HomeMy WebLinkAbout2022-SWT-On-Call-A-and-E-and-Other-Related-Services-Agreement.pdf On-Call Agreement for
Architectural and Engineering Consultant and Other Related Services
Contents
1. OBLIGATIONS OF THE CONSULTANT ....................................................................4
2. OBLIGATIONS OF THE COUNTY..............................................................................7
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
I 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
4 of June 2022, by and between the COUNTY OF FRESNO, a Political Subdivision of
5 the State of California, hereinafter referred to as "COUNTY"; and SWT Engineering, Inc., a
6 California Corporation, whose address is 800 S. Rochester Ave., Ste C, Ontario, CA 91761
7 herein after referred to as "CONSULTANT".
8 Recitals
9 WHEREAS, the COUNTY desires to retain the CONSULTANT as one of a number
10 of consultant firms to provide, pursuant to separate agreements, on-call architectural and
11 engineering consulting services and/or staff augmentation consulting services,
12 encompassing architectural, structural, mechanical, transportation, environmental, water
13 resources, surveying, geotechnical, materials testing and such other architectural and
14 engineering disciplines for which each such consultant is qualified, as necessary to assist
15 the COUNTY in performing projects (hereinafter referred to as "PROJECT(S)") proposed by
16 the COUNTY; and
17 WHEREAS, said the CONSULTANT has been selected in accordance with the
18 COUNTY's Ordinance Code Chapter 4.10 on the selection of architects, engineers, and
19 other professionals, and in accordance with Chapter 10 of the California Department of
20 Transportation's (CALTRANS) Local Assistance Procedures Manual (LAPM), to provide
21 certain professional services necessary for the PROJECTS, as specified herein; and
22 WHEREAS, the individual listed below
23 Erin Haagenson, Principal Staff Analyst
24 2220 Tulare Street, 6th Floor, Fresno, CA 93721
25 559-600-4528
26 ehaagenson(a)_fresnocountyca.gov
27 is designated as the CONTRACT ADMINISTRATOR for this Agreement on behalf of the
28 COUNTY, and shall remain so unless the CONSULTANT is otherwise notified in writing by
3
1 the COUNTY's Director of Public Works and Planning or his/her designee(s) (hereinafter
2 referred to as the "DIRECTOR"); and
3 WHEREAS, the individual listed in Appendix A, as the firm's "Consultant Project
4 Manager" is designated as the CONSULTANT'S PROJECT MANAGER for this Agreement,
5 and shall remain so unless the CONSULTANT requests and the DIRECTOR approves, in
6 writing, a change of the CONSULTANT'S PROJECT MANAGER, which approval will not
7 be unreasonably withheld; and
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 CONTRACTOR COUNTY OF FRESNO
Steve
White ..,.,
Steve White
J lC e U y `C Date:2022.06.13 11:32:A1-07'00'
6 C =%
(Authorized Signature) Steven White, Director
7 Department of Public Works and
Planning
8 Michael A. Cullinane, President
Print Name &Title
9
10 Mailing Address
11 800-C S. Rochester Ave.
Ontario, CA 91761
12 I
APPROVED AS TO LEGAL M
13 Daniel C. derborg, untyFU sel
14
15 By: � ..
16
17 APPROVED AS TO ACCOUNTING
FORM
18 Oscar J. Garcia, CPA,
Auditor-Controller/Treasurer-
19 Tax Collector
a
20r�
By: �
21
j,
22
FOR ACCOUNTING USE ONLY:
23
Fund: 0001 /0010/0400/ 0700/0701 10710 / 0720 10801
24
Subclass: 10000 / 1,1000 / 15000/ 15001 116900/ 10052 /10053 1 10061 ! 10063 1 10065
25 10067
26 Org: 4360/4365/45104511 145104512!45104513 f 45104514/7205!7910!8852/885
18861 18863 / 8865,18867 19015 19020 !9026 19028 19140
27
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: SWT Engineering
CONSULTANT is approved for these services:
Staff Federally
Discipline On-Call Funded
Augmentation projects
Archaeology / Architectural History /
Paleontology
Architectural Drafting and Design
Assessment Engineering
Biology
Building Commissioning (LEED)
Building Plan Checking
Certified Access Specialist (CASP)
Certification
Civil Engineering
Construction Management
Cost Estimating
Electrical Engineering
Encroachment Permit Inspections
Environmental Planning Services
Geotechnical Engineering
Grant Writing
Hydraulic Engineering
Industrial Hygiene, Hazardous Material,
Lead and Asbestos Compliance
Land Use / Planning
Landscaping Architecture
Materials Testing
Appendix B — Consultant's Scope of Services
On-Call Architectural and Engineering Consultant and Related Services
Staff Federally
Discipline On-Call Funded
Augmentation projects
Pavement Management
Permit Technicians
Plumbing and Mechanical Engineering
Solid Waste Engineering X
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.
2of12
Appendix B — Consultant's Scope of Services
On-Call Architectural and Engineering Consultant and Related Services
Table of Contents
Consultant's Scope of Services — Appendix B ................................................................ 1
Consultant Eligible Services Form .............................................................................. 1
Tableof Contents............................................................................................................ 3
Descriptions of Work by Discipline .................................................................................. 5
Archaeology/Architectural History/Paleontology.......................................................... 5
Architectural Design and Drafting ................................................................................ 5
AssessmentEngineering ............................................................................................. 5
Biology......................................................................................................................... 5
Building Commissioning (LEED).................................................................................. 5
Building Plan Checking................................................................................................ 5
Certified Access Specialist (CASP) Certification ......................................................... 5
CivilEngineering.......................................................................................................... 5
Construction Management........................................................................................... 5
CostEstimating ........................................................................................................... 5
Electrical Engineering.................................................................................................. 5
Environmental Planning Services ................................................................................ 5
Geotechnical Engineering............................................................................................ 5
GrantWriting Services................................................................................................. 5
HydraulicEngineering.................................................................................................. 5
Industrial Hygiene, Hazardous Material, Lead and Asbestos Compliance................... 5
LandUse / Planning .................................................................................................... 5
Landscape Architecture............................................................................................... 5
MaterialsTesting ......................................................................................................... 5
Pavement Management............................................................................................... 5
Plumbing and Mechanical Engineering........................................................................ 5
Solid Waste Engineering ............................................................................................. 5
StructuralEngineering ................................................................................................. 6
Surveying..................................................................................................................... 6
Traffic and Transportation Engineering........................................................................ 6
UtilityLocating ............................................................................................................. 6
Water Resources Operators........................................................................................ 6
Water Resources Engineering..................................................................................... 6
3of12
Appendix B — Consultant's Scope of Services
On-Call Architectural and Engineering Consultant and Related Services
On-Call Services ............................................................................................................. 7
TechnicalReports........................................................................................................ 7
Preparation of Various Reports and Studies................................................................ 7
Preliminary Engineering............................................................................................... 8
Prepare Design Plans, Technical Specifications and Construction Estimate............... 8
Construction Observation .......................................................................................... 10
Building Plan Checking.............................................................................................. 12
Staff Augmentation On-Call Services............................................................................ 12
All Staff Augmentation Services ................................................................................ 12
ProjectDesign ........................................................................................................... 12
Construction Management......................................................................................... 12
EngineeringSupport.................................................................................................. 12
MaterialsTesting ....................................................................................................... 12
Pavement Condition Index Field Reviews ................................................................. 12
PermitTechnicians .................................................................................................... 12
Traffic and Transportation Planning........................................................................... 12
Water Resource Operators........................................................................................ 12
4of12
Appendix B — Consultant's Scope of Services
On-Call Architectural and Engineering Consultant and Related Services
Descriptions of Work by Discipline
Solid Waste Engineering
Consultants must be able to perform solid waste engineering activities, including without
limitation any or all of the following tasks listed below, in accordance with California
Code of Regulations (CCR) Titles 14, 17, 22, 23 and 27 et.al., San Joaquin Valley Air
Pollution Control District (SJVAPCD) Rules and Regulations, and 40 CFR 258 (subtitle
D), as appropriate.
1. Structural, geological, hydrogeological, geotechnical, surveying and support services
pertaining to Solid Waste (landfills). Consultants must be able to perform any or all
the following in according with California Code of Regulations (CCR) Titles 14, 17,
22, 23 and 27 et.al., San Joaquin Valley Air Pollution Control District (SJVAOCD)
Rules and Regulations, and 40. CFR 258 (subtitle D) as appropriate.
2. The preparation of Plans, Technical Specifications, and Construction Estimates
pertaining to the design of:
a. Landfill modules and covers
b. Landfill Gas Collection and Control Systems (LFGCCS)
c. Environmental (groundwater, landfill gas) remediation systems
3. Evaluation of monitoring programs in accord with CCR 27
4. Design and implementation of monitoring programs including Evaluation Monitoring
Programs (EMP) as delineated in CCR Title 27
5. Engineering Feasibility Studies (EFS) as delineated in CCR Title 27
6. Corrective Action Program (CAP) design and implementation as delineated in CCR
Title 27
7. Review and provide comments or revisions as requested, or undertake the actual
preparation if directed, of landfill-specific regulatory documents, including any of the
following:
a. Joint Technical Documents (JTD)
b. Closure, Post-closure and Corrective Action Plans and cost estimates
c. Solid Waste Facility Permits
d. Waste Discharge Orders including aquifer exemptions
e. Authority to Construct
5 of 12
Appendix B — Consultant's Scope of Services
On-Call Architectural and Engineering Consultant and Related Services
f. Permits to Operate
g. Various regulatory agency reports or responses required as a result of
regulations, studies, orders or violations (e.g., CAP Evaluation Report)
8. Remediation system(s) efficacy studies
9. Landfill tipping fee studies and implementation
6 of 12
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;
7of12
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.
8 of 12
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.
9 of 12
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
10 of 12
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.
11 of 12
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.
12 of 12
Appendix C
ENNINfE�1M0
PART B TEAM INFORMATION/FIRM PRINCIPALS
SWT has been providing on-call engineering services throughout California since its inception in 2007. This
allows SWT to provide the County of Fresno with a significant number of qualifications and related experience.
This related experience allows SWT to work with the regulators to facilitate the best alternatives for the County
of Fresno and obtain timely approvals, and in some cases expedited approvals, when necessary.
Supporting this on-call contract, we have teamed with HAI, our geotechnical consultants, who we have and
are currently teaming with us on other landfill projects. HAI has the experience, background, and landfill
knowledge, as well as the appropriate staff to support whatever needs arise during the term of this on-call
contract. The SWT Team's site and overall experience and familiarity with similar projects means having no
learning curve and a Team that is readyto begin immediately supporting requests from the County of Fresno.
Attachment A includes full resumes of personnel for the SWT Team. SWT and Hushmand Associates Inc.
(SWT Team) are committed to the County of Fresno and have a proven history of delivering successful
engineering and construction projects. The SWT Team provides a group of professional staff,second to none,
who have performed these types of services for numerous similar projects, which will bring the County of
Fresno a wealth of experience along with innovative solutions. The following Parts of this proposal will outline
SWT's project experience and qualifications,which have been completed by the staff proposed for the County
of Fresno.
FIRM PRINCIPALS
For full resumes of key personnel and additional supporting staff, refer to Attachment A of this proposal.
Mr. Cullinane has more than 30 years of experience managing the development of
municipal solid waste landfill expansions, permitting, design, construction support,
closures, and civil improvement projects. He has successfully managed hundreds of
landfill projects from small to larger scale (over $40 million overall budget), with
outstanding results. His experience has included the design of over 50 Subtitle D
liner systems expansion construction projects. Mr. Cullinane has made presentations
to members of the Solid Waste Management of Association of America (SWANA) on
issues raised by Subtitle D liner design regulations and is a specialist in landfill
development as a resource, while balancing the demands of effective landfill operations,regulatory agency
requirements, and owner's goals. Mr. Cullinane has been a Design Engineer or Principal-in-Charge for over
25 Final or Partial Final Closure Plan construction projects. His Final Closure experience started in the
early 90s with the first Subtitle D Closure of the Orange County 300-acre Coyote Canyon Landfill. Since
that time, Mr. Cullinane has completed numerous Evapotranspiration(ET)soil cover closures and has been
an integral part in its evolution/implementation. Mr. Cullinane is recognized as one of the leading solid
waste engineers in California with an outstanding reputation within both the regulatory, public and private
sector.
Education
BS-Civil Engineering(California State Polytechnic University, Pomona, CA, 1984)
AS- Engineering Emphasis (Mount San Antonio College, Walnut, CA, 1981)
Registrations Memberships
Registered Civil Engineer, (CA, AZ, MT, HI,TX) American Society of Civil Engineers (ASCE)
Qualified California Industrial General Permit National Society of Professional Engineers (NSPE)
Trainer of Record (00175) Solid Waste Association of North America (SWANA)
County of Fresno Department of Public Works and Planning
Request for Qualifications Page 3 SWT Engineering
Appendix C
ri�ci�;rrei!ic
Project Experience
Mr. Cullinane has significant project experience of over 35 years as a Civil Engineer, and the last 30 years in
the solid waste industry. The following sites were selected as examples of the numerous projects Mr.
Cullinane has managed. These projects included primarily Solid Waste Engineering projects from Fill
Sequencing to Large Capital Construction projects. Mr. Cullinane has managed numerous On-Call contracts
throughout his career. The following are contracts that are since SWT's inception in 2007.
San Bernardino County OCWR - South Region
Solid Waste Management Division (SWMD)
2010 - 2013 2009 - 2013
2013 - 2016 2013 - 2016
2016 - 2019 2015 - 2018
2019 - Current 2017 - Current
Flathead County Solid Waste District(FCSWD) OCWR - North Region
2008 - 2015 2013 - 2015
2015 - 2020 2015 - 2020
2020 - Current 2017 - 2020
Orange County Waste& Recycling(OCWR) Central 2017 -Current
Region
2013- 2019
2017 -Current
As you can see from the above table, Mr. Cullinane has managed to continue to recontract all of SWT's on-call
contracts.
As some clients do not use an on-call contract mechanism, Mr. Cullinane has managed other contracts for
Santa Barbara County,Santa Maria, Republic Services, Waste Management, and Waste Connections.
Tajiguas Sanitary Landfill, Goleta, California
Project Manager responsible for various projects including containment system design, fill sequencing and
operational plans, construction documents, regulatory compliance, and construction support. Mr. Cullinane
has been the Project Engineer for all Groundwater Protection Expansion constructed at the site, including
Phases II (IA, IB, IC, IIA, 11B, IIC, IIIA-B, 111B, IIIC-D, and IIIE) and IIIF, which is currently under construction. He
was the Project Manager/Engineer of Record for the Phase 2-3 Partial Final Closure (PFC) project, which
used the Phase IIIC - D Liner Excavation for the ET cover soil to complete the PFC. Mr. Cullinane was also
the Project Manager/Engineer for all the major stormwater control facilities on-site, which include concrete
lined North Basin with skimmer, perimeter concrete lined storm channel, and membrane lined South Basin.
Santa Maria Regional Landfill - City of Santa Maria
Mr. Cullinane has been the Project Manager for service to the City of Santa JOIN„fCHNICAL DOCUMENT
Maria (City) since 2009, working on the Santa Maria Regional Landfill �°�'am'�
(SMRL). This work has included Capacity Analysis for the past 10+ years
\,.�..
providing the City with details reports of the consumption of airspace used
annually within the Cell 1 and NHIS areas, with back-up documentation and
soil usage/available stockpiled material. This also included updating the
approved Joint Technical Document (JTD), which included a reallocation of
airspace from Cell 2 to Cell 1 to extend the life of Cell 1 as the potential _
construction of Cell 2 will not be needed. Apart from the revised JTD, SWT
prepared and received approval on the Partial Final Closure Plan based on
the reallocation of airspace, as stated above, and the Closure and Post-
Closure Maintenance cost estimates. SWT provides continual support on
National Pollutant Discharge Elimination System (NPDES) training and site �w.°..
County of Fresno Department of Public Works and Planning
Request for Qualifications Page 4 SWT Engineering
Appendix C
M 4 LIT\
MINUE111
Stormwater Pollution Prevention Plans (SWPPPs) annually. SWT has also submitted an approved Notice of
Non-Applicability(NONA)for the landfill, which states that the site has a large enough basin onsite to collect
all industrial stormwater runoff and does not allow it to discharge offsite. This approved NONA and SWT
support has assisted in defending the City with a third-party potential lawsuit, in which the lawsuit was
dropped based on the NONA status and the Notice of Termination (NOT)from the Industrial General Permit
(IGP) program. SWT has also assisted on numerous other tasks for the City.
Vasco Road Landfill, Livermore, California
Mr. Cullinane has performed consulting services to Republic Services in support of the ongoing development
for numerous facilities including the Vasco Road Landfill. Mr. Cullinane was the Principal-in-Charge of the
design and permitting of the past three groundwater protection systems (liners) and two partial final closure
plans. The services also included engineering support during construction. SWT, with Mr. Cullinane as a
project manager, has completed the design and permitting of the 2019 partial final closure plan, however
Republic Services has postponed its construction but wanted to have a "shovel ready" closure project.
DU-12 2011/12 2011 Partial Final Closure 22 acres
DU-12B 2015 2015 Partial Final Closure 15 acres
DU-13A 2018
Future
DU-13 2021/2022 2019 Partial Final Closure 19 acres
All 5 projects (Liners and Closure) have been completed on schedule without any claims and were promptly
approved by the Regional Water Quality Control Board. SWT has updated the Preliminary Closure Plan to
reduce the facility's closure costs based on these Partial Final Closures.
Chicago Grade Landfill,San Luis Obispo County, California a„m. �. „••.y °
The Chicago Grade Landfill (CGL) was acquired by Allos Environmental in
2018. Since that time, SWT under Mr. Cullinane's project management Ryan Lo66aW'17'7.1
has revised master excavation sequencing to reduce capital costs of site
development, completed three groundwater protection projects (Liner),
and a Partial Final Closure (PFC). This was the first PFC site and was
approximately 15 ac (4 ac deck and 11 ac slopes).
Module 6(B)to Module 6(A) LCRS liner interconnect Summer 2108
Module 6(B) Phase 1 Summer 2019
Module 6(13) Phase 2 and Phase 1 Partial Final Closure Project Spring 2020
The liner and PFC project included excavated material from the liner —
development was selectively excavated by closure final cover specification
"""�"�`requirements. SWT did not prepare the initial PFCP, but in review - '
cer,vai coas ae9rooai wafer ctuainy cmnoi aoam
proposed to amend the approved plan from a 5-foot-thick ET cover to 3
feet, which was approved by the Regional Water Quality Control Board
(RWQCB). Not only was this a significant cost savings to the project but
also allowed for more area be closed as there was not adequate amount
of cover soil to meet the thicker requirement.
ZZ
0.0
r .e�G.arn C+=.r n.w.nr....r..wr..r..r:.i•rr.
County of Fresno Department of Public Works and Planning
Request for Qualifications Page 5 SWT Engineering
Appendix C
ri�ci��rrei!ic
Ms. Olin is a Principal Planner and has over 30 years of experience in solid waste
management facility permitting, regulatory liaison, and planning. Ms. Olin has
participated in the preparation of permitting documents for various landfill and
transfer station facilities located throughout California. Ms. Olin has been involved
with planning and permitting process on over 50 landfills, transfer stations, and
composting and material recovery facilities.
PROJECT EXPERIENCE
Ms. Olin has been involved in document preparation (i.e.,Joint Technical Documents, Closure Plans, Permit
Reviews,Transfer/Processing Reports, and Reports of Waste Discharge) in the permitting of over 50 landfill,
and composting, transfer and waste handling facilities. Ms. Olin has been recently involved in
permitting/closure (preliminary/final/partial) projects for Frank R. Bowerman Landfill, Olinda Alpha Landfill,
Prima Deshecha Landfill,Santiago Canyon Landfill, Benton Crossing Landfill, Walker Landfill, Chicago Grade
Landfill, El Sobrante Landfill, Forward Landfill, Newby Island Sanitary Landfill, Otay Landfill, Ox Mountain
Sanitary Landfill, Vasco Road Landfill, Santa Maria Regional Landfill, Tajiguas Sanitary Landfill, and various
San Bernardino County landfills (active and closed sites). In addition, Ms. Olin has also prepared
Transfer/Processing Reports (TPRs) for the Elder Creek Transfer and Recovery Station, Forward Resource
Recovery Facility, Newby Island Recyclery, Rice Road Recyclery and Transfer Station, Golden Bear Waste
Recycling Center, Guerneville Transfer Station, Healdsburg Transfer Station, Sonoma Transfer Station,
Contra Costa Transfer and Recovery Station, and West County Central Processing Facility. Ms. Olin is
currently working with the County of Orange County and the regulatory agencies in extending the use (i.e.,
use for consecutive days beyond the currently approved duration) of geosynthetic tarps as Alternative Daily
Cover(ADC) at the County's three active landfills.
In addition, Ms. Olin provides technical, regulatory, and legislative research capabilities and has extensive
knowledge of state and federal regulations related to solid waste management.
PROJECT MANAGEMENT
Project management duties performed by Ms. Olin included, but was not limited to, coordination of
engineering/design, permitting, planning, and/or management of work tasks, scheduling, budget control,
and client/regulatory agency interface. Ms. Olin was the overall Project Manager for some of the following
projects:
♦ Olinda Alpha Landfill, Solid Waste Facility Permit Revision and Updated Joint Technical Document,
Orange County, California
♦ Olinda Alpha Landfill, Phase 2 Partial Final Closure/Post-Closure Maintenance Plan, Orange County,
California
♦ Olinda Alpha Landfill, Phase 1 and Phase 2 Partial Final Post-Closure Maintenance Plan, Orange
County, California
♦ Prima Deshecha Landfill, Solid Waste Facility Permit Revision and Updated Joint Technical Document,
Orange County, California
♦ Prima Deshecha Landfill, 5-Year Permit Review and Amended Joint Technical Document, Orange
County, California
♦ Frank R. Bowerman Landfill, 5-Year Permit Review and Amended Joint Technical Document, Orange
County, California
♦ Santa Maria Regional Landfill, Solid Waste Facility Permit Revision and Updated Joint Technical
Document and Updated Partial/Preliminary Closure and Post-Closure Maintenance Plan, Santa
Barbara County, California
County of Fresno Department of Public Works and Planning
Request for Qualifications Page 6 SWT Engineering
Appendix C
ri�ci��rrei!ic
♦ Tajiguas Sanitary Landfill, Updated Partial Final/Preliminary Closure and Post-Closure Maintenance
Plan in support of Solid Waste Facility Permit Revision, Santa Barbara County, California
♦ West Miramar Sanitary Landfill, Solid Waste Facility Permit Revision and Updated Joint Technical
Document, City of San Diego, California
♦ Forward Landfill, 5-Year Permit Review and Updated Joint Technical Document, San Joaquin County,
California
♦ Forward Landfill, Stage 1B Partial Final Closure and Post-Closure Maintenance Plan, San Joaquin
County, California
♦ Keller Canyon Landfill, 5-Year Permit Review and Updated Joint Technical Document, Contra Costa
County, California
♦ Newby Island Sanitary Landfill, Partial Final Closure and Post-Closure Maintenance Plan, City of San
Jose
♦ Otay Landfill, Phase II Partial Final Closure and Post-Closure Maintenance Plan, San Diego County,
California
♦ Ox Mountain Sanitary Landfill, 5-Year Permit Review and Updated Joint Technical Document, San
Mateo County, California
♦ Ox Mountain Sanitary Landfill, Solid Waste Facility Permit Modification and Amended Joint Technical
Document, San Mateo County, California
♦ Ox Mountain Sanitary Landfill, Partial Final Closure and Post-Closure Maintenance Plan and
Amendments, San Mateo County, California
♦ Vasco Road Landfill, Revised Joint Technical Document in Support of a Revised Solid Waste Facility
Permit, Alameda County, California
♦ Vasco Road Landfill, 5-Year Permit Review and Updated Joint Technical Document, Alameda County,
California
♦ Vasco Road Landfill, Partial Final Closure and Post-Closure Maintenance Plans, Alameda County,
California
♦ West Contra Costa (Closed) Sanitary Landfill, Updated Post-Closure Maintenance Plan, Contra Costa
County, California
♦ West Contra Costa Sanitary Landfill Organic Materials Processing Facility, Report of Facility (RFI)
Amendment and Updated RFI, Contra Costa County, California
♦ Walker Landfill, Preparation of Preliminary Closure and Post-Closure Maintenance Plan, Mono County,
California
♦ Benton Crossing Landfill, Preparation of Final Closure and Post-Closure Maintenance Plan, Mono
County, California
♦ El Sobrante Landfill, Partial Final Closure and Post-Closure Maintenance Plan, Riverside County,
California
County of Fresno Department of Public Works and Planning
Request for Qualifications Page 7 SWT Engineering
Appendix C
BEN HUSHMAND, Ph.D., P.E.
le, PRESIDENT, PRINCIPAL ENGINEER
HUSHMAND ASSOCIATES,INC.
Geotechnical and Earthquake Engineers
Registration
PROFESSIONAL EXPERIENCE 0 Civil Engineer, CA No. C44777
Dr. Hushmand has more than 35 years of experience in geotechnical • 40-Hour OSHA Trained,29 CFR
and environmental design, research, testing, and applications, 1910.120(e)(2)/8 CCR 5192
specializing in soil dynamics and analysis and design of soil-structure • Radiation Safety and Use of Nuclear
systems. He has managed and acted as lead engineer in some of the Gauges Certificate
most challenging national and private projects of the last two decades Education
involving seismic hazard evaluations and geotechnical investigations for . Ph.D. Civil(Geotechnical&Earthquake)
large public works, including transportation, port and marine, water Engineering, California Institute of
resources, industrial, and commercial projects; design and seismic Technology(Caltech),1984
evaluation of critical facilities such as schools and hospitals, police . M.S., Civil Engineering, California
stations, 911 centers, and traffic management centers; dynamic load Institute of Technology, 1978
response evaluation of bridges, dams, and underground structures; . B.S.,Structural Engineering,Sharif
development of large databases for load carrying capacity of highway Univ. of Technology, Tehran,Iran, 1977
bridges and culverts; liquefaction potential evaluations for dams and
marine structures;soil-structure interaction problems of foundations and professional Organizations&
Academic Credentials
retaining structures; site-specific seismicity evaluations; physical
modeling similitude studies of engineering and geologic systems at 0International Society of Soil Mechanics
normal and elevated gravity;and large scale subsurface exploration and and Foundation Engineers(ISSMFE)
geotechnical design of buried structures. 0American Society of Civil Engineers
(ASCE)
Dr. Hushmand has worked on many projects studying the dynamic 0 Earthquake Engineering Research
behavior of shallow foundations, piles, gravity base offshore platforms, Institute(EERI)
dams, bridges, retaining walls,and liquefiable soils. He has specialized 0 Seismological Society ofAmerica(SSA)
expertise related to experimental and computer modeling studies of the 0 Member Technical Review Committee,
dynamic response of ports, bridges, landfills, earth structures and National Science Foundation(NSF)
shallow and deep foundations. His broad and extensive background in 0 Adjunct Faculty, Caltech 1990-2004
dynamic testing has been recognized internationally, and he is one of a • Visiting Faculty, USC 1985-1989
select cadre of renowned experts in this field. • Member Soil Dynamics Committee,
ASCE 1984-2000
RELEVANT PROJECT EXPERIENCE
Year of Experience:
Over Years
Seismic Monitoring and Cover Design, Oil Landfill Superfund Site,
Monterey Park,CA—In support of the general closure studies of the 011 . Over
Years with HAI
landfill, two seismic stations were installed to record landfill behavior
during earthquakes and analyze recorded landfill response to estimate
dynamic properties of municipal solid waste. These properties were used in seismic design of the cover system.Cover system,
surface drainage and grading alternatives were evaluated along with slope stability and settlement analysis. Static and seismic
slope stability analyses and finite element seismic deformation analyses were performed to estimate landfill slope
displacements during the site design earthquake event.
Static and Seismic Slope Stability Analysis of Cell 1 Height Increase - Santa Maria Regional Landfill, Santa Maria,
Santa Barbara County, CA—Reviewed available reports and data, performed a site-specific seismic hazard evaluation and
slope stability analyses for static and seismic loading conditions based on pseudo-static slope stability analyses or estimating
seismically-induced permanent displacements, estimated landfill subgrade settlement due to increased cell height based on
elastic solution. Stability analyses were performed to assess static and seismic stability of landfill slopes for the proposed
waste height increase within Cell 1 of the landfill. The northern boundary of the landfill is adjacent to the Santa Maria River
and near the Santa Barbara/San Luis Obispo County line. The City had a plan to increase elevation of the lined Cell 1 from
County of Fresno Department of Public Works and Planning
Request for Qualifications Page 8 SWT Engineering
Appendix C
fliGlliffiii55
the approved elevation of 362.5 feet to the maximum allowable elevation of 410 feet based on slope stability evaluations and
regulatory considerations. A site-specific Probabilistic Seismic Hazard Analysis (PSHA)was performed to obtain the design
Peak Ground Acceleration (PGA) and Acceleration Response Spectrum (ARS) of the project site corresponding to the
Maximum Probable Earthquake (MPE) event. The PSHA was performed for the selected faults and an earthquake scenario
using the latest attenuation relationships and the site faulting and seismicity data.The selected attenuation relationships were
based on the Next Generation Attenuation (NGA) relationships (NGA West 2). Two critical cross sections were selected to
evaluate static and seismic stability of the landfill slopes for the maximum allowable waste height within Cell 1.
Cell Redesign and Bioreactor Evaluation Kettleman Hills Facility Municipal Solid Waste Landfill Unit B-19, Kettleman
City, Kings County, CA- Performed analyses to evaluate stability of slopes for the Class II/III municipal solid waste (MSW)
and industrial waste landfill unit B-19 (Landfill B-19) at Waste Management, Inc. (WMI) Kettleman Hills Facility(KHF) due to
proposed fill plan modifications. The scope of work included evaluating static and seismic stability of the waste slopes for a
proposed Landfill B-19 new fill plan and optimizing the fill plan configuration and perimeter stability soil buttress design based
on the results of detailed analyses performed in several iterations. Landfill was proposed to be partially transformed to a
bioreactor waste storage unit and therefore, HAI evaluated physical and strength properties of waste in the bioreactor unit and
its effects on slope stability. The finite element program QUAD4M was used for site response and landfill seismic deformation
analyses. This commonly used finite element program provides a tool for maximizing waste capacity and optimizing its design.
Frank R. Bowerman Landfill — Phase VIII Buttress and Liner Design and Construction, Irvine, Orange County, CA-
Under a subcontract with SWT Engineering Inc. (SWT), provided peer review of the geological and hydrogeological
investigation and geotechnical evaluation performed by Geosyntec Consultants, Inc. in support of design and construction of
the Phase VIIIA/B Buttress and Liner Project(Phase VIII BLP) at the Frank R. Bowerman (FRB) Landfill, in Orange County,
California. The purpose of the project was to develop the Phase VIIIA/B disposal area as a California Class III (Municipal
Solid Waste,MSW)landfill facility similar to previously permitted and developed phases at the FRB Landfill. HAI peer-reviewed
Geosyntec's report documenting the results of the above-noted work, including field investigations, data processing, and
engineering evaluations. The report was an integral part of the design package and was submitted by OC Waste&Recycling,
the project owner,to the Santa Ana Regional Water Quality Control Board (RWQCB)for review and approval.
Time-Critical Removal Action, Cap Design & Construction for Installation Restoration Site 5, MCAS Miramar, San
Diego, CA—Project Manager for design and CQA services provided during design and construction of the landfill final cover.
From top to bottom the alternative landfill cover included a 3-ft thick evapotranspiration (ET)soil layer,a 250-mil thick double-
sided geocomposite layer; a 60-mil thick microspike high density polyethylene (HDPE) geomembrane layer; and a 2-ft thick
foundation layer consisted of a 6-inch thick upper layer of 3/8-inch minus sand and 1.5 ft of consolidated waste. A unique
challenge for design of the final cover was to protect the landfill eastern and northeastern slopes from erosion and slope failure
due to the presence of San Clemente Creek passing by the landfill and potential flooding.Along the creek,the cover included
a 12-inch thick filter gravel wrapped in 12 oz/ydz filter/cushion non-woven geotextile on top of geocomposite layer and a 30-
inch thick riprap layer.
♦ Geotechnical Engineering Evaluation, Marine Corps Air Station (MCAS), Landfill Sites 2 and 17, Remedial
Action Plan, El Toro, CA
♦ Missoula Landfill Expansion—Phase I and Supplemental Analysis, Missoula, Montana
♦ Phase 11 Stability Berm and Phase 11a Liner and LCRS, El Sobrante Landfill, Corona
♦ Phase B2 Final Cover, El Sobrante Landfill, Corona, CA
♦ Phase II Liner Construction, Las Pulgas Landfill, MCB Camp Pendleton, CA
♦ Phase 1C Liner Construction, Lancaster Landfill &Recycling Center, Lancaster, CA
♦ Phase 1 B Liner Construction, Lancaster Landfill &Recycling Center, Lancaster, CA
♦ LF-2, Cell No.4 Base Liner Termination, Fink Road Landfill, Patterson, CA,2005
♦ Phase 1A Liner Construction, Lancaster Landfill &Recycling Center, Lancaster, CA,2004
♦ Antelope Valley Landfill, Cell IV-Step 5,Antelope Valley, CA,2005
County of Fresno Department of Public Works and Planning
Request for Qualifications Page 9 SWT Engineering
Appendix C
fliGllit`fii1MC
PART C KEY PERSONNEL
For full resumes of key personnel and additional supporting staff, refer to Attachment A of this proposal.
Mr. Botica is a Project Manager with over ten years of experience in municipal solid
waste disposal facility design, public works, and civil engineering project infrastructure
design. Mr. Botica has assisted in landfill liner development projects, closure design
development, construction document preparation, design of grading, drainage
systems, access roads, operational fill sequencing, and waterline projects for solid
waste disposal sites. He has provided engineering calculations for hydrology studies
and storm drain plans and prepared grading and drainage plans for landfill closure and civil infrastructure
projects. In addition, he has prepared closure/post-closure cost estimates and Non-Water Release
Corrective Action Plans for multiple sites.
EDUCATION
B.S. -Geospatial Engineering(California State Polytechnic University, Pomona, CA, 2009)
M.S. - Environmental Engineering(California State University Fullerton, CA, 2013)
REGISTRATION
Registered Professional Engineer-California
PROJECT EXPERIENCE
Big Bear Sanitary Landfill, San Bernardino County, CA
Assisted in the preparation of the final closure construction drawings including grading,drainage and access
roads, and hydrology and hydraulics calculations. Assisted in the development of final cover sections for
mono-fill slope final cover and alternative final cover (LLDPE geomembrane) for benches, perimeter and
access roads, and top deck areas.
Davenport Park(55th Way Landfill), Long Beach, California
Designed a re-closure for the site to the existing adjacent park to expand and provide the community with a
beneficial re-use of the area. Worked with CalRecycle on a matching grant to help with construction funding
for the City of Long Beach. Implemented a landfill gas collection system and closure geomembrane with a
drainage geocomposite and drainage features.
El Sobrante Sanitary Landfill, Corona, California
Designed a site truck wheel wash for transfer and garbage trucks to drive through and clean off any mud
collected during wet weather days prior to leaving the site. Also establishing the site to comply with
stormwater requirements to meet a non-discharging site.
Project managed the Phase C1 and C2 Partial Final Closure Construction documents, from construction
plans and technical specifications, to the CQA qualifications, bid support, contractor RFI's, and project
completion.
Mr. Botica also developed conceptual and construction level designs for multiple site NONA design basins
throughout the site and on adjacent Waste Management owned properties.
Integrated Waste Management Facility,Santa Maria, California
Assisted in updating the Master Phasing Plan for the facility, stockpiling configurations, drainage control
features, and site life calculations based on projected waste inflow. Also assisting in the redesign of the
entrance road, site offices, and scales area planning development. Managed the re-design of the 2019
Master Development of the site to work in multiple canyons to avoid oil wells and stay within the original
limits of the accept bio mitigation areas.
County of Fresno Department of Public Works and Planning
Request for Qualifications Page 10 SWT Engineering
Appendix C
ri�ci��rrei!ic
Prima Deshecha Landfill, Orange County, California
Assisted in the initial design of Phase Al, and Phase A2 Liner Construction Drawings, Design Report,
drainage study, master development phasing, and connection with the new La Pata Road extension project
running through the site. Managed the completed Phase A Liner Construction Plans, design report,
hydrology/hydraulics, and technical specifications for the site to supply capacity for 8+ years.
Santa Maria Regional Landfill, Santa Maria, California
Managed annual Capacity Analysis for the site.Assisted with updating the JTD to reflect an increased height
adjustment in Cell 1 and a reduction of height in Cell 2 to keep the existing ultimate capacity. Currently
working on conceptual Cell 1 Expansion design into the NHIS area to help with 4+ years of expansion prior
to the proposed IWMF-Los Flores development.
Tajiguas Sanitary Landfill,Santa Barbara County, California
Mr. Botica has a substantial amount of experience at the TSL, which includes assisting in the development
of liner construction drawings for Phases 2C,3A,3B,3C,and 3D liner areas atthe TSL, including liner details,
leachate collection and recovery system design, base/slope liner system details, leachate collection and
recovery system, and interim storm water protection system design.
Mr. Botica was the Phase 2 & 3 Closure Design Engineer, providing cost-effective Construction Plans,
Competed Design Report including hydrology and hydraulics for the closure, JTD updates, and CPCMP.
Victorville Sanitary Landfill,San Bernardino County, California
Assisted in the preparation of the Entrance Road and Scale Facilities Drawings and Specifications, including
grading, drainage, hydraulic, and septic designs. In addition to conceptual NONA designs to help the site
with NPDES.
West Miramar Sanitary Landfill,San Diego, California
Assisted in the development of the closure cost estimate and recycled waterline design of the site's existing
composting process. Assist in JTD updates and modifications for the site as they arise.
Non-Water Release Corrective Action Plans(NWRCAP)and Updates
Lead and assisted in the preparation and completion of multiple Non-Water Release Corrective Action Plans
(NWRCAP), including compiling data on current landfill configurations, impacts due to tsunamis, 1,000-year
storm precipitation events, sub-surface fires, wildfires, 500-year flooding, and all the mitigation and costs
associated with such events.
The following are some of the NWRCAP's that Mr. Botica has worked on: Barstow Sanitary Landfill, Bradley
Sanitary Landfill, Central Disposal Site Landfill, Chateau Fresno Landfill, Chestnut Avenue Sanitary Landfill,
French Camp Landfill, Forward Landfill, Keller Canyon Landfill, Landers Sanitary Landfill, Lompoc Sanitary
Landfill, Newby Island Sanitary Landfill, Ox Mountain Sanitary Landfill, Prima Deshecha Landfill, Salton City
Solid Waste Site, San Timoteo Sanitary Landfill, Santa Maria Regional Landfill, Tajiguas Sanitary Landfill, Tri
Cities Landfill,Vasco Road Landfill, West Contra Costa Sanitary Landfill, and West Miramar Sanitary Landfill.
Closures/Post-Closure Estimates
Mr. Botica develops and updates the closure and post closure cost estimates and the required backup
documentation for multiple sites to meetthe regulatory standards for the amount that facility Operators have
to pledge for closure and 30-year post closure requirements.
The following are some of the Closure/Post Closure Cost Estimates that Mr. Botica has worked on: Barstow
Sanitary Landfill, Benton Crossing Landfill, Bradley Sanitary Landfill, Colton Sanitary Landfill, Coyote Canyon
Landfill, Forward Landfill, Foxen Canyon Landfill, Frank R. Bowerman Landfill, Keller Canyon Landfill, Landers
Sanitary Landfill, Milliken Sanitary Landfill, Olinda Alpha Landfill, Ox Mountain Sanitary Landfill, Prima
Deshecha Landfill, San Timoteo Sanitary Landfill, Santa Maria Regional Landfill, Tajiguas Sanitary Landfill,
Toland Road Landfill,Tri Cities Landfill,Vasco Road Landfill,Walker Landfill,Watsonville Landfill,West Contra
Costa Sanitary Landfill, and West Miramar Sanitary Landfill.
County of Fresno Department of Public Works and Planning
Request for Qualifications Page 11 SWT Engineering
Appendix C
® 61\i.
ENi1NfI71xC
Mr. Brewer is a senior Civil Engineer with over 30 years of experience in general civil,
environmental, and solid waste design and compliance. He has expertise in project
management, landfill gas collection and control system design, air quality compliance and
permitting, environmental management, and construction quality assurance for projects
located in California, Arizona, Hawaii, and Saipan. Mr. Brewer joined SWT as a Project
Manager in October 2017 and brings a wealth of solid waste experience to our team.
Professional Licenses
Professional Engineer(Civil), California,#C50042 (1993); Hawaii, #14642 (2011)
STI/SPFA Aboveground Tank Inspector, #AST-6432 (2019)
Education
B.S., Civil Engineering, North Dakota State University, Fargo, ND (1988)
General Experience Summary
His experience includes, but is not limited to:
♦ General Civil (roads, grading, slope stability, etc.) ♦ Construction Management
♦ Landfill Closure & Post Closure design and permitting ♦ Project Management
♦ Liner Installation Oversight/Resident Engineer /Supervisor/Leadership
EXPERIENCE
SWT Engineering, Inc.
Title: Senior Engineer/Project Manager
Duties: Project manager and engineer for projects related to active and closed landfills,transfer stations,
construction/demolition facilities, compost management systems, landfill gas-to-energy (LFGTE) power
plants, flare stations, storm water management, and leachate collection and treatment plants. Recent
projects have also included CQA for liner and soil base construction of new landfill cells, construction/cell
development, and other construction management related tasks.
Additional experience includes permitting and compliance including closure/post-closure maintenance
plans, city and county use permits, permit applications and designs, Mr. Brewer is also a Steel Tank Institute
(STI) certified SP001 tank inspector for aboveground storage tank compliance.
Republic Services, Inc.
Title: Environmental Manager
Duties: Engineering and environmental compliance manager for active and closed landfills, transfer
stations, construction/demolition facilities, compost management, landfill gas-to-energy (LFGTE) power
plants,flare stations,storm water management, and Ieachate collection and treatment plants.As the facility
Environmental Manager(EM), responsibilities included managing construction projects for landfill cells and
sites, capacity calculations, scheduling/timeline, management of third-party CQA and contractors, and
resource and material coordination.
Earth Tech/AECOM
Title: Project En ineer
Duties: Project engineer responsible for landfill gas control and collection system design and layout, gas
modeling, well flow modeling, pipe modeling and sizing, construction engineering, and site investigations.
Construction engineer for various projects including retaining walls and curb/gutter and streets, and final
cover FML for two storage ponds and adjacent ditch/drainage systems. Served as Operation and
Maintenance Manager (Waimanalo Landfill) including supervision of one (1) technician, maintenance and
replacement of gas and flare system components, and regulatory compliance during operation.
County of Fresno Department of Public Works and Planning
Request for Qualifications Page 12 SWT Engineering
Appendix C
fliGllir`fii1MC
RUST E&I/Earth Tech
Title: Landfill Gas Engineer/Group Manager
Duties: Project engineer responsible for multiple project work including design, permitting, construction
oversight of landfill gas control systems, flare and blower stations, and landfill monitoring systems.
Construction management including landfill gas collection system installation, new flare station installation
(within South Coast Air Quality Management District [SCAQMD]), and landfill perimeter probe
installation/bore logging.
Mr. Brewer has significant project experience of over 32 years as a Civil Engineer, and 30 years in the soild
waste industry. The following sites were highlighted as Mr. Brewer has managed numerous projects related
to solid waste, construction management, and regulatory compliance.
Relevant Project Experience:
♦ County of Santa Barbara, Tajiguas Sanitary Landfill, Phase IIID Groundwater Protection System. Performed CQA
monitoring of the subgrade preparations, geosynthetics installation, LCRS, and Protective Cover Soil (PCS)
placement.
♦ Waste Management of North America, Waimanalo Landfill Facility Entrance Design, Waimanalo, Hawaii. Project
engineer responsible for design and construction of grading and routing of the facility entrance and perimeter road.
♦ Tesoro, Golden Eagle Refinery, V-Ditch Liner CQA, Martinez, California. Project engineer responsible for
construction observation and quality assurance of V-ditch geosynthetics liner system for closed waste
management unit.
♦ Waste Management of North America, Bradley Landfill CQA, Sun Valley, California. Project engineer responsible
for construction observation and quality assurance of landfill expansion area, including sub-base, liner and
retaining wall construction.
♦ City of Whittier,Savage Canyon Landfill CQA,Whittier,California.Construction engineer responsible for observation
and quality assurance of leachate liner installation for landfill expansion area.
From: Baquenzo,Ed<EBaquerizo@republicseNices.com, On routine matters,Doug was always a phone call away for valuable support and he always seem to know the
Sent: Wednesday,December23,20204:04 PM answers or where to find an obscure document.I can't convey how important It Is for our facility to have
Subject: 2020 Recognition for Excellent Engineering and Compliance Support Provided by Doug de pendab le access to som eon a who can help us to n wigat a the cc in plex eng neering and m in pliance
Brewer chall engas that we face daily I
On behalf of Republic Services I would like to personally r ilze Dougfor his outstanding professionalism
Hi Michael: and technical consultingsupport.He is an integral member of our consulting support team and is certainly
credit to SWT Engineering Thank you for makinghim available to us.I look forward to workingwith Dougin
As this challenging year is ending,I would like to express my sincere appreciation for the consistently high the coming year.
level of technical supportthat our company,Republic Services received from SWT Engineering Project
Manager—Doug Brewer in 2020. I'm now in my second year of employment as an Environmental Manager at Best Regards,
West Contra Costa Sanitary landfill(WCCSL)and can attest that my role requires me to confidently rely upon u p y t/,.t.v�JJ
consulting support.As a former Republic Services Environmental Manager,Doug is knowledgeable about our I J
operating platforms,company policies and facility history.I greatly appreciate Doug's approachable Ed
demeanor and can attest that he is well-liked by everybody at WCCSLF. By generously sharing his knowledge
and experience,Doug earned the confidence of our team. Ed I3aquerhr
Environmental Manager
Duringthe year,Doug led a number of'special projects'in addition to maintaining his routine duties in
supporting activities related to permitting and compliance at WCCSL.These projects were all successful and 1 Parr Boulevard Bulldng C
Richmond,California 94801
include: a ebaquerizo@republicservices.c
0 510 970 7248 c 510 230 8580
• Compliance Enhancement-WCCSL,GBTS,OM PF,Nove,and the IRRF; f 510 970 7270 w RepublicService om
• Identification and Organization of Facility Permits,Plans,Regulations;
• Organization of Facility Permits,Plans,Regulations in Binders and Electronic Folders;
• Identification of Actionable Items in Permits,Plans,and Regulations; Oki. 'A REPUBLIC'
• Development of Platform for Upload of New Tasks into EHS Compliance Data Tool; �� semzcEs
• Existing/New Task Resolution;
• Presentation of Project Overview to Republic Management Team; 'He'll nandle it from here
• 5-Year Regulatory Compliance Permit Review for WCCSL;
• Project oversight for performance ofan equipment/supply inventory and establishment of a facility inventory
yard;
• Evaluation of drainage improvements for side-slopes at the northern facility boundary;
• Annual Stormw Evaluation and Report for WCCSL,RSS,and IRRF;
Annual Safety Training; f"On behalf of Republic Services 1 would like to
•
• Regulatory support for CUP andLUP; personally recognize Doug for his outstanding
• Leading weekly meetings to review project status and plan future activities.
With regards to the first item-"Compliance Enhancement;'Doug played a key role in identifying all current professionalism and technical consulting support.
facility permits,plans,and regulations,confirming relevance,and organizing them for analysis. His knowledge He is an integral member of our consulting support
about solid waste regulations,air,groundwater,and stormwater compliance,and facility operations was an team and is certainly a credit to SWT Engineering."
extremely important factor in the success of this project. I feel that it is very likely that our efforts this year at
WCCSL on this project will develop into an expanded demand for similar services at other Republic
facilities.We(i.e.,me with the SWT Team)are now working closely with a corporate team to integrate our
model into a new compliance tool for utilization on a company-wide basis.
County of Fresno Department of Public Works and Planning
Request for Qualifications Page 13 SWT Engineering
Appendix C
ri�ci��rrei!ic
Mr. Reyes is a Project Engineer with 8 years of experience in municipal solid waste disposal
facility design, public works, and civil engineering project infrastructure design, construction
management, and construction quality assurance. Mr. Reyes has assisted in landfill liner
development projects, closure design development, construction document preparation
(drawings and technical specifications) agency correspondence and design of stormwater
drainage systems including engineering calculations for hydrology. He has become an
expert in the field of developing NONA Technical Studies in compliance with the California
Stormwater IGP. Mr. Reyes has performed construction observation and monitoring to ensure projects
were constructed in reasonable compliance with the approved Specifications and Construction Drawings.
EDUCATION
BS-Civil Engineering(California State Polytechnic University, Pomona, CA)
REGISTRATIONS MEMBERSHIPS
Registered Civil Engineer, 89895 - California American Society of Civil Engineers (ASCE)
Registered Civil Engineer, 72271 - Montana Solid Waste Association of North America (SWANA)
PROJECT EXPERIENCE
Flathead County Landfill, Kalispell, MT - Mr. Reyes is a Project Engineer who assisted in completion of
groundwater protection systems and closure project at the landfill. Mr. Reyes assisted in the development
of the new Entrance Facility Construction Drawings (3 Phases) at the landfill, which included underground
utilities electrical,sewer,water,fiber/telecom, instrument logic,stormwater conveyance systems,gravel pad
improvements, and pre-engineered steel building for site activities. Recently, he was the Design Engineer
for the new wash water pad and lined basin Construction Project which included design of a reinforced
concrete wash pad with grade beams and steel driving surface for heavy equipment, and design of a HDPE
textured geomembrane lined retention basin and conveyance system.
Mr. Reyes is currently developing the next phase of groundwater protection liner system at the Flathead
County Landfill, Phase V. This included preparation of the design report, CQA Plan, technical specifications,
and construction drawings. The groundwater protection system utilizes an encapsulated geosynthetic clay
liner as part of the composite liner system.
Tajiguas Sanitary Landfill,Santa Barbara County, California
Developed liner construction drawings for Phases 3B, 3C, 3D, and 3E including liner details, leachate
collection and recovery system design, base and side slope liner system details, leachate collection and
recovery system, and interim stormwater protection system design. Provided construction engineering
support for each liner phase.
Mid-Valley Sanitary Landfill,San Bernardino County, California
Developed liner construction drawings for Unit 4 Phases 1 and assisted in Unit 1 Phase 1 closure including
liner details, leachate collection and recovery system design, base and side slope liner system details, LCRS
sump, leachate pumping system, storage, containment and load-out systems.
Lincoln County Landfill, Libby, MT - Mr. Reyes is a Project Engineer working with the county to develop
conceptual expansion options to supply 30+ additional years of capacity. Recently he has assisted the
County with refuse fill sequence planning and landfill access road development.
Watsonville Sanitary Landfill, City of Watsonville, California
Final Closure/Post-Closure Maintenance Plan -Developed Phase III Closure grading plan and details for final
closure/post-closure maintenance plan. Prepared closure/post-closure cost estimate.
Prepared final closure construction drawings and specifications including grading, drainage, Linear Low-
density Polyethylene (LLDPE) Geomembrane cap closure system, liner terminations, and LFG collection
system for Phase 2 and 3 closures (phased to 3 total construction drawings and specification sets).
County of Fresno Department of Public Works and Planning
Request for Qualifications Page 14 SWT Engineering
Appendix C
ri�ci��rrei!ic
Olinda Alpha Landfill Phase 1 and Phase 2 Partial Final Closure Construction Design Drawings
Assisted in preparation of final closure construction drawings and specifications, including grading,drainage
and access roads; hydrology and hydraulic calculations,drainage channel design, Landfill Gas System Design
for Phase 1, a 65-acre Monolithic Soil Final Closure Construction Project and Phase 2, an ET Monolithic Soil
Final Closure Construction Project.
Frank R. Bowerman Landfill, Orange County, California
Assisted in the Phase V11113-1 and VI1113-2 Liner Construction Drawings and Specifications along with hydrology
reports with hydrology and hydraulic calculations for both liner projects.
Landers Sanitary Landfill, Landers, California
Assisted in the development of the sites Notice of Non-Applicability (NONA) performing hydrology and
hydraulic calculations to demonstrate that industrial stormwater will not be discharged off site.
Integrated Waste Management Facility,Santa Maria, California
Assisted in the preparation Drainage Study Overview including hydrology and hydraulic calculations the
existing and proposed conditions of the landfill to determine the best distribution of the landfill tributary
areas to maintain historical flows to the downstream drainage areas.
Prima Deshecha Landfill, Orange County, California
Assisted in the design of West Liner Construction Drawings,drainage study,visual screening,and connection
with the new La Pata Road extension project running through the site.
Santa Maria Regional Landfill, Santa Maria, California
Assisted in the development of the sites Notice of Non-Applicability (NONA) performing hydrology and
hydraulic calculations to demonstrate that industrial stormwater will not be discharged off site.
CONSTRUCTION MANAGEMENT EXPERIENCE
Tajiguas Sanitary Landfill,Santa Barbara County, CA
Construction Manager for the construction of the Phase IIIC liner project at the Tajiguas Sanitary Landfill
(Santa Barbara County, CA). Phase IIIC was a $2.5 million expansion of the existing liner system. Mr. Reyes
was onsite full-time to handle daily activities, bi-weekly construction meetings, and worked closely with
Geosyntec Consultants who provided CQA services for the project. This project was brought in on time and
under the construction bid.
CQA officer and Assistant Construction Manager for the Phase HID liner project at the Tajiguas Sanitary
Landfill. Mr. Reyes performed both functions on this approved alternative liner project. This project was
completed on time and under budget. The final CQA Report was submitted prior to final completion of the
work by the contractor and was approved for waste disposal when the contractor completed the work.
Flathead County Landfill, Kalispell, MT
Assisted in Construction Management for the Leachate Transfer System Upgrade System Construction
project that included observing excavation of unsuitable material, placement of engineered backfill,
installation of a submersible pump and all necessary piping and electrical components. Mr. Reyes was
responsible for preparation and/or review of construction documents including submittals,daily construction
reports, weekly progress meetings, and daily interface with contractor and client during field operations.
55th Way Landfill, Long Beach, CA
Assistant CQA Officer for the 551" Way Landfill Closure Construction Project that included excavating
subgrade, installation of liner closure cap, furnishing and installing LFG collection system, and constructing
drainage pipes.
County of Fresno Department of Public Works and Planning
Request for Qualifications Page 15 SWT Engineering
Appendix C
E 4 LYT\-
ENNINFE�1M0
Mr. Duncan is a Project Engineer with 9 years of experience in municipal solid waste
disposal facility design, public works, and civil engineering project infrastructure design,
and construction quality assurance. Mr. Duncan has assisted in landfill liner development
projects, closure design development, construction document preparation (drawings and
technical specifications), and design of grading, drainage systems, access roads,
operational fill sequencing, and waterline projects for solid waste disposal sites and
transfer station facilities. He has performed a variety of engineering tasks including
calculations for earthwork, hydrology studies, liner development, as well as prepared storm drain plans,
grading and drainage plans for landfill closure and landfill facility projects, engineering cost estimates,
and performing on-site liner CQA monitoring duties for multiple landfills.
EDUCATION
BS-Civil Engineering(California State Polytechnic University, Pomona, CA, 2013)
REGISTRATIONS MEMBERSHIPS
Registered Civil Engineer, 89214 - California Solid Waste Association of North America (SWANA)
PROJECT EXPERIENCE
Coyote Canyon Landfill, Orange County, California
Preparation of top deck drainage and landfill gas component system construction drawings and
specifications in support of post closure maintenance for the site. Project included grading, drainage and
access roads, and landfill gas system design details.
Frank R. Bowerman Landfill, Orange County, California
Assisted in the development of the Phase VIIIC, VIIIB-1 and VIIIB-2 Liner Construction Drawings and
Specifications for the groundwater protection system, stockpiling plans, perimeter drainage and erosion
control plans, and LCRS system.
Mid-Valley Sanitary Landfill, San Bernardino County, California
Development of closure construction drawings for the Unit 1 Phase 1 Partial Final closure of the south and
west slopes including closure section details, closure and perimeter drainage and erosion control plans.
Development of the liner construction drawings for Unit 3 Phase 6 and 7 Liner including liner details, leachate
collection and recovery system design, and base and side slope liner system details.
Olinda Alpha Landfill, Orange County, California
Preparation of partial final closure construction drawings and specifications for Phase 1 and Phase 2 Partial
Final Closures (156 acres total) with evapotranspiration soil cover section, including grading, drainage and
access roads; hydrology and hydraulic calculations, drainage channel and culvert design, stormwater basin
design, landfill gas system design, and stockpile design. Provided construction engineering support
throughout construction of the projects.
Prepared construction plans and specifications for multiple asphalt roadway improvement projects in
support of maintenance activities. Mr. Duncan is currently developing construction plans and specifications
for the extension of the upgraded Olinda Alpha Landfill's perimeter landfill gas perimeter header.
Ox Mountain Sanitary Landfill, Half Moon Bay, California
Preparation of closure construction drawings and specifications, including liner design, grading, drainage
and access roads, hydrology and hydraulics calculations for the Phase 1 Partial Final Closure project and
subsequent Vegetative Cover project. A Linear Low- Density Polyethylene (LLDPE) Geomembrane with a
below liner Seep and Landfill Gas Collection System, toe of slope Infiltration Galleries, and above liner
drainage system was utilized for the Landfill Final Cover System. Provided construction engineering support
throughout construction of the project.
County of Fresno Department of Public Works and Planning
Request for Qualifications Page 16 SWT Engineering
Appendix C
ri�ci��rrei!ic
Prima Deshecha Landfill, Orange County, California
Assisted in the preparation of the partial final closure construction drawings for Waste Management Unit 2
(WMU-2), including grading, seep and Landfill Gas collection from below the LLDPE Geomembrane Final
Cover System Design. The final closure required relocation of approximately 670,000 cubic yards of existing
in-place refuse, and re-routing/removal of 16-inch diameter LFG to Energy main header, telemetry lines,
condensate drains, and existing LFG wells from within the Avenida La Pata roadway area. The final cover
section utilized an LLDPE Geomembrane with seep and LFG collection system below the geomembrane cap
and drainage collector above the geomembrane. LFG collectors at toe, mid- and upper slope areas were
also designed. The exit and entrance ramps are to be located above the closed landfill area, while the main
roadway is constructed within the clean closure area of WMU-2 at the Prima Deshecha Landfill. As part of
the project, Mr. Duncan also performed field verification of the clean closure portion of work with soil
sampling.
Santiago Canyon Landfill,Orange County, California
Preparation of construction plans and specifications for asphalt roadway improvements in support of post
closure maintenance activities for the site, including grading, drainage and access roads.
South Coast Landfill Closure, Mendocino County, California
Preparation of final closure construction drawings, including grading, drainage and access roads, for the
Final Closure Construction Project. Linear Low- Density Polyethylene (LLDPE) Geomembrane with a passive
Landfill Gas System and above liner drainage system was utilized for the Landfill Final Cover System.
Tajiguas Sanitary Landfill,Santa Barbara County, CA
Preparation of final closure construction drawings including grading, drainage, access road, monolithic
vegetated soil cap closure system, and stockpile plans for Phase 2 partial final closure.
Development of liner construction drawings for Phases 3A and 3B including liner details, leachate collection
and recovery system design, base and side slope liner system details, leachate collection and recovery
system, and interim stormwater protection system design.
Preparation of construction plans and specifications for asphalt roadway improvements forthe site, including
grading, drainage and access roads.
CQA officer and assistant construction manager for the Phase HID liner project at the Tajiguas Sanitary
Landfill (Santa Barbara County, CA).
Vasco Road Landfill, Livermore, California
Preparation of closure construction drawings and specifications, including grading, drainage and access
roads, hydrology and hydraulics calculations for the 2015 Partial Final Closure project.
Development of Liner Design Construction Drawings, Specifications, and Design Report for Disposal Units
DU-12A, DU-12B, and DU13A groundwater protection system, stockpiling plans, perimeter drainage and
erosion control plans, and LCRS system.
Victorville Sanitary Landfill,San Bernardino County, California
Development of Phase 1B Stage 3 Liner Construction Drawings and Specifications. Phase 1B Stage 3
included design of LCRS sump, leachate pumping system, storage, containment and load-out systems, as
well as stormwater conveyance and lined stormwater basin design in support of a NONA Technical
Document. Prepared design of the access road modification,temporary and permanent stockpile plans, and
on-site access roads to all Phases. Mr. Duncan provided Construction Engineering Support for the Stage 3
project.
County of Fresno Department of Public Works and Planning
Request for Qualifications Page 17 SWT Engineering
Appendix C
ENCINFE�1M0
Mr. Walcheck serves as the Regional Engineering Manager with SWT bringing over 24
` years of experience in consulting engineering. While he offers extensive skills across
the civil engineering field, he devotes his experience to solid waste and environmental
= engineering. He has provided services for city, county, and state governing agencies,
non-profit agencies, and the private sector.
Mr. Walcheck provides oversight of collaborative teams across multiple engineering
disciplines to develop and deliver solutions for our clients. He provides technical
leadership,technical expertise and advice to clients and stakeholders while guidingthem
through the process of project conception to completion. He focuses on ensuring that project scopes and
budgets are clearly defined and can completed within reasonable timeframes all while achieving quality
outputs. He is an advocate on adherence to regulatory compliance and is continuously striving to improve
ways of working and promoting innovation.
EDUCATION:
B.S., Civil Engineering, Montana State University, 1997
REGISTRATIONS:
Montana 14872PE
Idaho 13484PE
North Dakota PE-7140
Canada License (Alberta) 109980 P. Eng.
MEMBERSHIPS -
American Society of Civil Engineers (ASCE)
National Council of Examiners for Engineers and Surveyors (NCEES)
PROJECT EXPERIENCE
The following Project Experience consisted of project management; project administration; project analysis;
project teamwork; project coordination; grant administration; engineering and technological services; site
assessment and evaluation;surveying;geotechnical investigation;standards for design;engineering design;
construction cost opinions; construction engineering; construction management services or other related
professional engineering or consulting services.
Flathead County Solid Waste District, Flathead County, Montana
• Annual Capital Improvement Project(CIP) budgets for next fiscal year Construction Projects.
• Paint Recycling Facility and Salt Sand Shed Construction Project. The project generally consists of the
construction of a 25' x 25' paint recycling building and 30' x 30' salt sand shed, including concrete
foundations and slabs, electrical improvements, site work, and other miscellaneous items.
• BMP Pipe Maintenance Construction Project. The project generally consists of removing and salvaging
existing downdrains, remediation of closure cap (top 12"), erosion control/final stabilization, installing
salvaged downdrain pipe, enhancing connection to existing headwall(s), and placement of crushed
road base.
• Phase V Groundwater Protection System Construction Project. The project generally consists of
construction of a groundwater protection composite liner system, leachate collection and recovery
system, stormwater improvements and mass excavation.
• Wash Water Pad and Lined Basin Construction Project. The project objective of the WWP&LB is to
develop a new wash water pad and lined storage pond for the purposes of isolating the wash water and
adjacent contributing surface flows from the overall stormwater pond system.
County of Fresno Department of Public Works and Planning
Request for Qualifications Page 18 SWT Engineering
Appendix C
ri�ci��rrei!ic
• Chlorofluorocarbon (CFC) Building Construction Project. The project primarily entailed developing and
erecting a new prefabricated engineered steel building for the purposes of supporting the operation of
the CFC extraction process.
• Phase 1 and Phase 2 - Parts 1 and 2 Entrance Road, Scale House, and Scale Facility Construction
Project. Project included one-half mile of roadway(Customer drop off lane, two inbound scale lanes,
one outbound lane), one scale house, two above grade scales, including unattended lane system
design, scale approach, apron and scale concrete snow-melt design, complete undergrounding and re-
routing of backbone utilities, and utility reconnections to existing and proposed facilities.
• Phase 3 Container Site Relocation Project. The project generally consisted of developing a new 7-acre
facility within the FCSWD boundaries for the purposes of housing solid waste containers "Green Boxes"
for the purpose of collection and transferring of household waste.
• Amendment to Operation and Maintenance Manual to permit Open Burning. This process entailed
working with MDEQ to obtain approval to amend the existing "Operations and Maintenance for the
Flathead Sanitary Landfill" to permit Open Burning.
• Over the last 10 years been involved in the development or expansion of six Container sites located
throughout the County. The project generally consisted of design and construction of a facility that
serves the purpose of housing solid waste containers "Green Boxes" to facilitate the process of
collection and transferring of household waste.
• Replacement of sand mound septic system for the Employee Maintenance Building. Contributed to
heavy snow accumulations during the year caused surface runoff issues that led to the failure of the
existing system. Project entailed the design and permitting of a septic tank with pump chambers,
forcemain, elevated sand mound, and replacement absorption bed area.
• The Project Sites are located throughout Flathead County and generally consists of improving the
existing sites to accommodate improved cardboard refuse recycling. Proposed improvements primarily
consist of adding pre-fabricated buildings, compactors, overflow storage, concrete slabs, energizing the
site, fencing, and miscellaneous items.
• Junk Vehicle Crusher Pad with Water Quality Treatment. The project entailed implementing site
improvements that support the operational procedures of the vehicle crushing process. These
improvements entail the installation of 12' X 60' concrete bearing support slab, residual collection
system, and water quality treatment system.
• SWPPP Administrator for General Permit for Storm Water Discharges associated with Industrial
Activities. Duties primarily entails providing assistance with the permitting requirements established
within the Montana Department of Environmental Quality- Multi-Sector General Permit for stormwater
associated with industrial activity.
Additional Project Experience: City of Whitefish - Wastewater Lift Station, Town of Bigfork - Stormwater
Improvement Project, City of Kalispell- Recreational Sports Complex, Lincoln County Port AuthodLv- Railroad
Projects, Bureau of Indian Affairs - Irrigation Project, Boundary County School District - Expert Witness,
Flathead County-Slope Mitigation Project, Montana Department of Transportation - Storage Equipment
Buildings, ADA and Road Corridor Projects.
County of Fresno Department of Public Works and Planning
Request for Qualifications Page 19 SWT Engineering
Appendix C
ri�ci��rrei!ic
Mr. Garcia is a Planner 11 and has been employed with SWT Engineering since 2016.
Mr. Garcia has participated in the preparation of permitting documents for various
landfill and transfer station facilities located throughout California.
EDUCATION
BS- Urban and Regional Planning - California State Polytechnic University, Pomona (2016)
MPA- Public Administration - National University, La Jolla, California (2018)
PROJECT EXPERIENCE
Mr.Garcia has been involved in document preparation (i.e.,Joint Technical Documents,Closure Plans, Permit
Reviews,Transfer/Processing Reports,and Reports of Waste Discharge)in the permittingof multiple landfills,
and composting, transfer and waste handling facilities. Mr. Garcia has recently been involved in permitting
and closure(preliminary/final/partial)document projects for Chicago Grade Landfill, Forward Landfill, French
Camp Landfill, and Santa Maria Regional Landfill.
Project assistance duties performed by Mr. Garcia included, but were not limited to, client/regulatory agency
interface, coordination with engineering/design, permitting assistance, document research and
procurement, and presentation of permitting documents. Mr. Garcia provided assistance on the following
projects:
♦ Santa Maria Regional Landfill, Revised Solid Waste Facility Permit and Updated Joint Technical
Document and Updated Preliminary/Partial Final Closure and Post-Closure Maintenance Plan, Santa
Barbara County, California
♦ Tajiguas Sanitary Landfill, Updated Partial Final/Preliminary Closure and Post-Closure Maintenance
Plan in support of Solid Waste Facility Permit Revision, Santa Barbara County, California
♦ West Contra Costa (Closed) Sanitary Landfill, Updated Post-Closure Maintenance Plan, Contra Costa
County, California
♦ French Camp Landfill, Five-Year Permit Review and Updated Final Post-Closure Maintenance Plan, City
of Stockton, California
♦ Forward Landfill,2021 Multi-Phased Partial Final Closure/Post-Closure Maintenance Plan,San Joaquin
County, California
♦ Chicago Grade Landfill, Five-Year Permit Review and Updated Joint Technical Document and Updated
Partial/Preliminary Closure and Post-Closure Maintenance Plan, San Luis Obispo County, California
♦ Santiago Canyon Landfill, Revised Final Post-Closure Maintenance Plan, Orange County, California
♦ Keller Canyon Landfill, Partial Final Closure/Post-Closure Maintenance Plan, Contra Costa County,
California
♦ Chestnut Avenue Sanitary Landfill, Five-Year Permit Review and Amend Final Closure and Post-Closure
Maintenance Plan, Fresno County, California
♦ Chateau Fresno Landfill, Five-Year Permit Review and Amend Final Closure and Post-Closure
Maintenance Plan, Fresno County, California
County of Fresno Department of Public Works and Planning
Request for Qualifications Page 20 SWT Engineering
Appendix C
fNCINFE�1N0
Ms. Valdivia is a Project Scientist with 10 years of environmental consulting,
permitting, and reporting experience. Ms. Valdivia has participated in the preparation
of storm water documents for various landfill and transfer station facilities located
throughout California. Ms. Valdivia has also conducted environmental compliance
within the landfill industry for 2 112 years.
�p
EDUCATION
BS Geology - Sonoma State University, Rohnert Park, California, 2009
REGISTRATIONS
Qualified Industrial Stormwater Practitioner(QISP), No. 00931
Geologist-In-Training(GIT), California
EXPERIENCE
Storm Water Reporting
Led and assisted in the preparation and completion of multiple Storm Water Pollution Prevention Plans
(SWPPPs), Exceedance Response Action (ERA) Level Reports,and ERA Level Action Plans for various facilities
including landfills, transfer stations, trucking facilities, and material recovery facilities (MRFs). Associated
activities included site reconnaissance, identification of each facility's potential pollutant sources and
industrial activities, and recommendations of feasible, site-specific best management practices (BMPs),
keeping accessibility, ease-of-use, and cost in mind.
Storm Water Training
Conducted storm water and Stormwater Multiple Application and Report Tracking System (SMARTS)training,
including, but not limited to, setting up Notices of Intent(NOls) and Legally Responsible Persons (LRPs), and
how to upload and certify documents and data.
Various Storm Water Activities
Performed Potential Pollutant Source Evaluations and Annual Evaluations at many facilities, prepared
Annual Reports, corresponded and coordinated with the State Water Resource Control Board (SWRCB) and
the appropriate Regional Water Boards, and uploaded numerous documents and data on the SWRCB's
SMARTS database.
SITE EXPERIENCE SUMMARY
Central Disposal Site
Conducted storm water and environmental compliance for the Central Disposal Site (landfill) and four
affiliated Sonoma County transfer stations(in Annapolis, Guerneville, Healdsburg, and Sonoma). Performed
oversight of all storm water consultants and reviewed, approved, and certified storm water documents,
including Annual Reports, ERA Level Reports, ERA Level Action Plans. Prepared and completed the SWPPP
for the landfill in 2016.
Sonoma Transfer Station
Conducted oversight of the treatment system installation and operation and maintenance (0&M), while at
Republic Services, including ordering media for the treatment vessels, coordinating clean-outs of the
backwash tank, and reviewing influent and effluent data to diagnose any issues with the system and/or its
media.
County of Fresno Department of Public Works and Planning
Request for Qualifications Page 21 SWT Engineering
Appendix C
ENCINFE�1M0
1
Mr. Tessman is an Engineer with 5 years of experience in municipal solid waste disposal
Lfacility design, public works, and civil engineering project infrastructure design, and
construction quality assurance. Mr. Tessman has assisted in landfill liner development
projects, closure design development, construction document preparation, and designs of
grading,stormwater drainage systems,access roads, operational fill sequencing, and utility
projects for solid waste disposal sites and transfer station facilities. He has performed a
variety of engineering tasks including calculations for earthwork, hydrology studies, liner
development, as well as prepared storm drain modeling, grading and drainage plans for
landfill closure and landfill facility projects, and engineering cost estimates.
EDUCATION REGISTRATIONS
BS - Civil Engineering (California State Polytechnic
University, Pomona, CA, 2018) Registered Civil Engineer, 92518 - California
CERTIFICATION MEMBERSHIPS
GSI/GCI - Certified CQA Geosynthetic Materials Solid Waste Association of North America (SWANA)
Inspector(998-21)
PROJECT EXPERIENCE
Barstow Sanitary Landfill, Barstow, California
Assisted in the design of the Phase IB Liner Construction project, including liner details, base and side slope
liner system details, and leachate collection and recovery system.
Chicago Grade Landfill,Atascadero, California
Assisted in the development of Modules 6(A) and 6(B) Liner Construction drawings including liner details,
base and side slope liner system details, and leachate collection and recover system design.
Assisted in the redesign of the Phase 1 Partial Final Closure including and hydrologic and hydraulic analysis,
gas network piping, drainage improvements, and erosion control features.
Flathead County Landfill, Kalispell, MT
Assisted in the development of the new Entrance Facility Construction drawings (3 Phases) at the landfill,
which included underground utilities electrical, sewer, water, fiber/telecom, instrument logic, stormwater
conveyance systems, gravel pad improvements, and pre-engineered steel building for site activities.
Performed CQA monitoring duties for the Phase V Groundwater Protection System liner installation.
Mid-Valley Sanitary Landfill,San Bernardino County, California
Assisted in the development of the Unit 4 Phase 1 Liner Construction drawings including leachate collection
and recovery system design, base, and side slope liner system details, basin design, LCRS sump, leachate
pumping system, storage, containment, and load-out systems.
Santa Maria Regional Landfill,Santa Maria, California
Assisted in the design of the Cell 1 Extension Construction project including phased grading and drainage
design, base and slope liner system details, and leachate collection and recovery system design.
Vasco Road Landfill, Livermore, California
Assisted in the development of the Unit 13A Groundwater Protection drawings including base and side slope
liner system details, leachate collection and recovery system and perimeter drainage and erosion control
plans.
Victorville Sanitary Landfill, San Bernardino County, California
Assisted in the development of the Phase 1B Stage 3 Liner Construction drawings including a LCRS sump,
leachate pumping system, storage, containment, and load-out systems.
County of Fresno Department of Public Works and Planning
Request for Qualifications Page 22 SWT Engineering
Appendix C
�AsAC I ASHKAAN HUSHMAND, Ph.D., P.E.
Gmwh NU.SSGtl.TEV INC.
,s PROJECT ENGINEER/CQA Manager
HUSHhNcND Earthquake Engineers
PROFESSIONAL EXPERIENCE
Dr. Hushmand has more than 10 years of experience in a variety of
geotechnical and earthquake engineering projects related to public works Education
infrastructure and MSW landfills. Dr. Hushmand has extensive 0 Ph.D.Civil Engineering, University of
experience related to design and construction quality assurance (CQA) Colorado,Boulder,2016
services for MSW landfills including monitoring and field density testing 0 M.S.Civil Engineering, University of
(nuclear gauge & sand cone) of compacted fills, installation of California,Los Angeles,2009
geosynthetic materials for landfill liner and cover systems, installation of 0 B.S.Civil Engineering,University of
geotextile and geogrid materials for stabilization of soft subgrade soils California,Irvine,2008
and reinforcing soil buttresses and slopes, monitoring of slot cut Registration
trenches, monitoring pile driving and drilled pile installation, settlement 0 Civil Engineer,CA No.C78504
monitoring of deep fills, asphalt field testing, and noise and vibration . 40-Hour OSHA Trained,29 CFR 1910.120
monitoring. His design experience includes static and seismic design of (e)(2)/8 CCR 5192.
deep foundations, static and seismic stability analysis of landfill slopes, . Radiation Safety and Use on Nuclear
shallow foundations,retaining structures,and settlement of aggregate silt Gauges Certificate
tailings. He also has experimental experience in model scale testing of
underground structures and installation and monitoring of Year of Experience:
instrumentation such as strain gauges, accelerometers, pressure 10 Years with xAl
transducers, inclinometers, and piezometers.
RELEVANT PROJECT EXPERIENCE
Static and Seismic Slope Stability Analysis of Cell 1 Height Increase - Santa Maria Regional Landfill, Santa Maria,
Santa Barbara County, CA—Reviewed available reports and data, performed a site-specific seismic hazard evaluation and
slope stability analyses for static and seismic loading conditions based on pseudo-static slope stability analyses or estimating
seismically-induced permanent displacements, estimated landfill subgrade settlement due to increased cell height based on
elastic solution. Stability analyses were performed to assess static and seismic stability of landfill slopes for the proposed
waste height increase within Cell 1 of the landfill. The northern boundary of the landfill is adjacent to the Santa Maria River
and near the Santa Barbara/San Luis Obispo County line. The City had a plan to increase elevation of the lined Cell 1 from
the approved elevation of 362.5 feet to the maximum allowable elevation of 410 feet based on slope stability evaluations and
regulatory considerations. A site-specific Probabilistic Seismic Hazard Analysis (PSHA) was performed to obtain the design
Peak Ground Acceleration (PGA) and Acceleration Response Spectrum (ARS) of the project site corresponding to the
Maximum Probable Earthquake (MPE) event. The PSHA was performed for the selected faults and an earthquake scenario
using the latest attenuation relationships and the site faulting and seismicity data.The selected attenuation relationships were
based on the Next Generation Attenuation (NGA) relationships (NGA West 2). Two critical cross sections were selected to
evaluate static and seismic stability of the landfill slopes for the maximum allowable waste height within Cell 1.
Phase B2 Final Cover, El Sobrante Landfill, Corona, CA—CQA Manager during construction of the Phase B2 final cover
at El Sobrante Landfill, located at 10910 Dawson Canyon Road in Corona, CA. The final cover for this project was an
evapotranspirative (ET) cover comprised of the following components, from bottom to top: 1) Foundation Laver: An
approximately 12-inch-thick layer of existing interim cover soil, relatively free of organics and refuse, that has been placed
over the refuse; and 2) Final Cover Soil: A 4-foot thick minimum ET final cover soil material, free from roots, organic matter,
trash,debris,and any other deleterious materials. Based on the technical specifications and CQA plan,the maximum hydraulic
conductivity of the ET final cover soil should not exceed 1 x 10-5 cm/sec. In addition to the ET cover,storm water management
structures were constructed over the final cover. Field testing services provided by HAI included performing conformance
County of Fresno Department of Public Works and Planning
Request for Qualifications Page 23 SWT Engineering
Appendix C
fliGlliffiii55
testing of the final cover soil. In-situ testing performed by HAI included Nuclear Gauge, Sand Cone, Bengt-Arne Torstensson
(BAT), Sealed Single Ring Infiltrometer(SSRI), and Boutwell tests. Laboratory testing performed by HAI included Moisture
Content, Particle-Size Analysis, Modified Proctor Compaction, and Hydraulic Conductivity tests.
Former San Luis Obispo Manufactured Gas Plant Site,San Luis Obispo, CA-Worked as Field Engineer on this project,
which consisted of geotechnical related design and construction support for removal of soils. Dr. Hushmand was on-site for
construction quality control and assurance. He was involved in construction monitoring during excavation, monitoring stability
of a historical building during excavation, testing of backfill, monitoring installation of geo-fabric to stabilize subgrade before
compaction, and vibration monitoring. Some of the challenges were ensuring stability of older and historic buildings during
excavation and stabilizing soft subgrade. Client: Terra Pacific Group, Inc.
Phase 11 B Liner and LCRS, El Sobrante Landfill, Corona, CA, 2017-Assisted the CQA Manager during construction of
the Phase 11 B at the El Sobrante Landfill, Corona, CA. The 19.4-acre cell is lined with a double-composite liner system
comprised of soil and geosynthetic components.The Project liner system ties to the west into the adjacent Phases 7B and 9A
and to the south into the adjacent Phase 11A liner systems.The Project liner terminates in two(2)temporary geomembrane
11rainflaps"along its northern and eastern edges.The project bottom liner and LCRS consist of the following components(from
bottom to top): 1)prepared subgrade,2)1-foot thick compacted clay liner 3)40-mil double-sided textured HDPE geomembrane
4) GCL 5) 60-mil double-sided textured HDPE geomembrane 6) 11-oz/sy woven (cushion) geotextile 7) 9-inch thick LCRS
drainage layer 8)8 oz/sy non-woven (filter)geotextile and 9)2-foot thick soil operations layer.
Preliminary Geotechnical Evaluation Report for Reclamation of the Former Azusa Landfill Zone V,Azusa, CA, 2017-
The main purpose of this project was to evaluate the settlement of a saturated-25 feet thick silt tailings layer at the bottom of
an aggregate pit due to staged placement of 240 to 300 ft of compacted fill during 35 + years. The project consisted of field
investigation, laboratory testing, coming up with parameters for numerical model, and using PLAXIS finite element software
to calculate the consolidation settlement of the silt tailings layer.
Phase 12 Liner and LCRS, El Sobrante Landfill, Corona, CA,2020 -CQA Manager during the construction of a-28 acre
double-composite liner system located on the floor of the landfill and on 2H:1V slopes. Reviewed all aspects of QA/QC of the
new cell including earthwork conformance testing, permeability testing of clay, interface friction testing, conformance testing
of liner, destructive testing, non-destructive testing, and geoelectric leak detection survey. Was also in charge of conducting
weekly construction meetings,regularly updating California Water Boards representative,reviewing field data,and completing
a final CQA report. Some of the challenges were compaction & moisture conditioning of clay liner, sharp rocks on the slope,
wet weather conditions, and schedule.
Phase C2 Partial Final Closure, El Sobrante Landfill, Corona, CA, 2020 - CQA Manager during the construction of 10
acre Phase C2 Partial Final Closure at El Sobrante Landfill. The cover system is an evapotranspirative(ET)cover comprised
of 12-inch thick Foundation Layer and a 4-foot thick ET final cover layer. Based on the technical specifications and CQA plan,
the maximum hydraulic conductivity of the ET final cover soil should not exceed 1 x 10-5 cm/sec.
Cells E8(6th Partial)and E9(2nd Partial),Waimanalo Gulch Sanitary Landfill, Kapolei, Oahu, Hawaii,2020-Served as
the Project CQA Officer/Manager during construction of Cells E8 (6th Partial) and E9 (2nd Partial) at the Waimanalo Gulch
Sanitary Landfill, Kapolei, Oahu, Hawaii.The Project consisted of extension of the Cells E8 and E9 liner system on the landfill
side slopes with a slope steepness ranging from 1.5H:1V to 2H:1V.The expansion consisted of approximately 250,000 square
feet(sq.ft).
Cells E51E7 East and Cell E61West Berm,Waimanalo Gulch Sanitary Landfill, Kapolei, HI, 2019-CQA Manager during
the construction of-3 acre CeIIE5/E7 and Cell E6/West Berm at Waimanalo Gulch Sanitary Landfill, primarily consisting of
1.6:1 to 2:1 slopes. The leachate collection and removal system (LCRS) consists of GCL, HDPE, geotextile, gravel, HDPE
piping and operations layer.
Phase C1 Partial Final Closure, El Sobrante Landfill, Corona, CA, 2019-CQA Manager during the construction of 24.1
acre Phase C1 Partial Final Closure at El Sobrante Landfill. The cover system is an evapotranspirative(ET)cover comprised
of 12-inch thick Foundation Layer and a 4-foot thick ET final cover layer. Based on the technical specifications and CQA plan,
the maximum hydraulic conductivity of the ET final cover soil should not exceed 1 x 10-5 cm/sec.
County of Fresno Department of Public Works and Planning
Request for Qualifications Page 24 SWT Engineering
Appendix C
�AsAC I ERNESTO E. VICENTE, PhD, PE, GE
HUSHMANO ASSOCIATES,INC. PRINCIPAL GEOTECHNICAL ENGINEER
GmwhN 1 and Earthquake Engineers
PROFESSIONAL EXPERIENCE
Dr. Vicente has over 35 years of experience in geotechnical and Registration
earthquake engineering, and engineering support to environmental
projects in the United States, Latin America, and Southeast and Geotechnical Engineer,CA No.G2302
Southwest Asia. Managed and provided technical expertise for Civil Engineer,CA No.C46895
geotechnical investigations, geologic hazard assessments, civil • Hazardous Operations Course (OSHA,
engineering design and construction quality assurance for a wide range Environmental)per 29 CFR 1910.120
of industrial, infrastructure, commercial, and environmental projects. 0Water Survival Course in accordance with API
RPT-4 and RPT-7(2011 Refresher)
RELEVANT PROJECT EXPERIENCE Education
• Ph.D., Civil/Geotechnical Engineering,
El Sobrante Landfill,Corona,Riverside County,CA-Phase 12 Liner Rensselaer Polytechnic Institute, Troy, New
&Leachate Collection and Removal System (LCRS)—Construction York,1983
Quality Assurance (CQA) Services, including earthwork, subgrade M.S. Civil/Geotechnical Engineering,
preparation, low-permeability earth and geosynthetic liners placement. Rensselaer Polytechnic Institute, Troy, New
Client: Waste Management(2019). York 1978
Puente Hills Landfill, Lower Western Cut, Landslide Removal and • Hydroelectric Developments Diploma,Universidad Nacional, Buenos Aires,
Slope Stabilization Project for New MRF Site Development, Argentina,1973
Whittier, Los Angeles County, California. Geotechnical investigation Civil Engineer Degree, Universidad Nacional,
for development of a Materials Recovery Facility (MRF), consisting of Cordoba,Argentina,1972
investigation and geotechnical remediation of an existing landslide, Year of Experience:
including extensive static and seismic slope stability evaluation. Field . 35+Years
work included geologic mapping and air photo interpretation,excavation
and geologic logging of five exploratory trenches; drilling, soil/rock sampling, and downhole geologic logging, of 11 bucket
auger borings up to depths of 150 feet;drilling and continuous coring using the HQ wireline system (with carbide bit insert and
diamond bits), and geologic logging (including borehole imaging processing system [BIPS] with color plots and statistical
diagrams)of eight coreholes up to depths of 200 feet;for a combined total of 2,500 feet of air rotary(coring)and bucket auger
borings. Eleven open-well and eight vibrating-wire piezometers were installed in bucket auger holes and coreholes to depths
ranging from 65 to 195 feet. Extensive laboratory testing was conducted of selected clay seam specimens, slide plane
materials, particularly shear strength properties. Engineering analyses included evaluation of static and seismic stability of cut
and buttress fill slopes up to 270 feet high in outdipping sedimentary (claystone, siltstone) bedrock (Fernando and Puente
Formation). Recommendations were provided for site grading including removal [2,000,000 cubic yards], buttress fill
construction [1,300,000 cubic yards] and subdrains and horizontal drains (hydraugers). Client: Rust Environment &
Infrastructure (Earth Tech)/County of Los Angeles Sanitation Districts, 1999-2001.
Olinda-Alpha Landfill,Brea, Orange County, California-Equipment Maintenance Facility and Gas Plant. Geotechnical
investigation including evaluation of stability of cut slopes up to 130 feet high in outdipping bedrock formation, and buttress fill
slope stabilization. Two building pads were developed for the construction of a new equipment maintenance facility and a
100,000-gallon cylindrical metallic water storage tank(approximately 35 feet in diameter and 20 feet high), an LNG plant,and
an access road. Conclusions and recommendations were provided regarding geology and seismicity,seismic design criteria,
site preparation and grading, slope stability, foundation support, earth pressures and resistance to lateral loads, retaining
walls, slabs on grade, pavement, pipelines and utility trenches, soil corrosion potential. The building pads were constructed
on engineered fill up to approximately 60 feet in thickness.Grading comprised a)excavation comprised approximately 410,000
cubic yards of mostly sedimentary (sandstone/siltstone/claystone) bedrock, including excavation of the buttress keyway as
well as removal of weak clay seams, slipout debris and undocumented fill; b) installation of a subdrain system composed of
series of geocomposite finger drains on the cut slopes and a collector subdrain consisting of gravel media and perforated pipe
County of Fresno Department of Public Works and Planning
Request for Qualifications Page 25 SWT Engineering
Appendix C
ti�ri��[rRi!ic
at the bottom of the keyway; and c) placement of approximately 323,000 cubic yards of engineered fill. Geotechnical CQA
oversight included ingrade geologic mapping, fill placement and compaction control (field and laboratory testing). Client:
EarthTech, County of Orange Integrated Waste Management Department, 1997-2000.
Rocky Flats Environmental Technology Site, "Original'and "Present"Landfill Sites. Accelerated Action Design for
Final Capping. Geotechnical Investigation,seismic hazard assessment and static and seismic stability analyses and design
of final capping. Field investigation, laboratory testing, geologic and subsurface soil property characterization, static and
seismic slope stability and earthquake-induced slope deformation analyses. Conclusions and recommendation were
presented regarding local geology and subsurface soil conditions, stability of the proposed final cover and meeting with
Colorado and EPA regulatory agencies. Client:Earth Tech/Kaiser Hill/U.S. Department of Energy, Golden, Colorado, 2004.
Layon Municipal Sanitary Landfill, Layon, Inarajan, Guam, Mariana Islands. Geotechnical and earthquake engineering
investigation.The Layon site is approximately 176 acres in size and is located near the village of Inarajan. Layon in the higher
badland areas, west of the Dandan parcel and southwest of a former NASA tracking station. Within the landfill parcel, the
proposed landfill footprint is approximately 128 acres in area,for construction of 11 landfill cells,with a maximum cuts and fills
on the order of 80 feet and 40 feet, respectively, and a maximum thickness of MSW fill will be approximately 150 feet. Field
exploration for Landfill Cells 1 and 2 included drilling 12 exploratory borings(subsequently converted groundwater monitoring
wells)to maximum depths of 75 feet, and excavating 12 test pits within the landfill footprint and vicinity. In addition,for design
and construction of the proposed access road four additional exploratory borings were drilled and 33 additional test pits were
excavated. Geotechnical laboratory testing included consolidation, triaxial compression (consolidated-undrained (CU) and
unconsolidated-undrained (UU),direct shear, hydraulic conductivity,consolidation, soil-geosynthetic interface shear strength,
resistance(R-)value, corrosivity, and compaction.
The proposed landfill bottom composite liner section will consist of(from bottom to top):subgrade soils/weathered bedrock, a
24-inch-thick low-permeability (bentonite-amended) soil liner, a layer of flexible 80-mil high density polyethylene (HDPE)
geomembrane with both sides textured, geocomposite drainage media consisting of a 300-mil geonet with 10-ounce per
square yard geotextile heat bonded to both sides; a 3-feet-thick layer of protective soil, and municipal solid waste(MSW)fills.
The landfill is currently operated by GGH Guam,LLC. Client:A-Mehr, Inc./Tor Engineering/Guam Department of Public Works
(2005-2008).
Central Maui Landfill— Refuse and Recycling Center, Maui, Hawaii— Refuse & Construction and Demolition Materials,
located at Pulehu Road&Hansen Road, Puunume, Maui. Landfill Cell and Recycling Center expansion project, including site
geotechnical evaluation, hydrological studies, preliminary cell expansion design including site drainage surface and
subsurface drainage studies,and landfill bottom and sideslope liner, static and seismic slope stability assessment. Client:A-
Mehr Inc. (2016).
Site 3 Landfill Cover Construction, Edwards Air Force Base, Lancaster, CA—Lead Geotechnical Engineer for providing
construction quality assurance services for construction of landfill cover.The landfill was in operation from the mid-1960's for
waste disposal until 1976. It was estimated that approximately 526,000 cubic yards of household waste and construction
debris was disposed at Site 3.The proposed landfill cover consisted of: 6-inch-thick layer of vegetative cover for native grass
with a saturated hydraulic conductivity of 1x10-2 cm/sec; and an 18-inch-thick eva po-transpi ration (ET) cover layer with a
saturated hydraulic conductivity of 1x104 cm/sec or less. Client:AECOM(2014-ongoing).
County of Fresno Department of Public Works and Planning
Request for Qualifications Page 26 SWT Engineering
Appendix C
PART D CURRENT STAFF
SWT ENGINEERING: STAFF LIST
EMPLOYEE NAME JOB CLASSIFICATION
Michael A. Cullinane, P.E. Principal
Lori Olin Principal Planner
Jeremy Botica, P.E., M.S. Project Manager
Karen Myers Office Administrator
Doug Brewer, P.E. Project Manager
Brett Walcheck, P.E. Project Manager
Pete Pouwels, P.E. Construction Manager
Lauren Murphy, MURP, QISP Planner
Cole Duncan, P.E. Project Engineer
Brian Reyes, P.E. Project Engineer
Andrea Valdivia, GIT, QISP Project Scientist
Aden Tessman, P.E. Engineer
Aaron Garcia, MPA Planner
Drew Woodside, P.E., M.Sc. Engineer
Christian Valdez Engineer
Ryan Cullinane IT Administrator
Giovanni Hernandez Engineer Intern
Jeff Aphailee CADD Operator
Richard Genzel Principal Engineer(Retired) - As-Needed
Scott Walker Project Engineer - As Needed
Gener Detera Electrical Engineer - As Needed
John Young Mechanical Engineer - As Needed
County of Fresno Department of Public Works and Planning
Request for Qualifications Page 27 SWT Engineering
Appendix C
HUSHMAND ASSOCIATES, INC.:STAFF LIST
EMPLOYEE NAME JOB CLASSIFICATION
Ben Hushmand, PhD, PE Project Manager, Principal Engineer
Ernesto Vicente, PhD, PE, GE Principal Geotechnical Engineer
Bidjan Ghahreman, PhD, PE, GE Principal Geotechnical Engineer
Christopher Sexton, MSc, CEG, PG Senior Geologist
Donald Terres, MSc, CEG, PG Senior Geologist
Michael Leonard, MSc, PE Senior Engineer
Alex Hushmand, PhD, PE Senior Project Engineer
Bernadette Hernandez Office Manager
Arash Hassanikhah, PhD, PE Project Engineer
Fred Mlakar, CIH Health &Safety Manager
Balasekaram Jayaprakas, MS, PE Project Engineer
Santosh Bhattarai, MS, EIT Senior Staff Engineer
Maryam Varsei, MS Senior Staff Engineer
Samin Donyanavard, MS, EIT Senior Staff Engineer
Woody Arnold, BSc Staff Engineer
Michael Baez, BSc Staff Geologist
Christopher Hopkins, BSc Staff Engineer
Ben Hosseini, BSc, EIT Staff Engineer
Kang Chieh Lin, BSc Laboratory Manager
Alan Hushmand, BSc Health &Safety Officer, Field and Lab Technician
Ted Mapramook Senior Field Technician
Richard Young Senior Field Technician
David Pipkin Senior Field Technician
Guillermo Avalos Field and Lab Technician
County of Fresno Department of Public Works and Planning
Request for Qualifications Page 28 SWT Engineering
Appendix C
fN61NfENIM6
PART G ORGANIZATIONAL CHART
C- o®o
FR�S�
COUNTY OF FRESNO
Steven E.White,PE,PLS
Director of Public Works and Planning
Amina Flores Becker
Resources Division Manager
Curtis Larkin
Senior Engineer
fNNINfFNI
Project Manager Peer Review/COA
Michael A.Cullinane,P.E. Brett Walcheck,P.E.,P.Eng
Doug Brewer,P.E.
- f/N INff NINE e.
Design/Construction Documents Permitting/Regulatory Compliance Geotechnical Engineering
Brian Reyes,P.E. Lori Olin Ben Hushmand,PhD,PE
Jeremy Botica,P.E.,M.S. Aaron Garcia,MPA Alex Hushmand,PhD,PE
Aden Tessman,P.E. Andrea Valdivia,GIT,QISP Reviewer:Ernesto Viicente,PhD,PE,GE
HIAI
fNN/MfFNINf
Construction Quality
Construction Support Assurance
Brian Reyes,P.E. Ben Hushmand,PhD,PE
Cole Duncan,P.E. /�Alex Hushmand.PhD.PE
HAW HAI
Soils Geosynthetics
Ted Mapramook Ted Mapramook
David Pipkin David Pipkin
County of Fresno Department of Public Works and Planning
Request for Qualifications Page 42 SWT Engineering
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
www.Swteng.com
April 4, 2022
Department of Public Works and Planning
2220 Tulare Street, Suite 600
Fresno, CA 93721
To Whom it May Concern,
SWT is pleased to present our annual fee schedule and the fee schedule for our proposed
subconsultant, Hushmand Associates, Inc. to the County of Fresno Department of Public Works
and Planning for RFQ 2021 for On-Call Architectural and Engineering Consultant Services for
Various Public Works Projects for Landfill/Resources - Solid Waste Engineering.
SWT's utilizes a computerized financial management system with daily, real-time tracking for
time worked on projects. Weekly timesheets are generated and then recorded into an Excel-
based system, providing a cross-check for accuracy. Invoices are prepared and submitted
monthly via email.
We are available to answer any questions and are looking forward to the opportunity to work
with the County of Fresno.
Thank you,
Michael A. Cullinane, P.E.
President
800-C.South Rochester Avenue,Ontario, CA 91761- (V)909-390-1328
Appendix E
Non-Federal Cost Proposal
NON FEDERAL-COST PROPOSAL
SPECIFIC RATE OF COMPENSATION
Note:Mark-ups are Not Allowed
Consultant SWT Engineering, Inc ® Prime Consultant ❑ Subconsultant ❑ 2°d Tier
Subconsultant
Project No. Contract No. Participation Amount$ Date April 4, 2022
BILLING INFORMATION CALCULATION INFORMATION
Name/Job Title/Classification' Hourly Billing Rates'- Effective Date of Hourly Rate Actual or Avg. %or$ Hourly Range-
Straight' OT(1.5x) OT(2x) From To Hourly Rate4 Increase for Classifications Only
Michael Cullinane-Principal * $270.00 $405.00 $540.00 01/01/2022 12/31/2022 $270.00 Not Applicable
$278.10 $417.15 $556.20 01/01/2023 12/31/2023 $278.10 3%
$286.44 $429.66 $572.88 01/01/2024 12/31/2024 $286.44 3%
Lori Olin-Principal Planner* $258.00 $387.00 $516.00 01/01/2022 12/31/2022 $258.00 Not Applicable
$265.74 $398.61 $531.48 01/01/2023 12/31/2023 $265.74 3%
$273.71 $410.57 $547.42 01/01/2024 12/31/2024 $273.71 3%
Richard Genzel-Principal Engineer $258.00 $387.00 $516.00 01/01/2022 12/31/2022 $258.00 Not Applicable
$265.74 $398.61 $531.48 01/01/2023 12/31/2023 $265.74 3%
$273.71 $410.57 $547.42 01/01/2024 12/31/2024 $273.71 3%
Jeremy Botica-Project Manager* $216.00 $324.00 $432.00 01/01/2022 12/31/2022 $216.00 Not Applicable
$222.48 $333.72 $449.96 01/01/2023 12/31/2023 $222.48 3%
$229.15 $343.73 $458.30 01/01/2024 12/31/2024 $229.15 3%
Doug Brewer-Project Manager* $216.00 $324.00 $432.00 01/01/2022 12/31/2022 $216.00 Not Applicable
$222.48 $333.72 $444.96 01/01/2023 12/31/2023 $222.48 3%
$229.15 $343.72 $458.30 01/01/2024 12/31/2024 $229.15 3%
Brett Walcheck-Project Manager* $216.00 $324.00 $432.00 01/01/2022 12/31/2022 $216.00 Not Applicable
$222.48 $333.72 $444.96 01/01/2023 12/31/2023 $222.48 3%
$229.15 $343.72 $458.30 01/01/2024 12/31/2024 $229.15 3%
Pete Pouwels-Construction Manager $175.00 $262.50 $350.00 01/01/2022 12/31/2022 $175.00 Not Applicable
$180.25 $270.38 $360.50 01/01/2023 12/31/2023 $180.25 3%
$185.66 $278.49 $371.32 01/01/2024 12/31/2024 $185.66 3%
Lauren Murphy-Senior Planner $175.00 $262.50 $350.00 01/01/2022 12/31/2022 $175.00 Not Applicable
$180.25 $270.38 $360.50 01/01/2023 12/31/2023 $180.25 3%
$185.66 $278.49 $371.32 01/01/2024 12/31/2024 $185.66 3%
Cole Duncan-Project Engineer* $190.00 $285.00 $380.00 01/01/2022 12/31/2022 $190.00 Not Applicable
$195.70 $293.55 $391.40 01/01/2023 12/31/2023 $195.70 3%
$201.57 $302.36 $403.14 01/01/2024 12/31/2024 $201.57 3%
Brian Reyes-Project Engineer* $190.00 $285.00 $380.00 01/01/2022 12/31/2022 $190.00 Not Applicable
$195.70 $293.55 $391.40 01/01/2023 12/31/2023 $195.70 3%
$201.57 $302.36 $403.14 01/01/2024 12/31/2024 $201.57 3%
Page 1 of 4
Appendix E
Non-Federal Cost Proposal
Scott Walker-Project Engineer $190.00 $285.00 $380.00 01/01/2022 12/31/2022 $190.00 Not Applicable
$195.70 $293.55 $391.40 01/01/2023 12/31/2023 $195.70 3%
$201.57 $302.36 $403.14 01/01/2024 12/31/2024 $201.57 3%
Gener Detera-Electrical Engineer $190.00 $285.00 $380.00 01/01/2022 12/31/2022 $190.00 Not Applicable
$195.70 $293.55 $391.40 01/01/2023 12/31/2023 $195.70 3%
$201.57 $302.36 $403.14 01/01/2024 12/31/2024 $201.57 3%
John Young-Mechanical Engineer $190.00 $285.00 $380.00 01/01/2022 12/31/2022 $190.00 Not Applicable
$195.70 $293.55 $391.40 01/01/2023 12/31/2023 $195.70 3%
$201.57 $302.36 $403.14 01/01/2024 12/31/2024 $201.57 3%
Andrea Valdivia-Senior Scientist* $190.00 $285.00 $380.00 01/01/2022 12/31/2022 $190.00 Not Applicable
$195.70 $293.55 $391.40 01/01/2023 12/31/2023 $195.70 3%
$201.57 $302.36 $403.14 01/01/2024 12/31/2024 $201.57 3%
Aden Tessman-Engineer I1 * $154.00 $231.00 $308.00 01/01/2022 12/31/2022 $154.00 Not Applicable
$158.62 $237.93 $317.24 01/01/2023 12/31/2023 $158.62 3%
$163.38 $245.07 $326.76 01/01/2024 12/31/2024 $163.38 3%
Drew Woodside-EngineerIl $154.00 $231.00 $308.00 01/01/2022 12/31/2022 $154.00 Not Applicable
$158.62 $237.93 $317.24 01/01/2023 12/31/2023 $158.62 3%
$163.38 $245.07 $326.76 01/01/2024 12/31/2024 $163.38 3%
Aaron Garcia-.Planner I1 * $122.00 $183.00 $244.00 01/01/2022 12/31/2022 $122.00 Not Applicable
$125.66 $188.49 $251.32 01/01/2023 12/31/2023 $125.66 3%
$129.43 $194.15 $258.86 01/01/2024 12/31/2024 $129.43 3%
Christian Valdez-Engineerl $130.00 $195.00 $260.00 01/01/2022 12/31/2022 $130.00 Not Applicable
$133.90 $200.85 $267.80 01/01/2023 12/31/2023 $133.90 3%
$137.92 $206.88 $275.84 01/01/2024 12/31/2024 $137.92 3%
CADD Operator-Jeff Aphailee $104.00 $156.00 $208.00 01/01/2022 12/31/2022 $104.00 Not Applicable
$107.12 $160.68 $214.24 01/01/2023 12/31/2023 $107.12 3%
$110.33 $165.50 $220.67 01/01/2024 12/31/2024 $110.33 3%
KarenMyers-Administrative $104.00 $156.00 $208.00 01/01/2022 12/31/2022 $104.00 Not Applicable
Assistant $107.12 $160.68 $214.24 01/01/2023 12/31/2023 $107.12 3%
$110.33 $165.50 $220.67 01/01/2024 12/31/2024 $110.33 3%
Giovanni Hernandez-Technician $80.00 $120.00 $160.00 01/01/2022 12/31/2022 $80.00 Not Applicable
$82.40 $123.60 $164.80 01/01/2023 12/31/2023 $82.40 3%
$84.87 $127.31 $169.74 01/01/2024 12/31/2024 $84.87 3%
Ryan Cullinane-IT Administrator $80.00 $120.00 $160.00 01/01/2022 12/31/2022 $80.00 Not Applicable
$82.40 $123.60 $164.80 01/01/2023 12/31/2023 $82.40 3%
$84.87 1 $127.31 $169.74 1 01/01/2024 1 12/31/2024 $84.87 3%
(Add pages as necessary)
NOTES:
1. Key personnel must be marked with an asterisk(*)and employees that are subject to prevailing wage requirements must be marked with two asterisks(**).All costs must comply
with the Federal cost principles. Subconsultants will provide their own cost proposals.
2. The cost proposal format shall not be amended.
3. For named employees and key personnel enter the actual hourly rate. For classifications only,enter the Average Hourly Rate for that classification.
Page 2 of 4
Appendix E
Non-Federal Cost Proposal
NON FEDERAL-COST PROPOSAL
SPECIFIC RATE OF COMPENSATION
Consultant SWT Engineering ® Prime Consultant ❑ Subconsultant
Project No. Contract No. Date Aril 4 2022
SCHEDULE OF OTHER COST ITEMS Add additional pages as necessa
Description of Item Quantity Unit Unit Cost Total
Mileage Costs 1 Mile $0.585 $
Equipment Rental and Supplies $ $
Permit Fees $ $
Plan Sheets $ $
Test $ $
Vehicle 1 Hour $6.00 $
Subconsultant 1: $
Subconsultant 2: $
Subconsultant 3: $
Subconsultant 4: $
Subconsultant 5: $
Note:Add additional pages if necessary.
NOTES:
1. List other direct cost items with estimated costs.These costs should be competitive in their respective industries and supported with appropriate documentation.
2. Proposed ODC items should be consistently billed regardless of client and contract type.
3. Items when incurred for the same purpose,in like circumstance,should not be included in any indirect cost pool or in the overhead rate.
4. Items such as special tooling,will be reimbursed at actual cost with supporting documentation(invoice).
5. Items listed above that would be considered"tools of the trade"are not reimbursable as other direct cost.
6. Travel related costs should be pre-approved by the contracting agency and shall not exceed current State Department of Personnel Administration rules.
7. If mileage is claimed,the rate should be properly supported by the consultant's calculation of their actual costs for company vehicles. In addition,the miles claimed should be
supported by mileage logs.
8. If a consultant proposes rental costs for a vehicle,the company must demonstrate that this is its standard procedure for all of their contracts and that they do not own any vehicles
that could be used for the same purpose.
9. The cost proposal format shall not be amended.All costs must comply with the Federal cost principles.
10. Add additional pages if necessary.
11. Subconsultants must provide their own cost proposals.
Page 3 of 4
Appendix E
Local Assistance Procedures Manual EXHBIT 10-H3
Cost Proposal
NON FEDERAL-COST PROPOSAL
Certification of Direct Costs:
I, the undersigned, certify to the best of my knowledge and belief that all direct costs identified on the cost
proposal(s) in this contract are actual,reasonable,allowable,and allocable to the contract in accordance with the
contract terms and the following requirements:
1. Generally Accepted Accounting Principles (GAAP)
2. Terms and conditions of the contract
All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be
retained in the project files and be in compliance with applicable federal and state requirements. Costs that are
noncompliant with the federal and state requirements are not eligible for reimbursement.
Prime Consultant or Subconsultant Certifying:
Name: _Michael A. Cullinane Title *: President
Signature :_;� 27/L Date of Certification (mm/dd/yyyy): 04/04/2022
Email: mac(c-r�swteng.com Phone Number(909)390-1328
Address: 800-C S. Rochester Ave., Ontario, CA 91761
* An individual executive or financial officer of the consultant's or subconsultant's organization at a level
no lower than a Vice President or a Chief Financial Officer, or equivalent, who has authority to represent
the financial information utilized to establish the cost proposal for the contract.
List services the consultant is providing under the proposed contract:
Landfill/Resources
• Solid Waste Engineering
Page 4 of 3
Appendix
FEE SCHEDULE-2022
Staff Classification Hourly Rate
��8
{�|erh-------------------------------------------_-.
Technician $80
------------------------------------------.
�1O4
Planner OA[}[} Operator---------------------------------------
���4
L------------------------------------------
�1O4
Adnniniatrative /kSS\Stant-.---.-------------.---.----------.----.-...-.--.
EngineeringTechnician........................................................................................................$104
Planner $122
U------------------------------------------'
En�� LEngineer $130
-----------------------------------------'
�138
Project OOO[dinot0r------------------------------------..
�154
Engineer |K[}esigD8r------------------------------------
�l75
EngineerUKSoientiSt-----------------------------------.
ConstructionManager ( }M) ................................................................................................ $175
Senior Planner �175
-----------------------------.--.-.--.-.--.. -
P jeCtE0gineer/SeniorSCienthst-----------------------------$19O
16
Project K8onager-----------------_--__-_______________. __��
Principal Planner $258
--------------------------------------
PrincipalEngineer/Sr. CM ...................................................................................................$258
Principal �27O
-----------------------------------_---_-_.. _
Overtime premium, if appropriate,will be invoiced at 50 percent of the above rates.
Reimbursable charges uotion,courier charges, miscellaneous in-house exponsos.)are invoiced
at 5 percent of total labor charges, not requiring a breakdown (as approved by the client).
Other reimbursable charges are invoiced aafollows:
Federal Rate
Mileage'---.'---.___.._..___________..____.________________._.._____._.
Vehicle $8/Hour
------------------------_--------__---___-____-�
Sub consultants/Outside Services..................................................................................Cost+15percent
Co�+15 ���ent
Outside 0ut�f'Pooket Expenses----------------------------'
Federa| Rate
Per Diennfor UvingExpenses---------------------------------
Drone Topographic Processing by Third Party(Propeller) ------------------ $508/orodit
Anynnn'n*ouningprojeot-apnoUioohargesnot |istedobovewiUbeinvoio8datCoat + 15poroontoras
negotiated in the contract.
Fee Schedule effective through December 31, 2O22
RS'13 January 2022donxZ:\RateSchedu|e\RS'13 January 2022.doox
Appendix E
Non-Federal Cost Proposal
NON FEDERAL-COST PROPOSAL
SPECIFIC RATE OF COMPENSATION
Note:Mark-ups are Not Allowed
Consultant_Hushmand Associates, Inc
❑ Prime Consultant ® Subconsultant ❑ 2°d Tier Subconsultant
Project No. _ Contract No._ _ Participation Amount$ Date April 4,2022
BILLING INFORMATION CALCULATION INFORMATION
Name/Job Title/Classification' Hourly Billing RateS2 Effective Date of Hourly Rate Actual or Avg. %or$ Hourly Range-
Straight3 OT(1.5x) OT(2x) From To Hourly Rate Increase for Classifications Only
Ben Hushmand-Principal Engineer* $220.00 $330.00 $440.00 01/01/2022 12/31/2022 $0.00 Not Applicable
$226.60 $339.90 $453.20 01/01/2023 12/31/2023 $0.00 3%
$233.40 $350.10 $466.80 01/01/2024 12/31/2024 $0.00 3%
Ernesto Vicente-Principal Engineer* $220.00 $330.00 $440.00 01/01/2022 12/31/2022 $0.00 Not Applicable
$226.60 $339.90 $453.20 01/01/2023 12/31/2023 $0.00 3%
$233.40 $350.10 $466.80 01/01/2024 12/31/2024 $0.00 3%
Christopher Sexton-Principal $220.00 $330.00 $440.00 01/01/2022 12/31/2022 $0.00 Not Applicable
Geologist * $226.60 $339.90 $453.20 01/01/2023 12/31/2023 $0.00 3%
$233.40 $350.10 $466.80 01/01/2024 12/31/2024 $0.00 3%
Bidjan Ghahreman-Project Manager* $190.00 $285.00 $380.00 01/01/2022 12/31/2022 $0.00 Not Applicable
$195.70 $293.55 $391.40 01/01/2023 12/31/2023 $0.00 3%
$201.57 1 $302.36 $403.14 01/01/2024 12/31/2024 $0.00 3%
Michael Leonard-Project Manager* $190.00 $285.00 $380.00 01/01/2022 12/31/2022 $0.00 Not Applicable
$195.70 $293.55 $391.40 01/01/2023 12/31/2023 $0.00 3%
$201.57 $302.36 $403.14 01/01/2024 12/31/2024 $0.00 3%
Miles Kenney-Project Manager $190.00 $285.00 $380.00 01/01/2022 12/31/2022 $0.00 Not Applicable
$195.70 $293.55 $391.40 01/01/2023 12/31/2023 $0.00 3%
$201.57 $302.36 $403.14 01/01/2024 12/31/2024 $0.00 3%
Ahmad Ghazinoor- Senior Engineer $174.00 $261.00 $348.00 01/01/2022 12/31/2022 $0.00 Not Applicable
$179.22 $268.83 $358.44 01/01/2023 12/31/2023 $0.00 3%
$184.60 $276.89 $369.19 01/01/2024 12/31/2024 $0.00 3%
Don Terres-Senior Geologist $174.00 $261.00 $348.00 01/01/2022 12/31/2022 $0.00 Not Applicable
$179.22 $268.83 $358.44 01/01/2023 12/31/2023 $0.00 3%
$184.60 $276.89 $369.19 01/01/2024 12/31/2024 $0.00 3%
Ashkaan Hushmand-Senior Project $145.00 $217.50 $290.00 01/01/2022 12/31/2022 $0.00 Not Applicable
Engineer $149.35 $224.03 $298.70 01/01/2023 12/31/2023 $0.00 3%
$153.83 $230.75 $307.66 01/01/2024 12/31/2024 $0.00 3%
Arash Hassanikhah-Senior Project $145.00 $217.50 $290.00 01/01/2022 12/31/2022 $0.00 Not Applicable
Engineer $149.35 $224.03 $298.70 01/01/2023 12/31/2023 $0.00 3%
$153.83 $230.75 $307.66 01/01/2024 12/31/2024 $0.00 3%
Page 1 of 4
Appendix E
Non-Federal Cost Proposal
Balasekaram Jayaprakas-Project $135.00 $202.50 $270.00 01/01/2022 12/31/2022 $0.00 Not Applicable
Engineer $139.05 $208.58 $278.10 01/01/2023 12/31/2023 $0.00 3%
$143.22 $214.83 $286.44 01/01/2024 12/31/2024 $0.00 3%
Santosh Bhattarai-Project Engineer $135.00 $202.50 $270.00 01/01/2022 12/31/2022 $0.00 Not Applicable
$139.05 $208.58 $278.10 01/01/2023 12/31/2023 $0.00 3%
$143.22 $214.83 $286.44 01/01/2024 12/31/2024 $0.00 3%
Maryam Varsei-Project Engineer $135.00 $202.50 $270.00 01/01/2022 12/31/2022 $0.00 Not Applicable
$139.05 $208.58 $278.10 01/01/2023 12/31/2023 $0.00 3%
$143.22 $214.83 $286.44 01/01/2024 12/31/2024 $0.00 3%
Samin Donyanavard-Project Engineer $135.00 $202.50 $270.00 01/01/2022 12/31/2022 $0.00 Not Applicable
$139.05 $208.58 $278.10 01/01/2023 12/31/2023 $0.00 3%
$143.22 $214.83 $286.44 01/01/2024 12/31/2024 $0.00 3%
Kang Lin-Project Engineer $135.00 $202.50 $270.00 01/01/2022 12/31/2022 $0.00 Not Applicable
$139.05 $208.58 $278.10 01/01/2023 12/31/2023 $0.00 3%
$143.22 $214.83 $286.44 01/01/2024 12/31/2024 $0.00 3%
Michael Baez-Senior Staff Engineer $115.00 $172.50 $230.00 01/01/2022 12/31/2022 $0.00 Not Applicable
$118.45 $177.68 $236.90 01/01/2023 12/31/2023 $0.00 3%
$122.00 $183.01 $244.01 01/01/2024 12/31/2024 $0.00 3%
Woody Arnold-Senior Staff Engineer $115.00 $172.50 $230.00 01/01/2022 12/31/2022 $0.00 Not Applicable
$118.45 $177.68 $236.90 01/01/2023 12/31/2023 $0.00 3%
$122.00 $183.01 $244.01 01/01/2024 12/31/2024 $0.00 3%
Ted Mapramook-Senior Engineering $125.00 $187.50 $250.00 01/01/2022 12/31/2022 $0.00 Not Applicable
Technician** $128.75 $193.13 $257.50 01/01/2023 12/31/2023 $0.00 3%
$132.61 $198.92 $265.23 01/01/2024 12/31/2024 $0.00 3%
Arash Hushmand-Senior Engineering $125.00 $187.50 $250.00 01/01/2022 12/31/2022 $0.00 Not Applicable
Technician** $128.75 $193.13 $257.50 01/01/2023 12/31/2023 $0.00 3%
$132.61 $198.92 $265.23 01/01/2024 12/31/2024 $0.00 3% _
David Pipkin-Senior Engineering $125.00 $187.50 $250.00 01/01/2022 12/31/2022 $0.00 Not Applicable
Technician** $128.75 $193.13 $257.50 01/01/2023 12/31/2023 $0.00 3%
$132.61 $198.92 $265.23 01/01/2024 12/31/2024 $0.00 3%
Guillermo Avalos-Senior $125.00 $187.50 $250.00 01/01/2022 12/31/2022 $0.00 Not Applicable
Engineering Technician** $128.75 $193.13 $257.50 01/01/2023 12/31/2023 $0.00 3%
$132.61 $198.92 $265.23 01/01/2024 12/31/2024 $0.00 3%
Bernadette Hernandez-Office $75.00 $112.50 $150.00 01/01/2022 12/31/2022 $0.00 Not Applicable
Manager(Clerical) $77.25 $115.88 $154.50 01/01/2023 12/31/2023 $0.00 3%
$79.57 $119.35 $159.14 01/01/2024 12/31/2024 $0.00 3%
(Add pages as necessary)
NOTES:
1. Key personnel must be marked with an asterisk(*)and employees that are subject to prevailing wage requirements must be marked with two asterisks(**).All costs must comply
with the Federal cost principles. Subconsultants will provide their own cost proposals.
2. The cost proposal format shall not be amended.
3. For named employees and key personnel enter the actual hourly rate. For classifications only,enter the Average Hourly Rate for that classification.
Page 2 of 4
Appendix E
Non-Federal Cost Proposal
NON FEDERAL-COST PROPOSAL
SPECIFIC RATE OF COMPENSATION
Consultant_Hushmand Associates, Inc
® Prime Consultant ® Subconsultant
Project No. Contract No. Date A ri14 2022
SCHEDULE OF OTHER COST ITEMS Add additional pages as necessa
Description of Item Quantity Unit Unit Cost Total
Mileage Costs 1 Mile $0.585 $
Equipment Rental and Supplies $7.00 $
(Nuclear Gauge& Sand Cone
Permit Fees $ $
Plan Sheets $ $
Test $ $
Vehicle 1 Hour $8.00 $
Subconsultant 1: $
Subconsultant 2: $
Subconsultant 3: $
Subconsultant 4: $
Subconsultant 5: $
Note:Add additional pages if necessary.
NOTES:
1. List other direct cost items with estimated costs.These costs should be competitive in their respective industries and supported with appropriate documentation.
2. Proposed ODC items should be consistently billed regardless of client and contract type.
3. Items when incurred for the same purpose,in like circumstance,should not be included in any indirect cost pool or in the overhead rate.
4. Items such as special tooling,will be reimbursed at actual cost with supporting documentation(invoice).
5. Items listed above that would be considered"tools of the trade"are not reimbursable as other direct cost.
6. Travel related costs should be pre-approved by the contracting agency and shall not exceed current State Department of Personnel Administration rules.
7. If mileage is claimed,the rate should be properly supported by the consultant's calculation of their actual costs for company vehicles. In addition,the miles claimed should be
supported by mileage logs.
8. If a consultant proposes rental costs for a vehicle,the company must demonstrate that this is its standard procedure for all of their contracts and that they do not own any vehicles
that could be used for the same purpose.
9. The cost proposal format shall not be amended.All costs must comply with the Federal cost principles.
10. Add additional pages if necessary.
11. Subconsultants must provide their own cost proposals.
Page 3 of 4
Appendix E
Local Assistance Procedures Manual EXHIBIT 10-H3
Cost Proposal
NON FEDERAL-COST PROPOSAL
Certification of Direct Costs:
I, the undersigned, certify to the best of my knowledge and belief that all direct costs identified on the cost
proposal(s) in this contract are actual,reasonable,allowable,and allocable to the contract in accordance with the
contract terms and the following requirements:
1. Generally Accepted Accounting Principles (GAAP)
2. Terms and conditions of the contract
All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be
retained in the project files and be in compliance with applicable federal and state requirements. Costs that are
noncompliant with the federal and state requirements are not eligible for reimbursement.
Prime Consultant or Subconsultant Certifyinpa:
Name:_Ben_Hushmand Title *: President/Principal Engineer
Signature :— z-f-0 Date of Certification(mm/dd/yyyy): 04/04/2022
Email:_benphaiena.com Phone Number(949) 777-1280
Address: 250 Goddard Irvine. CA 92618
* An individual executive or financial officer of the consultant's or subconsultant's organization at a level
no lower than a Vice President or a Chief Financial Officer, or equivalent, who has authority to represent
the financial information utilized to establish the cost proposal for the contract.
List services the consultant is providing under the proposed contract:
Geotechnical Engineering Services
Page 4 of 4
Appendix E
Hushmand Associates,Inc. p.(949)777-1266
250 Goddard w.haieng.com
Awe A Ati I Irvine,CA 92618 e. hai@haieng.com
HUSHMAND ASSOCIATES,INC.
Geotechnicaland Earthquake Engineers
2022 STANDARD SCHEDULE OF FEES
Professional Services
Staff Engineers, Geologist $100/hour
Senior Staff Engineers, Geologist $115/hour
Project Engineers, Geologists $135/hour
Senior Project Engineers,Geologists $145/hour
Senior Engineers, Geologists $175/hour
Project Manager $190/hour
Principal Engineers, Geologists $220/hour
Technical Services
Clerical $75/hour
Word Processing, Technical Text Editing $80/hour
CADD $105/hour
Engineering Technician(Field and Laboratory) $90/hour(non-prevailing wage)
$115/hour(prevailing wage)
Senior Engineering Technician(Field and Laboratory) $100/hour(non-prevailing wage)
$125/hour(prevailing wage)
Minimum Field Services Fee
Field Service Calls 4-hour minimum fee
Travel
Travel time will not be charged for sites within 20 miles from our offices. For sites located more than 20
miles from our offices, travel time will be charged at our regular hourly rate, not to exceed 1.5 hours per
day (for sites within 60 miles from our office). Mileage will be charged at 1.1 times current IRS rate
(2022 IRS rate is $0.59 per mile) or$0.65 per mile. Mileage will not be charged when field truck is used
and charged.
Equipment
Field Truck and Field Test(Nuclear Gage)Equipment $15/hour(max$120/day)
Field Truck $10/hour (max$80/day)
Vibration&Environmental Monitoring Equipment Separate Schedule
* Maximum 8 hrs/day will be charged.
Outside Services
Rental of special equipment not ordinarily furnished by Hushmand Associates, Inc. and
all other costs such as labor, special printing, expendable field supplies, etc. Cost+ 15%
Terms
Billings are payable upon presentation and are past due 30 days from the invoice date. A finance charge of
1.5 percent per month, or the maximum amount allowed by law, will be charged on past-due accounts.
Appendix E
114'.1-411 GEOTECHNICAL LABORATORY TESTING SERVICES
NVSNMING�SSOG�T[S,INC
Item Type of Test Test Method Quantity Unit Price Total Price
I. INDEX PROPERTIES
1.1 Visual Classification (ASTM D 2488) 0 $13 $0.00
1.2 Moisture Content (ASTM D 2216) 0 $16 $0.00
Moisture Content&Density
a)Shelby Tube Sample 0 $36 $0.00
1.3 b)Other Samples ASTM D 2937) 0 $26 $0.00
c) Bulk Samples with Wax 0 $52 $0.00
Particle-Size Analysis of Soils
a) Sieve Only 0 $113 $0.00
1.4 b)Sieve Only(extra sieve requirements) (ASTM D 6913/C 136) 0 $160 $0.00
c)Sieve and Hydrometer (ASTM D 6913&D 7928) 0 $170 $0.00
d)Sieve and Hydrometer USACE $191 $0.00
1.5 Percent Passing#200 Sieve (ASTM D 1140) 0 $72 $0.00
Atterberg Limits
a)Multi Points 0 $134 $0.00
1.6 b)One Point ASTM D 4318) 0 $77 $0.00
c) Non Plastic 0 $31 $0.00
1.7 Specific Gravity of Fines (ASTM D 854) 0 $77 $0.00
1.8 Specific Gravity of Aggregates (ASTM C 127) 0 $103 $0.00
1.9 Sand Equivalent (ASTM D2419) 0 $93 $0.00
1.10 Expansion Index (ASTM D 4829) 0 $124 $0.00
II. SOIL CHEMISTRY
2.1 Corrosion Set 1 (ASTM G187, D516, D4327) 0 $155 $0.00
(Soil Min-Resistivity,pH, Sulfate, Chloride)
2 2 Corrosion Set 2 (ASTM G 200, D 4327, 0 $216 $0.00
(Sett +Redox,Ammonia, Nitrate, Sulfide) EPA SM4500-S2)
Corrosion Set 3 (EPA SM232013,ASTM D
2.3 (Set 2+ Flouride, Phosphate, Lithium, Sodium, 4327) 0 $268 $0.00
Potassium, Magnesium, Calcium, BiCarbonate)
III. COMPACTION
Standard Proctor Compaction
3.1 a)4"Mold (ASTM D 698) 0 $155 $0.00
b)6"Mold 0 $175 $0.00
Modified Proctor Compaction
3.2 a)4"Mold (ASTM D 1557) 0 $170 $0.00
b)6"Mold 0 $196 $0.00
3.3 Caltrans Compaction (CT 216) 0 $206 $0.00
Please contact Bernadette Hernandez at(949)777-1266 or bernadette@haieng.com if you have any questions about this invoice.Thank you for your support.
Appendix E
■ '/,�1'�� GEOTECHNICAL LABORATORY TESTING SERVICES
MVSMMIMO�510CI�TIS.IMC.
Item Type of Test I Test Method I Quantity Unit Price I Total Price
IV. ISTRENGTH TESTS
4.1 R Value (CTM 301) 0 $304 I $0.00
4.2
Unconfined Compression (ASTM D 2166) 0 $124 $0.00
Sample Remolding for Unconfined Compression 0 $57 $0.00
Direct Shear, per point
Fa) Unconsolidated (Q Test) - 0 $67 I $0.00
b)Consolidated (Q Test) - 0 $82 $0.00
4.3 c) Consolidated, Drained (ASTM D 3080) 0 $98 $0.00
d) Consolidated, Drained (Slower Loading) (ASTM D 3080) $118 $0.00
e) Residual-per point per pass - 0 $67 $0.00
Sample Remolding for Direct Shear 0 $57 $0.00
Triaxial, per point
4.4 Consolidated, Undrained (ASTM D 4767) 0 $371 $0.00
Unconsolidated, Undrained 0 $160 $0.00
Sample Remolding forTriaxial (ASTM D 2850) 0 $62 $0.00
4.5 Compression Tests on Cylinder(Concrete) I (ASTM C39) 0 $31 $0.00
4.6 California Bearing Ratio(CBR) I (ASTM D 1883) 0 $587 $0.00
V. ICONSOLIDATION
Consolidation
a) Up to 10 load/unload increments, one time reading 0 $206 $0.00
5.1 b) Each additional time reading (ASTM D 2435) 0 $52 $0.00
c) Each additional load increment 0 $41 $0.00
Sample Remolding for Consolidation 0 $57 $0.00
5.2
Collapse Potential (ASTM D 5333) 0 $113 $0.00
Sample Remolding for Collapse Potential 0 $57 $0.00
5.3
Swell or Settlement Potential (ASTM D 4546) 0 $113 $0.00
Sample Remolding for Swell or Settlement Potential 0 $57 $0.00
VI. PERMEABILITY
6.1 1 Constant Head (ASTM D 2434) 0 $196 $0.00
6.2 1 Flexible Wall (ASTM D 5084) 1 0 $258 $0.00
6.3 I Sample Remolding for Constant Head 0 $62 I $0.00
VII. lAdditional Testing
7.1 ITotal Porosity (API RP 40) I 0 $160 I $0.00
7.1.2 Effective Porosity (SWRCB) 0 $309 $0.00
7.2 pH to Estimate the Soil-Lime/Cement Percentage (ASTM D 6276) 0 $155 $0.00
7.3 Fraction of Organic Carbon (Walkley-Black Method) 0 $129 $0.00
7.4 ICarbonate Content of Aggregate (ASTM D 3042) 0 $361 $0.00
7.5 Icarbonate Content of Soil (ASTM D 4373) 0 $149 $0.00
7.6 LA Abrasion (ASTM C 535) 0 $309 $0.00
7.7 Durability Index(Magnesium Sulfate Soundness (ASTM D 5240) 0 $278 $0.00
7.7.1 ISample Shipping& Handling 0 $103 $0.00
7.8 1 Resilient Modulus AASHTO T307 0 $433 $0.00
Sample pickup:$100(within 50 miles,travel time within 2hr) I $0.00
Please contact Bernadette Hernandez at(949)777-1266 or bernadette@haieng.com if you have any questions about this invoice.Thank you for your support.
Appendix E
ffesoliI GEOTECHNICAL LABORATORY TESTING SERVICES
NUSNMANQ ASSOUAt[5.INC
Item Type of Test Test Method Quantity I Unit Price Total Price
Notes:
1. Prices are per test and include the engineer's review.Additional services will be charged on a time and material basis.
Please request any additional service prior to dropping off the samples as they may result in additional fees.
2. Due to limited storage space,the remaining portions of tested samples will be disposed of 60 days after project
completion without notice. For longer sample storage, an agreement should be made in advance prior to the start of the
testing program. Untested bulk samples will be returned to the client at the client's expense or a disposal fee of$10 per 5
gal. bucket will be imposed.
3. Payment for services is due upon presentation. If not paid within 30 days of the invoice date,they will be considered
past due and a carrying charge of 1.5%per month(or the maximum rate allowed by law)will be added to the unpaid
balance.Any Attorney's fees or other costs incurred in collecting any delinquent accounts will be added to the amounts due
and shall be paid by the party invoiced.
4. Rush surcharge will be applied if rush lab results are required. If the rush results are required during weekdays,the
surcharge will be 50%per test. During weekends, it will be 100%per test.
5.The fee schedule will normally increase 6%per year based on inflation.
Please contact Bernadette Hernandez at(949)777-1266 or bernadette@haieng.com if you have any questions about this invoice.Thank you for your support.
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: I N/A Date: 05/18/2022
Job Title: I N/A
(2)Company/Agency Name and Address:
N/A
(3) Disclosure(Please describe the nature of the self-dealing transaction you are a party to):
N/A
(4) Explain why this self-dealing transaction is consistent with the requirements of Corporations Code 5233(a):
N/A
(5)Authorized Signature p
Signature: 'G Date: */18/2022
Appendix H
fliGlkEfAIMC
PART E SUBCONSULTANT
As part of SWT's solid waste services,we found that using a subconsultant for geotechnical and CQA services
has been very effective for our clients.
Supporting this contract,SWT selected Hushmand Associates, Inc.as our geotechnical sub-consultant based
on their experience and background, as well as the appropriate staff and laboratory facilities to effectively
support this project. The SWT Team's overall experience and familiarity with similar on-call projects means
having no learning curve and a Team that is ready to begin immediately.
SUBCONSULTANT EXPERIENCE
HAI is a geotechnical and material testing firm with more than !�
pP p providing g S.T 30 ears of experience in rovidin design construction
support services for municipal and hazardous waste landfill qo�
projects for the public and private sectors. HAI has extensive
experience providing QA/QC services for a variety of landfill
projects throughout California and Hawaii including cell
construction and expansion, covers, and post-closure
maintenance. HAI performs comprehensive QA/QC services
including geosynthetic liner installation monitoring and -
testing, field density testing and oversight of mass grading,
geologic inspection of slope cuts and landfill floor subgrade, ,
field permeability testing, and comprehensive laboratory
testing of geo-materials and concrete.
HAI has a team of engineers and geologists, hydrologists, landfill gas experts, and field and laboratory
specialists with unparalleled design and construction experience. HAI geo-professionals are licensed to
practice in the State of California. HAI has an in-house soils and material testing laboratory validated by the
USACE,and certified by Caltrans,the Department of the State Architect(DSA),the City of Los Angeles(Testing
Agency No. 10185), CCRL, and the AASHTO Materials Reference Laboratory(AMRL) R-18 Program.
1
V,
IlV�
,. Ifni
I i
County of Fresno Department of Public Works and Planning
Request for Qualifications Page 29 SWT Engineering
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
Assis+tan�t pDi.recttoMr,of Public Works & Planning 1
Assis
al
gent i
AsSOComte Real Property gent 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.