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.