Loading...
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