2.3% Senior Engineer I $175 7/1/22 6/30/23 $175 Not Applicable $179 7/1/23 6/30/24 $179 2.3% $183 7/l/24 6/30/25 $183 2.2% $188 7/l/25 6/30/26 $188 2.7% $193 7/l/26 6/30/27 $193 2.7% Senior Engineer II $185 7/l/22 6/30/23 $185 Not Applicable $190 7/1/23 6/30/24 $190 2.7% $195 7/l/24 6/30/25 $195 2.6% $200 7/l/25 6/30/26 $200 2.6% $205 7/l/26 6/30/27 $205 2.5% Senior Engineer III $195 7/1/22 6/30/23 $195 Not Applicable $200 7/l/23 6/30/24 $200 2.6% $205 7/l/24 6/30/25 $205 2.5% $210 7/l/25 6/30/26 $210 2.4% $215 7/l/26 6/30/27 $215 2.4% Supervising Engineer I $205 IF 7/1/22 6/30/23 $205 Not Applicable $210 7/1/23 6/30/24 $210 2.4% $215 7/l/24 6/30/25 $215 2.4% $220 7/l/25 6/30/26 $220 2.3% $226 7/l/26 6/30/27 $226 2.7% Supervising Engineer II $215 7/1/22 6/30/23 $215 Not Applicable $220 7/1/23 6/30/24 $220 2.3% $226 7/l/24 6/30/25 $226 2.7% $232 7/l/25 6/30/26 $232 2.7% $238 7/l/26 6/30/27 $238 2.6% Supervising Engineer III $225 7/l/22 6/30/23 $225 Not Applicable $231 7/l/23 6/30/24 $231 2.7% $237 7/l/24 6/30/25 $237 2.6% $243 7/l/25 6/30/26 $243 2.5% $249 7/l/26 6/30/27 $249 2.5% Page 4 of 16 Appendix E Local Assistance Procedures Manual EXHBIT 10-H3 Cost Proposal Mike Olsen Division Engineer I $245 7/l/22 6/30/23 $245 Not Applicable $251 7/l/23 6/30/24 $251 2.4% $257 7/l/24 6/30/25 $257 2.4% $263 7/l/25 6/30/26 $263 2.3% $270 7/l/26 6/30/27 $270 2.7% Greg Saul* Division Engineer II $255 7/1/22 6/30/23 $255 Not Applicable Juan Guerrero* $261 7/l/23 6/30/24 $261 2.4% $268 7/l/24 6/30/25 $268 2.7% $275 7/l/25 6/30/26 $275 2.6% $282 7/l/26 6/30/27 $282 2.5% Caleb Moore Principal Engineer $279 7/l/22 6/30/23 $279 Not Applicable G.Andraos $286 7/1/23 6/30/24 $286 2.5% Peter Skopek $293 7/l/24 6/30/25 $293 2.4% Paul Stout* $300 7/l/25 6/30/26 $300 2.4% Greg Acosta Jason Fussel* $308 7/l/26 6/30/27 $308 2.7% C.Arbogast Principal $300 7/l/22 6/30/23 $300 Not Applicable $308 7/l/23 6/30/24 $308 2.7% $316 7/l/24 6/30/25 $316 2.6% $324 7/l/25 6/30/26 $324 2.5% $332 7/l/26 6/30/27 $332 2.5% Senior Principal $315 7/1/22 6/30/23 $315 Not Applicable $323 7/1/23 6/30/24 $323 2.5% $331 7/l/24 6/30/25 $331 2.5% $339 7/l/25 6/30/26 $339 2.4% $347 7/l/26 6/30/27 $347 2.4% Project Manager $163 7/l/22 6/30/23 $163 Not Applicable $167 7/l/23 6/30/24 $167 2.5% $171 7/l/24 6/30/25 $171 2.4% $175 7/l/25 6/30/26 $175 2.3% $179 7/l/26 6/30/27 $179 2.3% Project Manager I $174 7/l/22 6/30/23 $174 Not Applicable $178 7/l/23 6/30/24 $178 2.3% $182 7/l/24 6/30/25 $182 2.2% $187 7/l/25 6/30/26 $187 2.7% $192 7/l/26 6/30/27 $192 2.7% Page 5 of 16 Appendix E Local Assistance Procedures Manual EXHBIT 10-H3 Cost Proposal Project Manager II $199 7/l/22 6/30/23 $199 Not Applicable $204 7/l/23 6/30/24 $204 2.5% $209 7/l/24 6/30/25 $209 2.5% $214 7/l/25 6/30/26 $214 2.4% $219 7/l/26 6/30/27 $219 2.3% Project Manager III $210 7/1/22 6/30/23 $210 Not Applicable $215 7/l/23 6/30/24 $215 2.4% $220 7/l/24 6/30/25 $220 2.3% $226 7/l/25 6/30/26 $226 2.7% $232 7/l/26 6/30/27 $232 2.7% Dan Helt* Project Manager IV $220 7/l/22 6/30/23 $220 Not Applicable $226 7/1/23 6/30/24 $226 2.7% $232 7/l/24 6/30/25 $232 2.7% $238 7/l/25 6/30/26 $238 2.6% $244 7/l/26 6/30/27 $244 2.5% Project Manager V $230 7/l/22 6/30/23 $230 Not Applicable $236 7/l/23 6/30/24 $236 2.6% $242 7/l/24 6/30/25 $242 2.5% $248 7/l/25 6/30/26 $248 2.5% $254 7/l/26 6/30/27 $254 2.4% Sami Ayass* Senior Project Manager $240 IF 7/l/22 6/30/23 $240 Not Applicable $246 7/l/23 6/30/24 $246 2.5% $252 7/l/24 6/30/25 $252 2.4% $258 7/l/25 6/30/26 $258 2.4% $264 7/l/26 6/30/27 $264 2.3% Program Director $285 7/1/22 6/30/23 $285 Not Applicable $292 7/1/23 6/30/24 $292 2.5% $299 7/l/24 6/30/25 $299 2.4% $306 7/l/25 6/30/26 $306 2.3% $314 7/l/26 6/30/27 $314 2.6% Construction Supervisor I $165 7/l/22 6/30/23 $165 Not Applicable $169 7/l/23 6/30/24 $169 2.4% $173 7/l/24 6/30/25 $173 2.4% $177 7/l/25 6/30/26 $177 2.3% $181 7/l/26 6/30/27 $181 2.3% Page 6 of 16 Appendix E Local Assistance Procedures Manual EXHBIT 10-H3 Cost Proposal Construction Supervisor II $175 7/1/22 6/30/23 $175 Not Applicable $179 7/1/23 6/30/24 $179 2.3% $183 7/l/24 6/30/25 $183 2.2% $188 7/l/25 6/30/26 $188 2.7% $193 7/1/26 6/30/27 $193 2.7% Construction Supervisor III $185 7/1/22 6/30/23 $185 Not Applicable $190 7/1/23 6/30/24 $190 2.7% $195 7/1/24 6/30/25 $195 2.6% $200 7/1/25 6/30/26 $200 2.6% $205 7/1/26 6/30/27 $205 2.5% Construction Manager I $195 7/1/22 6/30/23 $195 Not Applicable $200 7/1/23 6/30/24 $200 2.6% $205 7/1/24 6/30/25 $205 2.5% $210 7/1/25 6/30/26 $210 2.4% $215 7/1/26 6/30/27 $215 2.4% Construction Manager II $210 7/1/22 6/30/23 $210 Not Applicable $215 7/l/23 6/30/24 $215 2.4% $220 7/l/24 6/30/25 $220 2.3% $226 7/1/25 6/30/26 $226 2.7% $232 7/1/26 6/30/27 $232 2.7% Senior Construction Manager $245 7/1/22 6/30/23 $245 Not Applicable $251 7/1/23 6/30/24 $251 2.4% $257 7/1/24 6/30/25 $257 2.4% $263 7/1/25 6/30/26 $263 2.3% $270 7/l/26 6/30/27 $270 2.7% Principal Construction Manager $269 7/1/22 6/30/23 $269 Not Applicable $276 7/1/23 6/30/24 $276 2.6% $283 7/1/24 6/30/25 $283 2.5% $290 7/1/25 6/30/26 $290 2.5% $297 7/1/26 6/30/27 $297 2.4% Chief of Survey Parties $221 $332 $442 7/1/22 6/30/23 $221 Not Applicable $227 $340 $453 7/1/23 6/30/24 $227 2.7% $233 $349 $464 7/1/24 6/30/25 $233 2.6% $239 $358 $476 7/1/25 6/30/26 $239 2.6% $245 $367 $488 7/l/26 6/30/27 $245 2.5% Page 7 of 16 Appendix E Local Assistance Procedures Manual EXHBIT 10-H3 Cost Proposal I-Man Survey Party with GPS $221 $332 $442 7/1/22 6/30/23 $221 Not Applicable $227 $340 $453 7/1/23 6/30/24 $227 2.7% $233 $349 $464 7/1/24 6/30/25 $233 2.6% $239 $358 $476 7/1/25 6/30/26 $239 2.6% $245 $367 $488 7/1/26 6/30/27 $245 2.5% 2-Man Survey Party $327 $491 $654 7/1/22 6/30/23 $327 Not Applicable $335 $503 $670 7/l/23 6/30/24 $335 2.4% $343 $516 $687 7/l/24 6/30/25 $343 2.4% $352 $529 $704 7/1/25 6/30/26 $352 2.6% $361 $542 $722 7/1/26 6/30/27 $361 2.6% Staff Env. Specialist/Scientist I $102 7/1/22 6/30/23 $102 Not Applicable $105 7/1/23 6/30/24 $105 2.9% $108 7/1/24 6/30/25 $108 2.9% $111 7/1/25 6/30/26 $111 2.8% $114 7/1/26 6/30/27 $114 2.7% Staff Env. Specialist/Scientist II $114 7/1/22 6/30/23 $114 Not Applicable $117 7/1/23 6/30/24 $117 2.6% $120 7/1/24 6/30/25 $120 2.6% $123 7/1/25 6/30/26 $123 2.5% $126 7/1/26 6/30/27 $126 2.4% Project Env. Specialist/Scientist I $125 IF 7/1/22 6/30/23 $125 Not Applicable $128 7/1/23 6/30/24 $128 2.4% $131 7/1/24 6/30/25 $131 2.3% $134 7/1/25 6/30/26 $134 2.3% $137 7/1/26 6/30/27 $137 2.2% Project Env. Specialist/Scientist II $143 7/1/22 6/30/23 $143 Not Applicable $147 7/1/23 6/30/24 $147 2.8% $151 7/I/24 6/30/25 $151 2.7% $155 7/1/25 6/30/26 $155 2.6% $159 7/1/26 6/30/27 $159 2.6% Project Env. Specialist/Scientist III $156 7/1/22 6/30/23 $156 Not Applicable $160 7/1/23 6/30/24 $160 2.6% $164 7/1/24 6/30/25 $164 2.5% $168 7/1/25 6/30/26 $168 2.4% $172 7/1/26 6/30/27 $172 2.4% Page 8 of 16 Appendix E Local Assistance Procedures Manual EXHBIT 10-H3 Cost Proposal Senior Env. Specialist/Scientist I $165 7/1/22 6/30/23 $165 Not Applicable $169 7/1/23 6/30/24 $169 2.4% $173 7/l/24 6/30/25 $173 2.4% $177 7/l/25 6/30/26 $177 2.3% $181 7/l/26 6/30/27 $181 2.3% Senior Env. Specialist/Scientist II $174 7/1/22 6/30/23 $174 Not Applicable $178 7/1/23 6/30/24 $178 2.3% $182 7/l/24 6/30/25 $182 2.2% $187 7/l/25 6/30/26 $187 2.7% $192 7/l/26 6/30/27 $192 2.7% Senior Env. Specialist/Scientist III $185 7/l/22 6/30/23 $185 Not Applicable $190 7/1/23 6/30/24 $190 2.7% $195 7/l/24 6/30/25 $195 2.6% $200 7/l/25 6/30/26 $200 2.6% $205 7/l/26 6/30/27 $205 2.5% Staff Planner/Permitter I $68 7/1/22 6/30/23 $68 Not Applicable $70 7/l/23 6/30/24 $70 2.9% $72 7/l/24 6/30/25 $72 2.9% $74 7/l/25 6/30/26 $74 2.8% $76 7/l/26 6/30/27 $76 2.7% Staff Planner/Permitter II $85 IF 7/1/22 6/30/23 $85 Not Applicable $87 7/1/23 6/30/24 $87 2.4% $89 7/l/24 6/30/25 $89 2.3% $91 7/l/25 6/30/26 $91 2.2% $93 7/l/26 6/30/27 $93 2.2% Staff Planner/Permitter III $92 7/1/22 6/30/23 $92 Not Applicable $94 7/1/23 6/30/24 $94 2.2% $96 7/l/24 6/30/25 $96 2.1% $98 7/l/25 6/30/26 $98 2.1% $100 7/l/26 6/30/27 $100 2.0% Project Planner/Permitter I $106 7/l/22 6/30/23 $106 Not Applicable $109 7/l/23 6/30/24 $109 2.8% $112 7/l/24 6/30/25 $112 2.8% $115 7/l/25 6/30/26 $115 2.7% $118 7/l/26 6/30/27 $118 2.6% Page 9 of 16 Appendix E Local Assistance Procedures Manual EXHBIT 10-H3 Cost Proposal Project Planner/Permitter II $118 7/1/22 6/30/23 $118 Not Applicable $121 7/1/23 6/30/24 $121 2.5% $124 7/l/24 6/30/25 $124 2.5% $127 7/l/25 6/30/26 $127 2.4% $130 7/l/26 6/30/27 $130 2.4% Project Planner/Permitter III $128 7/1/22 6/30/23 $128 Not Applicable $131 7/1/23 6/30/24 $131 2.3% $134 7/l/24 6/30/25 $134 2.3% $137 7/l/25 6/30/26 $137 2.2% $140 7/l/26 6/30/27 $140 2.2% Project Planner/Permitter IV $138 7/1/22 6/30/23 $138 Not Applicable $141 7/1/23 6/30/24 $141 2.2% $145 7/l/24 6/30/25 $145 2.8% $149 7/l/25 6/30/26 $149 2.8% $153 7/l/26 6/30/27 $153 2.7% Senior Planner/Permitter I $150 7/1/22 6/30/23 $150 Not Applicable $154 7/l/23 6/30/24 $154 2.7% $158 7/l/24 6/30/25 $158 2.6% $162 7/l/25 6/30/26 $162 2.5% $166 7/l/26 6/30/27 $166 2.5% Senior Planner/Permitter II $162 IF 7/1/22 6/30/23 $162 Not Applicable $166 7/1/23 6/30/24 $166 2.5% $170 7/l/24 6/30/25 $170 2.4% $174 7/l/25 6/30/26 $174 2.4% $178 7/l/26 6/30/27 $178 2.3% Senior Planner/Permitter III $174 7/1/22 6/30/23 $174 Not Applicable $178 7/1/23 6/30/24 $178 2.3% $182 7/l/24 6/30/25 $182 2.2% $187 7/l/25 6/30/26 $187 2.7% $192 7/l/26 6/30/27 $192 2.7% Senior Planner/Permitter IV $192 7/l/22 6/30/23 $192 Not Applicable $197 7/1/23 6/30/24 $197 2.6% $202 7/l/24 6/30/25 $202 2.5% $207 7/l/25 6/30/26 $207 2.5% $212 7/l/26 6/30/27 $212 2.4% Page 10 of 16 Appendix E Local Assistance Procedures Manual EXHBIT 10-H3 Cost Proposal Paul Willman* Principal Planner/Permitter $265 7/l/22 6/30/23 $265 Not Applicable Erik Nylund $272 7/l/23 6/30/24 $272 2.6% $279 7/l/24 6/30/25 $279 2.6% $286 7/l/25 6/30/26 $286 2.5% $293 7/l/26 6/30/27 $293 2.4% Architect I $125 7/1/22 6/30/23 $125 Not Applicable $128 7/1/23 6/30/24 $128 2.4% $131 7/l/24 6/30/25 $131 2.3% $134 7/l/25 6/30/26 $134 2.3% $137 7/l/26 6/30/27 $137 2.2% Architect 1I $150 IF 7/1/22 6/30/23 $150 Not Applicable $154 7/1/23 6/30/24 $154 2.7% $158 7/l/24 6/30/25 $158 2.6% $162 7/l/25 6/30/26 $162 2.5% $166 7/l/26 6/30/27 $166 2.5% Architect III $175 7/l/22 6/30/23 $175 Not Applicable $179 7/1/23 6/30/24 $179 2.3% $183 7/l/24 6/30/25 $183 2.2% $188 7/l/25 6/30/26 $188 2.7% $193 7/l/26 6/30/27 $193 2.7% Architect IV $200 7/1/22 6/30/23 $200 Not Applicable $205 7/l/23 6/30/24 $205 2.5% $210 7/l/24 6/30/25 $210 2.4% $215 7/l/25 6/30/26 $215 2.4% $220 7/l/26 6/30/27 $220 2.3% Staff Geologist I $115 7/1/22 6/30/23 $115 Not Applicable $118 7/1/23 6/30/24 $118 2.6% $121 7/l/24 6/30/25 $121 2.5% $124 7/l/25 6/30/26 $124 2.5% $127 7/l/26 6/30/27 $127 2.4% Staff Geologist 11 $125 7/1/22 6/30/23 $125 Not Applicable $128 7/1/23 6/30/24 $128 2.4% $131 7/l/24 6/30/25 $131 2.3% $134 7/l/25 6/30/26 $134 2.3% $137 7/1/26 6/30/27 $137 2.2% Page 11 of 16 Appendix E Local Assistance Procedures Manual EXHBIT 10-H3 Cost Proposal Staff Geologist III $135 7/1/22 6/30/23 $135 Not Applicable $138 7/1/23 6/30/24 $138 2.2% $141 7/l/24 6/30/25 $141 2.2% $145 7/l/25 6/30/26 $145 2.8% $149 7/l/26 6/30/27 $149 2.8% Project Geologist I $145 7/1/22 6/30/23 $145 Not Applicable $149 7/1/23 6/30/24 $149 2.8% $153 7/l/24 6/30/25 $153 2.7% $157 7/l/25 6/30/26 $157 2.6% $161 7/l/26 6/30/27 $161 2.5% Project Geologist II $155 7/l/22 6/30/23 $155 Not Applicable $159 7/1/23 6/30/24 $159 2.6% $163 7/l/24 6/30/25 $163 2.5% $167 7/l/25 6/30/26 $167 2.5% $171 7/l/26 6/30/27 $171 2.4% Project Geologist III $165 7/1/22 6/30/23 $165 Not Applicable $169 7/1/23 6/30/24 $169 2.4% $173 7/l/24 6/30/25 $173 2.4% $177 7/l/25 6/30/26 $177 2.3% $181 7/l/26 6/30/27 $181 2.3% Senior Geologist I $175 IF 7/1/22 6/30/23 $175 Not Applicable $179 7/1/23 6/30/24 $179 2.3% $183 7/l/24 6/30/25 $183 2.2% $188 7/l/25 6/30/26 $188 2.7% $193 7/l/26 6/30/27 $193 2.7% Senior Geologist II $185 7/1/22 6/30/23 $185 Not Applicable $190 7/1/23 6/30/24 $190 2.7% $195 7/l/24 6/30/25 $195 2.6% $200 7/l/25 6/30/26 $200 2.6% $205 7/l/26 6/30/27 $205 2.5% Senior Geologist III $195 7/l/22 6/30/23 $195 Not Applicable $200 7/1/23 6/30/24 $200 2.6% $205 7/l/24 6/30/25 $205 2.5% $210 7/l/25 6/30/26 $210 2.4% $215 7/l/26 6/30/27 $215 2.4% Page 12 of 16 Appendix E Local Assistance Procedures Manual EXHBIT 10-H3 Cost Proposal Supervising Geologist I $205 :7 /22 6/30/23 $205 Not Applicable $210 6l30l24 $210 2.4% $215 6/30/25 $215 2.4% $220 6/30/26 $220 2.3% $226 6/30/27 $226 2.7% Supervising Geologist II $215 7/1/22 6/30/23 $215 Not Applicable $220 7/1/23 6/30/24 $220 2.3% $226 7/l/24 6/30/25 $226 2.7% $232 7/l/25 6/30/26 $232 2.7% $238 r7/l/26 6/30/27 $238 2.6% Supervising Geologist III $225 6/30/23 $225 Not Applicable $231 6/30/24 $231 2.7% $237 6/30/25 $237 2.6% $243 6/30/26 $243 2.5% $249 7/l/26 6/30/27 $249 2.5% Principal Geotechnical Not Applicable Eng/Geologist $235 7/1/22 6/30/23 $235 pp $241 7/1/23 6/30/24 $241 2.6% $247 7/1/24 6/30/25 $247 2.5% $253 7/1/25 6/30/26 $253 2.4% $259 7/1/26 6/30/27 $259 2.4% Principal Geotechnical Eng $260 7/1/22 6/30/23 $260 Not Applicable $267 7/1/23 6/30/24 $267 2.7% $274 7/1/24 6/30/25 $274 2.6% $281 7/1/25 6/30/26 $281 2.6% $288 7/1/26 6/30/27 $288 2.5% Soils/Asphalt/Field Technician $103 $155 $206 7/1/22 6/30/23 $103 Not Applicable $106 $158 $211 7/1/23 6/30/24 $106 2. $109 $162 $216 7/1/24 6/30/25 $109 2.8% % $112 $166 $221 7/1/25 6/30/26 $112 2.8% $115 $170 $227 7/1/26 6/30/27 $115 2.7% Soils/Asphalt/Field Tech. -Prev. Not Applicable Wage $131 $197 $262 7/1/22 6/30/23 $131 pp $134 $201 $269 7/1/23 6/30/24 $134 2.3% $137 $206 $276 7/1/24 6/30/25 $137 2.2% $140 $211 $283 7/1/25 6/30/26 $140 2.2% $144 $216 $290 7/1/26 6/30/27 $144 2.9% Page 13 of 16 Appendix E Local Assistance Procedures Manual EXHBIT 10-H3 Cost Proposal Technician $55 $83 $110 7/l/22 6/30/23 $55 Not Applicable $56 $85 $113 7/l/23 6/30/24 $56 1.8% $57 $87 $116 7/l/24 6/30/25 $57 1.8% $58 $89 $119 7/l/25 6/30/26 $58 1.8% $59 $91 $122 7/l/26 6/30/27 $59 1.7% Technician $83 $125 $166 7/1/22 6/30/23 $83 Not Applicable $85 $128 $170 7/1/23 6/30/24 $85 2.4% $87 $131 $174 7/l/24 6/30/25 $87 2.4% $89 $134 $178 7/l/25 6/30/26 $89 2.3% $91 $137 $182 7/l/26 6/30/27 $91 2.2% Technician 11 $97 $146 $194 7/1/22 6/30/23 $97 Not Applicable $99 $149 $199 7/l/23 6/30/24 $99 2.1% $101 $153 $204 7/l/24 6/30/25 $101 2.0% $104 $157 $209 7/1/25 6/30/26 $104 3.0% $107 $161 $214 7/1/26 6/30/27 $107 2.9% Senior Technician I $108 $162 $216 7/l/22 6/30/23 $108 Not Applicable $111 $166 $221 7/1/23 6/30/24 $111 2.8% $114 $170 $227 7/1/24 6/30/25 $114 2.7% $117 $174 $233 7/l/25 6/30/26 $117 2.6% $120 $178 $239 7/l/26 6/30/27 $120 2.6% Senior Technician II $128 $192 $256 7/1/22 6/30/23 $128 Not Applicable $131 $197 $262 7/1/23 6/30/24 $131 2.3% $134 $202 $269 7/1/24 6/30/25 $134 2.3% $137 $207 $276 7/1/25 6/30/26 $137 2.2% $140 $212 $283 7/1/26 6/30/27 $140 2.2% Senior Technician III $141 $212 $282 7/1/22 6/30/23 $141 Not Applicable $145 $217 $289 7/l/23 6/30/24 $145 2.8% $149 $222 $296 7/1/24 6/30/25 $149 2.8% $153 $228 $303 7/1/25 6/30/26 $153 2.7% $157 $234 $311 7/1/26 6/30/27 $157 2.6% Chief Technician $159 $239 $318 7/1/22 6/30/23 $159 Not Applicable $163 $244 $326 7/1/23 6/30/24 $163 2.5% $167 $250 $334 7/l/24 6/30/25 $167 2.5% $171 $256 $342 7/l/25 6/30/26 $171 2.4% $175 $262 $351 7/1/26 6/30/27 $175 2.3% Page 14 of 16 Appendix E Local Assistance Procedures Manual EXHBIT 10-H3 Cost Proposal IN-HOUSE EXPENSES OTHER EXPENSES 5%of Total Personnel Fees Company and Survey Vehicles $16/hour Personal Vehicle $0.60/mile Equipment Usage See Schedule A Company Vehicle $0.70/mile SCHEDULE A EQUIPMENT RENTAL RATES w u I 31a=NEW WEEK ►� 4 Gas Range Meter CH4,H2S,CO,02(Sentinel 44) $75 $200 $500 Alpha- 1 Personal Sampling Pump $75 $200 $500 Disposable Bailer $20/each n/a n/a CO2 Calorimetric Analysis Tubes $40 $125 $250 Downhole Camera $75/hr n/a n/a Dupont Dosimeter Mark-3 (Personal Sample Pump) $50 $150 $300 Flow Calibrator(Gilian) $50 $150 $300 Gas Extraction Monitor(GEM 500/2000/2000 Plus) $125 $350 $900 Lung Sampler(Nutech 218) $100 $300 $800 Mini-Ram Data Logger $40 $125 $250 Mini-Ram Dust Meter $50 $150 $300 Organic Vapor Analyzer(OVA128) $125 $400 $1,000 Photo Ionization Detector(OVM580B) $125 $400 $1,000 Sample Train(Gas Extraction Pump) $50 $150 $300 Soil Auger/Sampler $30 $90 $180 Sounder(Liquid Level Indicator) $40 $125 $250 Horiba Meter $50 $200 $400 Page 15 of 16 Appendix E Local Assistance Procedures Manual EXHBIT 10-H3 Cost Proposal MiniRae 2000 $75 $200 $500 GT Surveyor $75 $200 $500 GPS Enabled SEM Leak Detection Equipment $250 $800 $2,400 GPS Survey Equipment Services n/a $200 n/a Groundwater Sampling Equipment $30/hour n/a n/a Company Vehicle $120 $480 $1,250 Field Sampling Supplies: 100/day n/a n/a LEVEL C(Per Person) Respirator with Cartridge(full or half faced),Tyvek Coveralls,Outer $150 n/a n/a Gloves,Glove Liners,Neoprene Boots Sand Cone or Nuclear Density Gauge $14/hour n/a n/a Hand auger and soil sampling equipment $70 n/a n/a BAT Permeameter $250 n/a n/a Double Ring Infiltrometer $250 n/a n/a Inclinometer data collection system $400 n/a n/a Infiltration test flowmeter $130 per day-test Floor level manomenter $80 n/a n/a Moisture vapor emission test kit(material only) $40/kit n/a n/a Field inspection kit(camera,recorder,GPS) $35 n/a n/a Page 16 of 16 Appendix E Crowe Fresno Billing Rates Name Position Rate Bert Nuehring Partner 370.93 Erik Nylund Director 295.00 Wendy Pratt Director 286.15 Aaron Coen Senior Manager 235.00 Jason Chan Manager 185.47 Margo Masserman Senior Consultant 153.68 Garrett Gallagher Senior Consultant 153.68 Al Mirzania Consultant 127.18 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: Tetra Tech BAS, Inc. 21700 Copley Drive, Suite 200 Diamond Bar, CA 91765 (3)Disclosure(Please describe the nature of the self-dealing transaction you are a party to): �A I Pk (4)Explain why this self-dealing transaction is consistent with the requirements of Corporations Code 5233(a): (5)Authorized Signature Signature: Date: Appendix H STATEMENT OF QUALIFICATIONS: N ON-CALL ARCHITECTURAL&ENGINEERING CONSULTANT SERVICES OR VARIOUS PUBLIC WORKSPROJECTS SOLID •TECHNICAL ENGINEERING I CIVIL ENGINEERING I CONSTRUCTION E. SUBCONSULTANTS Crowe LLP will be a subcontractor to Tetra Tech and will be responsible for landfill fee studies.Crowe offers a comprehensive understanding of solid waste management and have completed solid waste management-consulting projects in the areas of: • Rate Studies • Performance audits • Cost-of-service studies • Privatization studies • Diversion program planning 0 Profitability studies • Efficiency reviews 0 Rate methodology and manual development • Franchise agreements and negotiations 0 Rate negotiation services • Franchise fee audits and reviews • Route audits and time-and-motion studies • Litigation support • Source reduction and recycling studies. • Operational assessments Crowe personnel have completed well over 100 solid waste management consulting projects for State and local governments over the past 30 years including Butte County. The firm is experienced with providing total "fused" solutions to complex, multi-disciplined solid waste management problems. Crowe personnel have the unique ability to integrate strategy, research, people, process, and technology in order to provide total client solutions. The firm's consultants also offer in-depth capability to deliver tangible value to a broad spectrum of government organizations on time and on budget. y A Point of Contact: Erik Nylund, PMP, EIT, Director 575 Market Street,Suite 3300,San Francisco, CA 94105-5829 Phone: 415.230.4969 1 Email: eriknylund@crowehorwath.com Example Project: Waste Collection Rate Analysis - South Lake Tahoe Basin, CA Client: South Lake Tahoe Basin Waste Management Authority I Contact:Greg Stanton - 530.621.6658 Tetra Tech team member Crowe assisted the South Lake Tahoe Basin Waste Management Authority(JPA), and each respective JPAjurisdiction including the City of South Lake Tahoe, Douglas County, and El Dorado County(Specified Parties), with establishing solid waste collection rates charged by South Tahoe Refuse Company Inc. (STR).The JPA contracted with Crowe to conduct an analysis of the rates charged by STR, and to provide potential refuse collection rate changes for the JPA. Crowe assisted with detailed reviews of the costs of providing services, including reviewing labor costs,truck/equipment costs, lease/depreciation costs, G&A costs, and recyclable processing costs(net revenues). E.SUBCONSULTANTS I PAGE E-1 Appendix H ��w cootieSTATEMENT OF QUALIFICATIONS $®� CONSULTANTON-CALL ARCHITECTURAL &ENGINEERING FOR VARIOUS PUBLIC WORKS PROJECTS TETRA TECH FRESHSOLID WASTE ENGINEERING I GEOTECHNICAL • • N MANAGEMENT EXPERIENCE CONDUCTING RATE STUDIES/ FINANCIAL ANALYSIS: CROWE LLC Individual Client Area(s)Served Project Hauling Companies(it Applicable) County of Butte Butte County Base and Interim Year Multiple Rate Reviews Alameda County Alameda County Report and Case Studies N/A Source Reduction on Source Reduction Measurement and Recycling Board County of Calaveras Calaveras County Disposal Economics Evaluation Calaveras County County of Contra Costa Contra Costa County- Operational Review of Garaventa Enterprises Rodeo/Oakley New Residential Refuse and Recycling Progra m County of El Dorado El Dorado County Solid Waste Management Plan County of El Dorado El Dorado County Refuse Rate Setting Manual El Dorado Disposal Service and Rate Review County of Napa Napa County Rate Setting Assistance and Napa Valley Disposal Service Cost Analyses County of Sacramento Sacramento County Five-Year Operations Review Sacramento County and Rate Study County of Sacramento Sacramento County Refuse Rate Review and Independent Disposal Service Cost Analyses County of San Bernardino San Bernardino County Development of Solid Waste Various Rates(Including Funding for $82 Million in Capital Projects) San Bern.Desert San Bernardino County Financial Review of$50 Million Various Mountain Waste Enterprise Fund Management Coalition County of Yuba Yuba County Disposal Economics Evaluation Yuba County City of Campbell City of Campbell Performance Audit Green Valley Disposal City of Commerce City of Commerce Disposal Economics Evaluation City of Commerce City of Concord City of Concord Operational Review of Concord Concord Disposal Service Disposal Service City of Coronado City of Coronado Solid Waste Management Study EDCO City of Fremont City of Fremont Close Out Audit and Balancing Account Waste Management of Audit Alameda County City of Los Gatos City of Los Gatos Performance Audit Green Valley Disposal City of San Jose City of San Jose Curbside Recycling Study Norcal City of San Luis Obispo City of San Luis Obispo Rate Setting Manual and San Luis Obispo Garbage Financial Statement Review City of Saratoga City of Saratoga Performance Audit Green Valley Disposal City of Vallejo City of Vallejo Refuse and Recycling Rate Vallejo Garbage/ Reviews,Automation Planning,MRF Vallejo Recycling Operations Assessment,and Operational and Financial Review (Performance Audit) Town of San Anselmo Town of San Anselmo Refuse Rate Review San Anselmo Refuse&Recycling California Department Statewide Statewide Cost of Recycling Study, Over 300 hauling companies of Conservation Multiple Years California Department Contra Costa County Curbside Program Cost Study Bay View Refuse Service,Inc. of Conservation -Kensington California Department Statewide Plastics White Paper Assessment of Plastics of Conservation Recycling and Resource Conservation in California California Energy Commission County of Del Norte Disposal Economics Evaluation County of Del Norte PAGE E-2 I E.STATEMENT OF QUALIFICATIONS i I County of Fresno--- ATch eCtUra1-antic -Engineering and Related - - Appendix l- 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 ) G 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 i 13 2, California Code of Regulations, section 18730, which contains the terms of a standard 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 i 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(arnle 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 6 shall be the filing officer. 7 2. As required b Government Code section 87500, subdivision q y Q), 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 1 17 Absent: None 18 19 F 20 Chairman, Board of Supervisors 21 22 Attest: 23 _0/ 24 (�J� 25 Clerk 26 i 27 28 i COUNTY OF FRESNO Fresno,Cellfarnia 2 County of Fresno Fresno,California 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 Public Works & Planning 1 Assistant C? Property gent 9 Assistant c-rc crc��� AsSOOGiatce Real Property Agent 9 Building Inspector I / II 1 Building Plans Engineer 1 BY ?G Systems yS+ I / I I / III 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 / III 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 Senior BSRess Systems ARalyst2 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 Systems and .Geed Fes Manager 2 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.