Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
D-Max Engineering Inc; 2018-11-28; PSA19-613CA
PSA19-613CA City Attorney Approved Version 7/19/17 1 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 2 This second Project Task Description and Fee Allotment, is entered into on _________________________________________, pursuant to an Agreement between D-MAX Engineering, Inc., a California corporation ("Contractor") and the City of Carlsbad, ("City") dated November 28, 2018, (the “Agreement”), the terms of which are incorporated herein by this reference. 1.CONTRACTOR'S OBLIGATIONS Contractor shall provide municipal facilities inspections in accordance with the San Diego Regional Water Quality Control Board National Pollutant Discharge Elimination System Permit, Order No. R9-2013-0001, as amended by Order No. R9-2015-0001 and R9-2015-0100 and the city’s current Jurisdictional Runoff Management Plan and Appendix "A" for the Municipal Facilities Storm Water Compliance Inspection Program, (the “Project"). The Project services shall include Tier I, II, and III inspections and reporting. 2.PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the City Manager or Director and a Purchase Order from the City’s Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin work after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work no later than June 30, 2020. Extensions of time for this Task Description may be granted if requested and agreed to in writing by the Director or City Manager. In no event shall Contractor work beyond the term or authorized compensation of the Agreement, as amended by this Project Task Description and Fee Allotment. 3.FEES TO BE PAID TO THE CONTRACTOR Contractor’s compensation for the Project is shown in Table 1, "Fee Allotment", herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1. Progress payments shall be based on hours worked. Appendix "A", attached, prepared by Contractor and reviewed by City, shows the parties’ intent as to the elements, scope and extent of the task groups. Contractor acknowledges that performance of any and all tasks by the Contractor constitutes acknowledgment by Contractor that such tasks are those defined in Appendix "A". Additional task groups, not shown in Table 1 or Appendix “A”, will be performed by the Contractor only upon authorization of the City through the mechanism of a separate Project Task Description and Fee Allotment and Purchase Order. In the event that City directs Contractor to curtail or eliminate all, or portions of the task groups identified in Table 1 or Appendix A, then the Contractor shall only invoice the City for work actually performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $21,100. DocuSign Envelope ID: 308B6C48-AD99-423D-9D50-BA06A52D95C4 February 24, 2020 PSA19-613CA City Attorney Approved Version 7/19/17 2 TABLE 1 FEE ALLOTMENT MUNICIPAL FACILITIES INSPECTIONS TASK GROUP TIME & MATERIALS Municipal Facilities Inspections $21,100 TOTAL (Not-to-Exceed) $21,100 CONTRACTOR D-MAX ENGINEERING, INC., a California corporation D-MAX ENGINEERING, INC., a California corporation (name of Contractor) (name of Contractor) By: By: (sign here) (sign here) Arsalan Dadkhah/President John Quenzer/Secretary Print Name/Title Print Name/Title If Contractor is a corporation, this document must be signed by one individual from each column: Column A Chairman, President or Vice-President Column B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. CITY OF CARLSBAD, a municipal corporation of the State of California By: ________________________________ Date: _________________________ Paz Gomez, Deputy City Manager, Public Works, as authorized by the City Manager APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: ____________________________ Assistant City Attorney DocuSign Envelope ID: 308B6C48-AD99-423D-9D50-BA06A52D95C4 February 24, 2020 D-MAX Engineering, Inc. Consultants in Water & Environmental Sciences 7220 Trade Street Suite 119 San Diego, CA 92121 (858) 586-6600 Fax (858) 586-6644 January 30, 2020 Tim Murphy City of Carlsbad 1635 Faraday Ave Carlsbad, CA 92008 Re: Municipal Facilities Storm Water Compliance Inspection Program City of Carlsbad, California Dear Mr. Murphy: D-MAX Engineering, Inc. (D-MAX) is pleased to submit this proposal to assist the City of Carlsbad (City) in conducting compliance inspections of the City’s municipal facilities. The facilities to be inspected are grouped into three tiers: 13 Tier I, 52 Tier II, and 17 Tier III facilities. These numbers may change based on refinements to the inventory; the final number of inspections will be based on the final inventory to be delivered to D-Max by the City. Work will be conducted in accordance with the San Diego Regional Water Quality Control Board (RWQCB) National Pollutant Discharge Elimination System (NPDES) Permit, Order No. R9-2013-0001, as amended by Order Nos. R9-2015-0001 and R9- 2015-0100 (Municipal Permit) and the City’s current Jurisdictional Runoff Management Plan (JRMP). Project Approach Tier I and Tier II Inspections Inspection Coordination We will schedule inspection appointments with all Tier I facility contacts, as well as Tier II facilities requiring City assistance for access. Contact information will be provided to us by the City. Other Tier II facilities will not be notified prior to inspection; inspectors will conduct unannounced visits to evaluate the day-to-day conditions that are in place. Site Inspection The site inspection procedure involves a thorough examination of the facility and all outdoor activities that have the potential to generate urban runoff pollution. Inspection forms will be entered directly into the City’s web-based online database (Microsoft SharePoint Lists) using a mobile device (e.g., tablet) that is capable of connecting to the online database. Photos will be uploaded to the online database and attached directly to the inspection record. The site inspection includes the following steps below. Pre-Inspection Prior to beginning the site inspection, our inspector will complete the contact information on the inspection form using information in the municipal facilities list provided by the City. This information includes facility name, address, telephone number, and the name of the facility personnel present (if applicable). Initial observations will also be conducted at this time and documented in the form. PSA19-613CA Appendix "A" DocuSign Envelope ID: 308B6C48-AD99-423D-9D50-BA06A52D95C4 Mr. Tim Murphy City of Carlsbad January 30, 2020 Page 2 Meet With Responsible Party Our inspectors will visit sites during normal City business hours. D-MAX personnel will have company-issued photo identification, which will be worn during inspections. Upon meeting the responsible party, our inspector will briefly explain the purpose of the inspection. We will use this opportunity to provide education to the responsible party regarding storm water requirements, including answering questions as applicable. SWPPP Assessment After the introductory meeting, if the facility has a Storm Water Pollution Prevention Plan (SWPPP), our inspector will review the document. The following components of the SWPPP will be assessed: Overview of Site Map, Site Description, and Objectives Storm Water Pollution Prevention Team Potential Sources of Pollutants Best Management Practices (Structural and Non-Structural) Record Keeping and Reporting Results of the SWPPP review will be entered into the online database. BMP Assessment During the next portion of the inspection process, our inspector will conduct a thorough walk-through of the facility, preferably accompanied by the manager/responsible party, to inspect all areas exposed to storm water and evaluate existing BMPs and their effectiveness. Typical areas of activity assessed during this phase of the inspection include material storage areas, loading and unloading areas, waste storage or disposal areas, vehicle maintenance and washing areas, and parking areas. If specific BMPs are not implemented or are found to be ineffective, changes to the way existing BMPs are implemented and/or additional BMPs will be recommended. We will discuss potential solutions with site representatives where possible to help identify the most efficient solution to the observed issue. The BMP evaluation and summary of observations will be recorded. Corrective actions, if needed, will be summarized, and photographs will be taken to document BMP deficiencies that require correction. If conditions at the site warrant immediate action (e.g., an active illicit discharge is observed), the City will be promptly notified via the Storm Water Hotline (760-602-2799). BMP and Knowledge Assessments A knowledge score and BMP assessment were included in previous inspection forms. We assume these assessments will continue to be included on the most recent forms. The scale for assessing facility contacts’ storm water knowledge and BMP implementation were used for past inspections is included below. If updates have been made, we will use the City’s most recent version. Knowledge Score 1. Individual has never heard of the storm water program, requirements, or BMPs. This individual does not know what BMPs are or understand how to implement them. PSA19-613CA Appendix "A" DocuSign Envelope ID: 308B6C48-AD99-423D-9D50-BA06A52D95C4 Mr. Tim Murphy City of Carlsbad January 30, 2020 Page 3 2. Individual has a general awareness of water quality issues, but does not understand the requirements of the storm water program, BMPs, or pollution prevention. 3. Individual has a general understanding of storm water issues (“I’ve heard something about that”), but not specific storm water requirements or BMPs required for the facility. 4. Individual has a clear understanding of BMPs but may not have a clear awareness of the connection between pollution prevention and water quality. 5. Individual demonstrated an in depth knowledge of the storm water program and BMPs consistent with the facility’s activities and operations. BMP Score 1. An illicit discharge was noted during the inspection. Follow-up actions required. This will be marked as “Violation noted, inspection required” under “Inspection Result.” 2. BMPs have not been implemented. Several violations were noted during the inspection; however, an illegal discharge was not observed. A detailed inspection report and/or written warning was issued. This will be marked as “Improvements needed” under “Inspection Result.” 3. BMPs have been implemented throughout the site, but not properly or adequately maintained. Violations were noted during the inspection and a verbal warning was issued. A detailed inspection report or written Warning Notice may follow. This will be marked as “Improvements needed” under “Inspection Result.” 4. BMPs implemented effectively; however, minor violations associated with communal areas or good housekeeping practices (i.e. dumpster lids open, leaves in the parking lot, etc.) were noted during the inspection. This will be marked as “Improvements needed” under “Inspection Result.” 5. All BMPs implemented effectively. This will be marked as “No violations” under “Inspection Result.” Storm Water Quality Inspection Summary and Conclusion At the completion of the walk-through, the inspector will summarize the recommended corrective actions and/or violations listed on the inspection form and discuss the feasibility of any recommendations with the responsible party. Tier III Inspections Tier III facilities will not be notified prior to inspection; inspectors will conduct unannounced visits to evaluate the day-to-day conditions that are in place. Our inspector will conduct a thorough walk-through of each Tier III facility to inspect all areas exposed to storm water and evaluate existing BMPs and their effectiveness. If specific BMPs are not implemented or are found to be ineffective, additional BMPs will be recommended. The BMP evaluation will be documented using the City’s online inspection database. Based on the results of last year’s inspections, we understand that Tier III sites generally have a simpler inspection/evaluation process than Tier I and Tier II sites. Photographs will be PSA19-613CA Appendix "A" DocuSign Envelope ID: 308B6C48-AD99-423D-9D50-BA06A52D95C4 Mr. Tim Murphy City of Carlsbad January 30, 2020 Page 4 taken to document BMP deficiencies and attached to the relevant inspection records in the City’s online database. If conditions at the site warrant immediate action (e.g., an active illicit discharge or storm water ordinances violation is observed), the City will be promptly notified via the Storm Water Hotline (760-602-2799). All other corrective actions will be entered into the online database. Reporting Inspection data will be entered into the online database (Microsoft SharePoint Lists). Photos taken during inspections will also be attached to the relevant inspection records. All data entered into the database will be reviewed internally for quality control prior to submittal to the City. Schedule D-MAX will conduct the inspection services described above according to the following schedule: We will begin the inspection program on a timeline agreed upon by the City following the Notice to Proceed. Within one week of completing each inspection, the inspection forms will be reviewed internally and the complete inspection form and photos will be available in the online database. The City’s Storm Water Hotline will be contacted immediately if any active illicit discharges are observed, or if any storm water conditions are considered to be a threat to human or environmental health. All inspections will be completed by June 1, 2020. Cost Estimate We propose to conduct the above scope of services on a time and materials basis in accordance with the fee schedule included in our master service agreement with the City. Costs per inspection are as follows: Tier I: $351.47 Tier II: $265.97 Tier III: $158.27 These costs include a kick-off meeting and coordination with the City, site inspections and data entry, mileage, and QC of data entered into the online database. Based on the numbers of facilities in each tier projected to be inspected this year, the estimated total cost is $21,100. The actual numbers of inspections and corresponding cost will be based on the final inventory to be delivered to D-MAX prior to inspections, so the final program cost may vary from this estimate if the final inventory has some changes to the numbers and types of facilities to inspect. PSA19-613CA Appendix "A" DocuSign Envelope ID: 308B6C48-AD99-423D-9D50-BA06A52D95C4 Mr. Tim Murphy City of Carlsbad January 30, 2020 Page 5 Please feel free to call me at (619) 742-1055 if you have any questions regarding this proposal. Sincerely, D-MAX Engineering, Inc. John Quenzer, MS, QSD/QSP, CPSWQ Vice President PSA19-613CA Appendix "A" DocuSign Envelope ID: 308B6C48-AD99-423D-9D50-BA06A52D95C4 D-Max Engineering, Inc. Discipline 24 EXHIBIT B -SAMPLE MASTER AGREEMENT RATE SCHEDULE Prices valid through Term of Agreement STAFF NAME TITLE 1 Arsalan Dadkhah Principal Engineer 2 John Quenzer Senior Scientist 3 Annika Kubischta Project Scientist 4 Brianna Martin Project Scientist 5 Julio Garcia Project Engineer 6 Tad Nakatani Project Scientist 7 John Draminski Assistant Project Engineer 8 Jeanne BenVau Staff Scientist II 9 Justin Joyce Staff Engineer II 10 Manouchehr Dadkhah Staff Scientist 11 11 Teresa Bhardwaj Staff Scientist II 12 Kath Raskin Staff Scientist 13 Lana Graves Staff Scientist 14 Nick LaPaglia Staff Scientist 15 Susan Fanno Word Processor SUB-CONSULTANTS NAME TITLE 1 N/A EXPFNSES DESCRIPTION COST 1 Mileage (Current IRS rate) 2 Copy services (outside; no As billed by outside copy service (e.g., Office charge for in-house copies) Depot) 3 Postage As billed by postal service provider (USPS, UPS, FedEx, etc.) 4 Tablet with mobile internet $SO/month service 5 Parkin~ As billed by parking provider Notes PSA 19-613CA HOURLY RATE $190.00 $155.00 $135.00 $135.00 $145.00 $135.00 $130.00 $105.00 $115.00 $105.00 $105.00 $95.00 $95.00 $95.00 $65.00 HOURLY RATE %MARKUP 0% 5% 5% 0% 5% -Rates for particular staff levels will be held constant over the term of the agreement, but may be adjusted up for individual staff listed in the tables above if those staff are promoted to a higher level during the term of the agreement. -New staff members may be hired during the term of the agreement; they will be charged at the billing rate appropriate to their level (e.g., Staff Scientist 11). 10 Task No. 2 DocuSign Envelope ID: 308B6C48-AD99-423D-9D50-BA06A52D95C4 The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECTPRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence)$DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACH OCCURRENCE $ UMBRELLA LIAB EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSRLTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)LIMITS PERSTATUTE OTH-ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes, describe underDESCRIPTION OF OPERATIONS below (Mandatory in NH)OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNEDAUTOSAUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THISCERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSD ADDL WVD SUBR N / A $ $ (Ea accident) (Per accident) OTHER: THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: INSURED PHONE(A/C, No, Ext): PRODUCER ADDRESS:E-MAIL FAX(A/C, No): CONTACTNAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S) AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 12/31/2018 Cavignac &Associates450BStreet,Suite 1800SanDiegoCA92101 Certificate Department 619-744-0574 619-234-8601 certificates@cavignac.com Travelers Property &Casualty Company of America 25674 DMAXENG-01 XL Specialty Company 37885D-MAX Engineering,Inc.7220 Trade Street,Suite 119SanDiegoCA92121 Travelers Indemnity Co of Amer 25666 1416200224 A X 1,000,000 X 1,000,000 X Contractual Liab 10,000 X Separation of In 1,000,000 2,000,000 X X Y 6806H048517 1/1/2019 1/1/2020 2,000,000 C 1,000,000 X XX BA8924L251 1/1/2019 1/1/2020 A X X 3,000,000 0 CUP3425T137 X 3,000,000 1/1/2019 1/1/2020 AB Bus.Personal PropertyProfessionalLiability 6806H048517DPR9936292 1/1/20191/1/2019 1/1/20201/1/2020 LimitEaClaimAggregate $227,286$2,000,000$4,000,000 Re:Agreement Number:PSA19-517UTIL,Fats,Oils And Grease (FOG)Control Device Inspection Services.Additional Insured coverage applies to GeneralLiabilityforCityofCarlsbad/CMWD per policy form.Excess/Umbrella policy follows form over underlying policies:General Liability and Auto Liability (additionalinsuredandwaiverofsubrogationapply).Professional Liability -Claims made form,defense costs included within limit.Property -Special form,replacementcost.If the insurance company elects to cancel or non-renew coverage for any reason other than nonpayment of premium they will provide 30 days notice ofsuchcancellationornonrenewal. City of Carlsbad/CMWDc/o EXIGIS Insurance Compliance ServicesP.O.Box 4668 -ECM #35050NewYorkNY10163-4668 PSA19-613CA City Attorney Approved Version 7/19/17 1 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 1 This first Project Task Description and Fee Allotment, is entered into on _________________________________________, pursuant to an Agreement between D-Max Engineering, Inc., a California corporation, ("Contractor") and the City of Carlsbad, ("City") dated November 28, 2018, (the “Agreement”), the terms of which are incorporated herein by this reference. 1.CONTRACTOR'S OBLIGATIONS Contractor shall provide municipal facilities inspections in accordance with the San Diego Regional Water Quality Control Board (RWQCB) National Pollutant Discharge Elimination System (NPDES) Permit, Order No. R9-2013-0001, as amended by Order No. R9-2015- 0001 and R9-2015-0100 (Municipal Permit) and the City’s current Jurisdictional Runoff Management Plan (JRMP) and Appendix “A and B” for the Municipal Facilities Storm Water Compliance Inspection Program, (the “Project”). The Project services shall include Tier I, II, and III inspections and reporting. 2.PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the City Manager or Director and a Purchase Order from the City’s Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin work within one (1) working day after receiving this fully executed document and a City Purchase Order. Working days are defined in section 6-7.2 "Working Day" of the Standard Specifications for Public Works Construction (Green Book). Contractor shall complete the work no later than June 30, 2019. Extensions of time for this Task Description may be granted if requested and agreed to in writing by the Director or City Manager. In no event shall Contractor work beyond the term or authorized compensation of the Master Agreement, as amended by this Project Task Description and Fee Allotment. 3.FEES TO BE PAID TO THE CONTRACTOR Contractor’s compensation for the Project is shown in Table 1, "Fee Allotment", herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1. Progress payments shall be based on work days. Appendix "A and B", attached, prepared by Contractor and reviewed by City, shows the parties’ intent as to the elements, scope and extent of the task groups. Contractor acknowledges that performance of any and all tasks by the Contractor constitutes acknowledgment by Contractor that such tasks are those defined in Appendix "A and B". Additional task groups, not shown in Table 1 or Appendix “A and B”, will be performed by the Contractor only upon authorization of the City through the mechanism of a separate Project Task Description and Fee Allotment and Purchase Order. In the event that City directs Contractor to curtail or eliminate all, or portions of the task groups identified in Table 1 or Appendix A or B, then the Contractor shall only invoice the City for work actually performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $21,600. DocuSign Envelope ID: DFF8C0C7-1621-41ED-B4C3-76919968863B March 18, 2019 PSA19-613CA City Attorney Approved Version 7/19/17 2 TABLE 1 FEE ALLOTMENT MUNICIPAL FACILITIES STORM WATER COMPLIANCE INSPECTION PROGRAM TASK GROUP TIME & MATERIALS Municipal Facilities Inspection $21,600 TOTAL (Not-to-Exceed) $21,600 CONTRACTOR D-Max Engineering, Inc., a California corporation D-Max Engineering, Inc., a California corporation (name of Contractor) (name of Contractor) By: By: (sign here) John Quenzer, Secretary (sign here) Arsalan Dadkhah, President (print name/title) (print name/title) If Contractor is a corporation, this document must be signed by one individual from each column: Column A Chairman, President or Vice-President Column B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. CITY OF CARLSBAD, a municipal corporation of the State of California By: ________________________________ Date: _________________________ Paz Gomez, Public Works Director APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: ____________________________ Deputy City Attorney DocuSign Envelope ID: DFF8C0C7-1621-41ED-B4C3-76919968863B March 18, 2019 D-MAX Engineering, Inc. Consultants in Water & Environmental Sciences 7220 Trade Street Suite 119 San Diego, CA 92121 (858) 586-6600 Fax (858) 586-6644 January 31, 2019 Tim Murphy City of Carlsbad 1635 Faraday Ave Carlsbad, CA 92008 Re: Municipal Facilities Storm Water Compliance Inspection Program City of Carlsbad, California Dear Mr. Murphy: D-MAX Engineering, Inc. (D-MAX) is pleased to submit this proposal to assist the City of Carlsbad (City) in conducting compliance inspections of the City’s municipal facilities. The facilities to be inspected are grouped into three tiers: 14 Tier I, 52 Tier II, and 18 Tier III facilities. These numbers may change based on refinements to the inventory; the final number of inspections will be based on the final inventory to be delivered to D-Max by the City. Work will be conducted in accordance with the San Diego Regional Water Quality Control Board (RWQCB) National Pollutant Discharge Elimination System (NPDES) Permit, Order No. R9-2013-0001, as amended by Order Nos. R9-2015-0001 and R9- 2015-0100 (Municipal Permit) and the City’s current Jurisdictional Runoff Management Plan (JRMP). Project Approach Tier I and Tier II Inspections Inspection Coordination We will schedule inspection appointments with all Tier I facility contacts, as well as Tier II facilities requiring City assistance for access. Contact information will be provided to us by the City. Other Tier II facilities will not be notified prior to inspection; inspectors will conduct unannounced visits to evaluate the day-to-day conditions that are in place. Site Inspection The site inspection procedure involves a thorough examination of the facility and all outdoor activities that have the potential to generate urban runoff pollution. Inspection forms will be entered directly into the City’s web-based online database (Microsoft SharePoint Lists) using a mobile device (e.g., tablet) that is capable of connecting to the online database. Photos will be uploaded to the online database and attached directly to the inspection record. The site inspection includes the following steps below. Pre-Inspection Prior to beginning the site inspection, our inspector will complete the contact information on the inspection form using information in the municipal facilities list provided by the City. This information includes facility name, address, telephone number, and the name of the facility personnel present (if applicable). Initial observations will also be conducted at this time and documented in the form. Appendix "A" PSA19-613CA - Task No. 1 DocuSign Envelope ID: DFF8C0C7-1621-41ED-B4C3-76919968863B Mr. Tim Murphy City of Carlsbad January 31, 2019 Page 2 Meet With Responsible Party Our inspectors will visit sites during normal City business hours. D-MAX personnel will have company-issued photo identification, which will be worn during inspections. Upon meeting the responsible party, our inspector will briefly explain the purpose of the inspection. We will use this opportunity to provide education to the responsible party regarding storm water requirements, including answering questions as applicable. SWPPP Assessment After the introductory meeting, if the facility has a Storm Water Pollution Prevention Plan (SWPPP), our inspector will review the document. The following components of the SWPPP will be assessed: Overview of Site Map, Site Description, and Objectives Storm Water Pollution Prevention Team Potential Sources of Pollutants Best Management Practices (Structural and Non-Structural) Record Keeping and Reporting Results of the SWPPP review will be entered into the online database. BMP Assessment During the next portion of the inspection process, our inspector will conduct a thorough walk-through of the facility, preferably accompanied by the manager/responsible party, to inspect all areas exposed to storm water and evaluate existing BMPs and their effectiveness. Typical areas of activity assessed during this phase of the inspection include material storage areas, loading and unloading areas, waste storage or disposal areas, vehicle maintenance and washing areas, and parking areas. If specific BMPs are not implemented or are found to be ineffective, changes to the way existing BMPs are implemented and/or additional BMPs will be recommended. We will discuss potential solutions with site representatives where possible to help identify the most efficient solution to the observed issue. The BMP evaluation and summary of observations will be recorded. Corrective actions, if needed, will be summarized, and photographs will be taken to document BMP deficiencies that require correction. If conditions at the site warrant immediate action (e.g., an active illicit discharge is observed), the City will be promptly notified via the Storm Water Hotline (760-602-2799). BMP and Knowledge Assessments A knowledge score and BMP assessment were included in previous inspection forms. We assume these assessments will continue to be included on the most recent forms. The scale for assessing facility contacts’ storm water knowledge and BMP implementation were used for past inspections is included below. If updates have been made, we will use the City’s most recent version. Knowledge Score 1. Individual has never heard of the storm water program, requirements, or BMPs. This individual does not know what BMPs are or understand how to implement them. Appendix "A" PSA19-613CA - Task No. 1 DocuSign Envelope ID: DFF8C0C7-1621-41ED-B4C3-76919968863B Mr. Tim Murphy City of Carlsbad January 31, 2019 Page 3 2. Individual has a general awareness of water quality issues, but does not understand the requirements of the storm water program, BMPs, or pollution prevention. 3. Individual has a general understanding of storm water issues (“I’ve heard something about that”), but not specific storm water requirements or BMPs required for the facility. 4. Individual has a clear understanding of BMPs but may not have a clear awareness of the connection between pollution prevention and water quality. 5. Individual demonstrated an in depth knowledge of the storm water program and BMPs consistent with the facility’s activities and operations. BMP Score 1. An illicit discharge was noted during the inspection. Follow-up actions required. 2. BMPs have not been implemented. Several violations were noted during the inspection; however, an illegal discharge was not observed. A detailed inspection report and/or written warning was issued. 3. BMPs have been implemented throughout the site, but not properly or adequately maintained. Violations were noted during the inspection and a verbal warning was issued. A detailed inspection report or written Warning Notice may follow. 4. BMPs implemented effectively; however, minor violations associated with communal areas or good housekeeping practices (i.e. dumpsters open, leaves in the parking lot, etc.) were noted during the inspection. 5. All BMPs implemented effectively. Storm Water Quality Inspection Summary and Conclusion At the completion of the walk-through, the inspector will summarize the recommended corrective actions and/or violations listed on the inspection form and discuss the feasibility of any recommendations with the responsible party. Tier III Inspections Tier III facilities will not be notified prior to inspection; inspectors will conduct unannounced visits to evaluate the day-to-day conditions that are in place. Our inspector will conduct a thorough walk-through of each Tier III facility to inspect all areas exposed to storm water and evaluate existing BMPs and their effectiveness. If specific BMPs are not implemented or are found to be ineffective, additional BMPs will be recommended. The BMP evaluation will be documented using the City’s online inspection database. Based on the results of last year’s inspections, we understand that Tier III sites generally have a simpler inspection/evaluation process than Tier I and Tier II sites. Photographs will be taken to document BMP deficiencies and attached to the relevant inspection records in the City’s online database. If conditions at the site warrant immediate action (e.g., an active illicit discharge or storm water ordinances violation is observed), the City will be promptly notified via the Storm Water Hotline (760-602-2799). All other corrective actions will be entered into the online database. Appendix "A" PSA19-613CA - Task No. 1 DocuSign Envelope ID: DFF8C0C7-1621-41ED-B4C3-76919968863B Mr. Tim Murphy City of Carlsbad January 31, 2019 Page 4 Reporting Inspection data will be entered into the online database (Microsoft SharePoint Lists). Photos taken during inspections will also be attached to the relevant inspection records. All data entered into the database will be reviewed internally for quality control prior to submittal to the City. Schedule D-MAX will conduct the inspection services described above according to the following schedule: We will begin the inspection program on a timeline agreed upon by the City following the Notice to Proceed. Within one week of completing each inspection, the inspection forms will be reviewed internally and the complete inspection form and photos will be available in the online database. The City’s Storm Water Hotline will be contacted immediately if any active illicit discharges are observed, or if any storm water conditions are considered to be a threat to human or environmental health. All inspections will be completed by June 1, 2019. Cost Estimate We propose to conduct the above scope of services on a time and materials basis in accordance with the fee schedule included in our master service agreement with the City. Costs per inspection are as follows: Tier I: $351.47 Tier II: $265.97 Tier III: $158.27 These costs include a kick-off meeting and coordination with the City, site inspections and data entry, mileage, and QC of data entered into the online database. Based on the numbers of facilities in each tier projected to be inspected this year, the estimated total cost is $21,600. The actual numbers of inspections and corresponding cost will be based on the final inventory to be delivered to D-MAX prior to inspections, so the final program cost may vary from this estimate if the final inventory has some changes to the numbers and types of facilities to inspect. Appendix "A" PSA19-613CA - Task No. 1 DocuSign Envelope ID: DFF8C0C7-1621-41ED-B4C3-76919968863B Mr. Tim Murphy City of Carlsbad January 31, 2019 Page 5 Please feel free to call me at (619) 742-1055 if you have any questions regarding this proposal. Sincerely, D-MAX Engineering, Inc. John Quenzer, MS, QSD/QSP, CPSWQ Vice President Appendix "A" PSA19-613CA - Task No. 1 DocuSign Envelope ID: DFF8C0C7-1621-41ED-B4C3-76919968863B Inventory ID Primary Name Classification Tier Subclass Address/Location or GIS UnitMI0104 ALGA NORTE COMMUNITY PARKMunicipal 1 Park ALICANTE RDMI0053 ALGA NORTE COMMUNITY PARK AQUATICS CENTER Municipal 1 Facility/Admin BuildingALICANTE RDMI0039 ANN D. L'HEUREUX MEMORIAL DOG PARKMunicipal 2 Park 2700 BLOCK OF CARLSBAD VILLAGE DRMI0061 ARTS OFFICE Municipal 2 Facility/Admin Building2955 ELMWOOD STMI0031 AVIARA COMMUNITY PARK, MAINTENANCE STATION, AND PARKING LOTSMunicipal 1 Park 6425 AMBROSIA LNMI0077 BATIQUITOS SEWER LIFT STATION Municipal 2 Lift Station 7382 GABBIANO LNMI0066 BEACH BLUFF PARKS Municipal 2 Park CARLSBAD BLVD AT PINEMI0107 BIOTECH AND BEYOND BUILDING Municipal 3 Parking Lot 2351 FARADAY AVMI0036 BRESSI RANCH WATER & RECLAIMED PUMP STATION Municipal 2 Pump Station BRESSI RANCH WATER & RECLAIMED PUMP STATIONMI0017 BUENA VISTA WATER PUMP STATION AND RESERVOIRMunicipal 2 Pump Station 1400 BLOCK BUENA VISTA DRIVEMI0044 CADENCIA PARK Municipal 2 Park 3310 CADENCIA STMI0059 CALAVERA HILLS PARK, COMMUNITY CENTER, AND PARKING LOTMunicipal 1 Park 2997 GLASGOW DRMI0050 CALAVERA PUMP STATION Municipal 2 Pump Station 3600 BLOCK OF COLLEGE DRMI0075 CALAVERA TREATMENT PLANTMunicipal 1 Other 2402 TAMARACK AVMI0028 CANNON PARK Municipal 1 Park 300 BLOCK OF CANNONMI0016 CANNON SEWER LIFT STATION Municipal 2 Lift Station 2301 CANNON RDMI0005 CAR COUNTRY PARK Municipal 1 Park PASEO DEL NORTEMI0102 CARLSBAD RECYCLED WATER FACILITY Municipal 1 Other 6220 AVENIDA ENCINASMI0082 CARLSBAD SAFETY TRAINING CENTER (STC) Municipal 1 Facility/Admin Building5750 ORION STMI0029 CARLSBAD SENIOR CENTER Municipal 2 Facility/Admin Building799 PINE AVEMI0038 CARRILLO RANCH AND PARKING LOTMunicipal 2 Facility/Admin Building5200 FLYING LC LANEMI0007 CHASE FIELD Municipal 1 Park 3349 HARDING STMI0148 CHINQUAPIN LIFT STATION Municipal 2 Lift Station CARLSBAD BLMI0069 CITY HALL FACILITY Municipal 3 Facility/Admin Building1200 CARLSBAD VILLAGE DRMI0070 COLE LIBRARY/PARKING LOTMunicipal 3 Facility/Admin Building1250 CARLSBAD VILLAGE DRMI0046 DOVE LIBRARY MAIN BRANCH & ADMINISTRATION Municipal 3 Facility/Admin Building1775 DOVE LNMI0047 EL FUERTE LIFT STATION Municipal 2 Lift Station 5812 EL FUERTE STMI0052 EL FUERTE PARK Municipal 2 Park 6889 EL FUERTE STMI0048 ELLERY WATER PUMP STATION AND RESERVOIRMunicipal 2 Pump Station 2300 BLOCK OF JANIS WYMI0019 FARADAY CENTER Municipal 3 Facility/Admin Building1635 FARADAY AVMI0032 FARMERS BUILDING Municipal 3 Facility/Admin Building5815 EL CAMINO REALMI0045 FIRE STATION #1 Municipal 1 Fire Station 1275 CARLSBAD VILLAGE DRMI0004 FIRE STATION #2 Municipal 1 Fire Station 1906 ARENAL RDMI0147 FIRE STATION #3 Municipal 1 Fire Station 3465 TRAILBLAZER WYMI0024 FIRE STATION #4 Municipal 1 Fire Station 6885 BATAQUITOS DRMI0079 FIRE STATION #5 Municipal 1 Fire Station 2540 ORION WYMI0025 FIRE STATION #6 Municipal 1 Fire Station 7201 RANCHO SANTA FE RDMI0081 FLEET MAINTENANCE FACILITY AND PARKING LOTMunicipal 1 Yard 2480 IMPALA DRMI0027 FOXES LANDING LIFT STATION Municipal 2 Lift Station 4155 HARRISON STMI0015 HARDING COMMUNITY CENTER Municipal 2 Facility/Admin Building3096 HARDING STMunicipal Facilities Storm Water Compliance Inspection Program - PSA19-613CA - Task No. 1 - Appendix "B"DocuSign Envelope ID: DFF8C0C7-1621-41ED-B4C3-76919968863B Inventory ID Primary Name Classification Tier Subclass Address/Location or GIS UnitMI0133 HARDING COMMUNITY CENTER PARKING LOTMunicipal 3 Parking Lot 3075 HARDING STMI0054 HIDDEN CANYON PARK (LARWIN) AND PARKING LOTMunicipal 2 Park 2685 VANCOUVER STREETMI0051 HIRING CENTER Municipal 3 Facility/Admin Building5731 PALMER WYMI0002 HOLIDAY PARK AND PARKING LOTSMunicipal 2 Park 3200 PIO PICO DRMI0040 HOME PLANT SEWER LIFT STATION Municipal 2 Lift Station 2359 CARLSBAD BLMI0012 HOSP GROVE PARK AND PARKING LOTMunicipal 2 Park JEFFERSON & MONROEMI0035 HOSP GROVE‐HI NOON ROTARY/PICNIC TABLE/TRAILMunicipal 2 Park 2630 MONROE STMI0078 KNOTS SEWER LIFT STATION Municipal 2 Lift Station 501 KNOTS LNMI0060 LA COSTA CANYON PARK AND PARKING LOTMunicipal 2 Park 3020 PUEBLA STMI0003 LAGUNA RIVIERA PARKMunicipal 2 Park 4900 KELLY DRMI0011 LIBRARY LEARNING CENTER Municipal 2 Facility/Admin Building3368 EUREKA PLMI0009 M&O OPERATIONS YARD AND PARKING LOT (CMWD) Municipal 1 Yard 5950 EL CAMINO REALMI0072 MAERKLE DAM RESERVOIR/PUMP/CHLORINATION STATION Municipal 2 Pump Station 5203 SUNNY CREEK RDMI0042 MAGEE PARK AND PARKING LOTMunicipal 2 Park 258 BEECH AVEMI0131 MARRON RD PARKING LOTMunicipal 3 Parking Lot MARRON RDMI0055 MAXTON BROWN PARKMunicipal 2 Park 500 LAGUNA DRMI0073 MONROE STREET POOLMunicipal 1 Facility/Admin Building3401 MONROE STMI0006 OAK OPERATIONS YARD AND PARKING LOTMunicipal 1 Yard 405 OAK AVMI0034 OAK PARKMunicipal 2 Park PIO PICO DRIVEMI0043 OLD FIRE STATION #3 Municipal 3 Fire Station 3701 CATALINA DRMI0068 PARKS MAINTENANCE/STORAGE/PARKING LOTMunicipal 1 Yard 1166 CARLSBAD VILLAGE DRMI0013 PINE PARK AND PARKING LOTMunicipal 2 Park 3333 HARDING STMI0010 POINSETTIA COMMUNITY PARK AND PARKING LOTMunicipal 1 Park 6600 HIDDEN VALLEY RDMI0076 POINSETTIA SEWER LIFT STATION Municipal 2 Lift Station 2425 POINSETTIA LNMI0008 RAILROAD DEPOT VISITORS CENTER Municipal 3 Facility/Admin Building400 CARLSBAD VILLAGE DRMI0058 RESERVOIR B Municipal 2 Reservoir END OF BLUFF DRMI0064 RESERVOIR C Municipal 2 Reservoir CALAVERA DRMI0001 RESERVOIR D‐1, D‐2, D‐3 Municipal 2 Reservoir 6580 & 6700 BLACK RAIL RDMI0062 RESERVOIR ELM Municipal 2 Reservoir CARLSBAD VILLAGE DR & DONNA DRMI0065 RESERVOIR LA COSTA HI Municipal 2 Reservoir ALGA RDMI0071 RESERVOIR LA COSTA LO Municipal 2 Reservoir ALGA RDMI0085 RESERVOIR PAJAMAMunicipal 2 Reservoir PAJAMA DRMI0086 RESERVOIR SANTA FE I Municipal 2 Reservoir PYRENEESMI0084 RESERVOIR SANTA FE II Municipal 2 Reservoir PAR & BUSINESS PARKMI0014 RESERVOIR SKYLINE Municipal 2 Reservoir SKYLINE DRMI0093 ROOSEVELT ST PARKING LOTMunicipal 3 Parking Lot 2922 ROOSEVELT STMI0080 SAFETY CENTER (POLICE & FIRE HEADQUARTERS), PARKING LOT, SKATEPARKMunicipal 2 Facility/Admin Building2560 ORION WYMI0056 SAND SHELL SEWER LIFT STATION Municipal 2 Lift Station 613 SAND SHELLMI0030 SEA WALL Municipal 2 Other CARLSBAD BLVDMI0018 STAGECOACH COMMUNITY PARK, MAINTENANCE STATION, AND PARKING LOTMunicipal 1 Park 3420 CAMINO DE LOS COCHESMunicipal Facilities Storm Water Compliance Inspection Program - PSA19-613CA - Task No. 1 - Appendix "B"DocuSign Envelope ID: DFF8C0C7-1621-41ED-B4C3-76919968863B DocuSign Envelope ID: DFF8C0C7-1621-41ED-B4C3-76919968863B The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECTPRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence)$DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACH OCCURRENCE $ UMBRELLA LIAB EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSRLTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)LIMITS PERSTATUTE OTH-ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes, describe underDESCRIPTION OF OPERATIONS below (Mandatory in NH)OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNEDAUTOSAUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THISCERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSD ADDL WVD SUBR N / A $ $ (Ea accident) (Per accident) OTHER: THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: INSURED PHONE(A/C, No, Ext): PRODUCER ADDRESS:E-MAIL FAX(A/C, No): CONTACTNAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S) AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 12/31/2018 Cavignac &Associates450BStreet,Suite 1800SanDiegoCA92101 Certificate Department 619-744-0574 619-234-8601 certificates@cavignac.com Travelers Property &Casualty Company of America 25674 DMAXENG-01 XL Specialty Company 37885D-MAX Engineering,Inc.7220 Trade Street,Suite 119SanDiegoCA92121 Travelers Indemnity Co of Amer 25666 1416200224 A X 1,000,000 X 1,000,000 X Contractual Liab 10,000 X Separation of In 1,000,000 2,000,000 X X Y 6806H048517 1/1/2019 1/1/2020 2,000,000 C 1,000,000 X XX BA8924L251 1/1/2019 1/1/2020 A X X 3,000,000 0 CUP3425T137 X 3,000,000 1/1/2019 1/1/2020 AB Bus.Personal PropertyProfessionalLiability 6806H048517DPR9936292 1/1/20191/1/2019 1/1/20201/1/2020 LimitEaClaimAggregate $227,286$2,000,000$4,000,000 Re:Agreement Number:PSA19-517UTIL,Fats,Oils And Grease (FOG)Control Device Inspection Services.Additional Insured coverage applies to GeneralLiabilityforCityofCarlsbad/CMWD per policy form.Excess/Umbrella policy follows form over underlying policies:General Liability and Auto Liability (additionalinsuredandwaiverofsubrogationapply).Professional Liability -Claims made form,defense costs included within limit.Property -Special form,replacementcost.If the insurance company elects to cancel or non-renew coverage for any reason other than nonpayment of premium they will provide 30 days notice ofsuchcancellationornonrenewal. City of Carlsbad/CMWDc/o EXIGIS Insurance Compliance ServicesP.O.Box 4668 -ECM #35050NewYorkNY10163-4668 PSA 19-613CA MASTER AGREEMENT FOR WATERSHED PLANNING SERVICES D-MAX ENGINEERING, INC. :bJ THIS AGREEMENT is made and entered into as of the '.'.2,~ day of Q.t:l\t\/\~ , 2018, by and between the CITY OF CARLSBAD, a municipal corporation, ("City"), and D-Max Engineering, Inc., a California Corporation, hereinafter referred to as "Contractor." RECITALS A. The City requires the professional services of a consulting firm that is experienced in watershed planning. B. The professional services are required on a non-exclusive, project-by-project basis. C. Contractor has the necessary experience in providing professional services and advice related to watershed planning. D. Contractor has submitted a proposal to the City under Request for Qualifications (RFQ) No. 18-05, and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, the City and Contractor agree as follows: 1. SCOPE OF WORK The City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditions. Contractor's obligations with respect to any project granted to Contractor under this Agreement will be as specified in the Task Description for the project (see paragraph 5 below). 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of three (3) years from December 1, 2018, through November 30, 2021. The City Manager may amend the Agreement to extend it for one (1) additional one (1) year period or parts thereof. Extensions will be based upon a satisfactory review of Contractor's performance, the City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4. PROGRESS AND COMPLETION The work for any project granted to Contractor pursuant to this Agreement will begin within ten (10) days after receipt of notification to proceed by the City and be completed within the time specified in the Task Description for the project (see paragraph 5 below). Extensions of time for a specific Task Description may be granted if requested by Contractor and agreed to in writing by the City Manager or the Division Director as authorized by the City Manager ("Director"). The City Manager or Director will give allowance for documented and substantiated unforeseeable and unavoidable delays not caused by a lack of foresight on the part of Contractor, or delays caused by the City inaction or other agencies' lack of timely action. City Attorney Approved Version 6/12/18 PSA 19-613CA 5. COMPENSATION The cumulative total for all projects allowed pursuant to this Agreement will not exceed two hundred thousand dollars ($200,000) per Agreement term. Fees will be paid on a project-by- project basis and will be based on Contractor's Schedule of Rates specified in Exhibit "A". Prior to initiation of any project work by Contractor, the City shall prepare a Project Task Description and Fee Allotment (the "Task Description") which, upon signature by Contractor and for the City, the City Manager or Director, will be considered a part of this Agreement. The Task Description will include a detailed scope of services for the particular project being considered and a statement of Contractor's fee to complete the project in accordance with the specified scope of services. The Task Description will also include a description of the method of payment and will be based upon an hourly rate, percentage of project complete, completion of specific project tasks or a combination thereof. 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of the City. Contractor will be under control of the City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of the City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. The City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. The City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify the City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which the City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election, the City may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of the City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to the City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and the City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by the City. 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorney's fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. City Attorney Approved Version 6/12/18 2 PSA 19-613CA The parties expressly agree that any payment, attorney's fee, costs or expense the City incurs or makes to or on behalf of an injured employee under the City's self-administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 10. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best's Key Rating Guide of at least "A:X"; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. 10.1 Coverage and Limits. Contractor will maintain the types of coverage and minimum limits indicated below, unless the Risk Manager or the City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. The City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. 10.1.1 Commercial General Liability (CGL) Insurance. Insurance written on an "occurrence" basis, including personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 10.1.2 Automobile Liability. (if the use of an automobile is involved for Contractor's work for the City). $2,000,000 combined single-limit per accident for bodily injury and property damage. 10.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to the City's satisfaction, a declaration stating this. 10.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 10.2 Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. City Attorney Approved Version 6/12/18 3 PSA 19-613CA 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to the City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to the City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to the City. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then the City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by the City to obtain or maintain insurance and the City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. The City reserves the right to require, at any time, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of the City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of the City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to the City. Contractor will have the right to make one (1) copy of the work product for Contractor's records. 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in the City and Contractor relinquishes all claims to the copyrights in favor of the City. Ill Ill Ill Ill Ill City Attorney Approved Version 6/12/18 4 PSA 19-613CA 15. NOTICES The name of the persons who are authorized to give written notice or to receive written notice on behalf of the City and on behalf of Contractor under this Agreement. For City Name Eleida Felix Yackel Title Senior Contract Administrator Department Public Works City of Carlsbad Address 1635 Faraday Avenue Carlsbad, CA 92008 Phone No. 760-602-2767 For Contractor Name John Quenzer Title Project Manager Address 7220 Trade Street, Ste 119 San Diego, CA 92121 Phone No. 858-586-6600 Email jguenzer@dmaxinc.com Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 16. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests in all categories. Yes [gJ No D 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or the City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City City Attorney Approved Version 6/12/18 5 PSA 19-613CA Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, the City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If the City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, the City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by the City and all work in progress to the City address contained in this Agreement. The City will make a determination of fact based upon the work product delivered to the City and of the percentage of work that Contractor has performed which is usable and of worth to the City in having the Agreement completed. Based upon that finding the City will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of the City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to the City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. The City will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, the City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to the City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If the City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for the City to terminate this Agreement. City Attorney Approved Version 6/12/18 6 PSA 19-613CA 23. JURISDICTION AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon the City and Contractor and their respective successors. Neither this Agreement nor any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of the City, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. 26. PUBLIC AGENCY CLAUSE Contractor agrees that any public agency as defined by Cal. Gov. Code section 6500, if authorized by its governing body, shall have the option to participate in this contract at the same prices, terms, and conditions. If another public agency chooses to participate, the term shall be for the term of this contract, and shall be contingent upon Contractor's acceptance. Participating public agencies shall be solely responsible for the placing of orders, arranging for delivery and/or services, and making payments to the Contractor. The City of Carlsbad and Carlsbad Municipal Water District shall not be liable, or responsible, for any obligations, including but not limited to financial responsibility, in connection with participation by another public agency. Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill City Attorney Approved Version 6/12/18 7 PSA19-613CA 27. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. Executed by Contractor this _ __._,//..__ __ day of {b/4 b 0C I 2018. CONTRACTOR D-Max Engineering, Inc., a California Corporation (sign here) CITY OF CARLSBAD, a municipal corporation of the State of California By: Matt Hall, Mayor ATTEST: If required by the City, proper notarial acknowledgment of execution by contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups. Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY 1WJ ~ Deputy City Attorney See attached CA Notarial Certificate Date:LC.ec~ City Attorney Approved Version 6/12/18 8 Certificate of Acknowledgment A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Diego} On Oe "h~av I l , 201i before me, R. McIntyre, Notary Public, personally who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) -is-fare subscribed to the i I within instrument and acknowledged to me that he/she/they executed the same in I hts/aer/their authorized capacity(ies), and that by his/her/their signature(s) on the I ! instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal !~@ .... :.. R. MCINTYRE t a: · .,, Commission No. 2206629 l:; ~ -'~-~-.-. NOTARY PUBLIC -CALIFORNIA ] SAN DIEGO COUNTY ~ l · Commission Expires August 19, 2021 ~ Signature-~~~~-~'-"<#----------(Seal) PSA 19-613CA EXHIBIT "A" SCOPE OF SERVICES Perform a variety of watershed planning tasks as outlined in individual Project Task Description & Fee Allotments (PTD&FA) related to the following: A. NPDES Permit/Jurisdiction Program Updates B. NPDES Program Evaluations/Program Assessments C. Jurisdiction Reporting D. Storm Water Pollution Prevention Plans (SWPPP) E. NPDES Compliance Training Requests for work not listed above must be contracted under separate agreement. City Attorney Approved Version 6/12/18 9 D-Max Engineering, Inc. Discipline 24 EXHIBIT B -SAMPLE MASTER AGREEMENT RATE SCHEDULE Prices valid through Term of Agreement STAFF NAME TITLE 1 Arsalan Dadkhah Principal Engineer 2 John Quenzer Senior Scientist 3 Annika Kubischta Project Scientist 4 Brianna Martin Project Scientist 5 Julio Garcia Project Engineer 6 Tad Nakatani Project Scientist 7 John Draminski Assistant Project Engineer 8 Jeanne BenVau Staff Scientist II 9 Justin Joyce Staff Engineer II 10 Manouchehr Dadkhah Staff Scientist 11 11 Teresa Bhardwaj Staff Scientist II 12 Kath Raskin Staff Scientist 13 Lana Graves Staff Scientist 14 Nick LaPaglia Staff Scientist 15 Susan Fanno Word Processor SUB-CONSULTANTS NAME TITLE 1 N/A EXPFNSES DESCRIPTION COST 1 Mileage (Current IRS rate) 2 Copy services (outside; no As billed by outside copy service (e.g., Office charge for in-house copies) Depot) 3 Postage As billed by postal service provider (USPS, UPS, FedEx, etc.) 4 Tablet with mobile internet $SO/month service 5 Parkin~ As billed by parking provider Notes PSA 19-613CA HOURLY RATE $190.00 $155.00 $135.00 $135.00 $145.00 $135.00 $130.00 $105.00 $115.00 $105.00 $105.00 $95.00 $95.00 $95.00 $65.00 HOURLY RATE %MARKUP 0% 5% 5% 0% 5% -Rates for particular staff levels will be held constant over the term of the agreement, but may be adjusted up for individual staff listed in the tables above if those staff are promoted to a higher level during the term of the agreement. -New staff members may be hired during the term of the agreement; they will be charged at the billing rate appropriate to their level (e.g., Staff Scientist 11). 10 ACORD• CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYYY) ~ 2/19/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER ~~~i~cT Certificate Department Cavignac & Associates ;A~~N,t "•"' 619-744-0574 I FAX 450 B Street, Suite 1800 IA/C Nol: 619-234-8601 San Diego CA 92101 ~ili{~ss: certificates@.cavianac.com INSURER{Sl AFFORDING COVERAGE NAIC# INSURER A : Travelers Property & Casualtv Company of America 25674 INSURED DMAXENG-01 INSURER B: XL Specialty Company 37885 D-MAX Engineering, Inc. INSURERC: 7220 Trade Street, Suite 119 San Diego CA 92121 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 257599491 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR lOLICY EFF POLICY EXP LTR ,.,~n ,.n,n POLICY NUMBER MM/DD/YYYYI {MM/DD/YYYYI LIMITS A X COMMERCIAL GENERAL LIABILITY y 6806H048517 1/1/2018 1/1/2019 EACH OCCURRENCE $1,000,000 -0 CLAIMS-MADE 0 OCCUR DAMAGE TO RENTED PREMISES /Ea occurrence\ $1,000,000 X Contractual Liab MED EXP (Any one person) $10,000 -X Separation of In PERSONAL & ADV INJURY $1,000,000 - GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 Fl [ZJPRO-[Z]Loc PRODUCTS -COMP/OP AGG $2,000,000 POLICY JECT OTHER: $ A AUTOMOBILE LIABILITY BA8924L251 1/1/2018 1/1/2019 COMBINED SINGLE LIMIT $1000000 <Ea accident\ -X ANY AUTO BODILY INJURY (Per person) $ -ALL OWNED ~ SCHEDULED BODILY INJURY (Per accident) $ -AUTOS -AUTOS NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS /Per accident\ --$ A X UMBRELLA LIAB M OCCUR CUP3425T137 1/1/2018 1/1/2019 EACH OCCURRENCE $2,000,000 -EXCESS LIAB CLAIMS-MADE AGGREGATE $2,000,000 DED I X I RETENTION$ n $ WORKERS COMPENSATION I PER I I OTH- AND EMPLOYERS' LIABILITY STATUTE ER YIN ANY PROPRIETOR/PARTNER/EXECUTIVE • NIA E.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L. DISEASE -EA EMPLOYEE $ If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT $ A Bus. Personal Property 6806H048517 1/1/2018 1/1/2019 Limit $218,545 B Professional Liability DPR9920755 1/1/2018 1/1/2019 Ea Claim $1,000,000 Aggregate $2,000,000 DESCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Re: Agreement Number: ENV1669, Storm Water Compliance Inspection Program Services. Additional Insured coverage applies to General Liability for City of Carlsbad/CMWD per policy form. Excess/Umbrella policy follows form over underlying policies: General Liability and Auto Liability (additional insured and waiver of subrogation apply). Professional Liability -Claims made form, defense costs included within limit. Property -Special form, replacement cost. If the insurance company elects to cancel or non-renew coverage for any reason other than nonpayment of premium they will provide 30 days notice of such cancellation or nonrenewal. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Carlsbad/CMWD ACCORDANCE WITH THE POLICY PROVISIONS. c/o EXIGIS Insurance Compliance Services P.O. Box 4668 -ECM #35050 AUTHORIZED REPRESENTATIVE New York NY 10163-4668 ~k I © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD COMMERCIAL AUTO POLICY ENDORSEMENT -CA TB 04 01 18 POLICY NUMBER BA-8924L251-18-GRP ** THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ** NOTICE OF CANCELLATION IT IS AGREED THAT: THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY -NOTICE OF CANCELLATION PROVIDED BY US THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: ALL COVERAGE PARTS INCLUDED IN THIS POLICY SCHEDULE CANCELLATION: NUMBER OF DAYS NOTICE OF CANCELLATION: 30 PERSON OR ORGANIZATION: ANY PERSON OR ORGANIZATION TO WHOM YOU HAVE AGREED IN A WRITTEN CONTRACT THAT NOTICE OF CANCELLATION OF THIS POLICY WILL BE GIVEN, BUT ONLY IF: 1. YOU SEND US A WRITTEN REQUEST TO PROVIDE SUCH NOTICE, INCLUDING THE NAME AND ADDRESS OF SUCH PERSON OR ORGANIZATION, AFTER THE FIRST NAMED INSURED SHOWN IN THE DECLARATIONS RECEIVES NOTICE FROM US OF THE CANCELLATION OF THIS POLICY; AND 2. WE RECEIVE SUCH WRITTEN REQUEST AT LEAST 14 DAYS BEFORE THE BEGINNING OF THE APPLICABLE NUMBER OF DAYS SHOWN IN THIS SCHEDULE. ADDRESS: THE ADDRESS FOR THAT PERSON OR ORGANIZATION INCLUDED IN SUCH WRITTEN REQUEST FROM YOU TO US. PROVISIONS: A. IF WE CANCEL THIS POLICY FOR ANY STATUTORILY PERMITTED REASON OTHER THAN NONPAYMENT OF PREMIUM WE WILL MAIL NOTICE OF CANCELLATION TO THE PERSON OR ORGANIZATION SHOWN IN THE SCHEDULE ABOVE. WE WILL MAIL SUCH NOTICE TO THE ADDRESS SHOWN IN THE SCHEDULE ABOVE AT LEAST THE NUMBER OF DAYS SHOWN FOR CANCELLATION IN THE SCHEDULE ABOVE BEFORE THE EFFECTIVE DATE OF CANCELLATION. B. IF WE DECIDE TO NOT RENEW THIS POLICY FOR ANY STATUTORILY PERMITTED REASON, AND A NUMBER OF DAYS IS SHOWN FOR NONRENEWAL IN THE SCHEDULE ABOVE, WE WILL MAIL NOTICE OF THE NONRENEWAL TO THE PERSON OR ORGANIZATION SHOWN IN THE SCHEDULE ABOVE. WE WILL MAIL SUCH NOTICE TO THE ADDRESS SHOWN IN THE SCHEDULE ABOVE AT LEAST THE NUMBER OF DAYS SHOWN FOR NONRENEWAL IN THE SCHEDULE ABOVE BEFORE THE EXPIRATION DATE. EFFECTIVE DATE 01-01-18 EXPIRATION DATE 01-01-19 PAGE 0001 DATE OF ISSUE 11-08-17 POLICY NUMBER: 680-6H048517-18-47 ISSUE DATE: 11/08/2017 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY -NOTICE OF CANCELLATION/NONRENEWAL PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY SCHEDULE CANCELLATION: NON RENEWAL: Number of Days Notice of Cancellation: 30 Number of Days Notice of Nonrenewal: 30 PERSON OR ORGANIZATION: CONINTUE ON IL TS 00 ADDRESS: CONINTUE ON IL TS 00 SAN DIEGO CA 92121 PROVISIONS: A. If we cancel this policy for any statutorily permit- ted reason other than nonpayment of premium, and a number of days is shown for cancellation in the schedule above, we will mail notice of cancel- lation to the person or organization shown in the schedule above. We will mail such notice to the address shown in the schedule above at least the number of days shown for cancellation in the schedule above before the effective date of can- cellation. B. If we decide to not renew this policy for any statu- torily permitted reason, and a number of days is shown for nonrenewal in the schedule above, we will mail notice of the nonrenewal to the person or organization shown in the schedule above. We will mail such notice to the address shown in the schedule above at least the number of days shown for nonrenewal in the schedule above be- fore the expiration date. IL T4 00 12 09 © 2009 The Travelers Indemnity Company Page 1 of 1 GENERAL PURPOSE ENDORSEMENT OFFICE PAC POLICY NUMBER: 680-6H048517-18-47 ISSUE DATE: 11/08/2017 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. SCHEDULE FOR FORM IL T400 This endorsement modifies insurance provided under the following: Any person or organization to whom you have agreed in a written contract that notice of cancellation of this policy will be given but only if1. You send us a written request to provide such notice including the name and address of such person or organization after the first Named Insured receives notice from us of the cancellation of this policy and2. We receive such written request at least 14 days before the beginning of the applicable number of days shown in this endorsement. The address for that person ororganization included in suchwritten request from you to us. IL TS 02 01 18 Page 1 of 1 Policy Number: 6806H0485 l 7 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED (ARCHITECTS, ENGINEERS AND SURVEYORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. The following is added to SECTION II -WHO IS AN INSURED: Any person or organization that you agree in a "written contract requiring insurance" to include as an additional insured on this Coverage Part, but: a. Only with respect to liability for "bodily injury", "property damage" or "personal injury"; and b. If, and only to the extent that, the injury or damage is caused by acts or omissions of you or your subcontractor in the performance of "your work" to which the "written contract requiring insurance" applies, or in connection with premises owned by or rented to you. The person or organization does not qualify as an additional insured: c. With respect to the independent acts or omissions of such person or organization; or d. For "bodily injury", "property damage" or "personal injury" for which such person or organization has assumed liability in a contract or agreement. The insurance provided to such additional insured is limited as follows: e. This insurance does not apply on any basis to any person or organization for which coverage as an additional insured specifically is added by another endorsement to this Coverage Part. f. This insurance does not apply to the rendering of or failure to render any "professional services". g. In the event that the Limits of Insurance of the Coverage Part shown in the Declarations exceed the limits of liability required by the "written contract requiring insurance", the insurance provided to the additional insured shall be limited to the limits of liability required by that "written contract requiring insurance". This endorsement does not increase the limits of insurance described in Section Ill - Limits Of Insurance. h. This insurance does not apply to "bodily injury" or "property damage" caused by "your work" and included in the "products- completed operations hazard" unless the "written contract requiring insurance" specifically requires you to provide such coverage for that additional insured, and then the insurance provided to the additional insured applies only to such "bodily injury" or "property damage" that occurs before the end of the period of time for which the "written contract requiring insurance" requires you to provide such coverage or the end of the policy period, whichever is earlier. 2. The following is added to Paragraph 4.a. of SECTION IV -COMMERCIAL GENERAL LIABILITY CONDITIONS: The insurance provided to the additional insured is excess over any valid and collectible other insurance, whether primary, excess, contingent or on any other basis. that is available to the additional insured for a loss we cover. However. if you specifically agree in the "written contract requiring insurance" that this insurance provided to the additional insured under this Coverage Part must apply on a primary basis or a primary and non-contributory basis, this insurance is primary to other insurance available to the additional insured which covers that person or organizations as a named insured for such loss, and we will not share with the other insurance, provided that: (1) The "bodily injury" or "property damage" for which coverage is sought occurs; and (2) The "personal injury" for which coverage is sought arises out of an offense committed; after you have signed that "written contract requiring insurance". But this insurance provided to the additional insured still is excess over valid and collectible other insurance, whether primary, excess, contingent or on any other basis, that is available to the additional insured when that person or organization is an additional insured under any other insurance. CG D3 81 0915 © 2015 The Travelers Indemnity Company. All rights reserved. Page 1 of 2 Includes the copyrighted material of Insurance Services Office, Inc., with its permission COMMERCIAL GENERAL LIABILITY 3. The following is added to Paragraph 8., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV -COMMERCIAL GENERAL LIABILITY CONDITIONS: We waive any right of recovery we may have against any person or organization because of payments we make for "bodily injury", "property damage" or "personal injury" arising out of "your work" performed by you, or on your behalf, done under a "written contract requiring insurance" with that person or organization. We waive this right only where you have agreed to do so as part of the "written contract requiring insurance" with such person or organization signed by you before, and in effect when, the "bodily injury" or "property damage" occurs, or the "personal injury" offense is committed. 4. The following definition is added to the DEFINITIONS Section: "Written contract requiring insurance" means that part of any written contract under which you are required to include a person or organization as an additional insured on this Coverage Part, provided that the "bodily injury" and "property damage" occurs and the "personal injury" is caused by an offense committed: a. After you have signed that written contract; b. While that part of the written contract is in effect; and c. Before the end of the policy period. Page 2 of 2 © 2015 The Travelers Indemnity Company. All rights reserved. CG D3 81 0915 Includes the copyrighted material of Insurance Services Office, Inc., with its permission ACORD9 CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYYY) ~ 02/21/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER ..,v,.,~.., NAME: PHONE I FAX Automatic Data Processing Insurance Agency, Inc. fA/C No Extl: (A/C Nol: E-MAIL 1 Adp Boulevard ADDRESS: Roseland, NJ 07068 INSURER(S) AFFORDING COVERAGE NAIC# INSURER A: Property And Casualty Insurance Company Of Hartford 34690 INSURED INSURER B: D-MAX ENGINEERING INC 7220 TRADE ST SUITE 119 INSURERC: San Diego, CA 92121 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 841859 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR n ~· POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DD/YYYYI (MM/DD/YYYYl LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ -D CLAIMS-MADE • OCCUR U1'1V11'1.,C I U r<<=" I CU PREMISES /Ea occurrence\ $ - MED EXP (Any one person) $ - PERSONAL & ADV INJURY $ - GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ Fl •PRO-•LOG PRODUCTS -COMP/OP AGG $ POLICY JECT OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ /Ea accident\ - ANY AUTO BODILY INJURY (Per person) $ -ALL OWNED ~ SCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) $ --NON-OWNED PROPERTY DAMAGE HIRED AUTOS AUTOS r Per accident\ $ f----------$ UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ ~ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED I I RETENTION$ $ WORKERS COMPENSATION X I ~ffTUTE I 1uTH-AND EMPLOYERS" LIABILITY ER YIN 1,000,000 A ANY PROPRIETOR/PARTNER/EXECUTIVE ~ N/A y 76WEGAB0l6Z 01/01/2018 01/01/2019 E.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L. DISEASE -EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) 30 day notice of Cancellation This certificate has a blanket Waiver of Subrogation. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Carlsbad ACCORDANCE WITH THE POLICY PROVISIONS. 1635 Faraday Ave. Carlsbad, CA 92008 AUTHORIZED REPRESENTATIVE I 7["7-'h'}~ A© 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD .. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT -CALIFORNIA Policy Number: 76 WEG AB0l6Z Endorsement Number: 1 Effective Date: 01/01/18 Effective hour is the same as stated on the Information Page of the policy. Named Insured and Address: D-MAX ENGINEERING INC 7220 TRADE ST STE 119 SAN DIEGO CA 92121 We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) · You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 2 % of the California workers' compensation premium otherwise due on such remuneration. SCHEDULE Person or Organization Job Description Any person or organization from whom you are required by written contract or agreement to obtain this waiver of rights from us Countersigned by ___________________ _ Authorized Representative Form WC 04 03 06 (1) Printed in U.S.A. Process Date: 01/09/18 Policy Expiration Date: 01/01/19