HomeMy WebLinkAboutP-22-522 Provost Pritchard .pdf County of Fresno
INTERNAL SERVICES DEPARTMENT
Facilities•Fleet-Graphics-Purchasing•Security•Technology
PROCUREMENT AGREEMENT
Agreement Number P-22-522
December 7, 2022
Provost& Pritchard Consulting Group
455 W. Fir Avenue
Clovis, CA 93611
The County of Fresno(County)hereby contracts with Provost& Pritchard Consulting Group(Contractor)for
Asbestos, Lead, and Mold Sampling, Testing and Training in accordance with the text of this agreement,
Attachment"A", County of Fresno Request for Quotation No: 23-005 and the attached contractors response
to County of Fresno Request for Quotation No: 23-005 by this reference made a part hereof.
TERM: This Agreement shall become effective November 28, 2022 and shall remain in effect through
November 27, 2025.
EXTENSION: This Agreement may be extended for two(2) additional one (1)year periods by the mutual
written consent of all parties.
MINIMUM ORDERS: Unless stated otherwise there shall be no minimum order quantity. The County
reserves the right to increase or decrease orders or quantities.
CONTRACTOR'S SERVICES: Contractor shall perform the services as described in Attachment"A"
attached, at the rates set forth in Attachment"A".
ORDERS: Orders will be placed on an as-needed basis by Department of Human Resources under this
contract.
PRICES: Prices shall be firm for the contract period.
MAXIMUM: In no event shall services performed and/or fees paid under this Agreement be in excess of one
hundred thousand dollars ($100,000.00).
ADDITIONAL ITEMS: The County reserves the right to negotiate additional items to this Agreement as
deemed necessary. Such additions shall be made in writing and signed by both parties.
DELIVERY: The F.O.B. Point shall be the destination within the County of Fresno. All orders shall be
delivered complete as specified. All orders placed before Agreement expiration shall be honored under the
terms and conditions of this Agreement.
DEFAULT: In case of default by Contractor,the County may procure the articles/services from another
source and may recover the loss occasioned thereby from any unpaid balance due the Contractor or by any
other legal means available to the County. The prices paid by County shall be considered the prevailing
market price at the time such purchase is made. Inspection of deliveries or offers for delivery,which do not
meet specifications,will be at the expense of Contractor.
333 W. Pontiac Way, Clovis, CA 93612 / (559) 600-7110
*The County of Fresno is an Equal Employment Opportunity Employer*
-PROCUREMENT AGREEMENT NUMBER: P-22-522 Page 2
Provost& Pritchard Consulting Group
December 7,2022
INVOICING: An itemized invoice shall be sent to requesting County department in accordance with invoicing
instructions included in each order referencing this Agreement. The Agreement number must appear on all
shipping documents and invoices. Invoice terms shall be Net 45 Days.
INVOICE TERMS: Net forty-five (45)days from the receipt of invoice.
TERMINATION: The County reserves the right to terminate this Agreement upon thirty(30)days written
notice to the Contractor. In the event of such termination, the Contractor shall be paid for satisfactory
services or supplies provided to the date of termination.
LAWS AND REGULATIONS: The Contractor shall comply with all laws, rules and regulations whether they
be Federal, State or municipal, which may be applicable to Contractor's business, equipment and personnel
engaged in service covered by this Agreement.
AUDITS AND RETENTION: Terms and conditions set forth in the agreement associated with the purchased
goods are incorporated herein by reference. In addition, the Contractor shall maintain in good and legible
condition all books, documents, papers, data files and other records related to its performance under this
contract. Such records shall be complete and available to Fresno County, the State of California, the federal
government or their duly authorized representatives for the purpose of audit, examination, or copying during
the term of the contract and for a period of at least three years following the County's final payment under the
contract or until conclusion of any pending matter(e.g., litigation or audit), whichever is later. Such records
must be retained in the manner described above until all pending matters are closed.
LIABILITY: The Contractor agrees to:
Pay all claims for damage to property in any manner arising from Contractor's operations under this
Agreement.
Indemnify, save and hold harmless, and at County's request defend the County, its officers, agents and
employees from any and all claims for damage or other liability, including costs, expenses (including
attorney's fees and costs), causes of action, claims or judgments resulting out of or in any way connected
with Contractor's performance or failure to perform by Contractor, its agents, officers or employees under this
Agreement, and from any and all costs and expenses (including attorney's fees and costs), damages,
liabilities, claims, and losses occurring or resulting to any person, firm or corporation who may be injured or
damaged by the performance, or failure to perform, of Contractor, its officers, agents, or employees under
this Agreement.
INSURANCE: Without limiting the COUNTY's right to obtain indemnification from CONTRACTOR or any
third parties, CONTRACTOR, at its sole expense, shall maintain in full force and effect, the following
insurance policies or a program of self-insurance, including but not limited to, an insurance pooling
arrangement or Joint Powers Agreement(JPA)throughout the term of the Agreement:
A. Commercial General Liability: Commercial General Liability Insurance with limits of not less than Two
Million Dollars ($2,000,000.00) per occurrence and an annual aggregate of Four Million Dollars
($4,000,000.00). This policy shall be issued on a per occurrence basis. County may require specific
coverage including completed operations, product liability,contractual liability, Explosion-Collapse-
Underground, fire legal liability or any other liability insurance deemed necessary because of the nature
of the contract.
B. Automobile Liability: Comprehensive Automobile Liability Insurance with limits of not less than One
Million Dollars ($1,000,000.00)per accident for bodily injury and for property damages. Coverage should
include any auto used in connection with this Agreement.
C. Professional Liability: If Contractor employs licensed professional staff, (e.g., Ph.D., R.N., L.C.S.W.,
M.F.C.C.) in providing services, Professional Liability Insurance with limits of not less than One Million
Dollars($1,000,000.00) per occurrence, Three Million Dollars ($3;000,000.00)annual aggregate.
'D. Worker's Compensation: A policy of Worker's Compensation insurance as may be required by the
California Labor Code.
P-22-522.docx
PROCUREMENT AGREEMENT NUMBER: P-22-522 Page 3
Provost&Pritchard Consulting Group
December 7, 2022
Additional Requirements Relatinq to Insurance:
Contractor shall obtain endorsements to the Commercial General Liability insurance naming the County of
Fresno, its officers, agents, and employees, individually and collectively, as additional insured, but only
insofar as the operations under this Agreement are concerned. Such coverage for additional insured shall
apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers,
agents and employees shall be excess only and not contributing with insurance provided under Contractor's
policies herein. This insurance shall not be cancelled or changed without a minimum of thirty(30) days
advance written notice given to County.
Contractor hereby waives its right to recover from County, its officers, agents, and employees any amounts
paid by the policy of worker's compensation insurance required by this Agreement. Contractor is solely
responsible to obtain any endorsement to such policy that may be necessary to accomplish such waiver of
subrogation, but Contractor's waiver of subrogation under this paragraph is effective whether or not
Contractor obtains such an endorsement.
Within Thirty(30)days from the date Contractor signs and executes this Agreement, Contractor shall provide
certificates of insurance and endorsement as stated above for all of the foregoing policies, as required
herein,to the County of Fresno, Human Resources, Risk Management, 2220 Tulare Street, 16t' Floor
Fresno, CA 93721, stating that such insurance coverage have been obtained and are in full force; that the
County of Fresno, its officers, agents and employees will not be responsible for any premiums on the
policies; that such Commercial General Liability insurance names the County of Fresno, its officers, agents
and employees, individually and collectively, as additional insured, but only insofar as the operations under
this Agreement are concerned; that such coverage for additional insured shall apply as primary insurance
and any other insurance, or self-insurance, maintained by County, its officers, agents and employees, shall
be excess only and not contributing with insurance provided under Contractor's policies herein; and that this
insurance shall not be cancelled or changed without a minimum of thirty (30)days advance,written notice
given to County. Certificates of Insurance are to include the contract number at the top of the first
page.
In the event Contractor fails to keep in effect at all times insurance coverage as herein provided, the County
may, in addition to other remedies it may have, suspend or terminate this Agreement upon the occurrence of
such event.
All policies shall be with admitted insurers licensed to do business in the State of California. Insurance
purchased shall be purchased from companies possessing a current A.M. Best, Inc. rating of A FSC VII or
better.
COMING ON COUNTY PROPERTY TO DO WORK: Contractor agrees to provide maintain and furnish
proof of Comprehensive General Liability Insurance with limits of not less than $500,000 per occurrence.
INDEPENDENT CONTRACTOR: In performance of the work, duties and obligations assumed by Contractor
under this Agreement, it is mutually understood and agreed that Contractor, including any and all of
Contractor's officers, agents, and employees will at all times be acting and performing as an independent
contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee,joint
venturer, partner, or associate of the County. Furthermore, County shall have no right to control or supervise
or direct the manner or method by which Contractor shall perform its work and function. However, County
shall retain the right to administer this Agreement so as to verify that Contractor is performing its obligations
in accordance with the terms and conditions thereof. Contractor and County shall comply with all applicable
provisions of law and the rules and regulations, if any, of governmental authorities having jurisdiction over
matters the subject thereof.
Because of its status as an independent contractor, Contractor shall have absolutely no right to employment
rights and benefits available to County employees. Contractor shall be solely liable and responsible for
providing to, or on behalf of, its employees all legally-required employee benefits. In addition, Contractor
shall be solely responsible and save County harmless from all matters relating to payment of Contractor's
employees, including compliance with Social Security, withholding, and all other regulations governing such
P-22-522.docx
PROCUREMENT AGREEMENT NUMBER: P-22-522 Page 4
Provost& Pritchard Consulting Group
December 7,2022
matters. It is acknowledged that during the term of this Agreement, Contractor may be providing services to
others unrelated to the County or to this Agreement.
NON-ASSIGNMENT: Neither party shall assign, transfer or sub-contract this Agreement nor their rights or
duties under this Agreement without the written consent of the other party.
AMENDMENTS: This Agreement constitutes the entire Agreement between the Contractor and the County
with respect to the subject matter hereof and supersedes all previous negotiations, proposals, commitments,
writings, advertisements, publications, Request for Proposals, Bids and understandings of any nature
whatsoever unless expressly included in this Agreement. This Agreement supersedes any and all terms set
forth in Contractor's invoice. This Agreement may be amended only by written addendum signed by both
parties.
INCONSISTENCIES: In the event of any inconsistency in interpreting the documents which constitute this
Agreement, the inconsistency shall be resolved by giving precedence in the following order of priority: (1)the
text of this Agreement (excluding Attachment"A", County's Request for Quotation No. 23-005 and the
Contractor's Quote in response thereto); (2)Attachment"A"; (3)the County's Request for Quotation No. 23-
005 and (4)the Contractor's quotation made in response to County's Request for Quotation No. 23-005.
GOVERNING LAWS: This Agreement shall be construed, interpreted and enforced under the laws of the
State of California. Venue for any action shall only be in County of Fresno.
ELECTRONIC SIGNATURES: The parties agree that this Agreement may be executed by electronic
signature as provided in this section.
A. An"electronic signature" means any symbol or process intended by an individual signing this Agreement
to represent their signature, including but not limited to (1)a digital signature; (2)a faxed version of an
original handwritten signature; or(3)an electronically scanned and transmitted (for example by PDF
document)of a handwritten signature.
B. Each electronic signature affixed or attached to this Agreement(1) is deemed equivalent to a valid
original handwritten signature of the person signing this Agreement for all purposes, including but not
limited to evidentiary proof in any administrative or judicial proceeding, and (2) has the same force and
effect as the valid original handwritten signature of that person.
C. The provisions of this section satisfy the requirements of Civil Code section 1633.5, subdivision (b), in
the Uniform Electronic Transaction Act(Civil Code, Division 3, Part 2, Title 2.5, beginning with section
1633.1).
D. Each party using a digital signature represents that it has undertaken and satisfied the requirements of
Government Code section 16.5, subdivision (a), paragraphs (1)through (5), and agrees that each other
party may rely upon that representation.
This Agreement is not conditioned upon the parties conducting the transactions under it by electronic means
and either party may sign this Agreement with an original handwritten signature.
Please acknowledge your acceptance by returning all pages of this Agreement to my office via email or
USPS.
Please refer any inquiries in this matter to Bryan Correa, Purchasing Technician, at 559-600-7117 or
bcorrea@fresnocountyca.gov.
P-22-522.docx
PROCUREMENT AGREEMENT NUMBER: P-22-522 Page 5
Provost& Pritchard Consulting Group
December 7, 2022
FOR THE COUNTY OF FRESNO
Digitally signed by Gary Comuelle
Gary 0 rl r1 I U e I I e Date:2022.12.21 17:05:34-08'00'
Gary E. Cornuelle
Purchasing Manager
333 W. Pontiac Way
Clovis, CA 93612
GEC:bc
P-22-522.docx
PROCUREMENT AGREEMENT NUMBER:P-22-522 Page 6
Provost& Pritchard Consulting Group
December 7, 2022
CONTRACTOR TO COMPLETE:
Company: �f oyo s� �t r;�c�►wrcl, `.o►1Sut��►�c, G,.vuQ
Type of Entity:
❑ Individual ❑ Limited Liability Company
❑ Sole Proprietorship ❑ Limited Liability Partnership
❑ Corporation ❑ General Partnership
Lf ss w. F;r Clvvts C A 9254 Q
Address City 11 State Zip
�S 9 Li� Li 4• -2- ot� C �Y1of Mayl & J2 u1 ,c.o A4
TELEPHONE NUMBER FAX NUMBER E-MAIL ADDRES
Print Name &Title: -b 0wiA Aar Print Name&Title:
Cog paleAr6 Sdzea—MR y
Signature: Signature.
ACCOUNTING USE ONLY
ORG No.: 89250100
Account No.: 7925
Requisition No.: 8922300104
(08/2022)
P-22-522.docx
PROCUREMENT AGREEMENT NUMBER: P-22-522 Attachment-Page 1 of 3
Provost& Pritchard Consulting Group
December 7,2022
A TTA CHMENT 'A "
Asbestos Unit of Cost Per Unit of Cost Per
Measure Measure Expedited
1. All labor, material, equipment, laboratory Measure
testing, taxes, etc.to provide asbestos
detection services, training, consulting
and monitoring services as specified
within thee.
a. Phase Contrast Microscopy(PCM) Sample $ 25.00 $ 35.00
b. Polarized Light Microscopy(AH€kA Sample
OSHA*method
*1. Standard Sample $ 25.00 $35.00
*2. Complex Sample $45.00 $55.00
c. Point Counting Sample $60.00 $80.00
d. Transmission Electron Microscopy (TEM) Sample $98.00 $125.00
e. Personal Air Monitoring (per person Sample $ 25.00 $35.00
(sampling only))
f. Sample Collection-other than personal air Sample $25.00 $35.00
monitoring
g. Service Fee- Certified Asbestos Hour $160.00 $160.00
Consultant
h. Service Fee-Certified Asbestos $160.00 $160.00
Consultant-Overtime Rate Hour
i. Service Fee-Site Surveillance Technician Hour $ 90.00 $90.00
j. Service Fee-Site Surveillance Technician- Hour $ 90.00 $90.00
Overtime Rate
k. Training Lot $800.00 N/A
1. Training session: In-person
2. Training session: Virtual Lot $640.00 N/A
3. Maximum number of participants per - N/A
in- person session
4. Maximum number of participants per - N/A
virtual session
P-22-522.docx
PROCUREMENT AGREEMENT NUMBER: P-22-522 Attachment Page 2 of-3
Provost&-Pritchard Consulting Group
December 7,2022
Lead Unit of Cost Per Unit of Cost Per
Measure Measure Expedited
2. Provide all labor, material, equipment,
� Measure
laboratory testing,taxes, training, etc.for lead
detection services as specified within thee.
a. Air monitoring using CCR, Title 8, 1532.1 Sample $ 25.00 $ 35.00
Protocol
b. Lead Detection Sampling and Testing DHS Sample $ 25.00 $ 35.00
Protocol
c. Sample using XFR Instrument Sample $ 157.00
d. Service Fee-Consultation Sample $160.00 $160.00
e. Service Fee- Consultation-Overtime Rate Sample $160.00 $160.00
f. Service Fee-Technician Sample $ 90.00 $ 90.00
g. Service Fee-Technician- Overtime Rate Hour $ 90.00 $ 90.00
h. Training as identified in CCR, Title 8, Section Lot $800.00 N/A
1532.1 (1)(1)(A)as specified
1. Training session: In-person
2. Training session: Virtual Lot $640.00 N/A
3. Maximum number of participants per in- - N/A
person session
4. Maximum number of participants per -
virtual session N/A
P-22-522.docx
PROCUREMENT AGREEMENT NUMBER: P-22-522 Attachment Page 3 of:3
Provost& Pritchard Consulting Group
December 7,2022
Mold Unit of Cost Per Unit of Cost Per
j Measure Measure j Expedited
3. Provide all labor, material, equipment, laboratory Measure
testing,taxes,training, etc.for mold testing
services as specified within thee.
a. Air monitoring Sample $100.00 $150.00
b. Mold Detection Sampling and Testing Sample $100.00 $150.00
c. Service Fee-Consultation Sample $160.00 $160.00
d. Service Fee- Consultation-Overtime Rate Sample $160.00 $160.00
e. Service Fee-Technician Sample $ 90.00 $ 90.00
f. Service Fee-Technician-Overtime Rate Sample $ 90.00 $ 90.00
P-22-522.docx
PROCUREMENT AGREEMENT NUMBER: P-22-522
Provost& Pritchard Consulting Group
December 7,2022
Contractor's Response to
County of Fresno
Request for Quotation
No. 23-005
P-22-522.docx
PROCUREMENT AGREEMENT NUMBER: P-22-522
Provost& Pritchard Consulting Group
December 7s 2022
COUNTY OF FRESNO
co"
a c
J°R18�"
REQUEST FOR QUOTATION
NUMBER: 23-005
ASBESTOS, LEAD AND MOLD SAMPLING, TESTING
AND TRAINING
Issue Date: August 24, 2022
Closing Date: SEPTEMBER 21,2022 AT 10:00 AM
All Questions and Responses must be electronically submitted on the Bid Page on Public Purchase.
For assistance,contact Margo Jacobie at Phone(559)600-7110.
BIDDER TO COMPLETE
Undersigned agrees to furnish the commodity or service stipulated in the attached at the prices and terms stated in this RFQ.
Bid must be started and dated by an authorized officer or employee.
Except as noted on individual items,the following will apply to all items in the Quotation Schedule:
• A cash discount o1 — °/r days will apply.County does not accept terms less than 15 day<.
Provost&Pritchard Consulting Group
COMPANY
Troy Brooks
CONTACT PERSON
455 W. Fir Avenue
ADDRESS
Clovis CA 93611
CITY STATE ZIP CODE
65% 449-2700 tfbrooks(appeng.com
TELPHONE�NUMBER E-MAIL ADDRESS
AEU//T/HZE( S'G W-W�
Dave Norman Principal__
PRINT NAME TITLE
Purchasing Use:W:sl ORGIRequisition:8925001018922300104
Https:Mesnocounly.sharepoinL=Wsitestisd'purchas%?PubldRFa.FY 2022-23r13-005 Asbestos.Lead and MW Sampling.Testing and Trainwfl3-
005 Asbestos.Lead and Mold Sampling.Testing aM Training doc
P-22-522.docx
PROCUREMENT AGREEMENT NUMBER: P-22-522
Provost& Pritchard Consulting Group
December 7, 2022
Quotation No. 23-005 Page 21
CHECK LIST
This Checklist is provided to assist the vendors in the preparation of their bid response. Included in this list,
are important requirements and is the responsibility of the bidder to submit with the bid package in order to
make the bid compliant. Because this checklist is just a guideline,the bidder must read and comply with the
bid in its entirety.
Check off each of the following
1. X The Request for Quotation(RFQ)has been signed and completed.
2• N/A Addenda,if any,have been signed and included in the bid package.
3. X The completed Reference List as provided with this RFQ.
4. X The Quotation Schedule as provided with this RFQ has been completed,price reviewed for
accuracy and any corrections initialed.
5. X Indicate all of bidder exceptions to the County's requirements,conditions and specifications
as stated within this RFQ.
6. X The Participation page as provided within this RFQ has been signed and included
7. X Bidder to Complete page as provided with this RFQ.
s. N/A Verification of Contractor's License and the Department of Consumer Affairs- Contractors'
State License Board.
9. X Return checklist with RFQ response.
10. X Completed RFQ in pdf format,electronically submitted to the Bid Page on Public
Purchase.
H IIFRESNOCOUNTY.SHAREPOINT.COM/SITESIISDfPURCHASINGIPUBLIC/RFOIFY2022-23l23-005 ASBESTOS,LEAD AND MOLD SAMPLING,
TESTING AND TRAINING123-005 ASBESTOS,LEAD AND MOLD SAMPLING,TESTING AND TRAINING.DOC
P-22-522.docx
PROCUREMENT AGREEMENT NUMBER: P-22-522
Provost& Pritchard Consulting Group
December 7,2022
Quotation No. 23-005 Page 13
VENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR QUOTATION
Firm: Provost& Pritchard Consulting Group
REFERENCE LIST
Provide a list of at least five(5)customers for whom you have recently provided similar
products/services. If you have held a contract for these or similar services with the County of
Fresno within the past seven (7)years, list the County as one of your customers. Please list the
person most familiar with your contract. Be sure to include all requested information.
Reference Name: CSDA Design Group Contact: Carol Gustayson
Address: 364 Bush Street,2nd Floor
City: San Francisco State: CA Zip: 94104
Phone No.: ( 415_ ) 321-1139 Date: 2019-2022
Service Provided: Performed pre-renovation asbestos and lead surveys of 42 single-family residences in
proximity to FYI Airport.Prepared technical specifications for use in obtaining bids for the work.Provided Project
Oversight clearance sampling and perimeter air monitoring during construction phase on behalf of City of Fresno Airports.
Reference Name: Fresno Housing Contact: Brandon Gonzalez
Address: P.O.Box 11985
City: Fresno State: CA Zip: 93776
Phone No.: ( 559 ) 445-8945 Date: 2021-2022
Service Provided: Ina multi-family residential complex,performed a development-wide baseline fungal air quality and
interior visual assessment of environmental conditions due to observed fungal development Performed follow-up sampling
of living units found to have evidence of elevated airborne fungal spores.Additional follow-up investigation scheduled for Oct.,2022.
Reference Name: City of Fresno,Dept.of Public Works Contact: Debbie Bernard
Address: 2101"G"Street
City: Fresno State: CA Zip: 93706
Phone No.: ( 559 ) 621-1201 Date: Sept.,2022
Service Provided: Provided a pre-demolition asbestos survey and lead-based paint inspection report for
commercial building
Reference Name: County of Fresno,Facility Services Dept.Contact: Marshall Smith
Address: 4590 E.Kings Canyon Road
City: Fresno State: CA Zip: 93702
Phone No.: ( 559 ) 287-2991 Date: 2019
Service Provided: Performed baseline sampling for asbestos,lead and bacterial hazards at the Fresno County
Health Department Provided part-time project management of abatement phase Performed clearance sampling for
asbestos,lead and mold as condition of re-occupancy for reconstruction phase.
Reference Name: Dewberry Contact: Will Oren
Address: 11060 White Rock Road,Suite 200
City: Modesto State: CA Zip: 95670
Phone No.: ( 916— ) 239-7253 Date: 2022-Ongoing
Service Provided: Provided pre-demolition survey of a 14 building facility,including a hospital structure prior
to demolition for construction of a new facility.Currently preparing comprehensive survey report
Failure to provide a list of at least five(5)customers may be cause for rejection of this RFQ.
HTTPS:IIFRESN000UNTY.SHAREPOINT.COM/SITES/ISDtPURCHASING/PUBLICIRFO/FY 2022-23/23.005 ASBESTOS.LEAD AND MOLD SAMPLING,
TESTING AND TRAINING123-005 ASBESTOS.LEAD AND MOLD SAMPLING.TESTING AND TRAINING.DOC
P-22-522.docx
PROCUREMENT AGREEMENT NUMBER: P-22-522
Provost&Pritchard Consulting Group_
December 7,2022
Quotation No. 23-005 Page.17
QUOTATION SCHEDULE
ASBESTOS
The County of Fresno will be awarding the contract to the lowest bidder who is able to provide all services in
Quotation Schedule Items 1 -3 and meet all requirements listed in the Scope of Work.
1. All labor, material,equipment,laboratory testing,taxes,etc.to provide asbestos detection
services,training,consulting and monitoring services as specified within this Request for
Quotation.
Unit of Cost Per Unit of Cost Per
Measure Measure Expedited
Measure
a. Phase Contrast Microscopy(PCM) Sample $ 25.00 $ 35.00
b. Polarized Light Microscopy(AHERA method) Sample
*1.Standard Sample $ 25.00 $ 35.00
*2.Complex Sample $ 45.00 $ 55.00
C. Point Counting Sample $ 60.00 $ 80.00
d. Transmission Electron Microscopy(TEM) Sample $ 98.00 $125.00
e. only))Personal Air Monitoring(per person(sampling Sample $ 25.00 $ 35.00
f. Sample Collection-other than personal air Sample $ 25.00 $ 35.00
monitoring
g. Service Fee-Certified Asbestos Consultant Hour $160.00/$120.00 160.00/$120.00
h. Service Fee-Certified Asbestos Consultant- Hour
Overtime Rate $160.00/$120.00 160.00/$120.00
L Service Fee-Site Surveillance Technician Hour $ 90.00/$ 82.00 $90.00/$82.00
j. Service Fee-Site Surveillance Technician- Hour
Overtime Rate $ 90.00/$ 82.00 $90.00/$82.00
k. Training Lot $800.00 N/A
1. Training session: In-person
2. Training session:Virtual Lot $640.00 N/A
3. Maximum number of participants per in- -
person session NIA
4. Maximum number of participants per virtual -
session NIA
*Standard is defined as the testing of a sample consisting of up to three(3)layers.
**Complex is defined as the testing of a sample consisting of more than three(3)layers.
*See Exceptions
HTTPS:I/FRESNOCOUNTY.SHAREPOINT.COM/SITES(ISDIPURCHASING/PUBLIC/RFO/FY 2022-23/23-005 ASBESTOS,LEAD AND MOLD SAMPLING,
TESTING AND TRAINING123-005 ASBESTOS,LEAD AND MOLD SAMPLING,TESTING AND TRAINING.DOC
P-22-522.docx
PROCUREMENT AGREEMENT-NUMBER: P-22-522 _. .
Provost-& Pritchard Consulting Group
December 7,2022
Quotation No. .23-005 Page 18
QUOTATION SCHEDULE
LEAD
2. Provide all labor, material, equipment, laboratory testing, taxes,training, etc. for lead detection services as
specified within this Request for Quotation.
Unit of Cost Per Unit of Cost Per
Measure Measure Expedited
Measure
a. Air monitoring using CCR,Title 8, Sample $ 25.00 $ 35.00
1532.1 Protocol
b. Lead Detection Sampling and Testing Sample $ 25.00 $ 35.00
DHS Protocol
c. Sample using XFR Instrument Sample Base Hourly Rate+ N/A
$75/hr.
d. Service Fee-Consultation Hour $160.00/$120.00 $160.00/$120.00
e. Service Fee-Consultation-Overtime $160.00/$120.00 $160.00/$120.00
Rate Hour
f. Hour $90.00/$ 82.00 $90.00/$ 82.00
g. Service Fee-Technician-Overtime Hour $90.00/$ 82.00 $90.00/$ 82.00
Rate
h. Training as identified in CCR, Title 8,
Section 1532.1 (1)(1)(A)as specified Lot $800.00 N/A
1. Training session: In-person
2. Training session: virtual Lot $640.00 N/A
3. Maximum number of participants -
per in-person session: NIA
4. Maximum number of participants -
per virtual session N/A
HTTPS:1/FRESNOCOUNTY.SHAREPOINT COMdSITESIISD!PURCHASING/PUBLICIRFQIFY 2022-23123-005 ASBESTOS.LEAD AND MOLD SAMPLING,
TESTING AND TRAININGt23-005 ASBESTOS.LEAD AND MOLD SAMPLING,TESTING AND TRAINING.DOC
P-22-522.docx
PROCUREMENT AGREEMENT NUMBER: P-22-522
Provost&Pritchard Consulting Group
December 7, 2022
QUOTATION SCHEDULE
MOLD
3. Provide all labor,material,equipment,laboratory testing,taxes,training,etc.for mold testing
services as specified within this Request for Quotation.
Unit of Cost Per Unit of Cost Per
Measure Measure Expedited
Measure
a. Air monitoring Sample $100.00 $150.00
b. Mold Detection Sampling and Testing Sample $100.00 $150.00
c. Service Fee- Consultation Hour $160.00/$120.00 $160.00/$120.00
d. Service Fee-Consultation- Overtime Rate Hour $160.00/$120.00 $160.00/$120.00
e. Service Fee-Technician Hour $ 90.00/$ 82.00 $ 90.00/$ 82.00
f. Service Fee-Technician-Overtime Rate Hour $ 90.00/$ 82.00 $ 90.00/$ 82.00
HTTPS,JIFRESNOCOUNTY.SHAREPOINT.COM/SITESIISD/PURCHASINGIPUBLIC/RFOIFY 2022-23123.005 ASBESTOS,LEAD AND MOLD SAMPLING,
TESTING AND TRAINING123-005 ASBESTOS,LEAD AND MOLD SAMPLING,TESTING AND TRAINING.DOC
P-22-522.docx
PROCUREMENT AGREEMENT NUMBER: P-22-522
Provost&Pritchard Consulting Group
December 7, 2022
Quotation No. 23-005 Page 20
QUOTATION SCHEDULE
4. Minimum Charges:
State and explain all minimum charges if any.
No Show Fee: $200.00
5. Additional fees and or charges:
State all other charges that would be assessed to perform the services specified under this RFQ.
(i.e.mileage,rates,for sample delivery). Include a complete description of what the fee or
charge is for the amount and when it will apply.Be specific and detailed.The contractor will
provide the specified services at the rates quoted above unless other applicable costs are stated
here.A non-response to this section will be the bidder's indication that no other charges will
apply.
1. Mileage: From office to project site-Billed at IRS rate+ 15%
2. Expedited Shipping Costs to Lab: At cost+ 15%
6. The bidder shall state the hourly rate for consultants,technicians and other positions that will be
charged to the County if services outside the scope of this RFQ are required.
See attached 2022 Standard Fee Schedule at end of Bid Package,
7. Consultant-Technician:
The bidder shall define the terms"Consultant"and"Technician"as he/she intends for them to be
used with respect to this RFQ.Such definitions shall be detailed and specified.
"Consultant"is defined as a Senior Environmental Consultant in the Schedule of Fees.
"Technician" is defined as a support staff working under the Consultant.
HTTPS:IIFRESNQCOUNTY.SHAREPOINT.COMISITESIISD/PURCHASINGIPUBLICIRFQIFY 2022-23/23-005 ASBESTOS,LEAD AND MOLD SAMPLING,
TESTING AND TRAINING123-005 ASBESTOS.LEAD AND MOLD SAMPLING.TESTING AND TRAINING.DOC
P-22-522.docx
PROCUREMENT AGREEMENT NUMBER: P-22-522
Provost& Pritchard Consulting Group
December 7, 2022
Exceptions
1. Lab analysis for Asbestos by Polarized Light Microscopy(PLM)will be by EPA 600
Method. PLM analysis by AHERA Method is not an available method.
P-22-522.docx
PROCUREMENT AGREEMENT NUMBER: P-22-522
Provost& Pritchard Consulting Group
December 7, 2022
Quotation No. 23-005 Page 92
BIDDER TO COMPLETE THE FOLLOWING:
PARTICIPATION
The County of Fresno is a member of the Central Valley Purchasing Group. This group consists of Fresno,
Kern, Kings,and Tulare Counties and all governmental,tax supported agencies within these counties.
Whenever possible,these and other tax supported agencies co-op(piggyback)on contracts put in place by
one of the other agencies.
Any agency choosing to avail itself of this opportunity,will make purchases in their own name,make
payment directly to the contractor,be liable to the contractor and vice versa,per the terms of the original
contract,all the while holding the County of Fresno harmless. If awarded this contract,please indicate
whether you would extend the same terms and conditions to all tax supported agencies within this group as
you are proposing to extend to Fresno County.
FYes,
we will extend contract terms and conditions to afl qualified agencies within the Central Valley
Group and other tax supported agencies.
i ti No,we will not extend contract terms to any agency other than the County of Fresno_
Dave Norman
(Authorized Spatute)
Principal
Tile
HTTPS:IIFRESNOCOUNTY.SHAREPOINT COMISITESIISD(PURCHASINGIPUBLICIRFQIFY 2022-23123.005 ASBESTOS,LEAD AND MOLD SAMPLING,
TESTING AND TRAINING0.005 ASBESTOS..LEAD AND MOLD SAMPLING.TESTING AND TRAINING.DOC
P-22-522.docx
PROCUREMENT AGREEMENT NUMBER: P-22-522
Provost&.Pritcharal Consulting Group
December 7,2022
Quotation No, 23-005 Page 10
BIDDER TO COMPLETE:
GUARANTEED PICK UP AND/OR DELIVERY: Bidder will be considered in award of bid only if they can
guarantee. Enter guarantee on this line(i.e. number of days from receipt of order to delivery):
We guarantee that from the date of receipt of the order, results will be delivered within
3 business days. In addition we guarantee delivery of reports with 10 business days
OFFICE LOCATION:
State the address of bidders office:
455 W. Fir Avenue,Clovis CA 93611
ADDITIONAL ITEMS:
SUBCONTRACTORS:
List all subcontractors that would perform work in excess of one/half of one percent of the total amount of
your bid,and state general type of work such subcontractor would be performing. The primary contractor is
not relieved of any responsibility by virtue of using a subcontractor:
EMC Labs, Inc.. 9830 S. 51st St., Suite B109 Phoenix, AZ 95044
EMSLAnalytical,_Inc., 3356 West Catalina Dr., Phoenix,AZ 85017
CONTRACTOR'S LICENSE:
Bidder to possess appropriate license,as required by the EPA Asbestos Model Accreditation Plan(MAP)
issued by the Environmental Protection Agency(EPA)under the Asbestos Hazard Emergency Response Act
of 1986(AHERA),for the project in accordance with current regulations/statutes.
If the license is other than a described above,the bidder must explain why his/her license(s)is acceptable.
The County will review and determine if acceptable.
Number and Class: N/A
Date of Issue:
Bidder must also submit verification of Contractor's License from the Department of Consumer Affairs—
Contractors'State License Board. Failure to submit verification may result in bidder's response being
considered non-responsive.
Public Contract Code Section 7028.15:Where the State of California requires a Contractor's license,it is a
misdemeanor for any person to submit a bid unless specifically exempted.
HTTPS:lIFRESNOCOUNTY.SHAREPOINT.COMISITESIISDIPURCHASING!PUBLICIRFOIFY 2022-23123-005 ASBESTOS.LEAD AND MOLD SAMPLING,
TESTING AND TRAINING123-005 ASBESTOS,LEAD AND MOLD SAMPLING.TESTING AND TRAINING.DOC
P-22-522.docx
PROCUREMENT AGREEMENT NUMBER: P&22=522
Provost& Pritchard Consulting Group-
December 7,2022-
2022 Standard Fee Schedule
This schedule supersedes previously published fee schedules as of the effective date of January 1,2022.
Multiyear contracts are subject to any subsequent changes in these rates.
Engineering Staff Construction Services Staff
Assistant Engineer $97.00-$125.00 Associate Construction Manager $120.00-$140.00
Associate Engineer $115.00-$147.00 Senior Construction Manager $145.00-$167.00
Senior Engineer $153.00-$184.00 Principal Construction Manager $180.00-$210.00
Principal Engineer $195.00-$235.00 Construction Inspector I'i $152.00-$177.00
Associate Structural Engineer $120.00-$146.00 Construction Inspector(2) $187.00-$218.00
Senior Structural Engineer $150.00-$170.00 $VWrt Staff
Principal Structural Engineer $180.00-$230.00 Administrative Assistant $70.00-$90.00
Srpecialllsts Project Administrator $80.00-$105.00
Associate Biologist $95.00-$115.00 Senior Project Administrator $115.00-$200.00
Assistant Environmental Specialist $90.00-$120.00 Intern $65.00
Associate Environmental Specialist $126.00-$155.00 Surveying Services Staff
Senior Environmental Specialist $155.00-$185.00 Assistant Surveyor $95.00-$115.00
Principal Environmental Specialist $195.00-$235.00 Licensed Surveyor $145.00-$175.00
Assistant GIS Specialist $75.00-$93.00 1-Man Survey Crew $175.00/$200.001'r
Associate GIS Specialist $100.00-$127.00 2-Man Survey Crew $245.00/$285.00(l)
Senior GIS Specialist $135.00-$170.00 2-Man Survey Crew including LS $280.00/$295.00nt
Assistant Geologist/Hydrogeologist $95.00-$113.00 UAV(Drone)Services $210.00
Associate Geologist/Hydrogeologist $120.00-$150.00 (field work not including survey equipment billed at individual standard rate plus vehicle as
appropriate.)
Senior Geologist/Hydrogeologist $150,00-$180.00 (1)Prevailing wage rates shown for San Joaquin,Stanislaus,Merced,Madera,Fresno,Tulare,
Principal Geologist/Hydrogeologist $195.00-$235.00 Kings,and Kam counties;other counties as quoted.
Associate Water Resources Specialist $105.00-$130.00 (2)Overtime for Construction Services prevailing wage will be calculated at 125%of the standard
prevailing wage rate.
Senior Water Resources Specialist $135.00-$160.00
Environmental&Roof Specialist $120.00-$200.00 Additional Fees
Pli!�$taffy. _ Expert Witness 1 GIS Training: As quoted.
Assistant Planner/CEQA-NEPA Specialist $85.00 - $105.00 Travel Time(for greater than one(1)hour from employee's base office):
Associate Planner/CEQA-NEPA Specialist $110.00-$133.00 $80/hour(unless the individual's rate is less)
Senior Planner/CEQA-NEPA Specialist $140.00-$168.00
Principal Planner/CEQA-NEPA Specialist $173.00-$196.00 Mileage:
Costsal
Technical Mileage: IRS value+ 15%
Id -- '� �' Outside Consultants: Cost+15%
Assistant Technician $75.00-$97.00
Direct Costs: Cost+ 15%
Associate Technician $102.00-$125.00
Senior Technician $130.00-$150.00
Provost&Pritchard Consulting Group
P-22-522.docx