HomeMy WebLinkAboutAgreement A-18-586 with Stantec Consulting Services Inc..pdf Agreement No. 18-586
18-0922
1 SECOND AMENDMENT TO AGREEMENT
2 THIS SECOND AMENDMENT TO AGREEMENT is made this 9th day
3 of October 2018, by the COUNTY OF FRESNO, a political subdivision of the
4 State of California (COUNTY), and STANTEC CONSULTING SERVICES, INC., a New
5 York Corporation, located at, 7502 N. Colonial Ave., Suite 101, Fresno, California 93711
6 (hereinafter called "CONTRACTOR").
7 WITNESSETH:
8 WHEREAS, COUNTY and CONTRACTOR previously entered into an
9 Agreement dated the 7"' day of October, 2013, and identified as Procurement
10 Agreement No. P-13-612-G (hereinafter "the Agreement," a true and correct copy of
11 which is appended hereto as "Attachment A" and incorporated by this reference), under
12 the terms of which the CONTRACTOR agreed to provide Groundwater Monitoring,
13 Sampling and Reporting at the Blue Hills Disposal Site ("Blue Hills") over a potential
14 five-year term, with a contract maximum of $100,000.00; and
15 WHEREAS, the Agreement previously has been extended by mutual consent of
16 the parties to its full potential five-year term, which is scheduled to expire on October
17 15, 2018; and
18 WHEREAS, COUNTY finds it necessary to amend the Agreement due to the
19 need for additional services relating to recent and pending modifications to the
20 requirements imposed by the State for renewal of the Postclosure Permit for the Blue
21 Hills site; and
22
WHEREAS, neither the completion by the State of its modifications to those
23
requirements, nor the performance by CONTRACTOR of additional services required in
24
connection therewith, will be concluded prior to the current October 15, 2018 expiration
25
26 date of the Agreement, although it currently is anticipated by the parties that extension
27 of the Agreement term to March 30, 2020 will provide sufficient additional time; and
28
1
1 WHEREAS, it is in the best interest of the COUNTY to continue to retain the
2 services of CONTRACTOR at least until such time as the modified Blue Hills
3 Postclosure Permit requirements have been fully determined and established, at which
4 time the COUNTY in its discretion may terminate the Agreement and issue a Request
5
for Proposal or Request for Quotation based on those modified requirements; and
6
WHEREAS, COUNTY and CONTRACTOR now desire to amend the Agreement
7
to further extend the term and increase the maximum annual compensation, so as to
8
allow the CONTRACTOR to provide such additional necessary services.
9
NOW, THEREFORE, based on the foregoing and in consideration of their
10
mutual promises as set forth herein, the parties agree to amend the above-referenced
11
Agreement as follows:
12
1. The Section entitled "TERM" on page one (1) of the Agreement is hereby
13
deleted in its entirety and replaced with the following:
14
"TERM
15
The term of this Agreement will be from October 15, 2013 through March
16
30, 2020, unless earlier terminated by COUNTY upon written notice in accordance with
17
the Section of the Agreement entitled "TERMINATION."
18
2. The Section entitled "EXTENSION" on page one (1) of the Agreement is
19
hereby deleted in its entirety.
20
3. The Section entitled "MAXIMUM" on page one (1) of the Agreement is
21
hereby deleted in its entirety and replaced with the following:
22
"MAXIMUM
23
In no event shall services be performed and/or fees paid under this Agreement be in
24
excess of one hundred thirty-three thousand dollars and no/xx ($133,000.00)."
25
26
27
28
2
1 4. The following new Section, together with the attached "Attachment B," are
2 added to the Agreement by this Amendment. The following language is hereby inserted
3 at page four (4) of the Agreement, immediately after the Section entitled "GOVERNING
4 LAWS":
5 "DISCLOSURE OF SELF-DEALING TRANSACTIONS:
6 This provision is only applicable if the CONTRACTOR is operating as a
7 corporation (a for-profit or non-profit corporation) or if during the term of
8 this Agreement, the CONTRACTOR changes its status to operate as a
9 corporation. Members of the CONTRACTOR's Board of Directors shall
10 disclose any self-dealing transactions that they are a party to while
11 CONTRACTOR is providing goods or performing services under this
12 Agreement. A self-dealing transaction shall mean a transaction to which
13 the CONTRACTOR is a party and in which one or more of its directors has
14 a material financial interest. Members of the Board of Directors shall
15 disclose any self-dealing transactions that they are a party to by
16 completing and signing a Self-Dealing Transaction Disclosure Form
17 (appended as page 2 of"Attachment B" hereto) and submitting it to the
18 COUNTY prior to commencing with the self-dealing transaction or
19 immediately thereafter."
20 COUNTY and CONTRACTOR agree that this Amendment is sufficient to amend
21 the Agreement and that upon full execution of this Amendment, the Agreement and this
22 Amendment together shall be considered and shall constitute the Agreement_
23 The Agreement, as hereby amended, is ratified and continued. All provisions,
24 terms, conditions, mutual covenants and promises set forth in the Agreement shall
25 remain in full force and effect, except as hereinabove amended.
26
27
28
3
1 EXECUTED AND EFFECTIVE as of the date first set forth above.
2
3 CONTRACTOR'AND/OR CONSULTANT COUNTY OF FRESNO
4
5 (Authorized Si ture) al Q in ro -hairman of the Board of
S rvisors of the County of Fresno,
6
7 Print Name and Title ATTEST:
Bernice E. Seidel
8 Clerk of the Board of Supervisors
Mailing Address County of Fresno, State of California
9
10 City, State, and Zip Code By
Deputy
11
12 ,
13
(Au i d Signature)
14
15 Dan
Print Name and Title
16
(01(00-H S4re��
17 Mailing Address
18 Edmon-oo AR 75k @1-6
City, State, and Zip Code
19
20
21
22
23
24
FOR ACCOUNTING USE ONLY
25
ORG No.: 9015
26 Account No.: 7295
Fund No.: 0701
27 Subclass No.: 15001
28
4
Attachment A
COUP riECEIVED FU :CriI `J;I{C L- r'i
County of Fresno
INTERNAL SERVICES DEPARTMENT
Rik
GARY OSMONDSON, DIRECTOR — CIO
Q� �8b0 Facility Services - Fleet Services - Graphics
.
TT Information Technology Purchasing
Security - Telecommunications
PROCUREMENT AGREEMENT
Agreement Number P-13-612-G
October 7, 2013
Stantec Consulting Services, Inc.
3475 W. Shaw Ave., Suite 104
Fresno, CA 93711
The County of Fresno (County) hereby contracts with Stantec Consulting Services, Inc.
(Contractor)for Groundwater Monitoring, Sampling and Reporting at the Blue Hills Disposal Site
in accordance with the text of this agreement, Attachment "A", County of Fresno Request for
Quotation No: 925-5177 and the attached contractors response to County of Fresno Request for
Quotation No: 925-5177 by this reference made a part hereof.
TERM:. This Agreement will be for three (3) years effective October 15, 2013.
EXTENSION: This Agreement may be extended for an additional two (2) year period by the
mutual written consent of all parties.
CONTRACTOR'S SERVICES: Contractor shall perform the services as described in
Attachment"A" attached, at the rates set forth in Attachment "A".
PRICES: Prices shall be firm for the contract period.
MAXIMUM: In no event shall services performed and/or fees paid under this Agreement be in
excess of one hundred thousand dollars and no/xx ($100,000.00).
ADDITIONAL ITEMS: The County reserves the right to negotiate additional items to this
Agreement as deemed necessary. Such additions shall be made in writing and signed by both
parties.
DEFAULT: In case of default by Contractor, the County may procure the articles/services from
another source and may recover the loss occasioned thereby from any unpaid balance due the
Contractor or by any other legal means available to the County. The prices paid by County shall
be considered the prevailing market price at the time such purchase is made. Inspection of
deliveries or offers for delivery, which do not meet specifications, will be at the expense of
Contractor.
4525 E. Hamilton Avenue / Fresno, California 937 02-4 599/ (559) 600-7 110/ Fax (559) 600-7 126
PROCUREMENT AGREEMENT NUMBER: P-13-612-G Page 2
Stantec Consulting Services, Inc.
October 7, 2013
INVOICING: An itemized invoice in duplicate shall be mailed to County of Fresno, Public
Works- Resources Division, 2220 Tulare Street, Sixth Floor, Fresno, CA 93721. The
Agreement number must appear on all shipping documents and invoices. Invoice terms shall
be Net 45 Days.
TERMINATION: The County reserves the right to immediately terminate this Agreement upon
written notice to the Contractor. In the event of such termination, the Contractor shall be paid
for satisfactory services or supplies provided to the date of termination.
LAWS AND REGULATIONS: The Contractor shall comply with all laws, rules and regulations
whether they be Federal, State or municipal, which may be applicable to Contractor's business,
equipment and personnel engaged in service covered by this Agreement.
AUDITS AND RETENTION: Terms and conditions set forth in the agreement associated with
the purchased goods are incorporated herein by reference. In addition, the Contractor shall
maintain in good and legible condition all books, documents, papers, data files and other
records related to its performance under this contract. Such records shall be complete and
available to Fresno County, the State of California, the federal government or their duly
authorized representatives for the purpose of audit, examination, or copying during the term of
the contract and for a period of at least three years following the County's final payment under
the contract or until conclusion of any pending matter(e.g., litigation or audit), whichever is later.
Such records must be retained in the manner described above until all pending matters are
closed.
LIABILITY: The Contractor agrees to:
Pay all claims for damage to property in any manner arising from Contractor's operations under
this Agreement.
Indemnify, save and hold harmless, and at County's request defend the County, its officers,
agents and employees from any and all claims for damage or other liability, including costs,
expenses, causes of action, claims or judgments resulting out of or in any way connected with
Contractor's performance or failure to perform by Contractor, its agents, officers or employees
under this Agreement.
INSURANCE:
Without limiting the COUNTY's right to obtain indemnification from CONTRACTOR or any third
parties, CONTRACTOR, at its sole expense, shall maintain in full force and effect, the following
insurance policies or a program of self-insurance, including but not limited to, an insurance
pooling arrangement or Joint Powers Agreement (JPA) throughout the term of the Agreement:
A. Commercial General Liability
Commercial General Liability Insurance with limits of not less than One Million Dollars
($1,000,000.00) per occurrence and an annual aggregate of Two Million Dollars
($2,000,000.00). This policy shall be issued on a per occurrence basis. County may require
specific coverage including completed operations, product liability, contractual liability,
Explosion-Collapse-Underground, fire legal liability or any other liability insurance deemed
necessary because of the nature of the contract.
G:\USERS\0N3710\STANTEC CONSULTING.D000
PROCUREMENT AGREEMENT NUMBER: P-13-612-G Page 3
Stantec Consulting Services, Inc.
October 7, 2013
B. Automobile Liability
Comprehensive Automobile Liability Insurance with limits for bodily injury of not less than
Two Hundred Fifty Thousand Dollars ($250,000.00) per person, Five Hundred Thousand
Dollars ($500,000.00) per accident and for property damages of not less than Fifty
Thousand Dollars ($50,000.00), or such coverage with a combined single limit of Five
Hundred Thousand Dollars ($500,000.00). Coverage should include owned and non-owned
vehicles used in connection with this Agreement.
C. Professional Liability
If Contractor employs licensed professional staff, (e.g., Ph.D., R.N., L.C.S.W., M.F.C.C.) in
providing services, Professional Liability Insurance with limits of not less than One Million
Dollars ($1,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00) annual
aggregate.
D. Worker's Compensation
A policy of Worker's Compensation insurance as may be required by the California Labor
Code.
Contractor shall obtain endorsements to the Commercial General Liability insurance naming the
County of Fresno, its officers, agents, and employees, individually and collectively, as additional
insured, but only insofar as the operations under this Agreement are concerned. Such
coverage for additional insured shall apply as primary insurance and any other insurance, or
self-insurance, maintained by County, its officers, agents and employees shall be excess only
and not contributing with insurance provided under Contractor's policies herein. This insurance
shall not be cancelled or changed without a minimum of thirty (30) days advance written notice
given to County.
Within Thirty (30) days from the date Contractor signs and executes this Agreement, Contractor
shall provide certificates of insurance and endorsement as stated above for all of the foregoing
policies, as required herein, to the County of Fresno, Public Works- Resources Division, stating
that such insurance coverage have been obtained and are in full force; that the County of
Fresno, its officers, agents and employees will not be responsible for any premiums on the
policies; that such Commercial General Liability insurance names the County of Fresno, its
officers, agents and employees, individually and collectively, as additional insured, but only
insofar as the operations under this Agreement are concerned; that such coverage for additional
insured shall apply as primary insurance and any other insurance, or self-insurance, maintained
by County, its officers, agents and employees, shall be excess only and not contributing with
insurance provided under Contractor's policies herein; and that this insurance shall not be
cancelled or changed without a minimum of thirty (30) days advance, written notice given to
County.
In the event Contractor fails to keep in effect at all times insurance coverage as herein provided,
the County may, in addition to other remedies it may have, suspend or terminate this Agreement
upon the occurrence of such event.
All policies shall be with admitted insurers licensed to do business in the State of California.
Insurance purchased shall be purchased from companies possessing a current A.M. Best, Inc.
rating of A FSC VII or better.
G:\USER5\0N3710\STANTEC CONSULTING.D0o(
PROCUREMENT AGREEMENT NUMBER: P-13-612-G Page 4
Staintec Consulting Services, Inc.
October 7, 2013
COMING ON COUNTY PROPERTY TO DO WORK
Contractor agrees to provide maintain and furnish proof of Comprehensive General Liability
Insurance with limits of not less than $500,000 per occurrence.
INDEPENDENT CONTRACTOR: In performance of the work, duties and obligations assumed
by Contractor under this Agreement, it is mutually understood and agreed that Contractor,
including any and all of Contractor's officers, agents, and employees will at all times be acting
and performing as an independent contractor, and shall act in an independent capacity and not
as an officer, agent, servant, employee, joint venturer, partner, or associate of the County.
Furthermore, County shall have no right to control or supervise or direct the manner or method
by which Contractor shall perform its work and function. However, County shall retain the right
to administer this Agreement so as to verify that Contractor is performing its obligations in
accordance with the terms and conditions thereof. Contractor and County shall comply with all
applicable provisions of law and the rules and regulations, if any, of governmental authorities
having jurisdiction over matters the subject thereof.
Because of its status as an independent contractor, Contractor shall have absolutely no right to
employment rights and benefits available to County employees. Contractor shall be solely liable
and responsible for providing to, or on behalf of, its employees all legally-required employee
benefits. In addition, Contractor shall be solely responsible and save County harmless from all
matters relating to payment of Contractor's employees, including compliance with Social
Security, withholding, and all other regulations governing such matters. It is acknowledged that
during the term of this Agreement, Contractor may be providing services to others unrelated to
the County or to this Agreement.
NON-ASSIGNMENT: Neither party shall assign, transfer or sub-contract this Agreement nor
their rights or duties under this Agreement without the written consent of the other party.
AMENDMENTS: This Agreement constitutes the entire Agreement between the Contractor and
the County with respect to the subject matter hereof and supersedes all previous negotiations,
proposals, commitments, writings, advertisements, publications, Request for Proposals, Bids
and understandings of any nature whatsoever unless expressly included in this Agreement.
This Agreement supersedes any and all terms set forth in Contractor's invoice. This Agreement
may be amended only by written addendum signed by both parties.
"INCONSISTENCIES: In the event of any inconsistency in interpreting the documents which
constitute this Agreement, the inconsistency shall be resolved by giving precedence in the
following order of priority: (1) the text of this Agreement (excluding Attachment"A", County's
Request for Quotation No. 925-5177 and the Contractor's Quote in response thereto); (2)
Attachment "A"; (3) the County's Request for Quotation No. 925-5177 and (4) the Contractor's
quotation made in response to County's Request for Quotation No. 925-5177.
GOVERNING LAWS: This Agreement shall be construed, interpreted and enforced under the
laws of the State of California. Venue for any action shall only be in County of Fresno.
Please acknowledge your acceptance by returning all pages of the signed original of this
Agreement to my office, retaining a copy for your files.
G:\USERS\0N3710\STANTEC CONSULTING.D000
PROCUREMENT AGREEMENT NUMBER: P-13-612-G Page 5
Stantec Consulting Services, Inc.
October 7, 2013
Please refer any inquiries in this matter to Craig Nickel, Buyer III, at (559) 600-7115 or
cnickel@co.fresno.ca.us.
FOR THE COUNTY OF FRESNO
Gary E. Cornue e
Purchasing Manager
4525 East Hamilton Avenue
Fresno, CA 937c02-4599
Date: - �5
GEC:CJN
G:\USERS\0N3710\SfANTK CONSULTING.DOCX
PROCUREMENT AGREEMENT NUMBER: P-13-612-G Page 6
Sttintec Consulting Services, Inc.
October 7, 2013
CONTRACTOR TO COMPLETE:
Company: 5-Le cr Cor�su\�;„ta Serv:ces. " vie,
Type of Entity:
Individual Limited Liability Company
Sole Proprietorship Limited Liability Partnership
orporati General Partnership
Signed by:
5�ctje 5+rm:� / Fr:n c;?a.A VAyArnge�, g ii s-S- 6 la. ac 13
Print Name and Title Lj U Date
34-75 W. 5�aj.42 O-ye_ A104
Address
Fr es a CIA `?3-1 it
Address City State Zip
(,M) ?,7t-- 2-71 A 51 a caw►
TELEPHONE NUMBER FAX NUMBER E-MAIL ADDRESS
ACCOUNTING USE ONLY
ORG No.: 9015
Account No.: 7295
Requisition No.: 9011300021
(06/12)
G:\USERS\CJN3710\STANTEC CONSULTING.DOCX
PROCUREMENT AGREEMENT NUMBER: P-13-612-G Attachment Page 1 of 1
Stantec Consulting Services, Inc.
October 7, 2013
ATTACHMENT 'A"
FEE SCHEDULE
GROUND WATER MONITORING
Task 1 Logistics and Preparation Semi-Annual cost X 2 = $ 752.00
Task 2 Quarterly Groundwater Level Cost X 2 = $ 752.00
Task 3 Groundwater Sample Collection
1st Semi-Annual Semi-Annual cost X 1 = $ 1,061.00
2"d Semi-Annual Semi-Annual cost X 1 = $ 1,061.00
Task 4 Sample Laboratory Analysis Semi-Annual cost X 1 = $ 1,639.00
1st Semi-Annual
2"d Semi-Annual Semi-Annual cost X 1 = $ 2,149.40
(includes annual parameters)
Task 5 Monitoring Reports
1st Semi-Annual Report Semi-Annual cost X 1 = $ 2,496.90
2nd Semi-Annual Report Semi-Annual cost X 1 = $ 3,138.90
(includes annual parameters)
Task 6 Supplemental item for 5 years Metal / _ $ 9,847.20
COC analysis
Task 7 Data to Geotracker Semi-Annual cost X 2 = $ 678.00
Task 8 Annual Inspection Cost X 1 = $ 336.00
ANNUAL TASK TOTAL = $ 23,915.40
G:\USERS\CJN3710\S7rANTEC CONSULTING.DOC)C
STANTEC RESPONSE
TO COUNTY'S
REQUEST FOR QUOTATION
NO. 925=5177
i
Stantec Consulting Services Inc.
3475 West Shaw Avenue Suite 104 r '
Fresno CA 93711
Tel:(559)271-2650
OiiFax:(559)271-5108 r+`,
Stantec
July 16 2013' ORIGINALCraig Nickel
County of Fresno, Purchasing
4525 East Hamilton Avenue
Fresno, CA 93702-4599
Reference. Request for Quotation No. 925-5177 for Ground Water Monitoring, Sampling,
and Reporting, Blue Hills Disposal Facility, Coalinga, CA
Dear Mr. Nickel:
Stantec Consulting Services Inc. (Stantec) is pleased to present this proposal to the County of
Fresno's Purchasing Department for groundwater monitoring, sampling, and reporting at the Blue
Hills Disposal Facility (BHDF) near Coalinga, California. The proposal was prepared in response to
your Request for Quotation #925-5177 of June 19, 2013. Stantec understands that the scope of
work is for semi-annual groundwater sample collection at seven wells, quarterly depth-to-water
level measurements in seven wells, laboratory analysis, statistical analysis, annual inspections
! based on the Postclosure Maintenance Plan, and reporting of the results on a semi-annual and
I annual basis in accordance with the existing Sampling and Analysis Plan for the BHDF. Costs are
also included for supplemental additional analysis of metals and constituents of concern on a 5-
year basis. All work will be supervised by a California-Professional Geologist, -Certified
l Hydrogeologist, and —Certified Engineering Geologist.
Stantec, founded in 1954, provides engineering, environmental design, surveying, architecture, and
consulting to the public and private sectors throughout the world. Additional information about
Stantec is available on our website at www.stantec.com. Stantec personnel have performed
1 environmental services for Fresno, Kings, Tulare, Merced, and Kern Counties and are very familiar
with the geology, hydrogeology, governments, and regulatory agencies in the Central Valley.
Several members of the project team have direct experience with the BHDF providing the services
required. The Project Manager, Steve Strait, has over 37 years' experience of providing expertise
! in the areas of groundwater monitoring well installations, groundwater monitoring and evaluation,
j and landfill gas monitoring, and has worked on over 135 landfills in California. Mr. Strait is located
at Stantec's Fresno office and is readily available to interface with Fresno County and regulatory
agency personnel at a moment's notice. In addition, Steve Strait managed groundwater monitoring
and reporting at the BHDF in the 1990's and between 2004 and 2013.
Stantec personnel are well versed in the use of the statistical software program, Sanitas, by Sanitas
Technologies (ST) for the intra-well comparisons, by training and experience. In addition, Stantec
personnel have used the program for evaluating data at BHDF in the past. Sanitas incorporates an
expert system that automatically performs all pre- and post-analysis tests required to ensure that
the data does not violate any size, distribution, or seasonality assumptions of the statistical
analysis. As discussed with a ST representative, Stantec will re-new the maintenance agreement
for with ST for the use of the Sanitas software at the BHDF.
Stantec has evaluated the specifications for services, bid requirements for this project, and
assessed our own experience at the landfill. The bid requirements compliance sheets are included
V:\2013 Proposals\Blue H111s\13HCovLetter2013.docx
Stantec
July 16,2013
Page 2 of 2
Reference: Request for Quotation No.925-5177 for Ground Water Monitoring,Sampling,and Reporting, Blue Hills
Disposal Facility, Coalinga, CA,
j as are the costs for the proposed work (contained in the.Quotation Schedule), and the requested
references.
Stantec appreciates the opportunity to bid on this proposal. If you have any questions, please call
me at (559) 271-2650.
! Sincerely,
1 STANTEC CONSULTING SERVICES INC.
I 'WrRalph Carson, PG Steve Strait, PG, CEG, CHG
Senior Geologist Principal Hydrogeologist
Tel: (559)271-2650 Tel: (559) 271-2650
Fax: (559) 271-5108 Fax: (559) 271-5108
ralph.carson(a-)-stantec.com steve.strait(a)-stantec.com
Attachment: Bid Requirements �)HYDRO
G.
VEN ST ,0
1 No.HG123
* Exp. a !
sT9�OF CALIFOR��
I
I
I
VA2013 Proposals\Blue Hi11s\BHCovLetter2013.docx
i
i
i
Proposal No. 925-5177 for
Groundwater Monitoring, Sampling,
and Reporting at Blue Hills Disposal
Facility
1
1
for
County of Fresno
I
1
1
Stantec
i
July 16, 2013
Stantec
PROPOSAL NO. 925-5177 FOR
GROUNDWATER MONITORING, SAMPLING, AND REPORTING AT BLUE HILLS
DISPOSAL FACILITY
Table of Contents
Page One of RFQ
Addendum.Number: One (1)
Bidder to Complete Page (Subcontractors)
lReference List
Quotation Schedule
Bidder Exceptions
Scope of Work, Description and Techniques, Standard Operating Procedures
Check List
1
1
1
1
l
1
i
One Team.Infinite Solutions.
stantec vA2013 proposals\blue hi11s\bhcov1etter2013.dccx
i
COUNTY OF FRESNO
REQUEST FOR QUOTATION
NUMBER. 925-5177
GROUNDWATER MONITORING, SAMPLING AND REPORTING
AT BLUE HILLS DISPOSAL FACILITY
June19 2013
ORG/Re uisition:9015/9011300021 PURCHASI NG USE V:12013 PROPOSALSIBLUE HILLSIBHCOVLETTER2013.DOCX
IMPORTANT: SUBMIT QUOTATION IN SEALED PACKAGE WITH QUOTATION NUMBER, CLOSING DATE AND BUYER'S
NAME MARKED CLEARLY ON THE OUTSIDE TO:
1 COUNTY OF FRESNO, Purchasing
J 4525 EAST HAMILTON AVENUE,2nd Floor
FRESNO, CA 93702-4599
CLOSING DATE OF BID WILL BE AT 2:00 P.M., ON JULY 97 2013.
1 QUOTATIONS WILL BE CONSIDERED LATE WHEN THE OFFICIAL PURCHASING TIME CLOCK READS 2:00
Quotations will be opened and publicly read at that time. All quotation information will be available for review after contract award.
Clarification of specifications is to be directed to: Craig J. Nickel, e-mail CountyPurchasingRco.fresno.ca.us,
1 phone (559) 600.7115, FAX (559) 600-7126.
GENERAL CONDITIONS: See"County Of Fresno Purchasing Standard Instructions And Conditions For Request For Proposals
1 (RFP'S)and Requests for Quotations(RFQ'S)"attached. Check County of Fresno Purchasing's Open Solicitations website at
https:/Iwww2.co.fresno.ca.us/0440/Bids/BidsagMg.aspx for RFQIRFP documents and changes.
BIDDER TO COMPLETE
UNDERSIGNED AGREES TO FURNISH THE COMMODITY OR SERVICE STIPULATED IN THE ATTACHED QUOTATION SCHEDULE AT THE
PRICES AND TERMS STATED, SUBJECT TO THE"COUNTY OF FRESNO PURCHASING STANDARD INSTRUCTIONS AND CONDITIONS
FOR REQUEST FOR PROPOSALS(RFP'S)AND REQUESTS FOR QUOTATIONS(RFQ'S)"ATTACHED.
Except as noted on individual items, the following will apply to all items in the Quotation Schedule.
l 1. Complete delivery will be made within calendar days after receipt of Order.
1 2. A cash discount days will apply.
STANTEC CONSULTING SERVICES INC.
COMPANY
3475 W.SHAW AVE. SUITE 104
j ADDRESS
FRESNO CA 93711
CITY STATE ZIP CODE
559-271-2650 559-271-5108 steve.strait(?i.)stantec.com
TELEPHONE NUMB FACSIMILE NUMBER E-MAIL ADDRESS
SIGNED B
Steve Strait Principal Hydrogeologist
PRINT NAME TITLE
PD-010(1/13)
COUNTY OF FRESNO
ADDENDUM NUMBER: ONE (1 )
RFQ NUMBER. 925-5177
1 GROUND WATER MONITORING SAMPLING AND REPORTING AT
l July 9, 2013
I PURCHASING USE
IMPORTANT: SUBMIT QUOTATION IN SEALED PACKAGE WITH QUOTATION NUMBER, CLOSING DATE AND BUYER'S NAME
MARKED CLEARLY ON THE OUTSIDE TO:
COUNTY OF FRESNO, Purchasing
4525 EAST HAMILTON AVENUE,2ND FLOOR
FRESNO,CA 93702-4599
CLOSING DATE OF BID WILL BE AT 2:00 P.M., ON JULY 18, 2013.
1 QUOTES WILL BE CONSIDERED LATE WHEN THE OFFICIAL PURCHASING TIME CLOCK READS 2:00 P.M.
Quotes will be opened and publicly read at that time. All quotation information will be available for review after contract award.
} Clarifications of specifications is to be directed to: Craig J. Nickel, phone (559) 600-7115, e-mail
CountyPurchasing anco.fresno.ca.us, fax (559) 600-7126.
1
NOTE THE FOLLOWING AND ATTACHED ADDITIONS, DELETIONS AND/OR CHANGES TO THE
REQUIREMENTS OF REQUEST FOR QUOTATION NUMBER: 925-5177 AND INCLUDE THEM IN YOUR
RESPONSE. PLEASE SIGN AND RETURN THIS ADDENDUM WITH YOUR QUOTATION.
➢ The Closing Date has been changed to July 18, 2013 at 2:00 p.m.
➢ See the following page(s) for questions asked by potential bidders followed by answers from the
County.
I ACKNOWLEDGMENT OF ADDENDUM NUMBER ONE (1) TO RFQ 925-5177
COMPANY NAME: Stantec Consulting Services Inc.
(PRINT)
SIGNATURE:
NAME & TITLE: Steve Strait, PG, CEG, CHG, Principal Hydrogeologist
(PRINT)
VA2013 PROPOSALSOLUE HILLS\RFP FILES\925-5177 ADD 1.D0C (4/11)
ADDENDUM NO. ONE (1) Page 2
REQUEST FOR QUOTATION NUMBER 925-5177
July 9, 2013
QUESTIONS AND ANSWERS
Q1 Previous semi-annual reports on GeoTracker by the current consultant have used
the Sanitas program to determine significant trends for the landfill. This is a
regulatory agency accepted program for landfill statistical analysis. Can other
programs be used?
Al Sanitas is the only statistical program allowed.
1 Q2 Does the county have the Sanitas license or does the contractor have to include this
cost into their bid?
A2 The cost for the license is to be borne by the contractor. The license is to be in the name
of the County of Fresno for the use of the County and its agents (contractor).
Q3 The SAP indicates that groundwater monitoring will be conducted by a Project
1 Manager who "will be a California Professional Geologist or Professional Engineer."
Is this registration requirement a minimum qualification for the proposed work? If
so, how will the County determine this minimum qualification?
I A3 All monitoring and reporting shall be in accordance with the SAP. More specifically, the
CONSULTANT in the performance of its services shall analyze and adhere to all
applicable statutory and regulatory requirements, including but not limited to applicable
provisions of Titles 14, 22, 23, and 27 of the California Code of Regulations, Title 40 of the
Code of Federal Regulations, and all such other statutory or regulatory requirements as
may be enacted or promulgated to regulate operations at municipal solid waste landfills or
otherwise applicable to CONSULTANT's performance of its services. Professional
Registration will be verified prior to execution of an agreement or award of RFQ.
Q4 Does the county have minimum experience qualification requirements for the work
described in the RFQ? If so, how will the County evaluate the experience of the firms
responding to the RFQ?
A4 The respondent is instructed in RFQ No. 925-5177 to provide a list of at least five (5)
customers for whom recent, similar services have been provided. The RFQ further states
"Failure to provide a list of at least five (5) customers maybe cause for rejection of this
RFQ.
i Q5 The SAP indicates that an Engineer ...is responsible as the point of contact to the
client on environmental chemistry issues... Is registration as a California
Professional engineer a minimum qualification for the proposed work? If so, how
will the County determine this minimum qualification?
A5 The SAP states that the Engineer reports to the Project Manager
V:12013 PROPOSALSIBLUE HUMP FILES1925-5177 ADD 1.00C
i
ADDENDUM NO. ONE (1) Page 3
REQUEST FOR QUOTATION NUMBER 925-5177
July 9, 2013
Q6 The MRP indicates that leachate monitoring will be required Semi-annually should
leachate seeps be observed. From the description it appears leachate seeps are not
routine. Should leachate sampling be included in the cost estimate or be considered
out of scope?
A6 Leachate seeps are not routine and will be covered as extra services.
1 Q7 Are the general conditions listed in the Request for Quotation (RFQ) negotiable?
Many of the conditions are for products and not appropriate for professional
services.
} A7 It depends where the term or condition originated.
1 Q8 How does the County record "delivery or receipt of invoice"?
A8 The County will date stamp invoices when received. Draft reports are due to the County
four weeks prior to regulatory due date, final reports are due 2 weeks prior to regulatory
due date. Invoices will not be processed until final reports are received.
l
Q9 Year Compliance Warranty: Can this provision of the RFQ be excluded? This
I
provision is inappropriate for Professional Services as the consultant will not be
providing "Product."
A9 Yes. Simply respond "NA':
l
Q10 Hold Harmless Clause: This is inappropriate for professional services. Will Fresno
1 County consider a negligence based indemnity?
A10 This originated with our Risk Management Division. It is not likely we could have a
determination from them on its appropriateness by the closing date.
J Q11 Guarantee: Can this provision of the RFQ be excluded? This provision seems
focused on a product and is inappropriate for professional services.
A11 Yes. Simply respond "NA".
Q12 Is this is a one year contract? Are there any options for contract extension? If an
extension is possible, will there be an opportunity for updating fees?
A 12 The contract term is one year, the Agreement shall automatically renew for four(4)
additional(1) year terms unless COUNTY notifies CONSULTANT in writing of its intent not
to renew this Agreement, such notice to be given at least thirty(30) days prior to the end of
the then current one year term.
V:12013 PROPOSALSIBLUE HILLSIRFP FILESI925-5177 ADD 1.D0C
1,
Quotation No. 925-5177 Page 18
BIDDER TO COMPLETE
SUBCONTRACTORS:
List all subcontractors that would perform work in excess of one/half of one percent of the total
amount of your bid, and state general type of work such subcontractor would be performing:
BC Laboratories, Inc. —Analytical laboratory(sample analysis)
1
1
1
1
I
I
I
I
stantec 02013 proposaMblue hi11slbhcov1ette2013.docx
i
Quotation No. 925-5177 Page 19
VENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR QUOTATION
Firm: Stantec Consulting Services Inc.
REFERENCE LIST
1 Provide a list of at least five (5) customers for whom you have recently provided similar
services. Be sure to include all requested information.
1 Reference Name: Kern County Waste Management Dept. Contact: Eric Greenwood
Address: 2700"M"Street, Suite 500
City: Bakersfield State: CA Zip: 93301
Phone No.: ( 661 ) 862-8918 Date: Ongoing
Service Provided: Conceptual Site Model, Engineering Feasibility Study,Landfill Gas Probe Installation
Reference Name: Chevron Contact: Bob Mihalovich
Address: 6101 Bollinger Canyon Road, Room BRX-5390
City: San Ramon State: CA Zip: 94586
Phone No.: ( 925 ) 790-3831 Date: 2002 to Present
Service Provided: Monitoring Well Installation, Groundwater Monitoring, Site Characterization, Landfill
1 Engineering and Design and Construction Management
Reference Name: Caltrans Contact: Terry Fox
1 Address:. 2015 E.Shields Ave., Suite 100
City: Fresno State: CA Zip: 93726
Phone No.: ( 559 ) 445-6378 Date: 2005-2011
1 Service Provided: Construct and install an SVE/AS system and provide operation and maintenance of the system,
Quarterly Groundwater Monitoring, and Site Closure
Reference Name: Kings Waste and Recycling Authority Contact: Jeff Monaco,Executive Director
Address: 7803 Hanford-Armona Road
1 City: Hanford State: CA Zip: 93230
Phone No.: ( 559 ) 582-2757 Date: Ongoing
Service Provided: Evaluation Monitoring Programs, Engineering Feasibility Studies, Corrective Action Programs
Well Installation
Reference Name: Lake County Public Works Contact: Kurt Ackermann
Address: 255 North Forbes St.
City: Lakeport State: CA Zip: 95453
Phone No.: ( 707 ) 263-2341 Date: 2009-2012
Service Provided: UST Site Monitoring and Remediation,Aquifer Testing, Site Closure, Monitoring Well
Decommissioning
Failure to provide a list of at least five (5) customers may be cause for rejection
of this RFQ.
stantec vA2013 proposalslblue hi11sXbhcov1ette2013.docx
I
Quotation No. 925-5177 Page 20
I
QUOTATION SCHEDULE
Company Name Stantec Consulting Services Inc.
FEE SCHEDULE
GROUND WATER MONITORING
1 Task 1 Logistics and Preparation Semi-Annual cost X 2 = $752.00
Task 2 Quarterly Groundwater Level Cost X 2 = $756.00
Task 3 Groundwater Sample Collection
J 15t Semi-Annual Semi-Annual cost X 1 = $1,061.00
l 2nd Semi-Annual Semi-Annual cost X 1 = $1,061.00
Task 4 Sample Laboratory Analysis Semi-Annual cost X 1 = $1,639.00
1 1st Semi-Annual
2"d Semi-Annual Semi-Annual cost X 1 = $2,149.40
(includes annual parameters)
Task 5 Monitoring Reports
1 1st Semi-Annual Report Semi-Annual cost X 1 = $2,496.90
2nd Semi-Annual Report Semi-Annual cost X 1 = $3,138.90
1 (includes annual parameters)
Task 6 Supplemental item for 5 years Metal / _ $9,847.20
1 COC analysis
Task 7 Data to Geotracker Semi-Annual cost X 2 = $678.00
1 Task 8 Annual Inspection Cost X 1 =p $336.00
ANNUAL TASK TOTAL = $23,915.40
f
stanlec 02013 proposals\blue hi11s1bhcov1etler2013.docx 1
Stantec
PROPOSAL NO. 925-5177 FOR
GROUNDWATER MONITORING, SAMPLING, AND REPORTING AT BLUE HILLS
DISPOSAL FACILITY.
July 16, 2013
1
BIDDER EXCEPTIONS
Please note that there is no contract attached to this RFQ. We have reviewed your proposed
RFQ terms and believe that should we be selected for this assignment, we will be able to
1 conclude a mutually satisfactory contract with you. However, if awarded the project, Stantec
l would like to review the agreement.
At this time, we have the following concerns:
Page 6, Materials to be New— Please note this is really contractor language as it relates to
defects. There are many things beyond our control especially given the fact that we are not the
ones doing the construction. We would like to negotiate this clause if awarded the project.
Page 7, Payment- Please note that industry standard for payment is within 30 days.
Page 8, Hold Harmless— Please note that Stantec will agree to pay for the costs of defense in
the event we are determined negligent by judgment or good faith settlement. Also, this
indemnity is not limited to our negligence. We would like to negotiate this clause if awarded the
project.
Page 9, Clause C— Please note that our Professional Liability insurance is paid per claim, not
per occurrence.
Please note that there is no mention of a Limit of Liability clause or exclusion of Consequential
Damages clause. We would like to negotiate one if awarded the project.
{
}
1
stantec 02013 proposalslblue hi11s\bhcov1elter2013.docx
Stantec
PROPOSAL NO. 925-5177 FOR
GROUNDWATER MONITORING, SAMPLING, AND REPORTING AT BLUE HILLS DISPOSAL
FACILITY
July 16,2013
1 SCOPE OF WORK, DESCRIPTION AND TECHNIQUES
The following is a description of the scope of work and techniques to be used as outline in the RFQ.
TASK 1 — LOGISTICS AND PREPARATION
Stantec will provide consulting services, communicate through meetings, emails, and telephone
conversations regarding the groundwater monitoring and sampling at the Blue Hills Disposal
Facility. In addition, Stantec will conduct pre-field activities of planning and preparation of sampling
containers and equipment. The preparation activities will include updating the Site-Specific Health
and Safety Plan (HASP) and obtaining the necessary sampling forms. Pre-field activity
requirements are described in Section 7.10 of the Blue Hills Disposal Facility SAP.
TASK 2—QUARTERLY GROUNDWATER LEVELS
1 Stantec will collect quarterly groundwater level measurements in accordance to the RWQCB's
Waste Discharge Requirements (Order#99-087, revised January 30, 2008) and the SAP (SECOR,
2007). The depth to water will be recorded to the nearest 0.01 foot from the top of the PVC casing
cap. The water level data obtained during this event will subsequently be converted to elevations
above mean sea level (MSL)for use in preparing a groundwater elevation contour map.
1 TASK 3— GROUNDWATER SAMPLE COLLECTION
Stantec will conduct groundwater sampling in accordance to the SAP (SECOR, 2007). Collection
will include: field parameter data; groundwater levels; and groundwater sample collection.
Sampling will be performed in wells B-204B, B-207, E-2, E-3, E-7, E-9, and E-10. Sample
collection will be conducted by micro-purge (low flow) sampling methodology as described in
Section 7.16.1 of the SAP (SECOR, 2007). The actual groundwater sampling is described in
1 Section 7.18 of the SAP (SECOR, 2007).
TASK 4—SEMI-ANNUAL GROUNDWATER LABORATORY ANALYSIS
Groundwater laboratory analysis will be conducted in accordance with the RWQCB's Waste
Discharge Requirements (Order#99-087, revised January 30, 2008) and the SAP (SECOR, 2007).
Constituents for analysis are performed on a semi-annual, annual, and 5-year COC as listed in
Table 4 of the SAP (SECOR, 2007).
TASK 5— PREPARATION OF SEMI-ANNUAL GROUNDWATER MONITORING REPORTS
1 Stantec will prepare first and second semi-annual reports according to the RWQCB's Waste
Discharge Requirements (Order #99-087, revised January 30, 2008). The second semi-annual
report will also contain the results of the annual sampling.
TASK 6— SUPPLEMENTAL 5-YEAR METALS AND CONSTITUENTS OF CONCERN
Upon notice from Fresno County, in addition to the general chemistry parameters and monitoring
parameters collected semi-annually and annually, Stantec will collect supplemental 5-year metals
and constituents of concern as stated on pages 15 and 16 of the SAP (SECOR, 2007).
slantec vA2013 proposalslblue hi11s%hcovletter2013.docx 1
Stantec
PROPOSAL NO. 925-5177 FOR
GROUNDWATER MONITORING, SAMPLING, AND REPORTING AT BLUE HILLS DISPOSAL
FACILITY
j July 16, 2013
I
TASK 7—GEOTRACKER SUBMITTAL
Stantec will submit electronic data to the State's Geotracker System for the groundwater monitoring
wells. These activities are required by the State Water Resources Control Board under the
California Code of Regulations, Title 23, Chapter 30, Electronic Submittal of Information. The
activities to be performed and types of electronic data that will be submitted include:
• QA/QC of laboratory analytical data
• Interfacing with the lab as needed
• Uploading of laboratory analytical data
• Formatting and uploading field data
• Uploading the groundwater monitoring report in pdf format
To verify that necessary data and reports have been uploaded to GeoTracker, Stantec will prepare
and submit a verification letter to Fresno County. The letter will contain the following: 1) Submittal
Title; 2)Submittal date; and 3) Geotracker confirmation number.
TASK 8—ANNUAL INSPECTION
1 An annual inspection will be conducted based on Section 4.2 of the Postclosure Maintenance Plan.
A final report of the inspection results will be submitted to Fresno County with 15 days after the
annual inspection.
i
EXTRA SERVICES
Stantec understands that Fresno County may request additional services be performed. These
services will be performed at the same rates used in preparation of this response.
STANDARD OPERATING PROCEDURES
The following pages outline in detail the procedures that Stantec follows regarding:
1 • Collecting Groundwater Level and LNAPL Level Measurements
• Groundwater Sampling from Observation/Monitoring Wells
(, • QED Micropurge® Sampling Method
1 • Water, Soil, and Waste Solid Sample Handling and Transport
Many of these have a direct application to the procedures required at the Blue Hills Disposal
Facility.
i
I
stantec 02013 proposals\blue hillslbhcovleller2013.docx 2
Stante
PROPOSAL NO. 925-5177 FOR
GROUNDWATER MONITORING, SAMPLING, AND REPORTING AT BLUE HILLS DISPOSAL
FACILITY
July 16,2013
COLLECTING GROUNDWATER LEVEL
i AND LNAPL LEVEL MEASUREMENTS
Groundwater and non-aqueous phase liquid (NAPL) levels, if present, will be measured with an
1 electronic oil/water interface probe (IP). In general, groundwater wells will be measured in order
from wells with the lowest concentrations of detected constituents to wells that exhibit the highest
concentrations of detected constituents, based on the most recent analytical data, and as practical.
Groundwater and NAPL elevations will be measured to a surveyed point marked on the north side
of the top of the respective well casing. The groundwater and NAPL level measurements will be
recorded to the nearest 0.01-foot using a graduated electronic IP. Static groundwater elevations
1 will be calculated by subtracting the depth to water from the surveyed elevation of the measuring
I point. Groundwater and NAPL gauging will follow the procedures listed below:
1. Identify the well and record its designation on a Groundwater Level Data Sheet and
Groundwater Sampling Field Data Sheet (if groundwater sampling is to following the
gauging event).
2. Unlock the well if it is fitted with a lock.
3. Remove the well cap and place it cap down to keep it clean.
4. Measure and record the depth to water from the designated measuring point, on the
Groundwater Level Data Sheet and Groundwater Sampling Field Data Sheet.
5. Check for the presence of any light non-aqueous phase liquid (LNAPL) with an
oil/water interface probe and determine the depth to any identified LNAPL from the
measuring point.
I1 6. If LNAPL is present and the elevation of the water is to be determined, correct the
1 water level, considering the thickness and the density of the overlaying LNAPL.
Record both the field measured depth to the water and the corrected depth.
1 7. As necessary, the total well depth will be measured. A comparison of this measured
depth with the depth of the well at the time the well was completed will indicate if
significant sediment accumulation is occurring in the well. When total depths are
measured, a check should be conducted for the presence of dense NAPL with the
IP.
8. The IP should be decontaminated prior to its first use, and between each well.
9. Once every quarter, at a minimum, the IP should be. calibrated against a
` standardized steel measuring tape. Any discrepancies should be noted in the
1 calibration log, and corrected by a certified service center.
l
I
slantec vA2013 proposalslblue hi1lslbhcov1etler2013.docx 1
I
Stantec
PROPOSAL NO. 925-5177 FOR
GROUNDWATER MONITORING, SAMPLING, AND REPORTING AT BLUE HILLS DISPOSAL
FACILITY
July 16,2013
1 GROUNDWATER SAMPLING FROM
OBSERVATION/MONITORING WELLS
1 The following protocol has been developed to obtain groundwater samples that provide
representative chemical quality information. The groundwater sampling procedure will consist of
the two steps described below. an initial purging of the well, followed by the collection of samples.
The following field equipment is required for well purging and sampling:
Field book, pens, marking pens, and labels.
Disposable gloves.
• NAPL/water level indicator.
f • Distilled water, sprayer.
• Liquinox°or equivalent low-phosphate cleaning agent solution.
• Low flow bladder pumps, with appropriate tubing.
• Tools for opening wells.
Keys for well locking caps.
1 Graduated pail and 5-gallon purge buckets.
• Coolers and ice.
Multi-meter(i.e. YSITM) or equivalent.
t Purge water container.
• Chains-of-Custody and field forms.
Sample containers.
I
I
I
1
1
1
I
i
stantec vA2013 proposalslblue hi11s\bhcoNet1er2013.docx
Stantec
PROPOSAL NO. 925-5177 FOR
GROUNDWATER MONITORING, SAMPLING, AND REPORTING AT BLUE HILLS
DISPOSAL FACILITY
July 16,2013
QED MICROPURGE® SAMPLING METHOD
This procedure is designed to assist the user in collecting representative groundwater samples
using low-flow (minimal drawdown) purging and sampling methods as discussed in U.S. EPA,
Ground Water Issue, Publication Number EPA/540/S-95/504, April 1996 by Puls, R.W. and M.J.
Barcelona -"Low-Flow(Minimal Drawdown) Ground-water Sampling Procedures."
The field sampler's objective is to purge and sample the well so that the water that is discharged
from the pump, and subsequently collected, is representative of the formation water from the
aquifer's identified zone of interest.
1 The wells to be sampled are equipped with dedicated QED Well WizardTm bladder (squeeze-
type) pumps manufactured by QED Environmental Systems, Inc. Each dedicated-bladder pump
is positioned with its inlet located within the screened interval of the well. The dedicated
downwell equipment, including bladder pumps, Teflon-lined PE tubing and well seals, was
1 installed a minimum of 72 hours prior to the scheduled sampling event to allow well equilibrium
to become re-established. At the time of equipment installation, each well's pump was flow
tested to determine, and document, the specific well's optimum flow rate that would result in
achieving a minimal drawdown of the initial Static Water Level (SWL) within the drawdown
parameters detailed below. Once established, this rate will be reproduced for each subsequent
sampling event. If a significant change in initial water level occurs between events, it may be
i necessary to reestablish the optimum flow rate at each sampling event.
l Initial Pump Flow Test Procedures
If possible, the optimum flow rate for each well will be established during well development or
redevelopment, or in advance of the actual sampling event. The monitoring well must be
1 gauged for depth to water (SWL) prior to the installation of the dedicated pump and before
pumping of any water from the well. The measurement will be documented on a Groundwater
Field Sampling Sheet and project field logbook.
1 After pump installation, and confirmation that the SWL has returned to its original level (as
I determined prior to pump installation), the bladder pump should be started at a discharge rate
between 0.5 to 1.0 Liters per minute without any In-Line Flow Cell connected. The water level in
the well casing must be monitored continuously for any change from the original measurement.
i If significant drawdown is observed, the pump's flow rate should be incrementally reduced until
the SWL drawdown ceases and stabilizes. Total drawdown from the initial (static) water level
should not exceed 25% of the distance between pump inlet location and the top of the well
screen (for example, if a well has a 10-foot screen zone and the pump inlet is located mid-
screen; the maximum drawdown should be 1.25 feet.) In any case, the water level in the well
should not be lowered below the top of the screen/intake zone of the well.
Once the specific well's optimum flow rate, without an In-Line Flow Cell connected, has been
determined and documented, connect the In-Line Flow Cell system to be used to the well
discharge and determine the control settings required to achieve the well's determined optimum
flow rate with the In-Line Flow Cell connected (Due to the system's back-pressure, the flow rate
will be decreased by 10-20%). All control settings are to be documented on the gauging and
sampling sheet as specific to that particular well's ID and will be utilized for its subsequent
purging and sampling events.
slantec vA2013 proposals\blue hi11s%hcoAetter2013.docx 1
Stantec
PROPOSAL NO. 925-5177 FOR
GROUNDWATER MONITORING, SAMPLING, AND REPORTING AT BLUE HILLS
DISPOSAL FACILITY
July 16, 2013
Purge and Sampling Events
j Prior to the initiation of purging a well, the Static Water Level will be measured and documented.
J The well's dedicated pump will be started utilizing its documented control settings and its flow
rate will be confirmed by volumetric discharge measurement with the In-Line Flow Cell
connected. If necessary, any minor modifications to the control settings to achieve the well's
optimum flow rate will be documented on the gauging sheet. When the optimum pump flow rate
has been established, the SWL drawdown has stabilized within the required range and at least
one pump system volume (bladder volume + discharge tubing volume) has been purged, begin
taking field measurements for pH, temperature (T), conductivity (Ec), oxygen reduction potential
(ORP), dissolved oxygen (DO) and turbidity (TU) using a "QED" model FC5000T in-line flow
cell. All water chemistry field measurements will be documented on the gauging sheet.
1 Measurements should be taken every three to five minutes until stabilization has been achieved.
1 Stabilization is achieved after all parameters have stabilized for three consecutive readings. In
lieu of measuring all five parameters, a minimum subset would include pH, conductivity and
turbidity or dissolved oxygen. Three consecutive measurements indicating stability should be
within:
} • Temperature ± 3% of reading (minimum of ± 0.2 C)
l • pH ± 0.2 units, minimum
• Conductance . ± 03-05% of reading
• Dissolved Oxygen ± 0.2 mg/L
Redox(ORP) ± 20 my
• Turbidity ± 10% NTU (Turbidity is not a water chemistry indicator parameter
jbut is useful as an indicator of pumping stress on the formation)
When water quality parameters have stabilized, and there has been no change in the stabilized
1 SWL (ie. No continuous drawdown), sampling collection may begin.
Equipment List
The following equipment is needed to conduct low flow purging and sampling:
• Dedicated bladder pump installed within the well's screened interval
} • Pump controller and air source set to operate at the specific well's documented optimum
1 flow rate
• In-Line flow cell and meter(s) with connection fittings and tubing to measure water
f quality
•1 Water Level Probe or installed dedicated water level measurement system
• Photoionization detector(PID)
1 • Sample containers appropriate for the analytical requirements
• Field Measurement documentation forms
300-500 milliliter graduated cylinder or measuring cup
• 5 gallon bucket(s)for containerizing purge water
• Wristwatch with second hand or stopwatch
• Sufficient cleaning and decontamination supplies if portable Water Level Probe is utilized
stantec vA2013 proposalsblue hi11s\bhcov1etter2013.docx 2
i,
Stantec
PROPOSAL NO. 925-5177 FOR
GROUNDWATER MONITORING, SAMPLING, AND REPORTING AT BLUE HILLS
DISPOSAL FACILITY
July 16,2013
Procedure
1. Calibrate all field instruments at the start of each day's deployment per the instrument
manufacturer's instructions. Record calibration data on the "Field Instruments Calibration
Documentation Form."
2. Drive to the first well scheduled to be sampled (typically the least contaminated). Make
notes in the field log book describing the well condition and activity in the vicinity of the
well. Decontaminate the portable water gauging probe by washing with phosphate-free
1 detergent, rinsing with potable water and rinsing with deionized water.
3. Remove the wellhead cover and take a measurement of the well vapor space with a
PID. Record the measurement on the gauging and sampling sheet.
4. Measure the depth to water from the surveyed reference mark on the wellhead and
record the measurement on the gauging and sampling sheet. Lock the water level meter
in place so that the level can be monitored during purging and sampling. When placing
the probe in the well, take precautions to not disturb or agitate the water.
5. Connect the compressed air source's airline to the pump controller's "AIR IN" connection
(if utilizing a gas-engine operated compressor, locate the compressor at least 25 feet,
down wind from the wellhead).
6. Connect the pump controller"AIR OUT" air-line to the bladder pump's air supply fitting at
f the wellhead.
7. Connect the pump discharge line to the In-Line flow cell's "IN" fitting.
8. Connect the Flow Cell's "OUT" line and secure to drain the purge water into the purge
water collection container.
9. Start the air supply to the pump. Set the pump controller settings to the documented
1 settings for the specific well. Confirm the flow rate is equal to the well's established
optimum flow rate. Modify as necessary (documenting any required modifications).
10. Monitor the water level and confirm that the SWL drawdown has stabilized within the
well's allowable limits.
} 11. After a single pump-system's volume (bladder volume + discharge tubing volume) has
1 been adequately purged, read and record water quality field measurements every three
to five minutes until all parameters have stabilized within their allowable ranges for at
least three consecutive measurements. When stabilization has been achieved, sample
collection may begin.
12. Disconnect the flow cell, and it's tubing, from the pump discharge line before collecting
samples. Decrease the pump rate to 100 milliliters per minute or less by lowering the
controller's air pressure setting prior to collecting samples for volatiles. Utilize the QED
Model 400 Controller's 'MANUAL SAMPLE' button to ensure minimized sample
exposure to the ambient air. Refer to the task instructions for the correct order and
procedures for filling sample containers. Place the samples in a cooler with enough ice
to keep them at 4 degrees Centigrade.
13. Once samples for volatiles have been collected, re-establish pump flow rate to the
original purge flow rate by inputting the documented controller settings for the well
without the In-Line Flow Cell connected and collect remaining samples.
14. When all sample containers have been filled, make a final measurement of the well's
Static Water Level and record the measurement on the gauging and sampling sheet. If
the well has a "QED" dedicated bottom sounder, measure the well's Total Depth and
record the measurement, as well.
15. Measure and record total purge volume collected. Consolidate generated purge water.
16. Remove and decontaminate the Portable Water Level Probe with phosphate-free
detergent, rinsing with potable water and rinsing with deionized water.
slanlec 02013 proposalftlue hilifthcovlette2013.docx 3
i Stantec
PROPOSAL NO. 925-5177 FOR
GROUNDWATER MONITORING, SAMPLING, AND REPORTING AT BLUE HILLS
DISPOSAL FACILITY
July 16, 2013
17. Disconnect the controller air supply to the pump.
18. Secure the pump's discharge line/discharge adapter in the wellhead.
19. Secure the wellhead cover and secure with its lock. Move equipment to next well to be
sampled.
20. At the end of each day, post calibrate all field instruments and record the measurements
l on the "Field Calibration Documentation Form".
l21. Clean and decontaminate the In-Line Flow Cell with phosphate-free detergent,. rinsing
with potable water and rinsing with deionized water.
1 22. All data collected will be entered into the project field logbook and groundwater field
sampling sheet(if sample is to be collected).
1
1
l
1
1
1
1
I
stantec 02013 proposaMblue hi11sibhcovletter2013.docx 4
Stantec
PROPOSAL NO. 925-5177 FOR
GROUNDWATER MONITORING, SAMPLING, AND REPORTING AT BLUE HILLS
DISPOSAL FACILITY
July 16, 2013
QED ENVIRONMENTAL SYSTEMS, INC.
QED WEST DATA SHEET
l {Dave Corder-760-247-6305; Fax:760-247-3240)
Approximate Tubing PE Volumes
j TUBING OD TUBING ID VOL: GALS/FT VOL: MUFT
JI '/<" 11/64" 0.17"/4.3mm 0.0014 Gals/FT 5.3 m1/FT
3/8" %" 0.25"/6mm 0.0025 Gals/FT 9.5 ml/FT
} '/?" 318"• 0.375"l9mm 0.0057 Gals/FT 21.6 ml/FT
11 3/4" 5/8" 0.625"/15mm) 0.0159 Gals/FT 60.2 ml/FT
EQUIVALENTS
1 Min Air Pressure Req'd=-0.434 psi/foot of Vertical Lift 1 LITER=0.2642 GALLONS
1 GALLON=3.785 LITERS
QED Pump-Bladder Volumes
QED PUMP MODEL# Max Vertical Lift BLADDER VOLUME
1 T1100M 250' 395 ml
f P1101M 300' 395 ml
P1101 HM 600' 395 ml
1 ST1101PM 1,000' 395 ml
T1200M 300' 495 ml
T1250 300' 100 ml
P1150 300' 130 ml
j T1300(300') 220 ml
l APPROXIMATE PVC WELL CASED-VOLUMES
DIA. OF PVC SCH40 3 Cased Volumes per. SCH80 3 Cased Volumes per
CASING 100'Water Column WELL 100'Water Column
WELL
1.5" 0.11 Gals/FT 33 Gallons 0.09 Gals/FT 27 Gallons
2" 0.17 Gals/FT 51 Gallons 0.15 Gals/FT 45 Gallons
3" 0.38Gals/FT 114 Gallons 0.34 Gals/FT 102 Gallons
1 4" 0.66Gals/FT 198 Gallons 0.60 Gals/FT 180 Gallons
5" 1.04Gals/FT 312 Gallons 0.79 Gals/FT 237 Gallons
6" 1.5 Gals/FT 450 Gallons 1.35 Gals/FT 405 Gallons
8" 2.6 Gals/FT 780 Gallons +-2.37 Gals/FT 711 Gallons
lAPPROXIMATE PURGE TIMES [MicroPurge]w/3/8" OD DISCHARGE TUBING 9.5 ml/ft
DEPTH OF PUMP 100 ml/Min FLOW 500 ml/Min FLOW 1 LITER/Min FLOW 1 SYSTEM
1 INLET RATE RATE RATE VOLUME
Passive/Low Flow-
3 SYSTEM
VOLUMES
1 50, 18 Mins 10.75 Mins 9.9 Mins 875 ml/2.62L
100, 22.8 Mins 11.7 Mins 10.4 Mins 1.35U4.05 L
200' 32.3 Mins 13.6 Mins 11.3 Mins 2.3 U6.9 L
300' 41.9 Mins 15.5 Mins 12.3 Mins 3.26 U9.8 L
400' 51.4 Mins 17.5 Mins 13.3 Mins 4.2 U12.6 L
500, 61 Mins 19.5 Mins 14.3 Mins 5.2 U15.6 L
NOTE: Flow rates are determined by specific well's SWL drawdown; Purge times by indicator-parameter
stabilization (Typically within 3 intervals of 3 minutes or 9 minutes); To determine Sample Times, divide
required Sample Volume by established Flow Rate to determine time for obtaining Sample Volume.
stantec vA2013 proposals\blue hi11slbhcov1etter2013.docx 5
Stantec
PROPOSAL NO. 925-5177 FOR
GROUNDWATER MONITORING, SAMPLING, AND REPORTING AT BLUE HILLS
DISPOSAL FACILITY
July 16, 2013
WATER, SOIL, AND WASTE SOLID SAMPLE
HANDLING AND TRANSPORT
The interior of the sampling coolers and exterior of soil and groundwater sample containers will
be cleaned with deionized water prior to packing samples for transport to the laboratory. Soil,
non-soil solid, and groundwater sample packing will follow the general procedures outlined
below:
1. Glass sample containers (i.e. volatile organic analysis (VOA) vials, soil jars) will
be placed into bubble-wrap bags following labeling, and sealed;
2. Sample containers will be sealed inside an appropriately sized Zip-lock TM or
equivalent baggie;
} 3. VOA vials will be stored inverted, per United States Environmental Protection
Agency(USEPA) regulations;
4. Drain plugs on the sample coolers (if present) will be secured, and packing
material added to the coolers to protect the VOA vials;
5. The sample cooler will be lined with a new, sealed plastic bag to prevent any ice
melt from leaking out of the cooler;
6. Water, soil, and non-soil solid sample containers will be placed on ice in the
sample cooler;
7. The remainder of the sample cooler will be filled with packing material to prevent
1 sample containers from making contact with each other or the sample cooler
walls;
8. The cooler inner-liner plastic bag will be sealed with packaging tape;
1
9. Chain-of-custody forms will be placed in a Zip-lockTm bag (or equivalent) that will be sealed within the sample cooler prior to transport;
10. The cooler will be properly closed and sealed with packaging tape, and;
11. Sample coolers will either be hand delivered to the laboratory by field personnel,
1 or transferred to an appropriate shipping service (ex. FedExTM or UPSTM) for
delivery to an out-of-town laboratory.
1
1
1 .
l
l
I
stantec vA2013 proposals\blue hi11s\bhcovletter2013.docx 1
i
Quotation No. 925-5177 Page 21
CHECK LIST
l This Checklist is provided to assist the vendors in the preparation of their bid response.
Included in this list, are important requirements and is the responsibility of the bidder to submit
with the bid package in order to make the bid compliant. Because this checklist is just a
guideline, the bidder must read and comply with the bid in its entirety.
Check off each of the following:
1. X The completed and signed Page One of this RFQ.
2. X Complete, sign and submit page one of each and all Addendums to this RFQ
which require signature (if any).
3. X One (1) original and two (2) copies of the RFQ have been provided.
4. X The completed Reference List as provided with this RFQ.
I
5. X The Quotation Schedule as provided with this RFQ, has been completed, priced
reviewed for accuracy and any corrections initialed in ink.
6. X Indicate all of bidder exceptions to the County's requirements, conditions and
specifications as stated within this RFQ.
1
7. X Bidder to Complete page as provided with this RFQ.
8. X Specifications, descriptions etc. for items offered under the bidder's quotation.
9. X A description of the design and techniques that the bidder will use to complete the
project.
10. X Lastly, on the LOWER LEFT HAND CORNER of the sealed envelope, box, etc.
transmitting your bid include the following information:
County of Fresno RFQ-No. 925-5177
1 Closing Date: July 9, 2013
Closing Time: 2:00 P.M.
I
1 I Commodity or Service: Groundwater Monitoring, Sampling and
Reporting at Blue Hills Disposal Facility
stantec vA2013 proposalslblue hi1lslbhcovle11er2013.docx 1
County of Fresno
INTERNAL SERVICES DEPARTMENT
i ROBERT BASH, DIRECTOR - CIO
IM
1411111 Facility Services Fleet Services Graphics
yIPA, Information Technology • Purchasing
.. ul:0iu.I, Security Telecommunications
AMENDMENT NUMBER ONE (1)
Agreement Number: P-13-612-G
August 24, 2016
Stantec Consulting Services
13980 Collections Center Dr.
Chiago, IL 60693
Contract Number P-13-612-G covering groundwater monitoring, sampling, and reporting at the Blue Hills
Disposal Site is amended as follows:
The contract with your company expires October 14, 2016. The County of Fresno desires to extend this
contract for an additional two (2) year period effective October 15, 2016 through October 14, 2018.
Prices will be firm for the contract period. Amendment provisions shall remain in full force and effect with
any contract renewals.
Please acknowledge your acceptance by returning all pages of the signed original of this letter to my
office, retaining a copy for your files.
If you have any questions, please contact Heather Stevens, Purchasing Technician, at(559) 600-7115 or
email heastevens cDco.fresno.ca.us.
FOR THE COUNTY OF FRESNO
Gary E. Cor elle
Purchasing Manager
4525 East Hamilton Avenue
Fresno, CA 93702-4599
Date:
GEC:HS:hrs
G:\PUBLIC\CONTRACTS&EXTRACTS\G\P-13.612-G AMEND 1.DOC
4525 E. Hamilton Avenue / Fresno, California 93702-4599 / (559) 600-VllO
CONTRACT NO. P-13-612-G Page 2
Stantec Consulting Services
August 24, 2016
CONTRACTOR TO COMPLETE:
Company: C Q:.5
Type of Entity:
❑ Individual ❑ Limited Liability Company
❑ Sole Proprietorship ❑ Limited Liability Partnership
[}'Corporation ❑ General Partnership
Signature
(In Blue Ink):
Print Name and Title Date
3115 c.0 --1* oY f ve.s"'z ?3_1(f
Address City State Zip
�S ) t-- Z.( _s'o ,V7l 57!c& 5�em� 55 � -�c t'atins
TELEPHONE NUMBER FAX NUMBER E-MAIL DDA� RESS
ACCOUNTING USE ONLY
ORG No.: 9015
Account No.: 7295
Requisition No.: 9011700016
(09/2015)
G:IPUBLICICONTRACTS&EXTRACTSIGIP-13-612-G AMEND 1.DOC
Attachment B
SELF-DEALING TRANSACTION DISCLOSURE FORM INSTRUCTIONS
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 which
one or more of its directors has a material financial interest"
The definition above will be utilized for purposes of completing the disclosure form.
(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 Codes.
(5) Form must be signed by the board member that is involved in the self-dealing
transaction described in Sections (3) and (4).
Form provided on following page.
SELF-DEALING TRANSACTION DISCLOSURE FORM
(1) Company Board Member Information:
Name: Date:
Job Title:
(2) Company/Agency Name and Address:
(3) Disclosure (Please describe the nature of the self-dealing transaction you are a party to)
(4) Explain why this self-dealing transaction is consistent with the requirements of Corporations
Code 5233 (a)
(5) Authorized Signature
Signature: Date: