HomeMy WebLinkAboutAgreement A-17-146 with Stantec Consulting.pdf
COUNTY OF FRESNO
Fresno, California
01/30/17
1
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
CONSULTANT AGREEMENT
THIS AGREEMENT for Engineering Consultant Services, hereinafter referred to as the
“AGREEMENT,” is made and entered into this ___________ day of ___________, 2017, between
the County of Fresno, a political subdivision of the State of California, hereinafter referred to as "the
COUNTY", and Stantec Consulting Services, Inc., a New York Corporation, whose address is 3475
West Shaw Avenue, Suite 104, Fresno CA 93711, hereinafter referred to as "the CONSULTANT".
WITNESSETH
WHEREAS, the CONSULTANT has been selected to provide on-call engineering services
required for regulatory landfill projects encompassing structural, geological, hydrogeological,
geotechnical, surveying and other landfill engineering disciplines as necessary to assist the
COUNTY in performing various tasks on an “as-needed” basis, as delineated more thoroughly in
Article II of this AGREEMENT (hereinafter referred to as “PROJECT(S)”), as proposed by the
COUNTY; and,
WHEREAS, said CONSULTANT has been selected in accordance with the COUNTY’S
Ordinance Code Chapter 4.10 on the selection of architects, engineers, and other professionals to
provide engineering services necessary for PROJECT(S); and,
WHEREAS, said CONSULTANT represents that it is qualified and willing to perform the
professional services required by the COUNTY for PROJECT(S); and,
NOW, THEREFORE, in consideration of the promises and covenants set forth herein, the
above named parties agree as follows:
I. GENERAL PROVISIONS
A. The COUNTY hereby contracts with the CONSULTANT as an independent contractor to
provide the consultant engineering services required for the PROJECT(S).
B. The work to be performed under the AGREEMENT, on such PROJECT(S) as the
CONTRACT ADMINISTRATOR may designate, is more thoroughly described in Article II of this
AGREEMENT.
C. The CONTRACT ADMINISTRATOR on behalf of the COUNTY shall be:
Curtis Larkin, Senior Engineer
COUNTY OF FRESNO
Fresno, California
01/30/17
2
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
2220 Tulare Street, 6th Floor, Fresno CA 93721
559-600-4259
clarkin@co.fresno.ca.us
and shall remain so unless the CONSULTANT is otherwise notified in writing by the COUNTY’s
Director of Public Works and Planning or his/her designee (hereinafter referred to as “the
DIRECTOR”); and,
D. The PROJECT MANAGER for the CONSULTANT shall be:
Ralph Carson
3475 West Shaw Avenue, Suite 104, Fresno CA 93711
Telephone: 559-271-2650 | Fax: 559-271-5108
ralph.carson@stantec.com
and shall remain so unless the CONSULTANT requests and DIRECTOR approves, in writing, a
change of the CONSULTANT’S PROJECT MANAGER, which approval will not be unreasonably
withheld.
E. The CONSULTANT’S staff for their project team shall be as listed in Exhibit A, attached
hereto and incorporated herein. Any substitutions of personnel shall be submitted in writing and
approved in writing by the CONTRACT ADMINISTRATOR prior to the substitution of personnel,
which approval shall not be unreasonably withheld.
F. The CONSULTANT may retain geotechnical specialists, geologists, and other
specialized subconsultants, as the CONSULTANT requires, to assist in completing PROJECT(S).
All subconsultants used by the CONSULTANT shall be approved in writing by the CONTRACT
ADMINISTRATOR before they are retained by the CONSULTANT for PROJECT(S); for which
approval shall not be unreasonably withheld. Subconsultants listed in Exhibit B, attached hereto
and incorporated herein, shall be considered as approved by the CONTRACT ADMINISTRATOR.
Should the CONSULTANT retain such subconsultants in connection with PROJECT(S),
compensation to be paid to the CONSULTANT under Article V below shall not be increased, and
any additional compensation to be paid to the CONSULTANT for such subconsultant work shall be
limited to a maximum of ten percent (10%) of the total costs incurred by the CONSULTANT as a
COUNTY OF FRESNO
Fresno, California
01/30/17
3
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
result of the subconsultant’s involvement in any PROJECT. Additional fees other than the 10%
markup on subconsultant charges shall not be reimbursed.
G. The CONSULTANT’S services shall be performed as expeditiously as is consistent with
professional skill and the orderly progress of the work, based on schedules for each specific
PROJECT mutually agreed upon in advance by the CONTRACT ADMINISTRATOR and the
CONSULTANT.
H. The CONSULTANT and affiliated subconsultants shall not submit bids, or subbids, for
the contract construction phase of PROJECT(S) for which the CONSULTANT provides services
hereunder. The CONSULTANT and its subconsultants, and all other service providers, shall not
provide any project-related services for, or receive any project-related compensation from any
construction contractor, subcontractor or service provider awarded a construction contract for all or
any portion of PROJECT(S) for which the CONSULTANT provides services hereunder. The
CONSULTANT and its subconsultants, and all other service providers, may provide services for,
and receive compensation from a construction contractor, subcontractor or service provider who
has been awarded a construction contract for all or any portion of PROJECT(S), provided that any
such services which are rendered, and any compensation which is received therefor relates to work
outside the scope of this AGREEMENT.
I. It is understood that the CONSULTANT shall not assign, sublet, subcontract, or transfer
the CONSULTANT’S rights or obligations in this AGREEMENT without the prior express, written
consent of the COUNTY. Such consent and approval may only be given by the COUNTY Board of
Supervisors, except as otherwise provided under this AGREEMENT.
J. Any changes to this AGREEMENT, requested either by the COUNTY or the
CONSULTANT, may only be effected if mutually agreed upon in writing by duly authorized
representatives of the parties hereto. This AGREEMENT shall not be modified or amended, nor
shall any rights of a party hereto be waived, except by such a writing.
K. The consideration to be paid the CONSULTANT as provided herein, shall be in
compensation for all of the CONSULTANT’S expenses incurred in the performance hereof,
including travel and per diem, unless otherwise expressly so provided.
COUNTY OF FRESNO
Fresno, California
01/30/17
4
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
II. CONSULTANT SERVICES
A. The CONSULTANT shall communicate with the CONTRACT ADMINISTRATOR to
verify, and refine the scope of each assigned PROJECT, which will be mutually agreed to by
CONSULTANT and CONTRACT ADMINISTRATOR, and the CONSULTANT thereafter shall
provide a detailed fee estimate and estimated time schedule for completion of each PROJECT. The
CONSULTANT agrees that each professional or other individual performing work on any such
PROJECT(S) shall be adequately trained to perform the work and shall possess the proper license,
certification or registration as required by law or by accepted standards of the applicable profession.
The CONSULTANT agrees to provide the professional services, when expressly authorized in
writing by CONTRACT ADMINISTRATOR, that are necessary to complete tasks. PROJECT
specific tasks and conditions will be more thoroughly delineated in any request issued pursuant to
this contract. The services which the CONSULTANT may be requested to provide include, but may
not be limited to:
1. Structural, geological, hydrogeological, geotechnical, surveying and support services
pertaining to landfills.
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; and
c. Groundwater remediation systems.
3. Evaluation of monitoring programs.
4. Design and implementation of monitoring programs.
5. Engineering feasibility studies.
6. Corrective action program design and implementation.
7. Remediation system(s) efficacy studies.
8. Landfill tipping fee studies and implementation.
9. Review, revision and preparation of landfill specific regulatory documents including:
a. Joint Technical Documents;
COUNTY OF FRESNO
Fresno, California
01/30/17
5
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
b. Closure, Post-closure and Corrective Action Plans and cost estimates;
c. Solid Waste Facility Permits;
d. Authority to Construct;
e. Permits to Operate; and
f. Various technical reports.
B. In the preparation of any work product required to complete PROJECT(S) the
CONSULTANT shall:
1. Ascertain the requirements for technical reports through meetings with the
CONTRACT ADMINISTRATOR and a review of existing information on PROJECT(S).
2. Prepare and submit technical reports to the CONTRACT ADMINISTRATOR for
preliminary approval for each assigned PROJECT, in accordance with the appropriate format
required by local, state and federal laws, regulations and guidelines.
3. Submit each technical report to the CONTRACT ADMINISTRATOR for transmittal to
other appropriate agencies for their review and approval.
4. Revise and resubmit each technical report as necessary until approved by all
appropriate agencies.
5. Prepare technical studies, estimates, and other documents in both hard copy and
electronic formats approved by the CONTRACT ADMINISTRATOR.
6. When not otherwise specified by the CONTRACT ADMINISTRATOR, provide
submittals as delineated herein:
a. Including five (5) compact discs (CD) or digital video discs (DVDs) upon which
copies of all electronic files associated with the submittal are copied. COUNTY acknowledges that
CONSULTANT shall not be responsible for changes made without CONSULTANT’s approval. Each
electronic file shall be in a format appropriate to the file or data set, utilizing one or any group of
those listed programs:
i. Files consisting primarily of text shall be submitted in Microsoft Word, version
2010 or later;
ii. Files consisting primarily of data sets and/or formulas shall be submitted in
COUNTY OF FRESNO
Fresno, California
01/30/17
6
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
Microsoft Excel, version 2010 or later;
iii. Drawings and plans shall be submitted in Autocad Civil 3D, version 2016.
b. Including ten (10) hard copies of each report, estimate, and/or all other
documents and submittals prepared, printed in color to the extent color is used therein.
c. Including ten (10) hard copies of each plan drawing, not including wet-stamped
final documents, as provided in Section C.
7. Verify approved, compatible format and quantity of submittals prior to delivery.
C. In the preparation of Design Plans, Technical Specifications and Construction
Estimates for PROJECTS, the CONSULTANT shall:
1. Ascertain the requirements for PROJECT(S) through meetings with the CONTRACT
ADMINISTRATOR and a review of an existing schematic layout of PROJECT(S).
2. Ascertain any requirements, unforeseen criteria, or issues for PROJECT(S) that may
be unknown to the CONTRACT ADMINISTRATOR, communicate these requirements, criteria, or
issues to the CONTRACT ADMINISTRATOR, and include in the scope, as agreed by the
CONTRACT ADMINISTRATOR.
3. Provide surveying, as necessary to ascertain all information required to prepare any
document specified herein for PROJECT(S), unless otherwise directed by CONTRACT
ADMINISTRATOR.
4. Design PROJECT(S) to conform to the mutually agreed scope and any requirements
of other reviewing agencies having jurisdiction over PROJECT(S).
5. Design PROJECT(S) to include mitigation measures included in the environmental
document.
6. Monitor and keep the CONTRACT ADMINISTRATOR informed regarding the impact
of design issues on PROJECT budget. Upon the written request of CONTRACT
ADMINISTRATOR, the CONSULTANT shall incorporate into the design, such reasonable design
and operational changes as the CONTRACT ADMINISTRATOR deems appropriate as a result of
the COUNTY’S review processes and impact on each PROJECT budget or estimate.
7. Assist in determining all permits that may be required for PROJECT and prepare all
COUNTY OF FRESNO
Fresno, California
01/30/17
7
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
necessary permits for the COUNTY submittal to outside agencies.
8. Work with the CONTRACT ADMINISTRATOR to ensure that the plans,
specifications, and estimate meet all COUNTY requirements to be advertised for construction bids.
9. Prepare detailed engineers estimates, bid items, and unit prices quantified/qualified,
which shall identify the construction components and requirements of PROJECT(S).
10. If required by CONTRACT ADMINISTRATOR, submit to the COUNTY in the
appropriate agency forms, PROJECT background information and recommended testing and
inspection lists for materials to be used for each PROJECT; identifying type, quantity, frequency,
and schedule of said testing and inspection.
11. Prepare technical specifications setting forth in detail the work to be done, and the
materials, workmanship, and equipment required for the construction of PROJECT(S), as
necessary to provide the COUNTY complete and functional PROJECT(S) for its intended purpose
within the requirements of this AGREEMENT.
12. Submit to the CONTRACT ADMINISTRATOR the projected and final construction
estimate. Verify through written justification the reasonableness of the estimated construction
period for construction contract bidding purposes as provided by the CONTRACT
ADMINISTRATOR and identify long delivery times of materials and equipment which will impact the
duration of the construction contract.
13. Respond to CONTRACT ADMINISTRATOR regarding Requests for Clarification
during the bidding process and submit to the CONTRACT ADMINISTRATOR for review and
approval of any addenda deemed necessary. Addenda, if any, shall be submitted no later than
seven (7) working days prior to the scheduled bid opening, except as otherwise directed by the
CONTRACT ADMINISTRATOR.
14. Assist the CONTRACT ADMINISTRATOR in evaluating the bids received.
15. Delete or otherwise change portions of the project design at the direction of the
CONTRACT ADMINISTRATOR if the lowest bid proposal for the construction contract exceeds the
COUNTY approved engineer’s estimate by 10% or more, and if the COUNTY rejects all bids. In
such event, the CONSULTANT shall revise the plans and specifications to comply with such
COUNTY OF FRESNO
Fresno, California
01/30/17
8
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
modifications and also shall assist the COUNTY in obtaining new bid proposals from contractors, all
at no additional cost to the COUNTY. Such modifications performed by the CONSULTANT shall
be completed on a time schedule commensurate with the scope of the changes and as set forth by
the CONTRACT ADMINISTRATOR.
16. Submit to the COUNTY ten (10) copies of the 30%, 60% and 90% plans (22” X 34”
format), specifications and estimates for review. Submit progress prints and final originals of the
plans, specifications, and estimates. Prior to submission of plans, the CONSULTANT shall request
from the COUNTY examples of acceptable drafting format and reproducible standards. Verification
of compatible format will be required prior to final file delivery. The CONTRACT ADMINISTRATOR,
at its discretion, may reject a submittal that is determined insufficient. Submittals shall, at a
minimum, consist of the following:
a. 30% plans, specifications and estimates shall include copies of utility locations,
centerline stationing, proposed and existing right-of-way, typical sections and structural sections.
b. 60% plans, specifications and estimates shall include 30% plan information and
in addition, preliminary cross sections and earthwork calculations at 25’ or 50’ intervals, adequate
information to allow construction survey staking, permits, preliminary profile grade, an updated
engineer’s estimate, and shall address comments and include necessary revisions as identified by
the COUNTY in the 30% review.
c. 90% plans, specifications and estimates shall include 60% plan information and
in addition, updated cross sections and earthwork, profile grade, technical specifications, typical
sections and PROJECT details, and shall address comments and include necessary revisions as
identified by the COUNTY in the 60% review.
d. Final original plans, specifications and estimates to be delivered to the COUNTY
shall include:
i. One (1) original reproducible plan set on 22” by 34” sheets of 4 mil thick
double matte film.
ii. One (1) reproducible copy of cross sections on 22” by 34” sheets of 4 mil
thick double matte film.
COUNTY OF FRESNO
Fresno, California
01/30/17
9
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
iii. One (1) CD or DVD with final plans, cross sections and slope stake
information, design calculations, quantity calculations, and other design information as applicable to
the PROJECT.
iv. One (1) stamped and wet signed paper copy and one (1) CD or DVD with
final specifications and estimates.
17. Plan sheets, cross sections, earthwork calculations and slope stake information shall
be in Autocad Civil 3D, version 2016. Slope stake information shall include 50-foot intervals for
tangent sections and 25-foot intervals for curved sections. Specifications shall be in Microsoft
Word, version 2010 or later and on 8 ½” by 11” pages. Final engineer’s estimates shall be in
Microsoft Excel, version 2010 or later and on 8 ½” by 11” pages. Estimates shall specify specialty
and/or final pay items as described in the 2006 Caltrans State Standard Specifications. Verification
of compatible format will be required prior to final file delivery.
18. The COUNTY will package the CONSULTANT’S documents with those other
documents that together will comprise the COUNTY’S construction contract and bid specifications.
19. Deliver to the CONTRACT ADMINISTRATOR three (3) weeks prior to the advertising
date (which will be determined by CONTRACT ADMINISTRATOR) the final drawings and
specifications for the COUNTY’S printing and distribution of bid sets to interested construction
contractors. The original drawings and specifications index sheet shall be sealed with the
CONSULTANT’S and subconsultant’s professional licensure stamp clearly indicating license
numbers and license renewal dates and shall be signed in accordance with the California Business
and Professions Code.
D. During the performance of Construction Observation Services, the CONSULTANT shall:
1. Participate in the preconstruction conference.
2. When requested by CONTRACT ADMINISTRATOR, 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 all meetings attended and shall submit those
minutes to the CONTRACT ADMINISTRATOR within seven (7) calendar days.
3. Make recommendations to the COUNTY on all claims of the COUNTY or the
COUNTY OF FRESNO
Fresno, California
01/30/17
10
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
construction contractor and all other matters relating to the execution and progress of the work,
including interpretation of the CONSULTANT'S contract documents.
4. Within seven (7) working days of the CONTRACT ADMINISTRATOR’S request,
review and make recommendations for samples, schedules, shop drawings, and other submissions
for general conformance with the design concept of PROJECT(S) and for general compliance with
the plans and specifications and information given by the CONSULTANT'S contract documents.
5. Within two (2) working days, respond to requests from the CONTRACT
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.
6. 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.
7. Assist the COUNTY, at the DIRECTOR’s express, written authorization, with any
claim resolution process involving the construction contractor and the COUNTY as specified
hereunder, including serving as a witness in connection with any public hearings or legal
proceeding, and also including dispute resolutions required by law or hereunder. The parties
recognize that this clause is provided as a means of expediting resolution of claims among the
construction contractor, the COUNTY, and the CONSULTANT. However, it is understood the
construction contractor is not an intended third party beneficiary of this clause. Compensation for
these services shall be computed and invoiced at hourly rates listed in Exhibit C hereto. The
CONSULTANT shall identify rates for expert witness services, subject to review and approval or
disapproval by the CONTRACT ADMINISTRATOR, in Exhibit C. Any proposed fee schedule (i.e.:
Exhibit C) which fails to identify rates for expert witness services by CONSULTANT will be rejected
by CONTRACT ADMINISTRATOR. Assistance by CONSULTANT as described in this Article shall
be subject to the following provisions:
a. The DIRECTOR may believe the CONSULTANT'S work under this
COUNTY OF FRESNO
Fresno, California
01/30/17
11
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
AGREEMENT may have included negligent errors or omissions; or that the CONSULTANT may
otherwise have failed to comply with the provisions of this AGREEMENT or with the provisions
associated with a particular PROJECT; or that claims may have resulted from or have been
exacerbated by negligent acts or omissions of CONSULTANT. Upon notice by the DIRECTOR, the
CONSULTANT'S payments for such services shall be held in suspense by the COUNTY until a final
determination has been made of the proportion that the CONSULTANT'S fault bears to the fault of
all other parties concerned.
b. Such amounts held in suspense shall not be paid to the CONSULTANT, pending
the final determination as to the CONSULTANT'S proportional fault. However, the appropriate
percentage of such amount held in suspense shall be paid to the CONSULTANT, once a final
determination has been made, and the CONSULTANT thereafter submits a proper invoice to the
COUNTY. Payment shall be issued in accordance with the procedure outlined in Article V, Section
B, Paragraph 2.
8. At intervals appropriate to the stage of construction and consistent with the mutually
agreed scope, or as otherwise deemed necessary by the CONTRACT ADMINISTRATOR, visit the
site of 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 keep the COUNTY Construction Engineer or his/her designee fully advised
and informed of all critical path issues of which the CONSULTANT becomes aware during the
course of construction. 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 CONTRACT ADMINISTRATOR of any
known or observed deviation from the contract documents.
9. 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.
COUNTY OF FRESNO
Fresno, California
01/30/17
12
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
10. Keep the COUNTY informed, based on the CONSULTANT'S visits to PROJECT(S),
through written reports as to the progress of the work.
11. Advise the COUNTY 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.
12. Consistent with the mutually agreed scope, 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. filing of the Notice of Completion and Issuance of Final Certificate for payment.
e. other issues which may require site visits, as requested by the CONTRACT
ADMINISTRATOR.
E. Control of Construction Project Site
1. 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. This requirement shall be made to apply continuously during
projects and shall 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.
III. OBLIGATIONS OF THE COUNTY
The COUNTY will:
A. Compensate the CONSULTANT as provided in this AGREEMENT.
B. Furnish available reports, plans, and specifications related to PROJECT(S), and provide
readily available documents requested by CONSULTANT necessary to perform tasks associated
with completion of PROJECT(S).
C. Examine documents submitted and render timely decisions pertaining thereto.
COUNTY OF FRESNO
Fresno, California
01/30/17
13
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
D. Facilitate coordination between the construction contractor and the CONSULTANT,
including scheduling of the preconstruction conference and testing conforming to ASTM
International Standards on soil materials to be performed by the CONSULTANT.
E. Participate in meetings with the CONSULTANT as required.
F. Provide administration of the construction contract.
G. Identify the COUNTY’S Construction Engineer, whom the CONSULTANT shall keep fully
advised and informed of all critical path issues of which the CONSULTANT becomes aware during
the course of PROJECT construction.
IV. TERM, PERFORMANCE PERIOD AND TERMINATION
A. The term of this AGREEMENT shall be for a period of three (3) years, commencing upon
execution by the COUNTY through and including the third anniversary of execution. This
AGREEMENT may be extended for two (2) additional twelve (12) month periods upon written
approval of the COUNTY and the CONSULTANT, no later than thirty (30) days prior to the first day
of the next twelve (12) month extension period. The DIRECTOR or his or her designee is
authorized to execute such written approval on behalf of the COUNTY, based on CONSULTANT’S
satisfactory performance.
B. The terms of this AGREEMENT, and the services to be provided thereunder, are
contingent on the approval of funds by the appropriating government agency. Should sufficient
funds not be allocated, the services provided may be modified, or this AGREEMENT terminated at
any time by giving the CONSULTANT thirty (30) calendar days advance written notice.
C. The CONSULTANT shall complete all services required under this AGREEMENT prior
to the expiration thereof, unless extended or earlier terminated, as provided herein.
D. The CONSULTANT shall not perform any work under this AGREEMENT without written
authorization to proceed. The CONSULTANT shall commence work promptly after receipt of such
authorization, as issued by the CONTRACT ADMINISTRATOR.
E. The CONSULTANT shall provide services as required in accordance with the schedule
established upon authorization of each PROJECT, and in a timely manner to avoid unnecessary
delay to the PROJECT’S construction.
COUNTY OF FRESNO
Fresno, California
01/30/17
14
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
F. The CONSULTANT is advised and hereby acknowledges its understanding that any
recommendation for award is not binding on the COUNTY until the AGREEMENT is fully executed
following its approval by the COUNTY’S Board of Supervisors.
G. This AGREEMENT may be terminated without cause at any time by the COUNTY upon
thirty (30) calendar days written notice. If the COUNTY terminates this AGREEMENT, the
CONSULTANT shall be compensated for services satisfactorily completed to the date of
termination based upon the compensation rates and subject to the maximum amounts payable
agreed to in Article V, together with such additional services satisfactorily performed after
termination which are expressly authorized by the COUNTY to conclude the work performed to date
of termination.
H. If the CONSULTANT purports to terminate AGREEMENT, or otherwise refuses to
perform pursuant to AGREEMENT, for reasons other than material breach by the COUNTY, the
CONSULTANT shall reimburse the COUNTY, up to a maximum of $10,000 for the actual expense
of issuing a Request For Proposal (RFP), engaging a new consultant, and the new consultant’s cost
in becoming familiar with the previous CONSULTANT’S work. The COUNTY’S entitlement to such
reimbursement shall in no way be construed as a limitation on other damages that may be
recoverable by the COUNTY as a result of the CONSULTANT’S termination, in breach of its
obligations hereunder.
I. The COUNTY may immediately suspend or terminate this AGREEMENT in whole or in
part, where in the determination of the COUNTY there is:
1. An illegal or improper use of funds;
2. A failure to comply with any material term of this AGREEMENT;
3. A substantially incorrect or incomplete report submitted to the COUNTY;
4. Service not performed consistent with the generally accepted standard of care.
J. In no event shall any payment by the COUNTY constitute a waiver by the COUNTY of
any breach of this AGREEMENT or any default which may then exist on the part of the
CONSULTANT, nor shall such payment in any way impair or prejudice any remedy available to the
COUNTY with respect to the breach or default. The COUNTY shall have the right to demand of the
COUNTY OF FRESNO
Fresno, California
01/30/17
15
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
CONSULTANT the repayment to the COUNTY of any funds disbursed to the CONSULTANT under
this AGREEMENT, which, in the judgment of the COUNTY and as determined in accordance with
the procedures of Article VIII, " ERRORS OR OMISSIONS CLAIMS AND DISPUTES ", were not
expended in accordance with the terms of this AGREEMENT. The CONSULTANT shall promptly
refund any such funds upon demand.
V. ALLOWABLE COSTS AND PAYMENTS
A. Fees:
1. Notwithstanding any other provisions in AGREEMENT, the Total Fee for the services
required under AGREEMENT, shall not exceed the total sum of Five Hundred Thousand and
No/100 Dollars ($500,000.00) over the entire term of AGREEMENT. Total fees paid will be
dependent upon the actual services authorized and performed under this AGREEMENT.
Compensation for the services rendered shall be computed at the hourly and cost rates shown in
Exhibit C, attached hereto and incorporated herein, subject to any adjustments that may be
approved in accordance with Article V, Section A, Paragraph 3.
2. The hourly and cost rates listed herein for services rendered by the CONSULTANT
and subconsultants shall remain in effect for the entire duration of AGREEMENT unless adjusted in
accordance with the provisions of Article V, Section A, Paragraphs 3, 5, or 6.
3. The hourly rates paid for services performed by the CONSULTANT and by
subconsultants of the CONSULTANT and the rates for expenses incidental to the CONSULTANT'S
and subconsultant's performance of services may be adjusted no more than once annually for
inflation, in accordance with the following provisions:
a. The CONSULTANT may request new labor rates and new rates for expenses
incidental to the CONSULTANT'S and subconsultants’ performance of services subject to written
approval of the CONTRACT ADMINISTRATOR in accordance with the provisions of this Section.
b. The CONSULTANT shall initiate the rate adjustment process by submitting to the
CONTRACT ADMINISTRATOR a proposed adjusted fee schedule. The proposed adjusted fee
schedule shall include proposed hourly rates for all categories of the CONSULTANT’S and
subconsultants’ wage classifications and proposed rates for incidental expenses listed in Exhibit C.
COUNTY OF FRESNO
Fresno, California
01/30/17
16
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
c. The proposed adjusted fee schedule shall not take effect unless approved in
writing by CONTRACT ADMINISTRATOR. The CONSULTANT acknowledges its understanding
that approval by the CONTRACT ADMINISTRATOR of any upward adjustment in the hourly and
cost rates shall not provide a basis for any increase in the total fee of as set forth in Article V,
Section A, Paragraph 1.
4. Expenses incidental to the CONSULTANT'S and subconsultant's performance of
services under Article II of AGREEMENT shall be charged at the rates listed in Exhibit C, subject to
any adjustments that may be approved in accordance with Article V, Section A, Paragraphs 3, 5, or
6. Unless incorporated in an adjusted fee schedule approved by the CONTRACT
ADMINISTRATOR, all other expenses incidental to the CONSULTANT'S and subconsultant's
performance of the services under Article II of AGREEMENT that are not listed in Exhibit C shall be
borne by the CONSULTANT.
5. In the event that the CONTRACT ADMINISTRATOR approves the CONSULTANT to
retain additional subconsultants not listed in Exhibit B, in accordance with Article I, Section B, hourly
rates paid for services performed by such additional subconsultants of the CONSULTANT and the
rates for expenses incidental to subconsultants performance of services may be adjusted no more
than once annually for inflation, in accordance with Article V, Section A, Paragraph 3. The first
annual adjustment of hourly and incidental expense rates for such additional subconsultants shall
not be approved prior to one year after CONTRACT ADMINISTRATOR'S approval of the retention
of such additional subconsultant(s) by the CONSULTANT.
6. Notwithstanding any other provisions in AGREEMENT, the CONTRACT
ADMINISTRATOR may, at any time, authorize in writing the revision of the CONSULTANT’S or
subconsultant's charge rates for incidental expenses to include additional categories of such
expenses if, in the opinion of CONTRACT ADMINISTRATOR, such revision is necessary to
facilitate the CONSULTANT'S performance of PROJECT(S).
B. Payments:
1. Progress payments will be made by the COUNTY upon receipt of the
CONSULTANT'S monthly invoices and approval by the COUNTY thereof based on CONTRACT
COUNTY OF FRESNO
Fresno, California
01/30/17
17
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
ADMINISTRATOR'S evaluation of the completion of the respective components of the assigned
PROJECT. Invoices shall clearly identify the PROJECT, Phase, and Task of the work, and shall be
submitted with the documentation identified in Article V, Section B, Paragraph 5. Invoices shall be
forwarded electronically to: landfill-oncall@co.fresno.ca.us.
2. Upon receipt of an invoice containing all requisite information, it will take
approximately ten (10) working days for the COUNTY Department of Public Works & Planning to
review, approve, and submit it to the COUNTY Auditor-Controller / Treasurer-Tax Collector.
Unsatisfactory or inaccurate invoices will be returned to the CONSULTANT for correction and
resubmittal. Payment, less retention, will be issued to CONSULTANT within approximately forty-
five (45) calendar days of the date the Auditor-Controller/Treasurer-Tax Collector receives the
approved invoice.
3. The COUNTY may withhold a five percent (5%) retention from earned compensation
of the CONSULTANT, at the discretion of the CONTRACT ADMINISTRATOR. If the CONTRACT
ADMINISTRATOR determines that retention will be withheld for a PROJECT, the CONTRACT
ADMINISTRATOR will so state in writing prior to commencement of PROJECT by CONSULTANT
and will identify PROJECT-specific prerequisites, such as successful completion of a PROJECT
phase, for example, for the release of retentions. Such retention shall be in addition to any amounts
withheld under Article II.
4. An unresolved dispute over a possible error or omission may cause payment of the
CONSULTANT fees in the disputed amount to be withheld by the COUNTY.
5. Concurrently with the invoices, the CONSULTANT shall certify (through copies of
issued checks, receipts, or other COUNTY pre-approved documentation) that complete payment,
less a five percent (5%) retention, if required for PROJECT as specified in Paragraph 3, has been
made to all subconsultants as provided herein for all previous invoices paid by the COUNTY.
However, the parties do not intend that the foregoing create in any subconsultants or sub-contractor
a third party beneficiary status or any third party beneficiary rights, and expressly disclaim any such
status or rights.
6. Final invoices, and separate invoices for retentions if applicable, shall be submitted
COUNTY OF FRESNO
Fresno, California
01/30/17
18
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
to the COUNTY no later than thirty (30) days after the phase is completed. Payment for retentions
will be made in accordance with the specific provisions therefor established for the PROJECT by
the CONTRACT ADMINISTRATOR, in accordance with the provisions of Paragraph 3.
7. In the event the CONTRACT ADMINISTRATOR reduces the scope of the
CONSULTANT'S work under AGREEMENT for a specific PROJECT (or discontinues a specific
PROJECT), whether due to a deficiency in the appropriation of anticipated funding or otherwise, the
CONSULTANT will be compensated on a pro rata basis for actual work completed in accordance
with the terms of AGREEMENT.
VI. COMPENSATION RECORDS:
The CONSULTANT shall keep complete records showing the hours and description of
activities performed by each person who works on PROJECT(S) and all associated costs or
charges applicable to work covered by the Total Fee. The CONSULTANT will be responsible for all
subconsultants keeping similar records. At the request of the CONTRACT ADMINISTRATOR, such
records shall be made available to the COUNTY, or shall be summarized on invoices submitted in
accordance with Article V, Section B, Paragraph 1.
VII. AUDITS, ACCOUNTING AND INSPECTIONS ACCESS
A. The CONSULTANT shall, at any time during regular business hours and as often as the
COUNTY may deem necessary, make available for examination by State authorities or the
COUNTY Auditor-Controller/Treasurer-Tax Collector, or their authorized representatives, all of the
CONSULTANT’S records and data with respect to matters covered by this AGREEMENT. The
CONSULTANT shall permit the COUNTY’S authorities to audit and inspect all invoices, materials,
payrolls, records of personnel, conditions of employment, and other data relating to matters covered
by this AGREEMENT.
B. The CONSULTANT shall be subject to the examination and audit of the Auditor General
for a period of three (3) years after final payment under AGREEMENT (Government Code Section
8546.7).
COUNTY OF FRESNO
Fresno, California
01/30/17
19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
VIII. ERRORS OR OMISSIONS CLAIMS AND DISPUTES
A. Definitions:
1. A "Consultant" is a duly licensed Architect or Engineer, or other provider of
professional services, acting as a business entity (owner, partnership, corporation, joint venture or
other business association) in accordance with the terms of this AGREEMENT.
2. A "Claim" is a demand or assertion by one of the parties seeking, as a matter of
right, adjustment or interpretation of contract terms, payment of money, extension of time, change
orders, or other relief with respect to the terms of the contract. The term "Claim" also includes other
disputes and matters in question between the COUNTY and the CONSULTANT arising out of or
relating to the contract. Claims must be made by written notice. The provisions of Government
Code section 901, et seq., shall apply to every claim made to the COUNTY. The responsibility to
substantiate claims shall rest with the party making the claim. The term "Claim" also includes any
allegation of a negligent act, error or omission by the CONSULTANT in the performance of
PROJECT(S) under AGREEMENT.
B. In the spirit of cooperation between the COUNTY and the CONSULTANT, the following
procedures are established in the event of any claim or dispute alleging a negligent act, error or
omission, of the CONSULTANT.
1. Claims, disputes or other matters in question between the parties, arising out of or
relating to this AGREEMENT, shall not be subject to arbitration, but shall be subject to the following
procedures.
2. The COUNTY and the CONSULTANT shall meet and confer and attempt to reach
agreement on any dispute, including what damages have occurred, the measure of damages and
what proportion of damages, if any, shall be paid by either party. The parties agree to consult and
consider the use of mediation or other form of dispute resolution prior to resorting to litigation.
3. If the COUNTY and the CONSULTANT cannot reach agreement under Paragraph 2,
the disputed issues may, upon concurrence by all parties, be submitted to a panel of three (3)
members for a recommended resolution. The CONSULTANT and the COUNTY shall each select
one (1) member of the panel, and the third member shall be selected by the other two panel
COUNTY OF FRESNO
Fresno, California
01/30/17
20
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
members. The discovery rights provided by California Code of Civil Procedure for civil proceedings
shall be available and enforceable to resolve the disputed issues. Either party requesting this
dispute resolution process shall, when invoking the rights to this panel, give to the other party a
notice describing the claims, disputes and other matters in question. Prior to twenty (20) working
days before the initial meeting of the panel, both parties shall submit all documents such party
intends to rely upon to resolve such dispute. If it is determined by the panel that any party has
relied on such documentation, but has failed to previously submit such documentation on a timely
basis to the other party, the other party shall be entitled to a 20-working-day continuance of such
initial meeting of the panel. The decision by the panel is not a condition precedent to arbitration,
mediation or litigation.
4. Upon receipt of the panel's recommended resolution of the disputed issue(s), the
COUNTY and the CONSULTANT shall again meet and confer and attempt to reach agreement. If
the parties still are unable to reach agreement, each party shall have recourse to all appropriate
legal and equitable remedies.
C. The procedures to be followed in the resolution of claims and disputes may be modified
any time by mutual agreement of the parties hereto.
D. The CONSULTANT shall continue to perform its obligations under this AGREEMENT
pending resolution of any dispute, and the COUNTY shall continue to make payments of all
undisputed amounts due under this AGREEMENT.
E. When a claim by either party has been made alleging the CONSULTANT’S negligent
error, act, or omission, the COUNTY and the CONSULTANT shall meet and confer within twenty-
one (21) working days after the written notice of the claim has been provided.
F. The CONSULTANT, the CONSULTANT’S subconsultants of any tier, subcontractors of
any tier, suppliers and construction lenders shall all be bound by the dispute resolution provisions of
this AGREEMENT, and immediately upon demand of the COUNTY or the CONSULTANT, shall
participate in and shall become parties to the dispute resolution process, provided they have signed
any document that incorporates or refers to the dispute resolution provisions of this AGREEMENT.
Failure, whether intended or inadvertent, of the CONSULTANT to ensure that such nonparties have
COUNTY OF FRESNO
Fresno, California
01/30/17
21
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
signed such a document shall ensure only to the CONSULTANT’S detriment, if any there be. The
COUNTY shall not suffer a detriment by the CONSULTANT’S action or inaction in this regard. If
such a party after due notice fails to appear at and participate in the dispute resolution proceedings,
the panel established in accordance with the provisions of Section B, Paragraph 3 of this Article
VIII, shall make a decision based on evidence introduced by the party or parties who do participate.
IX. CONSULTANT’S OBLIGATIONS RELATING TO CONSTRUCTION CLAIMS
A. To the extent that review of any construction claim is encompassed by the
CONSULTANT’S scope of work as determined by the COUNTY, the CONSULTANT will review and
analyze construction contract claims and recommend resolution of them as soon as possible
following receipt of demand by the COUNTY. CONSULTANT shall be compensated in accordance
with Article V.
B. Within a reasonable time after receipt of a claim, the CONSULTANT shall provide a
written analysis of the claim to the COUNTY, signed by the CONSULTANT and any affected
subconsultants. The written analysis shall include the CONSULTANT’S professional opinion of the
responsibility for payment of the claim, with supporting facts and documentation. A copy of the
written analysis shall be provided to the respective insurance adjusters for the CONSULTANT and
any affected subconsultant.
C. Upon receipt of a claim, the CONSULTANT may also take one (1) or more of the
following actions, within ten (10) days of receipt of a claim:
1. Request additional supporting data from the claimant, requiring that such data be
supplied within ten (10) days of the request.
2. Submit a schedule to the parties indicating when the CONSULTANT expects to
respond to the claim, which schedule shall not exceed thirty (30) days from the CONSULTANT’S
original receipt of the claim.
3. Recommend rejection of the claim in whole or in part, stating the reasons for such
rejection.
4. Recommend approval of the claim by the other party.
5. Suggest a compromise.
COUNTY OF FRESNO
Fresno, California
01/30/17
22
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
D. In every case, the CONSULTANT shall provide its recommended resolution of a claim
shall not exceed thirty (30) days from the original receipt of claim, unless the CONSULTANT
obtains the COUNTY’S prior written approval.
X. INDEPENDENT CONTRACTOR
A. In performance of the work, duties, and obligations assumed by the CONSULTANT
under this AGREEMENT, it is mutually understood and agreed that the CONSULTANT, including
any and all of the CONSULTANT’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,
the COUNTY shall have no right to control or supervise or direct the manner or method by which
the CONSULTANT shall perform its work and function. However, the COUNTY shall retain the right
to administer this AGREEMENT so as to verify that the CONSULTANT is performing its obligations
in accordance with the terms and conditions thereof. The CONSULTANT and the 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.
B. Because of its status as an independent contractor, the CONSULTANT shall have
absolutely no right to employment rights and benefits available to the COUNTY employees. The
CONSULTANT shall be solely liable and responsible for providing to, or on behalf of its employees
all legally required employee benefits. In addition, the CONSULTANT shall be solely responsible
and save the COUNTY harmless from all matters relating to payment of the CONSULTANT’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 the
CONSULTANT may be providing services to others unrelated to the COUNTY or to this
AGREEMENT.
XI. LEGAL AUTHORITY
A. This AGREEMENT shall be binding upon the COUNTY, the CONSULTANT, and their
respective successors in interest, legal representatives, executors, administrators, and assigns with
respect to all covenants as set forth herein.
COUNTY OF FRESNO
Fresno, California
01/30/17
23
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
B. The CONSULTANT shall comply with all applicable federal, state, and local laws,
ordinances, regulations, and Fresno County Charter Provisions in effect at the time of the
CONSULTANT’S performance of the professional services to be provided hereunder.
C. Any controversy or claim arising out of or relating to this AGREEMENT which cannot be
amicably settled without court action shall be litigated either in a state court for Fresno County,
California, or in the U.S. District Court for the Eastern District of California, located in Fresno
County.
D. The rights and obligations of the parties and all interpretations and performance of this
AGREEMENT shall be governed in all respects by the laws of the State of California.
E. In the event that the CONSULTANT is operating as a Corporation, each individual
executing this AGREEMENT on behalf of the CONSULTANT hereby covenants, warrants, and
represents:
1. That he or she is duly authorized to execute and deliver this AGREEMENT on behalf
of such corporation in accordance with a duly adopted resolution of the corporation's board of
directors and in accordance with such corporation's articles of incorporation or charter and bylaws.
2. That this AGREEMENT is binding upon such corporation.
3. That the CONSULTANT is a duly organized and legally existing corporation in good
standing in the State of California.
F. The CONSULTANT shall comply with the provisions of the County of Fresno
Department of Public Works and Planning Conflict of Interest Code, attached hereto as Exhibit D
and incorporated herein. Such compliance shall include the filing of annual statements pursuant to
the regulations of the State Fair Political Practices Commission.
XII. HOLD HARMLESS
CONSULTANT shall indemnify, save, hold harmless, and at the COUNTY'S request, defend
the COUNTY, its officers, agents, and employees from any and all costs and expenses, damages,
liabilities, claims, and losses occurring or resulting to the COUNTY in connection with the performance,
or failure to perform, by the CONSULTANT, its officers, agents, or employees under this Agreement,
and from any and all costs and expenses, damages, liabilities, claims, and losses occurring or
COUNTY OF FRESNO
Fresno, California
01/30/17
24
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
resulting to any person, firm, or corporation who may be injured or damaged by the negligent
performance, or failure to perform, of CONTRACTOR, its officers, agents, or employees under this
Agreement.
XIII. INSURANCE
A. Without limiting the COUNTY’S right to obtain indemnification from the CONSULTANT
or any third parties, the CONSULTANT, at its sole expense, shall maintain in full force and effect,
the following insurance policies prior to commencement of any work for the COUNTY and
throughout the entire term of this AGREEMENT (with the exception of Professional Liability
Insurance, which CONTRACTOR shall maintain in full force and effect for the additional period of
time required by Paragraph 4).
1. Commercial General Liability Insurance with limits of 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. The COUNTY may require specific
coverages including completed operations, products liability, contractual liability, Explosion-
Collapse-Underground, fire legal liability or any other liability insurance deemed necessary because
of the nature of this AGREEMENT.
2. Automobile Liability Insurance with limits for bodily injury of Two Hundred Fifty
Thousand Dollars ($250,000.00) per person, Five Hundred Thousand Dollars ($500,000.00) per
accident and for property damages of 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.
3. Worker's Compensation insurance policy as required by the California Labor Code.
4. Professional Liability Insurance:
a. If the CONSULTANT employs licensed professional staff in providing services,
Professional Liability Insurance with limits of One Million Dollars ($1,000,000.00) per claim, Three
Million Dollars ($3,000,000.00) annual aggregate.
b. The Professional Liability Insurance shall be kept in full force and effect for a
period of three (3) years from the date of substantial completion of the CONSULTANT’s work as
COUNTY OF FRESNO
Fresno, California
01/30/17
25
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
determined by the COUNTY.
B. The CONSULTANT shall obtain endorsements to the Commercial General Liability
insurance naming the COUNTY, its officers, agents, and employees, individually and collectively, as
additional insured, but only insofar as the operations under the AGREEMENT are concerned. Such
coverage for additional insured shall apply as primary insurance and any other insurance, or
self-insurance, maintained by the COUNTY, its officers, agents and employees shall be excess only
and not contributing with insurance provided under the CONSULTANT'S policies herein. The
COUNTY shall be given at least thirty (30) days advance written notice of any cancellation,
expiration, reduction or other material change in coverage with respect to any of the aforesaid
policies.
C. Prior to commencing any such work under the AGREEMENT, the CONSULTANT shall
provide to the COUNTY certificates of insurance and endorsements for all of the required policies
as specified above, stating that all such insurance coverage has been obtained and is in full force;
that the COUNTY, its officers, agents and employees will not be responsible for any premiums on
the policies; that such Commercial General Liability insurance names the COUNTY, its officers,
agents and employees, individually and collectively, as additional insured, but only insofar as the
operations under the AGREEMENT are concerned; that such coverage for additional insured shall
apply as primary insurance and any other insurance, or self-insurance, maintained by the COUNTY,
its officers, agents and employees, shall be excess only and not contributing with insurance
provided under the CONSULTANT'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 the COUNTY.
The certificates shall be sent to the CONTRACT ADMINISTRATOR at Department of Public Works
and Planning, Design Division, 2220 Tulare Street, Sixth Floor, Fresno, CA 93721.
D. In the event CONSULTANT fails to keep in effect at all times insurance coverage as
herein provided, the COUNTY may, in addition to other remedies it may have, terminate the
AGREEMENT.
E. All policies shall be issued by licensed insurers that are admitted or authorized by the
California Department of Insurance, and all such insurance shall be purchased from companies
COUNTY OF FRESNO
Fresno, California
01/30/17
26
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
possessing a current A.M. Best, Inc. rating of A FSC VIII or better.
XIV. OWNERSHIP OF DOCUMENTS
A. The CONSULTANT understands and agrees that the COUNTY shall retain full
ownership rights of the drawings and work-product of the CONSULTANT to the fullest extent
permitted by law. In this regard, the CONSULTANT acknowledges and agrees that the
CONSULTANT’S services are on behalf of the COUNTY and are “works made for hire,” as that
term is defined by copyright law, by the COUNTY; that the drawings and work-product to be
prepared by the CONSULTANT are for the sole and exclusive use of the COUNTY and shall be the
sole property of the COUNTY and its assigns, and the COUNTY and its assigns shall be the sole
owner of all patents, copyrights, trademarks, trade secrets and other contractual and intangible
rights of any kind or nature in connection therewith; that all the rights, title, and interest in and to the
drawings and work-product will be transferred to the COUNTY by the CONSULTANT, and the
CONSULTANT will assist the COUNTY to obtain and enforce patents, copyrights, trademarks,
trade secrets, and other contractual and intangible rights of any kind or nature relating to said
drawings and work-product that the COUNTY shall become the owner of such drawings and work-
product, free and clear from any claim by the CONSULTANT or anyone claiming any right through
the CONSULTANT. The CONSULTANT further acknowledges and agrees that the COUNTY’S
ownership rights in such drawings and work-product shall apply regardless of whether such
drawings and work-product, or any copies thereof, are in the possession of the CONSULTANT, or
any other person, firm, corporation, or entity. For the purpose of this AGREEMENT the phrase
“drawings and work-product” shall mean the geologic report and map, as-builts, daily summary
reports, inspection data sheets, records of field and laboratory test, Final Construction Report, and
any other documents required in performing services under this AGREEMENT for PROJECT(S)
that result from the tasks assigned to the CONSULTANT by the COUNTY under this AGREEMENT.
B. If AGREEMENT is terminated, or work on a PROJECT is suspended, during or at the
completion of any task performed by CONSULTANT hereunder pursuant to Article II, a copy of the
report or other documents shall be submitted by the CONSULTANT to the COUNTY, which may
use them to complete PROJECT(S) at a future time.
COUNTY OF FRESNO
Fresno, California
01/30/17
27
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
31
C. Documents, including drawings, prepared by the CONSULTANT pursuant to this
AGREEMENT are intended to be suitable for use by the COUNTY or others on extensions of the
services provided for PROJECT(S). Documents for PROJECT(S) may not be suitable for other
projects.
XV. DISCLOSURE OF SELF-DEALING TRANSACTIONS
This provision is only applicable if the CONSULTANT is operating as a corporation (a for-
profit or non-profit corporation) or if during the term of this AGREEMENT, the CONSULTANT
changes its status to operate as a corporation. Members of the CONSULTANT’S Board of
Directors shall disclose any self-dealing transactions that they are a party to while the
CONSULTANT is providing goods or performing services under this AGREEMENT. A self-dealing
transaction shall mean a transaction to which the CONSULTANT is a party and in which one or
more of its directors has a material financial interest. Members of the CONSULTANT’S Board of
Directors shall disclose any self-dealing transactions that they are a party to by completing and
signing a Self-Dealing Transaction Disclosure Form (attached as Exhibit E and incorporated herein
by this reference); and submitting it to the COUNTY prior to commencing with the self-dealing
transaction or immediately thereafter.
XVI. ENTIRE AGREEMENT
This AGREEMENT constitutes the entire AGREEMENT between the COUNTY and the
CONSULTANT with respect to the subject matter hereof and supersedes all previous negotiations,
proposals, commitments, writings, advertisements, publications, and understandings of any nature
whatsoever unless expressly included in this AGREEMENT.
XVII. SEVERABILITY
Should any provision herein be found or deemed to be invalid, this AGREEMENT shall be
construed as not containing such provision, and all other provisions which are otherwise lawful shall
remain in full force and effect, and to this end the provisions of this AGREEMENT are hereby
declared to be severable.
///
///
Exhibit A
Project Team
Organization Chart of Proposed TeamPrincipal-in-ChargeJim Grasty, PG, CEMTechnical Review / Principal HydrogeologistSteve Strait, PG, CEG, CHGProject Manager / Senior GeologistRalph Carson, PGPrincipal ChemistAngus, McGrath, PhDPrincipal EngineerKevin Miskin, PEHealth & Safety SpecialistTony WongProject ScientistMichael MyersSubconsultantsAPPL, Inc.Pacific Coast Locators, Inc.BC Laboratories*ESPLS SurveyingIntegrated Wastestream ManagementTEG – Northern CaliforniaNational*CEQA/Permit Regulatory SpecialistMichael WeberProject GeologistMiguel CisnerosNote: * denotes key subconsultant
Employee Name Job Classification
Andreasen, Holly Archaeologist
Anteau, Gillian Environmental Scientist
Auchterlonie, Jaff Managing Principal Geologist
Battin, Matthew Associate Scientist
Becker, Mark Principal Scientist
Benkosky, Rusty Senior Principal
Berry, Brian Biologist
Branscum, Brian Environmental Technician
Braybrooks, Larry Geologic Project Specialist
Brown, Todd Senior Geologist
Carson, Ralph Senior Geologist
Chaney, Courtney Environmental Scientist
Chen, Wendy Senior Associate
Choeun, Ruthie Project Scientist
Chuop, Khamly Associate Scientist
Cisneros Jr, Miguel Geologic Project Specialist
Cooper, Loni Senior Biologist
Cornish, Pete Project Specialist
Coyle, Sean Associate Scientist
Crosby, Tom Senior Principal Engineering Geologist
Cross, Michelle Cultural Resources Lead
Crumpton, Brooke Archaeologist
Demmer, Brittany Environmental Scientist
Doran, Neil Senior Geologist
Egger, Brian Associate Scientist
Elms, Logan Associate Biologist
Espino, Belinda Project Scientist / Wildlife Biologist
Fayer, Joe Archaeologist
Flora, Travis Associate Project Manager
Francis, Aaron Intern
Fugelsang, Jeffrey Environmental Planner
Gama, Marlyng Biologist
Garcia, Kimberly Archaeologist
Garg, Tina Environmental Planner
Giglini, Tony Associate Scientist
Grasty, Jim Vice President, Business Leader US West, Environ. Ser.
Greenwald, Alex Archaeologist
Hale, John Biologist
Hallock, Ashley Project Manager, Archaeologist
List of Current Staff
Ackerman, Corinne Associate Scientist
Aguinaldo, Stephen Senior CAD Technician
Aguirre Jr, Thomas Biologist
Ainsworth, Tyler Biologist
Alderete, Liz Engineering Project Specialist
Employee Name Job Classification
Holst, Katherine Archaeologist
Jallorina, Joycelyn Project Manager Assistant
Jimenez, Corri Architectural Historian
Johnson, Kaela Staff Environmental Scientist
Jolley, Ryan Senior Environmental Planner
Kaur, Gurleen Environmental Scientist
Kelly, Maureen Program Assistant
Kozanitas, Melina Biologist
Kraushaar, Leven Archaeologist
Kucera, Nathan Associate Scientist
Lambert, John Archaeologist
Lawson, Erik Senior Engineer
Lawson, Robley Program Assistant
Lichtenberger, Debbie Environmental Technician
Macenski, Trevor Principal
Magee, Amanda Senior Geologist
Malamma, Kevin Principal
Manning, Danielle Project Manager
Maxwell, Annette Geologic Consultant
Maxwell, Chris Principal Geologist
McGrath, Angus Principal Chemist
Melancon, Charles Geologic Associate
Merino, Hector Senior Environmental Technician
Miller, Andrew Archaeologist
Minarich, Damon Senior Environmental Technician
Mochrie, Dean Sub Sector Leader Commercial - USA - Environ. Ser.
Montilla, Madelaine Senior Regulatory Compliance Specialist
Moore, Brent Principal
Myers, Michael Project Scientist
Nadolski, John Archaeologist
Nugent, Melissa Senior GIS Analyst
Nuno, Elena Senior Air Quality Scientist, Associate
Oropeza, Elizabeth Administrative Assistant
Owens, Devon Geologist Staff
Patton, Bo Senior Environmental Technician
Perez, Adrian Senior Engineer
Peterson, Katelyn Biologist
Radonich, Anna Planner
Ramirez, Michael Senior CAD Technician
Hendricks, Brice Senior Scientist
Hey, Eva Geologic Consultant
Hill, Grace Staff Specialist
Hitchcock, Erin Project Manager, Environmental Services
Hoehn, Greg Principal Consultant
Employee Name Job Classification
Ryan, Colin Geologic Associate
Salazar, Judith Engineering Staff
Scarbrough, Bruce Principal Geologist
Schirripa, Sergio Environmental Scientist
Schoenneman, Brian Senior Environmental Technician
Schreiner, Dan Senior Geologist
Slezak, Ryan Environmental Technician
Smith, Everett Architectural Historian
Stapleton, Dylan Archaeologist
Sternad, Mario Senior Engineer
Strait, Jo Ellen Geologic Associate
Strait, Steve Principal Hydrogeologist
Sung, Sucheon Project Specialist
Switalski, Hubert Archaeologist
Terry, John Architectural Historian
Viernum, Sara Wildlife Biologist
Westhoff, Brian Senior Geologist
Williams, Andrea Senior Biologist, Environmental Management
Wilson, Beth Biologist
Winn III, Richie Geologic Staff
Zickler Martin, Laurel Archaeologist
Reece, Sara Senior Scientist
Rodman, Tobin Archaeologist
Roggasch Jr, Rex Senior CAD Technician
Rorie, Bryan Associate Scientist
Roth, Anne Administrative Assistant
Exhibit B
Subconsultants
Subconsultants
Following is a listing of potential key subconsultants, along with additional subconsultants that
may be used, and the task for which they may be used. Also included are brief statements that
indicate their experience.
Firm Task
BC Laboratories* Analytical Laboratory
APPL, Inc. Analytical Laboratory
National EWP, Inc.* Drilling
ESPLS Surveying Land Surveying
Pacific Coast Locators, Inc. Subsurface Utility Locators
TEG – Northern California Geotechnical Surveys
Integrated Wastestream Management Hazardous Waste Transportation
*Denotes key subconsultant
BC Laboratories*
Founded in 1949 by Joe Eglin, BC Laboratories, Inc. provides analytical testing in accordance
with a variety of Federal and State regulatory programs. Joe’s dream was to build the largest
family-owned environmental laboratory in the Central Valley and Northern California. BC
Laboratories, Inc. started as Bakersfield Core Laboratory in the garage of Joe and Bea Eglin’s
Quincy Street home in Bakersfield, California. It specialized in analyzing oil well core samples. In
1952, BC Laboratories grew and relocated to the 3016 Union Ave facility in Bakersfield. Joe, a
chemical engineer, did the analyses while Bea kept the books and helped with sample testing.
Together, Joe and Bea Eglin managed the remarkable development of BC Laboratories, Inc.
with combination of scientific innovation and business know-how. Joe and Bea Eglin are known
throughout the community for their excellent business.
A certified Woman-Owned Business [WBE] verified by both the California Public Utilities
Commission [CPUC] and the Women’s Business Enterprise National Council [WBENC], BC
Laboratories is a full-service, environmental laboratory certified by the States of California and
Nevada for analysis of waters, soils, and air/vapor. They provide services from a 25,000 square
foot facility to all of California and Nevada through an internal courier service and network of
service centers. BC Laboratories provides analytical testing in accordance with a variety of
federal and state regulatory programs including NPDES, CCR Title 22, RCRA, CERCLA, LUFT, WIP,
Clean and Safe water acts. Diversified sample matrices from drinking waters to solids and sludge
are routinely analyzed for general minerals, metals, and 500-600-8000 series organics. A fully
equipped field services department is maintained to complement analytical efforts and extend
laboratory capabilities.
Firm Principals include the following individuals:
Carolyn Jackson - Owner/President: Carolyn has embarked on a journey which transformed BC
Laboratories from a relatively small family-owned business into an industry leader. In an era when
a woman running a business was a rarity, she accomplished amazing feats by creating a
foundation of high ideals within the company and reaching out to the community.
Richard Eglin - Vice President: Richard provides vision and direction in developing,
implementing, assessing, and revising strategic plans for policies and procedures that advance
the laboratory's mission and goals to support a diverse staff within BC Laboratories.
Stuart Buttram - Technical Director: Stuart has a Bachelor’s degree in chemistry and oversees
day-to-day activities of the laboratory. Stuart is responsible for all analytical and technical
activities of the laboratory, the accuracy and quality of all data reported by the laboratory, and
final report approval. Stuart provides leadership by example, establishing and maintaining
quality standards. In addition, Stuart is Radiological Safety Officer (RSO) and deals with
compliance with DoD QSM and ISO 17025:2005.
Additional information can be found in their attached Statement of Qualifications (Appendix A).
APPL, Inc.
Agriculture & Priority Pollutants Laboratories, Inc. (APPL, Inc.) is a certified small, disadvantaged,
woman-owned laboratory located in Clovis, CA, and has been serving clients’ needs for over 30
years. They provide analytical chemistry data that is scientifically valid and defensible.
APPL, Inc. is a full service analytical laboratory, with a staff of over 55 employees. Each
laboratory section has redundant instrumentation to allow fast turnaround times on large sample
delivery groups. They are very experienced at providing compliant Electronic Data Deliverables
in over thirty different formats. APPL, Inc. has maintained a reputation of quality while remaining
price competitive by staying on top of the latest in instrument and information technology. One
of the more recent technological advancements is the addition of a High Resolution Mass
Spectrophotometer to detect even lower than was previously possible for many organic
compounds, including Dioxins, Furans, and PCB Congeners.
Every analyst is educated with a minimum of a bachelor's degree in chemistry or other closely
related field. APPL, Inc. employs chemists with Ph.D's, Master's, and Bachelor's degrees from
schools such as UC Davis, UC Berkeley, UC San Francisco, UC San Diego, California Polytechnical
State University, Bates College, and California State University of Fresno.
National EWP, Inc.*
National EWP, Inc. is a licensed contractor and well driller in: Arizona, Alaska, California,
Colorado, Idaho, Iowa, Michigan, Minnesota, Montana, Nevada, New Mexico, Oregon, Texas,
Utah, Washington and Wyoming. Employing over 200 personnel in five states.
Established in 2010, National EWP, Inc. is a new company with old values. The founding
management team has deep roots in the drilling industry. Combining their collective experience
and skills, they have joined together to restore the basic industry principles of providing safe,
dependable and professional drilling services. Taking that philosophy to heart, their primary goal
is building a great company that safely serves their clients and employees.
National EWP, Inc., offers a wide range of mining and environmental services including:
Exploration, Geotechnical, Soil Sampling, Well Abandonment, Conductor Casing Installation,
Well Installation, Depth Discreet Water Sampling, Well Development/Rehab/Testing, In-Situ
Chemical Injection, Vacuum Truck and Air knife Services. They also have a large depth of
experience in Casing Advance, Rotary, Core, Sonic, Hollow Stem Auger, Well Service and Direct
Push.
Firm Principals include the following individuals:
Jeff Morgan – President & CEO: Jeff Morgan began his career in the drilling business at the age of
sixteen working as a shop hand for Water Development Corporation. Morgan’s career
advanced from the shop to drilling operations, later being promoted to Vice President in 1993
and elevated again to President in 1996. In 1999, Morgan purchased the company and
changed the name to WDC Exploration & Wells. Under his leadership, WDC increased revenues
from $13 MM in 2001 to $70MM in 2007, selling the company later the same year. In the fall of
2010, Morgan repurchased the water supply and exploration drilling assets from WDC and
launched National EWP, Inc.
Gernot Penzhorn – General Manager: Gernot Penzhorn brings a wealth of experience and
knowledge to National EWP, working for both Layne Christensen and Boart Longyear with over
19 years in the mining industry as well as a Bachelor’s Degree in Law and Economics. Upon
graduation he worked at Webber Wentzel, Law Firm. He then moved to Boart Lonyear’s South
Africa operations as a Business Development Manager. In 1999 he became a Director at
Nampak before moving back to Boart working as a General Manager in both U.S. Hard
Materials and Environmental Drilling, a Global Risk Manager and finally an International
Operations Director. Following his tenure at Boart Longyear, Penzhorn moved to Layne
Christensen where he held the roles of VP of Operations, President of Mineral Services and finally
the SVP of International Operations.
Tom Moreland – General Manager: Tom Moreland began his career in the industry in 1985,
bringing years of experience and extensive knowledge to National. He manages all aspects of
the environmental drilling operations. Prior to joining National, Tom worked in Northern California
for WDC Exploration & Wells as a District Manager and previously as a Field Operations Manager.
He has extensive awareness and advanced training experience in OSHA and MSHA surface
mining operations.
Additional information can be found in their attached Statement of Qualifications (Appendix A).
ESLP Surveying
ESPLS Surveying (ESPLS) is a full service land surveying firm established in 1991 and based in
Fresno, California, with an office in Sacramento. The surveying division consists of a professional
staff with expertise in various aspects of land surveying, which includes boundary, topography,
construction and A.L.T.A. surveys. The full CAD capability enables them to prepare parcel maps,
subdivision maps, record of survey maps, topography maps, right of way maps and volume
calculations. Field surveys are performed with satellite GPS equipment, robotic total stations,
laptops and advanced electronic instruments giving them the capability of providing a quick
and efficient response to any survey requests. They have completed numerous projects for the
planning, design, and construction of highways, bridges, pipelines, airports, hospitals, schools
and correctional institutions. Many assignments involved work on the State Highway system and
were performed per Caltrans standards. Their Caltrans project responsibilities included providing
surveying services in the areas of project control, photogrammetric control, record data search,
initial land net recovery, preliminary boundary determination, right of way or easement
acquisition, topography, construction staking, as-builts preparation of land net and right of way
maps. Some of ESP’s other clients include cities, counties, engineers, architects, geologists,
contractors and individuals throughout California.
Pacific Coast Locators, Inc.
Pacific Coast Locators, Inc is a privately owned company that provides services to the private
sector, construction companies, municipalities, federal and state entities, the oil and gas
industry, and environmental consulting firms. Their services are retained by clients to locate,
mark, and map the location of all underground facilities and include: electromagnetic utility
locating; ground penetrating radar; magnetometer well locating; GIS utility mapping; ground
penetrating radar (concrete screening); and electromagnetic induction.
Their philosophy is to conduct work in a manner that promotes the safety, and well-being of
technicians, clients, and the general public. Additional company information can be found at
ww.pclocators.com
TEG – Northern California
TEG has numerous mobile labs, Strataprobes, and other sampling equipment based in California.
They have plenty of equipment and experienced personnel plus back-ups for a project. They
have performed Strataprobe soil vapor, soil, and water sampling services, and mobile lab and
fixed base analyses at locations around the U.S. and overseas for many civilian and military
contractors. Their Strataprobe direct push, no cuttings, vapor, soil and water sampling
equipment has been designed and built to perform under many different conditions. TEG has a
California C-57 contractor’s license (well drilling). The California-based mobile labs are state
certified for a variety of analytical methods with the latest state-of-the-art equipment. All
analytical personnel hold at least a Bachelor’s degree and all personnel are OSHA 40-hour
trained. The Laboratory Director, Mark Jerpbak, also holds a Masters degree and is a California
Professional Geologist.
Integrated Wastestream Management
IWM has provided transportation and management services for generators of hazardous and
non-hazardous waste since 1992. They have developed an expertise in waste characterization
and project execution. Their fleet of equipment includes three vacuum trucks, two tanker trucks,
one end-dump, two flatbeds, one 27-foot box van and two high pressure hot water washers. All
their employees are trained in 40-hr OSHA, Confined Space Entry, Emergency Response for
Confined Space, DOT 181 Hazardous Materials Management, Defensive Driving for Commercial
Drivers and participate in a behavioral-based safety program. They provide vacuum truck
services, bulk water loading, bulk soil loading, drummed waste loading, transport and disposal,
above ground and below ground tank cleaning, and waste characterization and profiling.
Exhibit C
Rates
2017 SCHEDULE OF BILLING RATES
ENVIRONMENTAL SERVICES (j) Stantec
Charges for all professional, technical, and administrative staff directly charging lime to the project will be
calculated and billed on the basis of the followin schedule.
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
$78
$87
$95
$105
$113
$122
$131
$141
$152
$166
$178
$191
$201
$221
$257
$300
$325
$361
$397
Junior Level Position
• Works under the supervision of a senior professional
• Independently carries out assignments of limited scope using standard procedures, methods
and techniques
• Assists senior staff in carrying out more advanced procedures
• Completed work is reviewed for feasibility and soundness of Judgment
• Graduate from an appropriate post-secondary program or equivalent
• Generali , less than four ears' ex erience
Fully Qualified Professional Position
• Carries out assignments requiring general familiarity within a broad field of the respective
profession
• Makes decisions by using a combination of standard methods and techniques
• Actively participates in planning to ensure the achievement of objectives
• Works independently to interpret information and resolve difficulties
• Graduate from an appropriate post-secondary program, with credentials or equivalent
• Generali , three to six ears' ex erience
First Level Supervisor or First Complete Level of Specialization
• Provides applied professional knowledge and initiative in planning and coordinating work
programs
• Adapts established guidelines as necessary to address unusual issues
• Decisions a'ccepted as technically accurate, however may on occasion be reviewed for
soundness of judgment
• Graduate from an appropriate post-secondary program, with credentials or equivalent
• Generali , five to nine ears' ex erience ·
Highly Specialized Technical Professional or Supervisor of Groups of Professionals
• Provides multi-discipline knowledge to deliver innovative solutions in related field of expertise
• Participates in short and long range planning to ensure the achievement of objectives
• Makes responsible decisions on all matters, including policy recommendations, work
methods, and financial controls associated with large expenditures .
• Reviews and evaluates technical work
• Graduate from an appropriate post-secondqry program, with credentials or equivalent
• Generali , ten to fifteen ears' ex erience with extensive, broad ex erience
Senior Level Consultant or Management
• Recognized as an authority in a specific field with qualifications of significant value
• Provides multidiscipline knowledge to deliver innovative solutions in related field of expertise
• Independently conceives programs and problems for investigation
• Participates in discussions to ensure the achievement of program and/or project objectives
• Makes responsible decisions on expenditures, including large sums or implementation of
major programs and/or projects
• Graduate from an ·appropriate post-secondary program, with credentials or equivalent
• Generali , more than twelve ears' ex erience with extensive ex erience
Senior Level Management Under Review by Vice President or Higher
• Recognized as an authority in a specific field with qualifications of significant value
• Responsible for long range planning within a specific area of practice or region
• Makes decisions which are far reaching and limited only by objectiyes and policies of the
organization
• Plans/approves projects requiring significant human resources or capital investment
• Graduate from an appropriate post-secondary program, with credentials or equivalent
• Generally, fifteen years' experience with extensive professional and management
ex erience
Expert Witness Services carry a 50% premium on labor. Overtime will be charged at 1.5 times the standard billing rote. All labor rotes will
be subject to annual increase.
Staniec 2017 MASTER ES Rate Schedule Table 3 wo Titles (153).doc Page 1 of3
2017 SCHEDULE OF BILLING RATES
ENVIRONMENTAL SERVICES
Other Direct Disbursements:
endable Materials
Standard Field Equipment:
•l11rero11.0I -•• ,..,. :11•••• -
Air Samplinq Equipment
Bailer -Disposable
Bailer -Disoosable Weiahted
Bailer -Quick E-Bailer System
Bailer -Reusable
Drum -55 Gallons ·
Diaital Camera
Draeoer Sampler (tubes not included}
Field Communication -Two-Way Radio
Field Comouter
Field Test Kit -Groundwater
Field Test Kit -Soil
Field Test Kit -SVE
Field Vehicle -Mileaae
Field Vehicle
Field Vehicle'-Samolinq Truck
Field Vehicle -Truck/Van
Flame Ionization Detector fFIDl
Generator
Gloves -Colored Cloth
Gloves -Colored Leather
Gloves -Colored Nitrile
Gloves -Kevlar Under Glove
H&S -Level B Safety Equipment
H&S -Level C Safetv Eauioment
H&S -Level D Safety Equipment
H&S -Traffic Control Equipment
Hand Auaer
Low Flow Purqe/Samolinq System
Meter -Oil/Water Interface
Meter -Anemometer
Meter-CO
Meter -Data Loaaer
Meter -Dissolved Oxyqen
Meter-DO/ORP/TemP/Conductivity
Meter -Dosimeter
Meter -Ferrous Iron
Meter-Flow
Meter -H2S Detector
Meter -LEL/02
Meter -Maonehelic (Gauqe)
Staniec 2017 MASTER ES Rate Schedule Tobie 3 wo Titles {153).doc
~ Stantec
Actual Cost + 153
Actual Cost + 153
Actual Cost + 153
See Attached Schedule
. -
$65/day
$10/each
$15/each
$85/day
$20/day
$65/each
$25/day
$30/day
$20/day
$55/daY
$55/eacti
$55/each
$55/each
Prevailina IRS rate
$135/dav
$275/day.
$160/day
$145/daY
$70/day
$5/pair
$15/pair
$0.25/oair
$5.00/pair
$185/day
$95/dav
$60/dav
$65/day
$30/day
$85/daY
$60/dav
$25/day
$65/day
$140/daY
$65/dav
$100/day
$45/day
$5/daY
$30/day
$80/day
$80/daY
$35/daY
Page 2 of 3
2017 SCHEDULE OF BILLING RATES
ENVIRONMENTAL SERVICES
Standard Field Equipment (continued):
Meter -Measurin Wheel
Meter -Metal Detector
Meter -Multimeter
Meter -02/C02
Meter-ORP
Meter -Other
/Conductivit
Meter-Water Level Indicator
Photoionization Detector PIO
NOTE: Other equipment needs will be priced on a per project basis.
Staniec 2017 MASTER ES Rate Schedule Table 3 wa Titles (153).dac
~ Stantec
Page 3ot 3
AGRICULTURE & PRIORITY
POLLUTANTS LABORATORIES, INC.
908 North Temperance Ave
Clovis, California 93611
Phone: 559/275-2175
FAX: 559/275-4422
Email: cclark@applinc.com
Schedule of Fees 2016
Extra Services
Electronic Data Deliverables
Standard EDD
ERPIMS, EDT, NEDTS, Geotracker/EDF, ADR/SEDD, or EQUIS
Other or Custom EDDs
21 Days (15 business days)
14 Days (IO business days)
7 Days (5 business days)
72-hour (call for availability)
24/48-hour (call for availability)
Rush Extraction/Digestion Fee*
Expedited Result Surcharges
additional
additional
additional
additional
additional
additional
*Applicable to samples with 7-day or greater hold times, which arrive on the last day.
Data Validation Packages (DVP)
Level II -Form l's
Sample results, surrogate recoveries, cover letter, and QC sample results (Blanks, LCS)
Surcharges
no additional cost
10%
call for quote
no additional cost
10%
50%
75%
100%
20%
no additional cost
Level III -CLP-like, Forms only additional 5%
Same as Level II plus sample receipt forms, COC, case narrative, ICV/CCV/CCB values, and injection logs
~vel IV -CLP-like additional
Same as Level ill plus preparation sheets, raw data for samples and calibrations
Miscellaneous Rates
Encore Samplers for EP A5035 (3/sample)
Terracore Samplers for EPA5035 (I/sample)
Compositing
Lab Filtering
Dry-Weight Reporting (no charge if moisture percent is provided)
Incremental Sampling
"Overnight" shipping of containers (no charge for Fed Ex Ground)
Standard Pricing Includes:
• Level II DVP
• Standard Excel EDDs (when requested)
• 15-business day Tum Around Time
10%
$30 /sample
$5 /sample
$5 /discrete sample
$10/sample
$10 /sample
$150 I sample
actual
• · QC Samples (as required by the method): Method Blanks, LCS, LCS/LCSD, Method MS!MSD, Trip Blanks,
Sample/Sample Duplicates
• Shipping of containers, coolers, COCs, custody seals, labels, Trip Blanks to the job site.
• Sample Disposal
Standard Pricing notes:
• MSIMSD samples requested on the COC or containing clients special spikes are billable
• Field QC samples (trip blank, rinse blank, sample dup, etc.) are billable
• Chromatograms/Raw Data or special reporting included only in level N DVP upgrade
• Special (non-standard) analytes typically require separate extractions and analysis and may affect pricing
• "Dry-weight" reporting requires moisture analysis
Pesticides, Herbicides, & PCBs
Pesticides & PCBs
Organochlorine (OCL) Pesticides: EPA 8081, 608
Method 508 or CLP List
Low-Level
Add PCBs: .EPA 8082
Non-standard analytes
Pyrethroids, Synthetic: EPA 8081
PCBs/Aroclors: EPA 8082, 508 (soil, water, oil, or wipe)
PCB Congeners (18): EPA 8082
Non-standard analytes
Organophosphorus (OP) Pesticides: EPA 8141
Low-Level
Add Triazine (507/619) analytes
Non-standard analytes
Carbamate Pesticides: EPA 8321
Short List (2 analytes max)
Universal Treatment System List
632 List by EPA 8321
Non-standard analytes
Chlorinated Herbicides: EPA 8151, 515.1, 615
Triclopyror Clopyralid: EPA 8151
Organonitrogen (Triazine) Herbicides: EPA 619
Herbicides
Organonitrogen (Triazine) Herbicides & OP Pesticides: EPA 507
Atrazine, Simazine: EPA 507
Pesticide/Herbicide Special (non-standard) Analytes:
Standard Analyte Lists
additional
additional
additional
additional
$120
$140
$10
$20
call for quote
$140
$85
$250
call for quote
$150
$10
$20.
call for quote
$225
$190
$400
$225
call for quote
$190
$200
$150
$150
$150
call for quote
OCL Pesticides 8081: a-BHC, b-BHC, g-BHC (Lindane), d-BHC, Heptachlor, Aldrin, Heptachlor epoxide, g-Chlordane, Endosulfan I,
a-Chlordane, 4,4'-DDE, Dieldrin, Endrin, Endosulfan II, 4,4'-TDE/DDD, Endrin aldehyde, 4,4'-DDT, Endosulfan sulfate, Endrin ketone,
Methoxychlor, Toxaphene PCBs 8082: PCB-1216, PCB-1232, PCB-1242, PCB-1248, PCB-1254, PCB-1260
OP Pesticides 8141: Dichlorvos, Naled, Mevinphos, Trifluralin, Ethoprop, Phorate, Demeton (Total), Diazinon,Disulfoton, Dimethoate,
Ronne!, Parathion (methyl-), Malathion, Trichloronate, Chlorpyrifos (Dursban), Parathion (ethyl-), Fenthion, Prowl (Pendimethalin),
Merphos, Def, Tokuthion, Stirophos, Ethion, Bolstar, Fensulfothion, EPN, Azinphosmethyl, Coumaphos, Sulfotep
Carbamates 8321: Aldicarb, Aldicarb sulfone, Aldicarb sulfoxide, Carbary!, Carbofuran, 3-Hydroxycarbofuran, Methomyl, Methiocarb,
. Oxamyl, Diuron, Propoxur
Carbamate Pesticides -Urea: Aminocarb, Aldicarb, Barban, Benomyl (Carbendazim), Bromacil, Carbary!, Carbofuran,
Chloropropham, Chloroimron, Diuron, Fenuron, Fluometuron, Linuron, Methomyl, Methiocarb, Mexacarbate, Monuron, Neburon,
Oxamyl, Propachlor, Propham, Propoxur, Siduron, Tebuthiuron.
Herbicides 8151: 2,4,5-T, 2,4,5-TP, 2,4-D, 2,4-DB, Dalapon, Dicamba, Dichlorprop (2,4-DP), Dinoseb (DNBP), MCPA, MCPP
Triazine Herbicides 619:.Prometon, Atraton, Propazine, Atrazine, Simazine, Terbuthylazine, Prometryn, Ametryn, Sirnetryn, Terbutryn,
Cyanazine
Triazine Herbicides/OP Pesticides 507: Alachlor, Atrazine, Bromacil, Butachlor, Demeton (Total), Diazinon, Dimethoate, Disulfoton,
Metolachlor, Metribuzin, Mevinphos, Molinate, Prometon, Prometryn, Pronamide, Shnazine, Shnetryn, Terbutryn, Thiobencarb
SEMI-VOLATILE ORGANICS
Semivolatile Organic Compounds by GC/MS: EPA 8270, 525.2, 625, CLP
Semivolatile Organic Compounds $175
Acid Extractables (Phenols) only $125
Base-Neutral Extractables only $125
Individual Analyte $125
Add Tentatively Identified Compounds (TICs) additional $30
Non-standard analytes call for quote
1,4-Dioxane $125
Pentachlorophenol (PCP) $125
Polynuclear Aromatic Hydrocarbons (PNA, PAH) $125
Fumigants (EDB, DBCP, 1,2,3-TCP)
Fumigants: EPA 504.1, 8011
Fumigants by DOHS (waters only, 0.01 ug/L)
DBCP in soil (proprietary method)
2,3,7,8-TCDD: El?A 8290
TCDD & TCDF: EPA 8290
Dioxins & Dibenzofurans: EPA 8290
Dioxins and Dibenzofurans
PCB Congeners 1668A (expect a longer TAT)
PCB Congeners (28 compound list)
PCB Congeners (~W9 compound list) Call for availability
Explosives: EPA 8330
Incremental Samples
Explosives: EPA 8330B Soil Preparation (1 Kg maximum soil volume)
Solid Reference Material (PE sample)
**Lab triplicates are considered billable samples
Total Petroleum Hydrocarbons -Extractable
TPH-Diesel Range Organics (DRO): EPA 8015
TPH -Diesel & Motor Oil Range Organics: EPA 8015
$90
$95
$95
$580
$580
$670
$875
$1300
$120
$150
call for quote
$50
$70
Special TPH analysis are available, please call with details of project for a quote. Call for scheduling of state methods.
EPA 3630C Mod. Silica Gel Cleanup
EPA 3640A Gel-Permeation Cleanup (GPC)
EPA 3660B Sulfur Cleanup (copper cleanup)
EPA 3665A Acid Cleanup (for PCBs)
EPA 3620B Florisil Cleanup
MITC in water: EPA 131
MITC in soil: EPA 131
Cleanups
Tributyl Tin by GC/MS (APPL SOP, water samples only)
Sulfolane (APPL SOP)
$25
$50
$10
$15
$20
$95
$125
$225
$130
VOLATILE ORGANICS
Volatiles Organic Compounds by GC/MS: EPA 8260, 624, 524.2, CLP
Volatile Organic Compounds by GC/MS $95
Drinking Water List: EPA 524.2 $125
Total Trihalomethanes EPA 524.2 $125
Halogenated & Aromatic Volatiles $125
MTBE and/or BTEX $85
BTEX and Oxygenates . . $95
Oxygenates Only (MtBE, tBA, DIPE, EtBE, tAME, 1,2-DCA, 2-EDB) $95
Individual Analyte $85
Add Tentatively Identified Compounds (TICs) additional $30
Add Ketones (Acetone, MEK, 2-Hexanone, MIBK) additional $15
Add Oxygenates additional $15
1,2,3-TCP in water Low-Level EPA 8260 (0.005 ug/L) $135
Total Petroleum Hydrocarbons -Purgeable
TPH-Gasoline Range Organics (GRO): EPA 8015 (GC-FID) $50
TPH-Gasoline Range Organics (GRO): EPA 8260 (GC-MS) $50
Special TPH analysis are available, please call with details of project for a quote. Call for scheduling of state methods.
Encore Samplers: EPA 5035 (3/sample)
Terracore Samplers for EP A5035 (1/sample)
TCLP ZHE Extraction: EPA 1311 (for volatile leaching)
Dissolved Gasses (Methane, Ethane, & Ethene): RSK 175 Mod.
Dissolved Gasses (Methane only): RSK 175 Mod.
$30/sample S35tsampte 6/16/16 so
$5 /sample
$100
$75
$65
METALS
Metals by EPA 200.7/6010 (ICP) or EPA 200.8/6020 (ICP/MS) or CLP
20+ Metals $135 + 15-19 Metals $125 + 10-14 Metals $115
6-9 Metals $95 + 2-5 Metals $25/first + $10/add + 1 Metal $25
Metals Scans
TAL metals (23)
Al, Sb, As, Ba, Be, Cd, Ca, Cr, Co, Cu, Fe, Pb, Mg, Mn, Hg, Ni, K, Se, Ag, Na, TI, V, Zn
CAM 17 (Sb, As, Ba, Be, Cd, Cr, Co, Cu, Pb, Hg, Mo, Ni, Se, Ag, TI, V, Zn)
Priority Pollutants (Sb, As, Be, Cd, Cr, Cu, Pb, Hg, Ni, Se, Ag, TI, Zn)
RCRA 8 (As, Ba, Cd, Cr, Pb, Hg, Se, Ag)
LUFf Metals (Cd, Cr, Pb, Ni, Zn)
Minerals/Cation Scan (Ca, Mg, K, Na)
$135
$135
$125
$95
$65
$55
Cold Vapor Atomic Absorption (CV AA)
Mercury: EPA 7470/7471, EPA 245.1 ' $35
Hexavalent Chromium (Wet Lab)
Chrom VI: EPA 7196 (20 µg/L, 24-hour hold time)
Chrom VI, Low Level (IC): EPA 7199, EPA 218.6 (0.5 µg/L, 24-hour hold time)
Alkaline Digestion of Soils: EPA 3060A
Leachate EXtractions (in order of leaching strength)
$40
$100
$40
TCLP: EPA 1311 $50
SPLP: EPA 1312 $50
STLC: Cal WET (Citric Acid) . $50
STLC: Cal WET (DI Water) $50
Other (calculations require additional analyses)
Hardness Calculation (requires analysis of Ca and Mg for Total Hardness) $20
Sodium Absorption Ratio Calculation (water) $10
Nitrogen, Phosphorus, Potassium (NPK): EPA 6010B & 353.2 $75
Cation/Anion Balance Calculation (requires additional metals scan and anion scan) $15
Lab Filtering (0.45 micron dissolved metals) $10
Inorganic Chemistry (Wet Lab)
DI Water Extraction for Wet Methods in Soil
Alkalinity, Acidity, and pH
Total Alkalinity (as CaC03): SM 2320B
Alkalinity (HC03, C03, OH) SM 2320B
pH/Corrosivity in water: 9040B, SM4500H+B
pH/Corrosivity in soil: EPA 9045D
Physical Properties
$10
$30
$30
$10
$15
General Physical Suite $45
Color: SM 2120B $15
Odor: SM 2150B $15
Turbidity: EPA 180.1, SM2130B $15
Specific Electrical Conductance in water: EPA 120.1, SM2510B $15
Specific Electrical Conductance in soil: SM2510B $20
Specific Gravity (Relative Density) in soil: ASTM D854-06, ASTM1429-03 $20
Salinity: SM 2520B $15
Moisture Content ("dry-weight" reporting): CLP4.0 $10
General Mineral
Alkalinity, bicarbonate, carbonate, hydroxide, TDS, pH, EC, hardness, sulfate $165
chloride, calcium, iron, magnesium, manganese, potassium, and sodium
MEAS/Surfactants: SM5540C (48-hour hold time) $50
Anions by IC: EPA 300/9056 (soil requires DI extraction)
Bromide, Chloride, Fluoride, Nitrate-N, Nitrite-N, Orthophosphate-P, Phosphate-P, Sulfate
I Anion $25, $5 for each additional anion
Phosphorus (soil requires DI extraction)
Orthophosphate-P: EPA 300, SM4500PE
Phosphorus, Total: EPA 300, EPA 6010B, SM4500PE
Nitrogen, Phosphorus, Potassium (NPK): EPA 6010B & 353.2
Cyanide, Total 9010C/9014, SM4500CNE
Cyanide, Dissolved SM 4500CNE
Cyanide, Amenable SM4500CNG
Cyanide
Cyanide, Weak Acid Dissociable (free) SM 4500CNI, EPA 9010C/9014
Cyanide, Reactive analyzed as Total Cyanide, where approved
Solids/Residues
Solids, Total Dissolved (filterable) (TDS): SM2540C
Solids, Total Suspended (non-filterable) (TSS): SM2540D
Solids, Total (TS): SM2540B
Solids, Settleable: SM2540F
$30
$30
$75
$45
$45
$45
$55
$45
$20
$20
$20
$20
Nitrogen (soil requires DI extraction)
Ammonia, Total (as N): EPA 350.1 $35
Ammonia, Free (NH3): EPA 350.1 $35
Nitrate-Nitrite as N (TOXN): EPA 300.0, EPA 353.2, EPA9056A $30
Nitrite as N: EPA 300.0, EPA 353.2, EPA9056A $25
Nitrate as N: EPA 300.0, EPA 353.2, EPA9056A $25
Nitrite: EPA 300.0, EPA 353.2, EPA9056A $25
Nitrate: EPA 300.0, EPA 353.2, EPA9056A $25
Nitrogen, Total Oxidizable (TOX-N): EPA 353.2 $30
Nitrogen, Total Organic (TON) (TON= TKN -Ammonia-N): SM 4500-N $60
Nitrogen, Total Inorganic (TIN): SM 4500-N $60
Nitrogen, Total (Kjeldahl Method) (TKN): EPA 351.2 $35
Nitrogen, Total (TN) (TN=TOXN + TKN): SM 4500-N $60
Total Recoverable Petroleum Hydrocarbons and Oil & Grease
TRPH: SM 5520BF $50
Oil & Grease: EPA I 664A $60
Perchlorate
Perchlorate by LCMS: EPA 6850
Orgamc Carbon
Total Organic Carbon in soil (TOC): Walkley-Black modifit;:d
Ferrous Iron SM 3500FeBc
Silica (Si02): SM4500-SiD
Sulfide, Total: SM4500S 2F
Sulfite: EPA 377.l
Lab Filtering (0.45 micron)
Other Inorganics
soil requires DI extraction
soil requires DI extraction
soil requires DI extraction
soil requires DI extraction
$155
$55
$30
$25
$45
$40
$10
[ CONFiiiiiiit~-~ Aqueous Solid Oil Air GENERAL CHEMISTRY Alkalinity (SM 23206/EPA 310.1) $ 15.00 $ 15.00 $ 15.00 No Bid Hardness EPA 6010B $ 14.00 $ 14.00 $ 14.00 No Bid PH EPA9040 $ 7.00 $ 7.00 $ 7.00 No Bid Ferrous Iron SM 3500D $ 15.00 $ 15.00 $ 15.00 No Bid · Chloride (EPA 300/SW-846 9056) $ 7.00 $ 7.00 $ 7.00 No Bid COD (EPA 410) {Chemical Oxygen Demand] $ 17.00 $ 17.00 $ 17.00 No Bid Cyanide, Total (SM 4500 CN H/EPA 335.4/5W-846 9010/9012) 335.2 $ 18.00 $ 18.00 $ 18.00 No Bid Flashpoint (ASTM 0 93/40 CFR 261.21) SW-845 1010/1020 No Bid No Bid. No Bid No Bid Fluoride (EPA 300/SW-846 9056) $ 7.00 $ 7.00 $ 7.00 No Bid Hexavalent Chromium (EPA 218.6/SW-846 3060/7199) $ 18.00 $ 40.00 $ 40.00 No Bid Hexavalent Chromium (EPA ~18.6/SW-846 3060/7199) New Jersey Specific $ 20.00 $ 40.00 $ 40.00 No Bid . Hexavalent Chromium (5W-846 7196) · $ 15.00 No Bid No Bid No Bid Hexavalent Chromium (SW-846 7196) New Jersey Specific No Bid No Bid No Bid No Bid BOD EPA 405.1 $ 20.00 $ 20.00 $ 20.00 No Bid MBAS EPA 425.2 $ 20.00 $ 20.00 $ 20.00 No Bid Perchlorate EPA 314.0 $ 25.00 $ 25.00 $ 25.00 No Bid Turbidity EPA 180.1 $ 9.00 $ 9.00 $ 9.00 No Bid Total Suspended Solids (TSS) SM 2540D $ 9.00 $ 9.00 $ 9.00 No Bid Total Dissolved Solids (TDS) SM2540C $ 9.00 $ 9.00 $ 9.00 No Bid Specific Conductance (EPA 120.1) $ 8.00 $ 8.00 $ 8.00 No Bid Settleable Solids (SS) EPA 160.5 $ 10.00 $ 10.00 $ 10.00 N6Bid Hydrogen Sulfide (H2S) $ 18.00 $ 18.00 $ 18.00 No Bid Nitrate (EPA 300/SW-846 9056) $ 7.00 $ 7.00 $ 7.00 No Bid Nitrite (EPA 300/SW-846 9056) $ 7.00 $ 7.00 $ 7.00 No Bid Nitrogen, Ammonia (SM 4500NH3B+D/SM 4500NH3B+C/SM 4500NH3G/EPA 350.3) $ 18.00 $ 18.00 $ 18.00 No Bid Oil and Grease -Total (EPA 413.1/SW-846 9070/EPA 1664) $ 25.00 $ 25.00 $ 25.00 No Bid ' Phosphorus, ortho (EPA 300/SW-846 9056) $ 12.00 $ 12.00 $ 12.00 No Bid Redox Potential (ASTM D-1498) $ 15.00 $ 15.00 $ 15.00 No Bid Residue -Filterable (TDS) (SM 2540C) $ 9.00 $ 9.00 $ 9.00 No Bid Residue -Nonfilterable (TSS) (SM 25400) $ 9.00 $ 9.00 $ 9.00 No Bid Percent Moisture/Dry Weight EPA SW-846 $ 5.00 $ 5.00 $ 5.00 No Bid RCI (reactivity, corrosivity, and ignitability) No Bid No Bid No Bid No Bid Anion Individual (EPA 300.0) $ 7.00 $ 7.00 $ 7.00 No Bid Anion Scan (Br, Cl, F, N03, N02,S04) EPA 300.0 ($7 .00 EACH) $ 42.00 $ 42.00 $ 42.00 No Bid Sulfate (EPA 300) $ 7.00 $ 7.00 $ 7.00 No Bid Sulfide (SM 4500S2D+F/EPA 376/SW-846 9030/ SW-846 9034) $ 18.00 $ 18.00 $ 18.00 No Bid
[CONFIDE~ Total Organic Carbon (TOC) (SM S310B+C/SW-846 9060) 415.1 $ 18.00 $ 18.00 $ 18.00 No Bid Total organic Carbon Soil (TOC) Lloyd Kahn No Bid No Bid No Bid No Bid Ammonia SM 4SOO $ 17.00 $ 17.00 $ 17.00 No Bid Total Phenolics (EPA 420.4/SW-846 9065/9066/9067) $ 16.00 $ 16.00 $ 16.00 No Bid E.Coli (SM9223B MPN) Pacific Northwest & Alaska No Bid No Bid No Bid No Bid Total Coliforms (SM9223B MPN) Pacific Northwest & Alaska No Bid No Bid No Bid No Bid Silica (SM4500Si-F) Pacific Northwest & Alaska No Bid No Bid No Bid No Bid Phosphorus, ortho (SM4500P-E) Pacific Northwest & Alaska No Bid No Bid No Bid No Bid Nitrogen, Total Kjeldahl (EPA 351.2) Pacific Northwest & Alaska No Bid No Bid No Bid No Bid METALS Individual Metals by ICP {digestion included) EPA 200.7/6010 $ 6.00 $ 6.00 $ 6.00 No Bid Metals by ICP (up to 4 metals) EPA 200.7/6010 ($6.00 each) $ 24.00 $ 24.00 $ 24.00 No Bid Luft heavy metals by ICP (S metals) EPA 200.7 /6010 ($6.00 each) $ 30.00 $ 30.00 $ 30.00 No Bid RCRA 8 Metals by ICP (8 metals) EPA 200.7/6010($6.00 each) $ 48.00 $ 48.00 $ 48.00 No Bid Priortity Pollutents by ICP (13 metals) EPA 200.7/6010 ($6.00 each) $ 78.00 $ 78.00 $ 78.00 No Bid Title 22 {CAM 17 Metals) by ICP EPA 200.7/6010 $ 90.00 $ 90.00 $ 90.00 No Bid TALor PPL Metals by ICP Only (EPA 200.7/SW-846 6010) $ 90.00 $ 90.00 $ 90.00 No Bid Dissolved Ferrous Iron (SM 3500) $ 15.00 $ 15.00 $ 15.00 No Bid Individual Metals by ICP/MS (digestion included) EPA 200.8/6020 $ 6.00 $ 6.00 $ 6.00 No Bid Metals by ICP/MS (up to 4 metals) (EPA 200.8/SW-846 6020) ($6.00 each) $ 24.00 $ 24.00 $ 24.00 No Bid Luft heavy metals by ICP/MS (S metals) EPA 200.7/6010 {$6.00 each) $ 30.00 $ 30.00 $ 30.00 No Bid RCRA 8 Metals by ICP/MS {8 metals) (EPA 200.8/SW-846 6020) ($6.00 each) $ 48.00 $ 48.00 $ 48.00 No Bid Priority Pollutents Metals by ICP/MS {13 metals) (EPA 200.8/SW-846 6020) ($6.00 each) $ 78.00 $ 78.00 $ 78.00 No Bid Title 22 {CAM 17 Metals) by ICP/MS EPA 200.8/6020 $ 90.00 $ 90.00 $ 90.00 No Bid Mercury (cold vapor) EPA 7470/7471 $ 12.00 $ 12.00 $ 12.00 No Bid TCLP $ 2S.OO $ 25.00 $ 25.00 No Bid -STLC $ 25.00 $ 25.00 $ 25.00 No Bid STLC DI Water leach $ 25.00 $ 25.00 $ 25.00 No Bid CAMW.E.T $ 2S.OO $ _2S.OO $ 25.00 No Bid Mercury, Low Level (EPA 245.7 / EPA 1631E) No Bid No Bid No Bid No Bid Mercury, Ultra Low Level (EPA 1631E +gold trap) No Bid No Bid No Bid No Bid ** Need to specify $60/initial run and $45 for all reruns due to MS/MSD failure -specific NJ requirement •••Suggest adding QAM/EPH method for NJ at $58/175 respectively
[CONi1DENl1~£J Aqueous So/Id Oil Air TAL or PPL Metals by ICP/MS Only (EPA 200.8/SW-846 6020) $ 90.00 $ 90.00 $ 90.00 No Bid STLC Extraction $ 25.00 $ 25.00 $ 25.00 No Bid VOLATILE ORGANIC COMPOUNDS TPH as GRO by 8015 $ 25.00 $ 25.00 $ 25.00 $ 40.00 TPH as GRO by LUFT GC/MS $ 30.00 $ 30.00 $' 30.00 $ 30.00 BTEX + MTBE (EPA 624/SW-846 8260) $ 50.00 $ 50.00 $ 50.00 $ 50.00 TPH GRO/BTEX/MTBE EPA 624/8260 $ 50.00 $ so.oo $ S0.00 $ 50.00 BTEX + MTBE +Naphthalene (EPA 624/SW-846 8260) $ 50.00 $ 50.00 $ so.oo $ 50.00 Fuel Oxygentes (5)/lead scavengers s 50.00 $ 50.00 $ S0.00 $ 50.00 BTEX & Up to 5 oxygenates/alcohols (SW-846 8260) $ 50.00 $ 50.00 $ SO.DO $ 50.00 BTEX & Up to 7 oxygenates/alcohols (SW-846 8260) $ 50.00 $ so.oo $ 50.00 $ 50.00 BTEX/OXY/GAS +lead Scavengers+ ETOH (SW-846 8260 & 8015) $ 50.00 $ 50.00 $ 50.00 $ 50.00 BTEX + GRO +up to 7 Oxygenates (SW-846 8260 & 8015) $ 50.00 $ so.oo $ SO.OD $ 50.00 TPH GRO/BTEX, 5 oxygentes, OCA &EDB $ SO.DO $ SO.OD $ SO.DO $ 50.00 Halogenated Volatile Organics (SW-846 8260 -8021 list) ·$ 60.00 $ 60.00 $ 60.00 $ 60.00 Volatile Organic Compund list (VOC) standard list (8260) $ 60.00 $ 60.00 $ 60.00 $ 60.00 Volatile Organic Componds (VOC) + GRO $ 60.00 $ 60.00 $ 60.00 $ 60.00 Volatile Organic Compunds (VOC) + GRO+ Fuel Oxy $ 60.00 $ 60.00 $ 60.00 $ 60.00 Volatile Organic Compounds (EPA 624) $ 60.00 $ 60.00 $ 60.00 $ 60.00 Volatile Organic Compounds -Low level (EPA 524.2) $ 60.00 $ 60.00 $ 60.00 $, 60.00 Volatile Organic Compounds+ up to 7 Oxygenates (SW-846 8260) [full list 8260) $ 60.00 $ 60.00 $ 60.00 $ 60.00 Alcohols (methanol, ethanol, isopropanol) EPA 8015 $ S0.00 $ SO.OD $ 50.00 $ 100.00 Methanol only (SW-846 8015) $ 40.00 $ 40.00 $ 40.00 No Bid LL ETOH (EPA 524.2 SIM) No Bid No Bid No Bid No Bid Alaska Specific -Gasoline Range Organics (AK-101) No Bid No Bid No Bid No Bid Oregon/Washington -NWTPH-Gx No Bid No Bid No Bid No Bid Washington/Oregon/Alaska -NWTPH-VPH No Bid No Bid No Bid No Bid Oregon Specific -RBCA Volatiles (SW-846 8260) No Bid No Bid No Bid No Bid Halogenated Volatile Organics (SW-846 8260 -8010 compound list) $ 60.00 $ 60.00 $ 60.00 $ 60.00 SEMI-VOLATILE COMPOUNDS TPH ORO $ 35.00 $ 35.00 $ 35.00 No Bid TPH ORO and motor-oil (TEPH) $ 45.00 $ 45.00 $ 45.00 No Bid TPH other extractable hydrocarbons (TEPH) $ 45.00 $ 45.00 $ 45.00 No Bid ORO/ORO-C8C24/C25C40 (SW-846 8015) MORO $ 45.00 $ 45.00 $ 4S.OO No Bid . Organic Diesel Range {ORO) (SW-846 8015) $ 35.00 $ 3S.00 $ 35.00 No Bid Organic Gasoline Range (GRO) (SW-846 8015) $ 25.00 $ 2S.OO $ 2S.00 No Bid Stoddard (SW-846 8015) $ 45.00 $ 45.00 $ 45.00 No Bid PCBs (EPA 608/SW-846 8082) $ 55.00 $ 55.00 $ 55.00 No Bid Semlvolatlle organic compounds (SVOC) EPA 8270 C $ 100.00 $ 100.00 $ 100.00 No Bid Polynuclear Aromatic Hydrocarbons (PAH/PNA SIM) EPA 8270 SIM $ 100.00 $ 100.00 $ 100.00 No Bid Polynuclear Aromatics (SW-846 8310) $ 100.00. $ 100.00 $ 100.00 No Bid
fcONFiiiEN.t1A~1U Polynuclear Aromatics (EPA 625/SW-846 8270) $ 100.00 $ 100.00 $ 100.00 No Bid Phenols EPA 8270C $ 100.00 $ 100.00 $ 100.00 No Bid 1,4 Dloxane/NDMA EPA 8270 SIM $ 110.00 $ 110.00 $ 110.00 No Bid Dissolved Methane (RSK 175) $ 45.00 $ 45.00 $ 45.00 No Bid TCL Pesticides (EPA 608/SW-846 8081) $ 60.00 $ 60.00 $ 60.00 No Bid PPL Semivolatiles (Base/Neutral and Acid Extractables) (EPA 625/SW-846 8270) $ 100.00 $ 100.00 $ 100.00 No Bid PPL Semivolatiles (Base/Neutral and Add E>:tractables) NeW Jersey Specific.,. If NJGWQC needed, SIM will be needed at additional No Bid No Bid No Bid No Bid TCL Semivolatiles (Base/Neutral and Acid Extractables) (EPA 625/SW-846 8270) $ 100.00 $ 101.00 $ 102.00 No Bid TCL SemlvolatilC's (Base/Neutral and Acid Extractables) New Jersey Specific If NJGWQC needed, SIM will be needed at additional No Bid No Bid No Bid No Bid . Organophosphorus Pesticides (SW-846 8141) $ 70.00 $ 70.00 $ 70.00 No Bid Organochlorine Herbicides (SW-846 8151) $ 70.00 $ 70.00 $ 70.00 No Bid Polynuclear Aromatics (SW-846 8270-SIM) $ 110.00 $ 110.00 $ 110.00 No Bid Oregon-Specific -Phthalates (SW-846 8270-SIM) No Bid No Bid No Bid No Bid Alaska Specific -Diesel Range Organics (AK-102) No Bid No Bid No Bid No Bid Alaska Specific -Residual Range Organics (AK-103) No Bid No Bid No Bid No Bid Alaska Specific -Diesel & Residual Range Organics (AK-102/103) No Bid No Bid No Bid No Bid Oregon/Washington· NWTPH-HCID No Bid No Bid No Bid No Bid Qregon/Washington • NWTPH-Dx No Bid No Bid No Bid No Bid Washington -NWTPH-EPH No Bid No Bid No Bid No Bid Portland Harbor JSC ·Pesticides (SW-846 8081A Modified, w/ GPC cleanup as needed) No Bid No Bid No Bid No Bid Oregon/Washinton/ Alaska Portland Harbor JSC -PCB (SW-846 8082 Modified, w/GPC cleanup as needed) No Bid No Bid No Bid No Bid Portland Harbor JSC -Herbicides (SW-846 8151 Mod, w/ GPC cleanup as needed) No Bid No Bid No Bid No Bid Portland Harbor JSC -Polynuclear Aromatics (SW-846 8270-SJM, w/ GPC cleanup as needed) No Bid No Bid No Bid No Bid Portland Harbor JSC -Phthalates (SW-846 8270,SIM, w/ GPC cleanup as needed) No Bid No Bid No Bid No Bid TPH Diesel & Oil Ranges (NWTPH-Dx) Washington & Oregon No Bid No Bid No Bid No Bid NJQAM No Bid No Bid No Bid No Bid 8270 SIM -Required to Meet NJ Groundwater Quality Criteria No Bid No Bid No Bid No Bid OTHER Dissolved Methane (RSK 175) $ 45.00 No Bid No Bid $ 45.00 Method 3810 as an option to RSK New Jersey Specific No Bid No Bid No Bid No Bid Carbon Dioxide (COZ) (RSK 175) No Bid No Bid No Bid No Bid Coliform Bacteria, presence/absense (drinking water) SM 92238 $ 12.00 $ .12.00 $ 12.00 No Bid Coliform Bacteria, quantified, plus fecal coliform SM 9221E $ 18.00 $ 18.00 $ 18.00 No Bid Compositing Fee (per container) $ 5.00 $ 5.00 $ 5.00 No Bid Individual encore No Bid $ 8.00 No Bid No Bid Terra Core kit per sample No Bid $ 8.00 No Bid No Bid Encore soil container processing fee Included Included Included Included Disposal fee. Applies If over half of containers on hold. Price per container Included Included included Included Extract and hold sample, with no analysis $ 10.00 $ 10.00 $ 10.00 No Bid Crushing & Homogenizing sample $ 5.00 $ 5.00 $ 5.00 No Bid Fiitration In Lab Included . Included Included No Bid Silica Gel Cleanup $ 15.00 $ 15.00 $ 15.00 No Bid
[C:ONF1DENTiAL] AIR T0-3 No Bid No Bid No Bid $ 45.00 T0-14 No Bid No Bid No Bid $ 65.00 T0-15 medium level ' No Bid No Bid No Bid $ 75.00 TO-lSSIM No Bid No Bid No Bid $ 85.00 T0-15 Low level No Bid No Bid No Bid $ 75.00 ASTMD1946 No Bid No Bid No Bid $ 40.00 Summa Canister Rental Batch Certified No Bid No Bid No Bid $ 15.00 Summa Canister Rental lndiviudally Certified No Bid No Bid No Bid $ 20.00 Flow Controller Rental No Bid No Bid No Bid $ 15.00 Notes: •• If NJGWQC needed, SIM will be needed at additional ••• Suaaest addina QAM/EPH method for NJ • This cost is in addition to the 625 or 8270 run.
;:,,.
SURVEYING, INC.
Fee Schedule
FEES FOR PROFESSIONAL SERVICES
HOURLY RATE SCHEDULE (A)
CLASSIFICATION RATE* OVERTIME/
NIGHTWORK
SURVEYING
3-Man Survey Crew $ 290.00 Per Hour $ 395.00 Per Hour
2-Man Survey Crew $ 215.00 per Hour $ 295.00 Per Hour
1-Man Survey Crew $ 155.00 Per Hour $ 194.00 Per Hour
OFFICE SURPPORT ·
Licensed Surveyor $ 160.00 Per Hour $ 160.00 Per Hour
Project Manager $ 130.00 Per Hour $ 150.00 Per Hour
Project Surveyor $ 125.00 Per Hour $ 145.00 Per Hour
GADD Operator $ 115.00 Per Hour $ 135.00 Per Hour
Clerical $ 70.00 Per Hour $ 82.00 Per Hour
MISCELLANEOUS
Outside Services Actual Cost n/a
Per Diem Actual Cost n/a
Mobilization n/a n/a
* 3% annual rate increase
It is understood and agreed that the aforementioned rates and charges include all
normal equipment and materials used in connection with the production of the
required professional services. ESP Surveying, Inc. will furnish monthly billings for
all services rendered and supplies furnished in accordance with the above
compensation provisions. Invoice payment upon receipt due Net 30.
ESP Surveying, Inc. • 5654 S. Elm Avenue • Fresno, California 93706 • Phone {559) 442-0883 • Fax (559) 442-0884 • www.espls.com
Integrated Wastestream Management, Inc.
1945 Concourse Drive
San Jose, CA 95131-1708
Phone: 408.433.1990 Fax: 408.433.9521
PRICE LIST
FOR
CITY OF FRESNO
(Valid 11/23/16 thru End of ~roJect Contract)
Drum Transportation & Disposal
Item Description Unit Price Unit
Profile/Management Fee (Non-Hazardous) $75.00 Per Matrix
Profile/Management Fee (Hazardous) $100.00 Per Matrix
Loadff ransport with Operator $85.00 Per Hour
Non-Hazardous Soil Disposal (Class Ill) $135.00 Per Drum
Non-Hazardous Soil Disposal (Class II) $150.00 Per Drum
Non-Hazardous Water Disposal (<2% Solids) $125.00 Per Drum
Non-Hazardous Water Disposal (>2% Solids) $135.00 Per Drum
CAL Hazardous Soil or Water Disposal* $250.00 Per Drum
*Additional Facility/Fuel Surcharge Fee Apply
Bulk Transportation &. Disposal
Item Description Unit Price Unit
Profile/Management Fee (Non-Hazardous Soil) $75.00 Per Matrix
Profile/Management Fee (Hazardous Soil) $100.00 Per Matrix
End-Dump with Operator $135.00 Per Hour
Disposal of Non-Hazardous Soil (Class Ill) $40.00 Perron
Disposal of No.n-Hazardous Soil (Class II) $55.00 Perron
Disposal of CAL Hazardous Soil* $150.00 Perron
Profile/Management Fee (Non-Hazardous Water) $75.00 Per Matrix
Profile/Management Fee (Hazardous Water) $100.00 Per Matrix
5.5K Tanker Truck with Operator $135.00 Per Hour
Disposal of Non-Hazardous Water (<2% Solids) $0.60 Per Gallon
Disposal of Non-Hazardous Tank Rinsate Water (>2% Solids) $1.00 Per Gallon
3K Vacuum Truck with Operator $150.00 Per Hour
Disposal of CAL Hazardous Water* $90.00 Per Gallon
*Additional Facility/Fuel Surcharge Fee Apply
C:\Users\Tom\Documents\JayDeLeon\Contracts2016\Stantec\City of Fresno\CityofFresno_PriceSheet20!6.doc
Daily Rate Bid Sheet -2016
National Exploration Wells
SCOPE OF WORK -Day Rate with Adders Pumps
Daily Rig Rate* and 1/2 Day Rates (Full Day is considered 10 hours onsite and 1/2 day is considered 5
hours on site) Unit Price
Hollow Stern Auge1 Full Day $ 2,300.00
Hollow Stern Auge1 1/2 Day $ 1,850.00
GeoprobE Full Dav $ 1,850.00
GeoprobE 1/2 Day $ 1,400.00
Well Development Rig Full Day $ 1,650.00
Well Development Rig 1/2 Dav $ 1,200.00
Sonic Full Dav . $ 4,500.00
Sonic 1/2 Day $ 4,000.00
Air Knife/Air Vac Full Dav $ 1,850.00
Air Knife/Air Vac 1/2 Day $ 1,400.00
Air Rotary Full Day $ 5,000.00
Air Rotary 112 Day $ 4,500.00
Limited Access Hollow Stern Auge1 Full Dav $ 2,500.00
Limited Access Hollow Stern Auger 1/2 Day $ 2,050.00
Limited Access Sonic Full Day $ 4,500.00
Limited Access Sonic 1/2 Day $ 4,000.00
Adders To Day Rates Above
Mobilization I Demobilization -Drilling Rig (greater than 75 miles radius) Per mile $ 5.00
Mobilization I Demobilization -Geoprobe, air knife, and well development rig (greater than 75 mile radiu Per mile $ 5.00
Per Diem (1 man crew) (greater than 75 miles from base Per day $ 125.00
Per Diem (2 man crew) (greater than 75 miles from base Perdav $ 250.00
Per Diem (3 inan crew) (greater than 75 miles from base Per pay $ 375.00
Hydropunch Toolin£ Per day $ 150.00
Sirnulprobe Tooling Per day $ 250.00
2" PVC (sch 40) well construction materials (casing, screen, grout, bentonite, sand, well box, asphalt, ec Per foot $ 21.00
4" PVC (sch 40) well construction materials (casing, screen, grout, bentonite, sand, well box, asphalt, ec Per foot $ 26.00
2" PVC (sch 80) well construction materials (casing, screen, grout, bentonite, sand, well box, asphalt, ec Per foot $ 25.00
4" PVC (sch 80) well construction materials (casing, screen, grout, bentonite, sand, well box, asphalt, ec Per foot $ 30.00
DOT 17H 55 Gallon Drum Each $ 50.00
Traffic Control (note: basic work zone delineation isnduded in field day price) Perdav $ 1,100.00
Concrete Core ( < 1 O' diameter Per location $ 85.00
Concrete Core(> 10" diameter Per location $ 165.00
Concrete Cut (up to 3'x3'x6" Per location $ 165.00
Level C Personal Protective Equipment (PPE Perdav $ 225.00
Forklift (incl in some of the day rates Per day $ 350.00
Front End Loader (incl in some of the day rates Per day $ 350.00
Well Box Replacement (12" diameter Ernco Wheaton)**' Per well $ 350.00
Auxiliary Air Compressor (incl in some of the day rates Per day $ 375.00
Light Tower Per day $ 350.00
TR-30 Coatedmrne Release Bentonite Pellet Per bucket $ 95.00
Visqueen Sheetin£ Per roll $ 145.00
Clean Sand Backfill (air-vac/knife holes Per bag $ 8.00
Asphalt Cold Patch (air-vac/knife holes Perbao $ 8.00
Abandonment Material (2" diameter hole -cement, bentonite Per foot $ 3.00
Abandonment Material (4" diameter hole -cement, bentonite Per foot $ 4.00
Abandonment Material (8" diameter hole -cement, bentonite Per foot $ 6.00
Abandonment Material (1 O" diameter hole -cement, bentonite Per foot $ 10.00
Abandonment Material (12" diameter hole -cement, bentonite Per foot $ 12.00
Surface Abandonment Restoration (concrete patch -up to 3'x3' pac Per location $ 250.00
Note: 3% annual escalation rate per year
PACIFIC COAST LOCATORS, INC.
2606 Foothill Blvd., Ste. G, La Crescenta, CA91214
(818) 249-7700 Fax (818) 249-7701
E-mail: guote@pclocators.com
Subsurface Utility Investigation -Stantec (for on Call RFQ)
Utility Locating Rates:
$550.00 minimum includes the first 2 hours.
$150.00 per hour charge after that.
Half Day rate $750.00 includes· 4 hours
Full Day rate $1,550.00 for 8 hours
GPS Mapping Rates:
$750 minimum includes 4 hours collecting field data and processing in the office to produce a utility
figure.
$1,500 minimum includes 8 hours collecting field data and processing in the office to produce a utility
figure. · ·
• Time and a Half before 6AM, after 5PM, or Saturday
• Double time for over 12 hours or Sunday work
• Any special expenses including added insurance riders, will be charged to client.
• Required permits, traffic control plans, and similar items are charged as time and materials and
vary according to project.
• All rates and charges are subject to change per special circumstances. Estimates subject to
change when scope of work differs from what was planned.
Email quote@pclocators.com or Call: (818)-249-7700 to schedule all work.
"Certified technicians to perform a subsurface utility investigation to clear & mark ... out all conductive &
non-conductive underground utilities using Electro-Magnetic & Ground Penetrating Radar equipment,
512Hz Sonde transmitters, and Magnetometers. All confirmed utilities will be delineated with color.
coded marking paint, chalk, whiskers, and flags. GPS data collected using a Trimble GeoExplorer
GPS unit. with Tornado antenna to produce a GIS utility map."
This Rate Sheet contains confidential and privileged information for the sole use of client
representatives. Any review or distribution by others is strictly prohibited.
TEG -Northern California, Inc.
July 2016 General Price List for On-Site Services
On-Site Mobile Laboratory:
Analyses for VOes by EPA 8260 (Ge/MS) I up to 10 analyses per day -one matrix:
Additional analyses beyond 10 analyses per day by Ge/MS:
Analyses for VOes by EPA 8260 (Ge/MS) -low level reporting limits I up to 8 analyses per day:
--Additional analyses with low level reporting limits I beyond 8 analyses per day by Ge/MS:
-Analyses forTPH-diesel by EPA 8015m concurrent with voes by Ge/MS:
--Analyses forTPH-diesel & motor oil by EPA 8015m concurrent with voes by Ge/MS:
--Analyses forTPH-diesel & motor oil by EPA 8015m I up to 10 analyses per day:
Additional analyses beyond 10 analyses per day for TPH:
Soil Vapor Survey (Collection and Analysis):
Sampling depths less than 20 feet (including DTSe protocol):
--Analyses for VO es by EPA 8260 (Ge/MS) I up to 10 analyses per day:
-Analyses for BTEX, 5 oxygenates, & TPH by EPA 8260 (Ge/MS) I up to 10 analyses per day:
Additional analyses beyond 10 analyses per day by Ge/MS:
-Analyses for voes by EPA 8260 (Ge/MS) -low level reporting limits I up to 8 analyses per day:
Additional analyses with low level reporting limits I beyond 8 analyses per day by Ge/MS:
-Analyses for methane by EPA 8015m or Ge/TeD concurrent with voe analyses by Ge/MS:
--Analyses for 0 2 , and e02 by Ge/TeD concurrent with VOe analyses by Ge/MS:
--Analyses for TPH-diesel by EPA 8015m concurrent with voe analyses by Ge/MS:
Sampling depths at 20 feet and greater:
--Analyses for voes by EPA 8260 {Ge/MS) I up to 1 O analyses per day:
--Analyses for BTEX, 5 oxygenates, & TPH by EPA 8260 {Ge/MS) I up to 10 analyses per day:
--Additional analyses beyond 10 analyses per day by Ge/MS:
Analyses for VOes by EPA 8260 (Ge/MS) -low level reporting limits I up to 8 analyses per day:
--Additional analyses with low level reporting limits I beyond 8 analyses per day by Ge/MS:
Sampling -Soil and/or Water and/or Soil Vapor, including Direct Push Sampling:
Strataprobe Soil Vapor Sampling (up to 8 hour day on-site):
-Soil Vapor Sampling and/or Vapor Sampling Point Installation (up to 8 hour day on-site):
Strataprobe Soil & Water Sampling (up to 8 hour day on-site):
Soil and/or Water and/or Soil Vapor Sampl_ing /Installation -time over 8 hours per day:
Miscellaneous:
Mobilization I Demobilization (per vehicle)(minirnum $100):
Per Diem (per person):
--Screen & Pipe to enhance water retrieval (if required):
--Teflon tubing:
EDF Geotracker files (current project):
EDF Geotracker files (archived data):
-Weekend or Night work surcharge:
$1995 /day
$195 each
$1995 /day
$195 each
$85 I analysis
$150 I analysis
$1995 /day
$150 each
$3690 I day
$3690/ day
$195 each
$3690 I day
$195 each
$75 I analysis
$75 I analysis
$85 I analysis
$4090 I day
$4090 I day
$195 each
$4090 I day
$195 each
$2095 /day
$2095 /day
$2095 /.day
$275 /hour
$2.50 I mile roundtrip
$150/day
$4.00 I foot
$3.00 I foot
10% of lab charge
20% of lab charge
50%
11350 Monier Park Place. Rancho Cordova.· CA 95742 • Phone (916] 853-8010 • Fax (916] 853-8020
Exhibit D
Conflict of Interest Code
Exhibit D
1
2
3
constitute the conflict of interest codes of each County department except courts.
Conflict of Interest forms shall be filed as follows:
1. As required by Government Code Section 87500, subdivision (e), the
4 County Administrative Officer, District Attorney, County Counsel, and Auditor-
5 Controllerrrreasurer-Tax Collector shall file one original of their statements with the County
6 Clerk, who shall make and retain copies and forward the originals to the Farr Polltfcal
7 Practices Commission, which shall be the filing officer. The County Administrative Officer,
8 Dlsbict Attorney, County Counsel, and Auditor-Controllerffreasurer-Tax Collector shall also
9 file one copy of their statements with the Clerk to the Board of Supervisors.
~O 2. As required by Government Code section 87500, subdivision 0), all other
11 department heads shall flle one original of their stataments with their departments. The filing
12 officer of each department shall make and retain a copy of the department head's statement
13 and shall forward the original to the Clerk to the Board of Supervisors.
14 3. All other designated employees shall tile one original of their statements with
15 their departments.
1·6
All statements shall be public records and shall be made avallable for public
inspection and reproduction. (Gov. Code,§ 81008.)
17
18
19
20
21
22
23
Adopted at a regular meeHng of the Board of Supervisors, held on the 23rd day
of Fe.brne.ry , 19....ll_, by the following vote, to wit
Ayes: Supervisors Koligian, Case, Arambula, olmn, Le.vy
Noes: None
Absent: None.
24 ATTEST:
SHJ\IU GREENWOOD, CLERK
25 BOARD OF SUPERVISORS
:~.,~~ eputy ·
28 File 015123 Agenda /J28 Resolution D99-086
2
EXHIBIT "A"
PUBLIC WORKS AND PLANNING
Classification
Accountant I I II
Architect
Assistant Rea l Property Agent
Associate Real Property Agent
Building Inspector I I II
Building Plans Eng ineer
Capital Projects Division Manager
Chief Building Inspector
Chief of Field Surveys
Community Development Manager
Consultant
Deputy Director of Planning
Deputy Director of Public Works
Deputy Director of Resources & Administration
Development Services Manager
Director of Public Works and Planning
Disposal Site Supervisor
Engineer I I II I Ill
Field Survey Supervisor
Housing Rehabilitation Specialist I I 11
Information Technology Analyst I I II I Ill I IV
Landfill Operations Manager
Planner I I II I Ill
Principal Accountant
Principal Planner
Principal Staff Analyst
Public Works and Planning Business Manager
Public Works Division Engineer
Road Maintenance Supervisor
Road Superintendent
Senior Accountant
Senior Engineer
Senior Engineering Technician
Senior Information Technology Analyst
Senior Planner
Category
2
1
1
1
1
1
1
1
1
1
*
1
1
1
1
1
2
1
3
1
2
1
1
1
1
1
1
1
1
1
2
1
2
2
1
Classificati on
Senior Staff Ana lyst
Senior Systems and Procedures Analyst
Staff Analyst I / II / Ill
Supervising Accountant
Supervising Building Inspector
Supervising Engineer
Supervising WaterM/astewater Specialist
Systems and Procedures Analyst I/ II/ Ill
Systems and Procedures Manager
Traffic Ma intenance Supervisor
Categ ory
1
2
1
1
1
1
1
2
2
2
* 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 pub lic record and shall be retained for public inspection
in the same manner and location as this conflict of interest code.
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 bus iness 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 with in 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 Pub lic 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.
< •
'
·...:-_,
:
i"':i..J
Exhibit E
Self Dealing Transactions Form
Exhibit H
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:
Exhibit E
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 MCounty
Contractor"), must disclose any self-dealing transactions that they are a party to while
providing goods, performing setvices, or both for the County. A self-dealing transaction is
defined below:
uA self-dealing transaction means a transaction to which the corporation is a parly 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).