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; 2009-06-26; PWENG692
PWENG692 AMENDMENT NO. 1 TO AGREEMENT FOR URBAN RUNOFF MONITORING SERVICES (D-MAX ENGINEERING, INC.) This Amendment No. 1 is entered into and effective as of the /v day of , 2010, amending the agreement dated June 26, 2009 (the t") by and between the City of Carlsbad, a municipal corporation, ("City"), and D-Max Engineering, Inc., a California corporation, ("Contractor") (collectively, the "Parties") for urban run-off monitoring services. RECITALS A. The Parties desire to alter the Agreement's scope of work for the 2010 dry weather monitoring program and to fund a second year of services in an amount not to exceed forty nine thousand, nine hundred dollars ($49,900); and B. The Parties have negotiated and agreed to a supplemental scope of work and fee schedule, which is attached to and incorporated by this reference as Exhibit "A", Scope of Services and Fee. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. In addition to those services contained in the Agreement, as may have been amended from time to time, Contractor will provide those services described in Exhibit "A". 2. City will pay Contractor for all work associated with those services described in Exhibit "A" on a time and materials basis not-to-exceed forty nine thousand, nine hundred dollars ($49,900). Contractor will provide City, on a monthly basis, copies of invoices sufficiently detailed to include hours performed, hourly rates, and related activities and costs for approval by City. 3. Contractor will complete all work described in Exhibit "A" by November 5, 2010. 4. All other provisions of the Agreement, as may have been amended from time to time, will remain in full force and effect. 5. All requisite insurance policies to be maintained by Contractor pursuant to the Agreement, as may have been amended from time to time, will include coverage for this Amendment. City Attorney Approved Version #05.22.01 6. The individuals executing this Amendment 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 Amendment. CONTRACTOR D-MAX ENGINEERING, INC., a California corporation *By: CITY OF CARLSBAD, a municipal corporation of the State of California City {Manager w Mdyui ^ (print name/title) .(e-mail address) "By: LO City Clerk (e-mail address) If required by 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: RONALD R. BALL, City Attorney Deputy City Attor City Attorney Approved Version #05.22.01 Exhibit "A" D-MAX Engineering, Inc. Consultants in Water & Environmental Sciences Original Proposal: May 27, 2010 Revision Date: June 1, 2010 Project No. 201037W Mr. James Wood City of Carlsbad Storm Water Protection Program 1635 Faraday Avenue Carlsbad, California 92008 Re: Proposal for Performing 2010 Dry Weather Monitoring Program City of Carlsbad, California Dear Mr. Wood: D-MAX Engineering, Inc. (D-MAX) is pleased to submit this proposal to assist the City of Carlsbad in performing the 2010 Dry Weather Field Screening and Analytical Monitoring Program (Dry Weather Monitoring Program). The objective of this program is to detect and eliminate illicit connections and illegal discharges (IC/IDs) in order to minimize the negative impacts of human activities on receiving water bodies. The work will be performed in accordance with the San Diego Regional Water Quality Control Board (RWQCB) Order R9- 2007-0001 (Municipal Permit). SCOPE OF SERVICES D-MAX will provide all personnel, equipment, and materials necessary to conduct the Dry Weather Monitoring Program in compliance with the requirements of the federal NPDES program and the Municipal Permit. Field crews will include at least two people. Our scope of services and approach to complete the work are presented below. Task A - Dry Weather Analytical and Field Screening Monitoring The City has selected 60 field screening locations and 11 alternate monitoring locations. Field screening includes three major components, which are detailed below. Visual Observations: Visual observations are critical to the success of the field screening and may be the best source of information for many site visits. Visual observations include looking for evidence of dry weather flows such as staining, corrosion, sediment, surrounding vegetation, algae, mosquito larvae, insects, rodents and other animals in the vicinity of the site. At each site, the standard Dry Weather Monitoring Field Data Sheet will be completed. Digital photographs and GPS coordinates of each monitoring site will also be taken. A data sheet including visual observations will be prepared at all sites visited, including those that do not have flowing water. Field Testing: The outfalls will be checked for the presence of flow. If flowing water is not observed, the nearest upstream location will checked and sampled if flowing water was present. If a nearby upstream location does not have flowing water, an alternate station will be visited. At each sampling location the flow rate will be recorded, and a sample will be taken for field analyses. Field test kits or meters will be used to test for the constituents listed on the following page. 7220 Trade Street • Suite 119 • San Diego, CA 92121 • (858) 586-6600 • Fax (858) 586-6644 Mr. James Wood City of Carlsbad June 1,2010 Page 2 PH Specific conductance Temperature Turbidity Ammonia-nitrogen (NH3-N) Nitrate-nitrogen (NO3-N) Orthophosphate-phosphorus (reactive phosphorus, PO4-P) Surfactants (methylene blue active substances, MBAS) Task B - Trash Assessment Each monitoring station will be assessed and categorized based on the quantity and spatial extent of trash present. A standard Trash Assessment Form will be completed for each of the 60 primary monitoring stations and any of the alternate monitoring stations evaluated under the routine Dry Weather Monitoring Program. The assessment will be conducted in accordance with the protocol described in the "Final Monitoring Workplan for the Assessment of Trash in San Diego County Watersheds". For sites in the "submarginal" and "poor" categories, the second page of the Trash Assessment Form, which specifies the type, potential sources, and potential routes of trash, will be completed. Any threats to human or aquatic health will also be noted. D-MAX will e-mail the City's Storm Water E-Mail Account (stormwater@carlsbadca.gov) to report sites receiving "submarginal" or "poor" ratings and any discharge that may be considered dangerous to public health or safety and/or the environment within 24 hours of D-MAX personnel becoming aware of such situations. The results of these assessments will be summarized in the final report. Copies of the completed Trash Assessment Forms will be provided in an appendix to the report. D-MAX will also convert the collected trash assessment data into the Regional Data Sharing Format required by the County. Task C - Municipal Separate Storm Sewer System (MS4) Outfall Monitoring The City of Carlsbad has identified six sites in its jurisdiction that will be visited and monitored for the targeted dry weather portion of MS4 outfall monitoring in the summer of 2010. Those six sites are presented in the regional Copermittee MS4 Outfall Monitoring Workplan, which has been submitted to the RWQCB. Visits for dry weather and MS4 outfall monitoring will be performed at the same time. Samples from MS4 sites will be collected to be analyzed as described in the description for Task E below. If flow is not present at one of the selected monitoring sites, a nearby upstream location will be sampled or a designated alternate site will be sampled instead. MS4 outfall monitoring will be performed prior to July 16, 2010, to allow time for data submittal into the Annual Regional Monitoring Report. Task D - Other Related Duties D-MAX is available to perform additional monitoring, data analysis, data collection, or other related work on an as-need, on-call basis to the City of Carlsbad. We have ample staff available to begin work within one business day of the City's request should the situation require an urgent response. Mr. James Wood City of Carlsbad June 1,2010 Page 3 Task E - Perform Laboratory Analysis Dry weather monitoring water samples from at least 25 percent of the sites where flowing water is observed will be collected and submitted to an ELAP-certified laboratory. This equates to 15 sites in the City. Sampling and analyses will be conducted in accordance with 40 Code of Federal Regulations (CFR) Part 136. Samples will be analyzed for the following constituents: Oil and grease Total hardness Dissolved cadmium Dissolved copper Dissolved lead Dissolved zinc Diazinon Chlorpyrifos Total coliform Fecal coliform Enterococcus The methods and reporting limits of laboratory analyses will be in accordance with the those used during the City's 2009 Dry Weather Monitoring Program and the protocols developed by the Copermittees' Dry Weather Monitoring Sub-workgroup. MS4 outfall monitoring sites and targeted analyses are presented in the following table. Sites with an asterisk will be visited as part of the Dry Weather Monitoring Program; the other two sites will require separate visits. Analytes with an asterisk are standard Dry Weather Monitoring Program tests and will not be repeated; monitoring results will be shared between both programs. Site 1C-21 1D-20* 1D-21 16C-61* 19C-1* 21C-14* MS4 Analytes Bacteria, Bacteria* Bacteria, Bacteria* Total Suspended Solids, Total Nitrogen-N, , Total Suspended Solids, Total Nitrogen-N Total Suspended Solids, Total Nitrogen-N, ,TSS Total Phosphorus-P , Total Phosphorus-P Total Phosphorus-P Bacteria*, Total Dissolved Solids, Total Suspended Solids, Manganese, Selenium, Sulfates Bacteria*, Total Suspended Solids, Total Nitrogen-N, Total Phosphorus-P * Denotes overlap between the MS4 and dry weather analytical monitoring Task F - Perform Data Evaluation (Dry Weather Program Only) The collected data will be evaluated to identify possible areas and sources of problematic non-storm water flows throughout the City. This includes comparing the data to the established actions levels, including the newly adopted bacteria action levels. D-MAX will also prepare a table comparing metals results to appropriate CTR CMCs, and review historical data of the sites as applicable. We anticipate providing a graph of trash assessment distributions, a graph of the percent of sites with field constituent exceedances over time, a graph of the percent of sites with laboratory analysis exceedances over time, Mr. James Wood City of Carlsbad June 1, 2010 Page 4 and a discussion about general trends throughout the history of the City's Dry Weather Monitoring Program. Considering the results of the evaluation, recommendations for future actions will be discussed with the City. Task G - Perform Immediate Follow-Up Investigations (Dry Weather Program Only) Based on dry weather field screening results, follow-up investigations may be necessary to identify and eliminate pollutant sources. Results from field testing are evaluated against the action levels established by the Dry Weather Monitoring Sub-workgroup at the time readings are taken in the field. Numeric action levels have been established for nitrate- nitrogen, ammonia-nitrogen, orthophosphate-phosphorus, pH, and surfactants. Specific conductance, temperature, and turbidity are evaluated based on best professional judgment. If one or more parameters measured in the field exceed an action level, a confirmation visit will typically be completed within four to 24 hours of the initial reading and no later than two business days as required by the Municipal Permit. Confirmation visits include completing a standard dry weather monitoring data sheet, recording visual observations, testing for pH, temperature, and conductivity, and testing for all parameters found to exceed their respective action levels during the initial site visit. If during the confirmation visit an exceedance is still noted, an upstream investigation may be initiated. Such investigations typically involve moving upstream in the conveyance, taking samples at major junctions, and recording visual observations to identify potential sources of pollutants and non-storm water flows. We will also rely on our experience in the City to locate likely sources. Information about confirmed exceedances and resulting investigations will be e-mailed to the City's Stormwater E-Mail Account. The exception to the typical four to 24 hour follow-up timeframe is if visual and /or analytical evidence of gross contamination is present at a site (e.g., substantial petroleum sheen, extremely high ammonia concentration, evidence of a sewage release), in which case the City's Stormwater Hotline (760-602-2799) will be immediately notified and a source identification investigation initiated promptly (rather than waiting at least four hours). Immediate source investigations are also often initiated when surfactants exceedances are noted. This is because washing activities are the most common sources, and the intermittent nature of washing makes it difficult to identify the source if field investigators wait several hours prior to starting an upstream investigation. These immediate upstream investigations follow the same procedure as the upstream investigations described above. In the event that an intermittent source is identified during one of these immediate investigations, we will also conduct a standard confirmation visit to see if the problem has been resolved. In any event where a discharge or other violation is observed during field work, the City's Stormwater Hotline will be notified. Descriptions of follow-up investigations completed by D-MAX, including pictures of notable sources, will be provided in the final report. Task H - Perform Standard Follow-Up Investigations (Dry Weather Program Only) As with parameters tested in the field, confirmation and follow-up investigations are necessary when constituents tested in the laboratory exceed action levels. Once received from the laboratory, results are compared to the action levels established by the Dry Weather Monitoring Sub-workgroup to see if there are any exceedances. Set numeric action levels have been established for all parameters measured in the lab except for dissolved metals (cadmium, copper, lead, and zinc), which are compared to the California Toxics Rule (CTR) criterion maximum concentrations (CMC). The CTR CMCs vary depending on the hardness of the water sample, which is why total hardness is also Mr. James Wood City of Carlsbad June 1,2010 PageS measured during dry weather monitoring. Note that hardness itself is not a pollutant and does not have an associated action level. Where action level exceedances are reported in a site's laboratory analytical results the City will be contacted to determine who should perform follow up investigations. We anticipate that typically we will be the party tasked with revisiting the site within two business days of the exceedance to take the confirmation sample. During that site visit, we will complete a standard Dry Weather Monitoring Data Sheet, including recording visual observations and temperature, pH, and conductivity, and we will take a sample for any constituents that exceeded the action level. The collected sample will be submitted to the lab for analysis. If no exceedance is reported in the confirmation sample, then further follow-up will not be conducted. If an exceedance is still present, then we will contact the City's Stormwater Hotline to determine who will perform the upstream investigation. If the City decides it will perform the investigation, we will send an email to stormwater@carlsbadca.gov with a summary of dates of previous sampling, the sampling locations, measured values recorded for constituents exceeding action levels, relevant observations, and any other information we have that could be useful during the investigation. If we are tasked with performing the investigation, since laboratory analyses are usually expensive and because taking samples at every major upstream junction typically does not identify a source, we will complete initial investigative surveys of the upstream area prior to taking samples. This step includes checking upstream conveyances for sources of flow and making visual observations to identify potential sources of pollutants. Based on these observations, we will generally narrow the list of potential upstream sampling locations to those that we believe are most likely to provide information about the source(s) of the exceedance downstream at the main site. If a likely source is identified, at the City's discretion an additional confirmation sample may be taken to verify that the source is a consistent contributor of pollutants. Whenever a likely controllable source of pollutants is identified, the City's Stormwater Hotline will be notified immediately. Descriptions of the follow-up investigations completed by D-MAX, including pictures of notable sources and maps of the locations visited during the investigations, will be provided in the final report. Note that for bacteria upstream investigations we propose to use the Colilert™ and Enterolert™ methods, as applicable based on which group(s) of bacteria were measured above the action level. These methods have a shorter turnaround time than the standard multiple tube fermentation (MTF) methods, which allows us to receive notification of exceedances within 24 hours of testing. These methods are also generally less expensive than the MTF methods, which allows for more efficient use of upstream investigation budget. Also note that the Dry Weather Monitoring Sub-workgroup has established that E. coli results from the Colilert™ method can be converted to fecal coliform counts via dividing the E. coli results by 0.85. Task I - Reports and Data Submittal Two different reports will be prepared for the City: one for the MS4 outfall monitoring program and one for the Dry Weather Monitoring Program. Dry Weather Monitoring Program Report: The report will summarize the procedures, observations, and the results of the study, including our interpretation of the field and laboratory data and test results as to the possible presence of IC/IDs. The report will include the following elements: Mr. James Wood City of Carlsbad June 1,2010 Page6 • An introduction, including a program overview, discussion of regulatory requirements, Carlsbad's hydrologic setting, and a summary of previous Dry Weather Monitoring Programs • A description of sampling locations, including a figure displaying the sampling locations • A section describing methods and quality assurance/ quality control (QA/QC) procedures, including certified copies of calibration, QA, and maintenance records • Field screening results • Laboratory analytical monitoring results • Data analysis • A summary of program findings • Recommendations regarding the overall program or site selection, if applicable The following information will be included as appendices: Historical dry weather monitoring data tables Photographs of each sampling location Laboratory analytical reports Original field data sheets Trash assessment results and original trash assessment forms We will also prepare a spreadsheet that presents the collected dry weather monitoring and trash assessment data in the regionally standardized format required for countywide data sharing. This standardized format includes tabs for site information, field observations, field analytical results, laboratory analytical results, and trash assessment. We will provide a hard copy of the draft report for City review, after which we will incorporate City comments into the final report. D-MAX will provide the City with three hard copies and one electronic copy of the final report. The electronic copy CD will include the entire report as a pdf to facilitate delivery of the report the RWQCB, a Microsoft Word file of the report text, a Microsoft Excel file of the City's historical dry weather data, and a spreadsheet of the data in the standard regional format. MS4 Outfall Monitoring Report: a brief report presenting the data from the MS4 Outfall Monitoring Program will be prepared. The following sections will be included: Introduction Sampling Locations (including photographs, location map and coordinates) Field and laboratory analytical methods Laboratory analytical results Data analysis Summary and Conclusions We will also prepare a spreadsheet that presents the collected MS4 outfall monitoring data in the regionally standardized format required for countywide data sharing. We will provide the City an electronic copy of the draft report, after which we incorporate City comments into the final report. D-MAX will provide the City with three hard copies and one electronic copy of the final report. The electronic copy CD will include the entire report as a pdf to facilitate delivery of the report the RWQCB, a Microsoft Word file of the report text, and a spreadsheet of the data in the standard regional format. Mr. James Wood City of Carlsbad June 1,2010 Page? SCHEDULE We propose to conduct the 2010 Dry Weather Monitoring Program in accordance with the following schedule. Milestone Notice to Proceed Submit Draft MS4 Report Submit MS4 Data and Final Report Complete All Routine Sampling Submit Dry Weather Monitoring Draft Report Submit Dry Weather Monitoring Final Report Date Mid June 2010 July 16, 2010 July 23, 2010 Augusts, 2010 Octobers, 2010 Novembers, 2010 COST Our costs to complete the scope of work described in this proposal are presented below. Services billed on a time and materials basis will be charged according to the fee schedule included in this proposal. Item Lump sum to complete all tasks in scope of work* Other Related Services Regular complete lab analyses Follow-up investigations (all costs) Total Proposal Cost Quantity 1 Unit 1 Unit 1 5 sites 1 Unit Unit Cost $28,000 Time and Materials, not to exceed $460/site Time and Materials, not to exceed Total Cost $28,000 $5,000 $6,900 $10,000 $49,900 'Includes routine dry weather monitoring (excluding analytical costs), trash assessment, MS4 outfall monitoring (including analytical costs), conducting data evaluation, and reporting and data submittal We look forward to working with you on this project. If you have any questions or would like to discuss this proposal in more detail, please give me a call at (858) 586-6600 ext. 22. Sincerely, D-MAX Engineering, Inc. Arsalan Dadkhah, Ph.D., P.E. Principal SCHEDULE OF FEES January 1,2010 This Schedule of Fees will be adjusted periodically. The new fee schedule will apply to all existing and new work. LABOR Classification Hourly Rate Clerk* $ 50 Word Processor* 55 Drafter* 65 Technician* 65 Senior Technician* 75 Staff Scientist/Engineer 85 Assistant Project Scientist/Engineer 95 Project Scientist/Engineer 110 Senior Scientist/Engineer 120 Principal Scientist/Engineer 140 OTHER CHARGES Subcontracted services, such as sub consultants, outside testing, drilling, and surveyors, will be charged at cost plus 15%. Other project-specific costs, such as rentals, expendable or special supplies, special project insurance, permits and licenses, shipping, subsistence, tolls and parking, outside copying/printing, etc., will be charged at cost plus 15%. Mileage will be charged at a rate of $0.57 per mile. Client will be responsible for any applicable taxes in addition to the fees due for Services. * Overtime (in excess of 8 hours per day) and weekend hours will be charged at 1.5 times the above rates for non-exempt personnel. Field and hourly services will be charged portal to portal from our office, with a two-hour minimum. Appearance as expert witnesses at court trials, mediation, arbitration hearings and depositions will be charged at $200/hour. Time spent preparing for such appearances will be charged at the above standard hourly rates. SF-1 PWENG692 AGREEMENT FOR URBAN RUN-OFF MONITORING SERVICES (D-MAX ENGINEERING, INC.) THIS AGREEMENT is made and entered into as of the cLe day of 200fi by and between the CITY OF CARLSBAD, a municipal corporatin, ("City"), and D-MAX ENGINEERING, INC., a California corporation, ("Contractor"). RECITALS A. City requires the professional services of an Environmental Consulting Firm that is experienced in urban run-off monitoring programs. B. Contractor has the necessary experience in providing professional services and advice related to urban run-off monitoring services. C. Selection of Contractor is expected to achieve the desired results in an expedited fashion. D. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK 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. 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 one (1) year from the date first above written. The City Manager may amend the Agreement to extend it for four (4) additional one (1) year periods or parts thereof in an amount not to exceed forty nine thousand nine hundred dollars ($49,900) per Agreement year. Extensions will be based upon a satisfactory review of Contractor's performance, 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. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. City Attorney Approved Version #05.06.08 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be forty nine thousand nine hundred dollars ($49,900). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. The City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or Services specified in Exhibit "A". Incremental payments, if applicable, should be made as outlined in attached Exhibit "A". 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 City. Contractor will be under control of 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 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. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. 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 City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which 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, 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 City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to 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 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 City. 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. City Attorney Approved Version #05.06.08 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 attorneys 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. The parties expressly agree that any payment, attorney's fee, costs or expense 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-:VH". OR with a surplus line insurer on the State of California's List of Eligible Surplus Line Insurers (LESLI) with a rating in the latest Best's Key Rating Guide of at least "A:X". 10.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless City Attorney or 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. 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. 10.1.1 Commercial General Liability Insurance. $1.000.000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. 10.1.2 Automobile Liability (if the use of an automobile is involved for Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and property damage. City Attorney Approved Version #05.06.08 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 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 General Liability. 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 City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then 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 City to obtain or maintain insurance and 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. City reserves the right to require, at anytime, 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. City Attorney Approved Version #05.06.08 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 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 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 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 City and Contractor relinquishes all claims to the copyrights in favor of City. 15. NOTICES The name of the persons who are authorized to give written notices or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For City: For Contractor: Name Elaine Lukev Name Arsalan Dadkah. Ph.D.. P.E. Title Storm Water Manager Title Project Manager/Principal Dept PW-Storm Water Address 7220 Trade Street. Suite 119 City of Carlsbad San Diego. CA92121 Address 1635 Faraday Avenue Phone No. (858) 586-6600 Carlsbad. CA 92008 Phone No. (760) 602-7582 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 City will evaluate Contractor's duties pursuant to this Agreement to determine whether disclosure under the Political Reform Act and City's Conflict of Interest Code is required of Contractor or any of Contractor's employees, agents, or subcontractors. Should it be determined that disclosure is required, Contractor or Contractor's affected employees, City Attorney Approved Version #05.06.08 agents, or subcontractors will complete and file with the City Clerk those schedules specified by City and contained in the Statement of Economic Interests Form 700. Contractor, for Contractor and on behalf of Contractor's agents, employees, subcontractors and consultants warrants that by execution of this Agreement, that they have no interest, present or contemplated, in the projects affected by this Agreement. Contractor further warrants that neither Contractor, nor Contractor's agents, employees, subcontractors and consultants have any ancillary real property, business interests or income that will be affected by this Agreement or, alternatively, that Contractor will file with the City an affidavit disclosing this interest. 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 that the services 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 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 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. City Attorney Approved Version #05.06.08 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, 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 City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding 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 City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to 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. 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, 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 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 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 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 City Attorney Approved Version #05.06.08 acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 23. JURISDICTIONS 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 City and Contractor and their respective successors. Neither this Agreement or any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of 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. City Attorney Approved Version #05.06.08 8 26. 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. CONTRACTOR D-MAX ENGINEERING, INC., a California corporation CITY OF corporat) (print name/title) (e-mail address) (sign here) (print name/title) IJ3RRAINEM. WOOD (Sity Clerk(y \J (e-mail address) If required by 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: RONALD R. BALL, City Attorney Bv: Deputy City Attorney City Attorney Approved Version #05.06.08 EXHIBIT "A" D-MAX Engineering, Inc. Consultants in water & environmental sciences May 28, 2009 Mr, JeffHigbee City of Carlsbad Storm Water Protection Program 1635 Faraday Avenue Carlsbad, California 92008 Re: Proposal for Performing Urban Runoff Monitoring (RFP 09-14) City of Carlsbad, California Dear Mr, Higbee: In response to your Request for Proposal (RFP) dated May 20, 2009, D-MAX Engineering, Inc. (D-MAX) is pleased to submit this proposal to perform the Dry Weather Field Screening and Analytical Monitoring Program (Dry Weather Monitoring Program) for the City of Carlsbad during Fiscal Year 2009-2010. This work will be conducted in accordance with the requirements of the Federal National Pollutant Discharge Elimination System (NPDES) and San Diego Regional Water Quality Control Board (RWQCB) Order No. R9-2007-0001 (Municipal Permit). We are confident that our experience with the NPDES storm water program and familiarity with the Dry Weather Monitoring Program will enable us to provide excellent service to the City of Carlsbad. We look forward to working with you on this interesting project. Please give us a call if you would like to discuss or have any questions regarding this proposal. Sincerely, D-MAX Engineering, Inc. jlan Dadkhah, Ph.D., P.E. Project Manager/Principal 7220 Trade Street • Suite 119 » San Diego, CA 92121 • (858) 586-6600 • Fax (858) 586-6644 EXECUTIVE SUMMARY Under San Diego RWQCB Order No. R9-2007-0001, each Copermittee, including the City of Carlsbad (City), is required to conduct an annual Dry Weather Monitoring Program within its jurisdiction. The program is designed to detect and eliminate any illicit connections or illegal discharges (IC/ID). Upstream pollutant source investigations are required where dry weather monitoring indicates the potential presence of IC/IDs. This procedure should consist of field observations and field analyses at selected stations during the dry weather season and laboratory analyses at 25 percent of the selected stations with ponded or flowing water. The dry weather season is defined as the period of May 1 through September 30 of each year. D-MAX is an environmental consulting company established in 1996. We specialize in providing storm water services to local municipalities in San Diego County. Our qualifications to perform the City of Carlsbad's Dry Weather Monitoring Program are summarized as follows: • Dry Weather Monitoring Experience. During the past 13 years, D-MAX has worked with 18 jurisdictions in San Diego and Orange counties and conducted more than 100 Dry Weather Monitoring Programs, including each of the City of Carlsbad's last 11 Dry Weather Monitoring Programs, dating back to 1998. We have 20 staff who work solely on storm water projects; our staff are highly qualified and experienced in dry weather monitoring and other storm water services. • Carlsbad Experience. Over the past 11 years of working with the City, D-MAX personnel have developed in-depth knowledge of the City's drainage system, drainage patterns, upstream land-uses, common sources of exceedances, and areas of concern. During this time we have built a strong rapport with City personnel. In other projects for the City, we completed industrial and commercial business inspections, prepared sampling plans, completed coastal outfall monitoring, and prepared several section of the City's original 2002 JURMP, including selecting the current dry weather monitoring site locations and writing a dry weather monitoring procedure manual. We have also inspected the City's municipal facilities since 2003. • Dry Weather Action Levels, D-MAX compiled and analyzed countywide data from the 2002 Dry Weather Monitoring Programs to identify appropriate action levels for dry weather monitoring constituents. These action levels have been used since 2003. We recently completed a project for the regional Dry Weather Monitoring Sub-Workgroup to perform statistical analyses on 2002 through 2007 dry weather bacteria data from ali Copermittees to help develop updated action levels. The Regional Monitoring Workgroup recently decided to update the action levels to be used in 2010 based on the results of our study and presentation. • Municipal NPDES Permit Knowledge. D-MAX employees have a thorough understanding of the Municipal Permit requirements. We are active members of several Copermittee workgroups, including the Dry Weather Monitoring Sub-Workgroup. Last year we helped 10 cities update the Dry Weather Monitoring Program portions of their JURMPs to meet Municipal Permit requirements. We also helped develop the trash assessment approach that was used for the first time last year and gave a presentation to the Copermittees on definitions of various categories of trash amounts that are to be marked on the form. City of Carlsbad Dry Weather Field Screening and Analytical Monitoring Proposal Page 1 • Cosf Effectiveness. As a relatively small firm, we maintain low overhead so we can provide our clients with some of the most highly qualified environmental professionals available at affordable rates. Due to the large volume of samples collected by D-MAX countywide, we are able to negotiate discounted rates for laboratory analyses. Because we have extensive experience in the City and know the site locations and common sources of exceedances, we are able to complete both routine monitoring and follow-up investigations quickly and efficiently. • Past Performance. D-MAX has performed numerous storm water projects for 18 Copermittees in San Diego and Orange counties. During these projects we have developed excellent working relationships with individual City personnel. Our existing clients have been extremely satisfied with our performance on various storm water related projects. We are proposing the following approach to perform for the work described in the RFP for the City of Carlsbad. • Performing field screening procedures, including visual observation, field testing, and trash assessments Conducting laboratory analytical monitoring Collecting additional MS4 outfall monitoring samples Performing upstream pollutant source investigations, as-needed Evaluating the collected data Preparing a report summarizing our activities, evaluations and recommendations Performing other requested services, as-needed This proposal has been prepared based on the list of information requested in the RFP and includes the following sections. Executive Summary Information about D-MAX References and Experience Proposed Method to Accomplish the Work Knowledge and Understanding of Local Environment and Issues Project Organization Cost Estimation Contract Exceptions City of Carlsbad Dry Weather Field Screening and Analytical Monitoring Proposal Page 2 1. PROPOSER INFORMATION D-MAX Engineering, inc. (D-MAX) is an environmental engineering firm with an emphasis on storm water services. D-MAX is organized as a corporation and is not a subsidiary of any other company. We have performed dry weather field screening and analytical monitoring programs for the County of San Diego and the cities of Chula Vista, Carlsbad, El Cajon, La Mesa, Lemon Grove, National City, Poway, San Marcos, Santee, and Vista in San Diego County. Additionally, we have conducted a number of wet weather sampling programs and other monitoring programs for cities throughout San Diego County. For this project, we are planning to use EnviroMatrix Analytical, Inc. (EnviroMatrix) to conduct the required chemical and microbiological tests. EnviroMatrix has a current accreditation with the State of California's environmental laboratory accreditation program (ELAP) program and has been involved in many storm water projects in San Diego County. Both D-MAX and EnviroMatrix are located in San Diego County and are a short commute from the City of Carlsbad. Contact information is provided below; note that the name and address listed below for D-MAX Is the same as our legal name and address: D-MAX Engineering, Inc. EnviroMatrix Analytical, Inc. 7220 Trade Street 4340 Viewridge Ave., Suite A San Diego, CA 92121 San Diego, CA 92123 (858) 586-6600 (858) 560-7717 Contact: Arsalan Dadkhah, Principal (ext. 25) adrjrti n@drnaxi nc. corn 2. REFERENCES AND EXPERIENCE D-MAX specializes in providing storm water services to local municipalities in San Diego County. D-MAX has conducted over 100 Dry Weather Field Screening and Analytical Monitoring Programs during the past 13 years for various municipalities throughout San Diego County. 2.1 LIST OF SIMILAR PROJECTS The following is a brief description of projects previously performed by D-MAX that are similar to the subject assignment. Dry Weather Monitoring Programs We have conducted over 100 Dry Weather Field Screening and Analytical Monitoring programs during the past 13 years for several jurisdictions in San Diego County. These projects have been conducted with essentially the same approach and protocols used in the City of Carlsbad's dry weather program. Our clients are listed below. City of Chula Vista County of San Diego City of Carlsbad City of El Cajon City of La Mesa 2000, 2001 , 2002, 2003, 2004, 2005, 2006, 2007, 2008 2007, 2008 1998, 1999, 2000, 2001, 2002, 2003, 2004, 2005, 2006, 2007, 2008 2002, 2003, 2004, 2005, 2006, 2007, 2008 1996, 1997, 1998, 1999, 2000, 2001, 2002, 2003, 2004, 2005, 2006, 2007, 2008 City of Carlsbad Dry Weather Field Screening and Analytical Monitoring Proposal Pageg City of Lemon Grove City of National City City of Poway City of San Marcos City of Santee City of Vista 1998, 1999, 2000, 2001, 2002, 2003, 2004, 2005, 2006, 2007, 2008 1996, 1997, 1998, 1999, 2000, 2001, 2002, 2003, 2004, 2005, 2006, 2007, 2008 1997, 1998, 1999, 2000, 2001, 2002, 2003, 2004, 2005, 2006, 2007, 2008 2001, 2002, 2003, 2004, 2005, 2006, 2007, 2008 1996, 1997, 1998, 1999, 2000, 2001, 2002, 2003, 2004, 2005, 2006, 2007, 2008 2002, 2003, 2008 These projects included field screening and sampling at several locations within each city in accordance with the RWQCB requirements. Field activities included conducting visual observations, performing field tests for conductivity, pH, temperature, turbidity, ammonia, nitrate, reactive phosphorus and MBAS, and collecting grab samples for laboratory analysts of dissolved metals, organophosphate pesticides, oil and grease, and indicator bacteria. A report was prepared for each program presenting our evaluation of the dry weather flow conditions and our recommendations for source identification and control. Several of the above Dry Weather Monitoring required two rounds of Dry Weather Monitoring Programs per dry season period. Recently trash assessments were added to the programs, as well as assisting cities in converting their dry weather and trash data to the County's regionally accepted data sharing format. In addition to dry weather monitoring, we have also conducted additional studies of receiving water bodies in conjunction with the Dry Weather Monitoring Program for several of our clients. This involved taking water samples of receiving waters during ambient conditions and preparing reports of our findings. 2.2 REFERENCES The performance of D-MAX on storm water related projects, including dry weather monitoring projects, can be verified by contacting our clients. The following individuals, who have used our company for similar projects, will attest to our business reputation, quality of services, and project management skills. Name Mr. Danis Bechter Mr. Jaime Campos Mr. Din Daneshfar Mr. Steven DiDonna Mr. Paul Hartman Agency City of Poway City of El Cajon City of National City County of San Diego City of Vista Telephone Number (858) 668-4630 (619) 441 -5554 (619) 336-4380 (858) 694-2332 (760) 726-1340 ext. 1373 Projects 1 997 - 2008 Dry Weather Monitoring Programs, JURMP Development, Sampling and Monitoring 2002-2008 Dry Weather Monitoring Programs, Special Studies, JURMP Development, Compliance Inspections 1 996-2008 Dry Weather Monitoring Programs, Complete Storm Water Services 2004-2009; JURMP Revision, Compliance Inspections, SUSMP Review 2007-2008 Dry Weather Monitoring Programs 2002-2003, 2008 Dry Weather Monitoring Programs, Additional Creek Monitoring Study, Compliance Inspections Amount of Most Recent Dry Weather Contract $57,806 $49,023 $37,550 $130,360 $36,255 City of Carlsbad Dry Weather Field Screening and Analytical Monitoring Proposal Page 4 Name Ms. Cora Long Mr. Khosro Aminpour Ms. Helen Perry Ms. Erica Ryan Mr. Hamed Hashemian Agency City of Lemon Grove City of Chula Vista City of Santee City of San Marcos City of La Mesa Telephone Number (619) 825-3810 (619)397- 6111 (619) 258-4100 ext. 117 (760) 744-1050 ext. 3218 (619) 667-1153 Projects 1998 - 2008 Dry Weather Monitoring Programs, Compliance Inspections 2000-2008 Dry Weather Monitoring Programs, JURMP Development 1996 - 2008 Dry Weather Monitoring Programs, JURMP Development, Annual Reporting, Forester Creek Monitoring, Compliance Inspections 2001-2008 Dry Weather Monitoring Programs, Upstream Investigations, Compliance Inspections 1996 - 2008 Dry Weather Monitoring Programs, Special Studies, JURMP Development; Compliance inspections, SUSMP Review Amount of Most Recent Dry Weather Contract $23,900 $53,712 $74,832 $35,720 $34,648 In addition to the above references, a copy of an example dry weather monitoring report is attached to this proposal on a CD. 4. PROPOSED METHOD TO ACCOMPLISH THE WORK 4.1 INTRODUCTION The City of Carlsbad, as a Copermittee of the RWQCB Municipal NPDES Permit, is planning to conduct the 2009 Dry Weather Field Screening and Analytical Monitoring Program in accordance with the specifications outlined in Order No. R9-2007-0001. The purpose of this program is to detect and elimirrate illicit connections and illegal discharges to the City's storm drain system and to gain an overall understanding of dry weather flow conditions within the City. 4.2 PROJECT SCHEDULE We propose to conduct the 2009 program according to the foltowing schedule: Milestone Notice to Proceed Commence MS4 and Dry Weather Sampling Submit MS4 Draft Report Submit MS4 Final Report Complete All Routine Sampling Submit Dry Weather Monitoring Draft Report Submit Dry Weather Monitoring Final Report 4.3 PROJECT APPROACH Date Mid-Late June 2009 July 1,2009 July 15, 2009 July 22, 2009 July 30, 2009 September 15, 2009 October 31, 2009 D-MAX will provide all personnel, equipment, and materials necessary to conduct the Dry Weather Monitoring Program in compliance with the requirements of the federal NPDES program and the Municipal Permit. Field crews will include at least two people. We propose the following actions and techniques to maximize the efficiency of the project: City of Carlsbad Dry Weather Field Screening and Analytical Monitoring Proposal PageS o Make Site 1D-20 a primary laboratory analytical Dry Weather Monitoring Program site instead of an alternate site to maximize cost efficiency. Site 1 D-20 is one of the three Dry Weather Monitoring Program sites that overlaps with the MS4 Outfall Monitoring Program sites, and it is an alternate site that would not be visited for the Dry Weather Monitoring Program if all primary sites have flowing water. Also, Site 1D-20 would not ordinarily be a laboratory site for the Dry Weather Program, meaning samples would not typically be taken for submittal to an analytical laboratory. The RFP states that monitoring should not be conducted in receiving waters. Based on our records, sites 36A-79 and 49A-69, both primary dry weather sites at which lab samples are taken, are located in receiving waters. We propose to replace those sites with 1 D-20 and another alternate site of the City's choice. o Use the IDEXX Colilert™ and Enterolert™ for follow-up investigations to reduce analytical costs and to be able to receive results within 24 hours of sample submittal. o Our analytical laboratory will send a courier to pick up samples from our field crew in the City at no extra charge. This will maximize the amount of work our staff can complete each day in the field. o W© have developed a data management system that can programmatically convert data into the regionally standardized data sharing formats. We will use this system to ensure high quality and save time in the conversion process. o Our staff have completed the last 11 Dry Weather Monitoring Programs for the City. Our experience and knowledge of the City's MS4 allows us to complete routine and follow-up monitoring in the shortest amount of time possible. Our approach to completing each of the tasks in the RFP is presented below. Task A- Dry Weather Analytical and Field Screening Monitoring All field screening will be conducted in accordance with Appendix A of the City's RFP. The City has selected 60 field screening locations. Based on past experience, we estimate approximately 68 site visits will be needed to locate 60 sites with flowing water. Field screening includes three major components, which are detailed below. Visual Observations: Visual observations are critical to the success of the field screening and may be the best source of information for many site visits. Visual observations include looking for evidence of dry weather flows such as staining, corrosion, sediment, surrounding vegetation, algae, mosquito larvae, insects, rodents and other animals in the vicinity of the site. At each site, the standard Dry Weather Monitoring Field Data Sheet provided in Appendix A of the RFP will be completed. Digital photographs and GPS coordinates of each monitoring site will also be taken. A data sheet including visual observations will be prepared at all sites visited, including those that do not have flowing water. Field Testing: The outfalls will be checked for the presence of flow. If no flow is observed, the observation will be recorded, and an alternate site with flowing water will be selected. If ponded water is observed, the area upstream of the site will be investigated to see if flowing water can be located and sampled. If flowing water is not found, an alternate site with flowing water will be selected. At each site the flow rate will be recorded, and a sample will be taken for field analyses. Field test kits or meters will be used to test for ammonia- nitrogen (NH3-N), pH, nitrate-nitrogen (N03-N), orthophosphate-phosphorus (reactive phosphorus, POrP), specific conductance, surfactants (methylene blue active substances, MBAS), temperature, and turbidity. City of Carlsbad Dry Weather Field Screening and Analytical Monitoring Proposal Page 6 Task B - Trash Assessment Each monitoring station will be assessed and categorized based on the quantity and spatial extent of trash present. A Trash Assessment Form, included as in Appendix A of the RFP, will be completed for each of the 60 primary monitoring stations and any of the alternate monitoring stations evaluated under the routine Dry Weather Monitoring Program. The assessment will be conducted in accordance with the protocol described in "Final Monitoring Workplan for the Assessment of Trash in San Diego County Watersheds" prepared in August 2007. D-MAX staff completed trash assessments for 10 jurisdictions' Dry Weather Monitoring Programs in 2008, including the City of Carlsbad's program, so we are very familiar with the protocol. We also prepared a guidance presentation on how to identify the appropriate trash category that was presented to and used by the regional Dry Weather Monitoring Sub-Workgroup and posted on the Project Clean Water website. For sites in the "submarginal" and "poor" categories, the second page of the Trash Assessment Form, which specifies the type, potential sources, and potential routes of trash, will be completed. Any threats to human or aquatic health will also be noted. D-MAX will notify the City of any sites receiving "submarginal" or "poor" ratings and any discharge that may be considered dangerous to public health or safety and/or the environment within 24 hours. Usually this notification will occur immediately after D-MAX personnel become aware of such discharge. The results of these assessments will be summarized in the final report. Copies of the completed Trash Assessment Forms will be provided in an appendix to the report. D-MAX will also convert the collected trash assessment data into the Regional Data Sharing Format now required by the County. Task C - Municipal Separate Storm Sewer System (MS4) Outfall Monitoring The MS4 outfall monitoring program is a new requirement of Order No. R9-2007-0001. The program includes several types of monitoring, and individual jurisdictions are responsible for the targeted dry weather portion of the program. The City of Carlsbad, working with regional workgroups, has identified six sites in its jurisdiction that will be visited and monitored for the targeted dry weather portion of MS4 outfall monitoring in the summer of 2009. Those six sites are presented in the regional Copermittee MS4 Outfall Monitoring Workplan, which has been submitted to the RWQCB. Visits for dry weather and MS4 outfall monitoring will be performed at the same time. Three of the six MS4 sites are also dry weather monitoring sites, although one of those three, Site 1D- 20, was an alternate site in 2008. We recommend changing Site 1D-20 to a primary analytical sampling site for 2009 to achieve maximum cost savings. Samples from MS4 sites will be collected to be analyzed as listed in Table 1 of Appendix A of the RFP. A separate chain-of-custody form will be completed for MS4 outfall monitoring tests that do not overlap with the Dry Weather Monitoring Program. If flow is not present at one of the selected monitoring sites, we will visit one of the City's designated alternate sites instead. MS4 outfall monitoring will be performed prior to July 15, 2009, to allow time for data submittal into the Annual Regional Monitoring Report. Task D - Other Related Duties D-MAX is available to perform additional monitoring, data analysis, data collection, or other related work on an as-need, on-call basis to the City of Carlsbad. We have an ample number of staff members and can begin work within one business day of the City's request should the situation require an urgent response. City of Carlsbad Dry Weather Field Screening and Analytical Monitoring Proposal Page 7 Task E - Perform Laboratory Analysis Dry weather monitoring water samples from at least 25 percent of the sites where flowing water is observed will be collected and submitted to an ELAP-certified laboratory. This equates to 15 sites in the City. Sampling and analyses will be conducted in accordance with 40 Code of Federal Regulations (CFR) Part 136 and with Appendix A of the City's RFP. Samples will be analyzed for oil and grease, total hardness, dissolved cadmium, dissolved copper, dissolved lead, dissolved zinc, diazinon, chlorpyrifos, total coliform, fecal coliform, and Entemcoccus. The methods and reporting limits of laboratory analyses will be in accordance with the tables included in Appendix A of the RFP and the protocols developed by the Gopermittees' Dry Weather Monitoring Sub-Workgroup. The methods listed in Table 2 of the Appendix A of the RFP will be utilized for all analyses. MS4 outfall monitoring sites and targeted analyses are presented in the following table. Sites in italics will be visited as part of the Dry Weather Monitoring Program, the other three sites will require separate visits. Anaiytes in italics in the table will be included in standard tests for the Dry Weather Monitoring Program, assuming all three dry weather sites that are also MS4 outfall monitoring sites will be dry weather laboratory analytical monitoring sites. Site 1D-21 1D-20 1D-21 16C-61 21C-14 WC-1 MS4 Anaiytes Bacteria, Bacteria, Bacteria, Bacteria, Bacteria, Bacteria, Selenium Total Suspended Total Suspended Total Suspended TSS Total Suspended Solids, Total Nitrogen-N, Solids, Total Nitrogen-N, Solids, Total Nitrogen-N, Solids, Total Nitrogen-N, Total Total Total Total Total Dissolved Solids, Total Suspended Solids, , Sulfates Phosphorus-P Phosphorus-P Phosphorus-P Phosphorus-P Manganese, Note: Italic font denotes overlap between the MS4 and dry weather analytical monitoring. Task F- Perform Data Evaluation (Dry Weather Program Only) The collected data will be evaluated to identify possible areas and sources of problematic non- storm water flows throughout the City. This includes comparing the data to the established actions levels, including preparing a table comparing metals results to appropriate CTR CMCs, and reviewing historical data of the sites as applicable. We anticipate providing a graph of trash assessment distributions, a graph of the percent of sites with field constituent exceedances over time, a graph of the percent of sites with laboratory analysis exceedances over time, and a discussion about general trends throughout the history of the City's Dry Weather Monitoring Program. Considering the results of the evaluation, recommendations for future actions will be made. Task G - Perform Immediate Follow-Up Investigations (Dry Weather Program Only) Based on dry weather field screening results, follow-up investigations may be necessary to identify and eliminate pollutant sources. Results from field testing are evaluated against the action levels shown in the table included in Appendix A of the RFP at the time readings are taken in the field. Numeric action levels have been established for nitrate-nitrogen, ammonia- nitrogen, orthophosphate-phosphorus, pH, and surfactants. Specific conductance, temperature, and turbidity are evaluated based on best professional judgment. If one or more parameters measured in the field exceed an action level, a confirmation visit will generally be completed within four to 24 hours of the initial reading. Confirmation visits include completing a City of Carlsbad Dry Weather Field Screening and Analytical Monitoring Proposal Pages standard dry weather monitoring data sheet, recording visual observations, testing for pH, temperature, and conductivity, and testing for all parameters found to exceed their respective action levels during the initial site visit. If during the confirmation visit an exceedance is still noted, an upstream investigation may be initiated. Such upstream investigations typically involve moving upstream in the conveyance, taking samples at major junctions, and conducting visual observations to identify potential sources of pollutants and non-storm water flows. We will also rely on our experience in the City to locate likely sources. The City will be contacted to discuss situations requiring further follow-up investigation. The exception to the typical four to 24 hour follow-up time frame is if visual and /or analytical evidence of gross contamination is present at a site (e.g., substantial petroleum sheen, extremely high ammonia concentration, evidence of a sewage release), in which case the City will be immediately notified and a source Identification investigation initiated promptly (rather than waiting at least four hours). Immediate source investigations are also often initiated when surfactants exceedances are noted. This is because washing activities are the most common sources, and the intermittent nature of washing makes it difficult to identify the source if field investigators wait several hours prior to starting an upstream investigation. These immediate upstream investigations follow the same procedure as the upstream investigations described in the previous paragraph. In the event that an intermittent source is identified during one of these immediate investigations, we will also conduct a standard confirmation visit within four to 24 hours to see if the problem has been resolved. The City will be contacted at (760) 602-2799 to discuss any situations requiring further investigation. Whenever a likely controllable source of pollutants is identified through any upstream investigation, the City will be notified immediately at (760) 602-2799. Descriptions of follow-up investigations completed by D-MAX, including pictures of notable sources, will be provided in the final report. Task H - Perform Standard Folfow-Up Investigations (Dry Weather Program Only) As with parameters tested in the field, confirmation and follow-up investigations are necessary when constituents tested in the laboratory exceed action levels. Once received from the laboratory, results are compared to the action levels provided in the table included in Appendix A of the RFP to see if there are any exceedances. Set numeric action levels have been established for all parameters measured in the lab except for dissolved metals (cadmium, copper, lead, and zinc), which are compared to the California Toxics Rule (CTR) criterion maximum concentrations (CMC). The CTR CMCs vary depending on the hardness of the water sample, which is why total hardness is also measured during dry weather monitoring. Note that hardness itself is not a pollutant and does not have an associated action level. Where action level exceedances are repotted in a site's laboratory analytical results the City will be contacted to determine who should perform follow up investigations. We anticipate that typically we will be the party tasked with revisiting the site within two business days of the exceedance to take the confirmation sample. During that site visit, we will complete a standard dry weather monitoring data sheet, including recording visual observations and temperature, pH, and conductivity, and we will take a sample for any constituents that exceeded the action level. The collected sample will be submitted to the lab for analysis. If no exceedance is reported in the confirmation sample, then further follow-up will not be conducted. If an exceedance is still present, then we will contact the City at (760) 602-2799 to determine who will perform the upstream investigation. If the City decides it will perform the investigation, we will send an email to stormwater@carlsbadca.gov with a summary of dates of previous sampling, the sampling locations, measured values recorded for constituents exceeding action levels, relevant observations, and any other information we have that could be useful during the investigation. City of Carlsbad Dry Weather Field Screening and Analytical Monitoring Proposal Page 9 If we are tasked with performing the investigation, since laboratory analyses are usually expensive and because taking samples at every major upstream junction typically does not identify a source, we will complete initial investigative surveys of the upstream area prior to taking samples, This step includes checking upstream conveyances for sources of flow and making visual observations to identify potential sources of pollutants. Based on these observations, we will generally narrow the list of potential upstream sampling locations to those that we believe are most likely to provide information about the source(s) of the exceedance downstream at the main site. If a likely source is identified, at the City's discretion an additional confirmation sample may be taken to verify that the source is a consistent contributor of pollutants. Whenever a likely controllable source of pollutants is identified, the City will be notified immediately at (760) 602-2799. Descriptions of the follow-up investigations completed by D-MAX, including pictures of notable sources and maps of the locations visited during the investigations, will be provided in the final report. Note that for bacteria upstream investigations we propose to use the Colilert™ and Enterolert™ methods, as applicable based on which group(s) of bacteria were measured above the action level. These methods have a shorter turnaround time than the standard multiple tube fermentation (MTF) methods, which allows us to receive notification of exceedances within 24 hours of testing. These methods are also generally less expensive than the MTF methods, which allows for more efficient use of upstream investigation budget. Also note that the Dry Weather Monitoring Workgroup has established that £ colt results from the Cotilert™ method can be converted to fecal coliform counts via dividing the £ coll results by 0.85. Task I - Reports and Data Submittal Two different reports will be prepared for the City: one for the MS4 outfall monitoring program and one for the Dry Weather Monitoring Program. Dry Weather Monitoring Program Report: The report will summarize the procedures. Observations, and the results of the study, including our interpretation of the field and laboratory data and test results as to the possible presence of illicit connections/illegal discharges. The report wilt include the following elements: • An introduction, including a program overview, discussion of regulatory requirements, Carlsbad's hydrologic setting, and a summary of previous Dry Weather Monitoring Programs • A description of sampling locations, including a figure displaying the sampling locations • A section describing methods and quality assurance/ quality control (QA/QC) procedures, including certified copies of calibration, QA, and maintenance records » Field screening results • Laboratory analytical monitoring results • Data analysis • A summary of program findings • Recommendations based on the program findings The following information will be included as appendices: Historical dry weather monitoring data tables Photographs of each sampling location Laboratory analytical reports Original field data sheets Trash assessment results and original trash assessment forms City of Carlsbad Dry Weather Field Screening and Analytical Monitoring Proposal Page 10 We will also prepare a spreadsheet that presents the collected dry weather monitoring and trash assessment data in the regionally standardized format required for countywide data sharing. This standardized format includes tabs for site information, field observations, field analytical results, laboratory analytical results, and trash assessment. We wilt provide a hard copy of the draft report by September 15, 2009. We will then incorporate City comments into the final report, D-MAX will provide the City with three hard copies and one electronic copy of the final report no later than October 31, 2009. The electronic copy CD will include the entire report as a pdf to facilitate delivery of the report the RWQCB, a Microsoft Word file of the report text, a Microsoft Excel file of the City's historical dry weather data, and a spreadsheet of the data in the standard regional format. MS4 Outfall Monitoring Report: a brief report presenting the data from the MS4 Outfall Monitoring Program will be prepared. The following sections will be included: • Introduction • Sampling Locations (including photographs, location map and coordinates) • Field and laboratory analytical methods • Field Screening results o No field screening is required for the MS4 Outfall Monitoring Program sites in the City, but field screening data from the sites that are also Dry Weather Monitoring Program sites can be presented in this section if desired by the City. « Laboratory analytical results (starting in year two of the program, this section will include a yearly comparison of results) • Data analysis • Summary and Conclusions We will also prepare a spreadsheet that presents the collected MS4 outfall monitoring data in the regionally standardized format required for countywide data sharing. We have received the standard format file and have already started using it for other MS4 outfall monitoring programs we are working on in 2009. We will provide the City an electronic copy of the draft report by July 15, 2009. We will then incorporate City comments into the final report. D-MAX will provide the City with three hard copies and one electronic copy of the final report no later than July 22, 2009. The electronic copy CD will include the entire report as a pdf to facilitate delivery of the report the RWQCB, a Microsoft Word file of the report text, and a spreadsheet of the data in the standard regional format. 5. KNOWLEDGE AND UNDERSTANDING OF LOCAL ENVIRONMENT AND ISSUES Since 1996, D-MAX has worked almost exclusively on storm water projects, the majority of which have taken place within San Diego County. D-MAX has been an active participant in the last two Municipal Permit reissuance processes. Arsalan Dadkhah has led most of D-MAX'S storm water projects since the start of the company and will also be Project Manager for the City of Carlsbad's Dry Weather Monitoring Program. In addition to conducting more than 100 dry weather programs, D-MAX has provided storm water services for a variety of jurisdictions, including JURMP development, JURMP Annual Report preparation, conducting watershed- based studies, and conducting a various types of storm water compliance inspections. City of Carlsbad Dry Weather Field Screening and Analytical Monitoring Proposal Page 11 Jurisdictional Urban Runoff Management Programs In 2007, D-MAX prepared JURMPs for Chula Vista, El Cajon, La Mesa, Santee, Poway, National City, and Oceanside. Additionally, D-MAX assisted the cities of Vista, Encinitas, and San Marcos to complete sections of the JURMP document. Most of these projects involved preparing updated inventories of dry weather monitoring stations and/or procedures. Watershed Urban Runoff Management Programs D-MAX represents the City of National City in the San Diego Bay WURMP Workgroup and has assisted the cities of La Mesa and National City in WURMP annual reporting for the San Diego River and San Diego Bay WURMPs. D-MAX has been listed as a primary author of the last six San Diego Bay WURMP annual reports and the 2008 WURMP update. We have also completed special investigations as watershed water quality activities for the cities of San Diego, National City, and La Mesa. City of Santee Forester Creek Improvement Project Water Quality Monitoring The City of Santee received a Proposition 13 Grant to help fund its Forester Creek Improvement Project. The project included creek restoration and flood control components, including widening and revegetating the creek channel. We conducted water quality monitoring at three sites in the creek on a monthly basis for more than three and a half years. This monitoring included a specially designed trash assessment to meet RWQCB requirements and a TDS component analysis to help the City gather more information about potential causes of the chronically elevated TDS readings in the creek. D-MAX also prepared a sampling plan, a Quality Assurance Project Plan, annual monitoring reports, a Project Assessment and Evaluation Plan, and a final monitoring report. City of Poway BMP Effectiveness Studies D-MAX provided design assistance to the City of Poway for retrofitting flood control detention basins for use as regional treatment control BMPs for SUSMP compliance. Since 2004 we have also taken wet weather composite samples of runoff entering four detention basins in the City, as well as outflow samples after three days of detention. The results of inflow and outflow samples are compared to see the effect of the basins. Based on the results of the study, a paper was prepared and presented at the annual StormCon conference. La Mesa Wet Weather and Additional Monitoring D-MAX has conducted several special monitoring programs for the City of La Mesa, including wet weather monitoring to help the City gain additional data about constituents associated with Total Maximum Daily Load (TMDL) requirements for Chollas Creek and the San Diego River. The monitoring includes collecting composite samples over the course of a storm at strategic locations throughout the city during rain events. D-MAX has also conducted a study on La Mesa's creeks and channels to evaluate the quality of urban runoff leaving the City of La Mesa and a study of the spring located in La Mesa's Collier Park to determine beneficial uses. San Diego River Water Quality Monitoring Study As part of an overall San Diego River Watershed bacteria study being conducted by the City of San Diego, D-MAX has collected dry weather samples from targeted locations on behalf of the cities of Santee and El Cajon within those cities' jurisdictions. The program involves developing rating curves to estimate flow for future flow-weighted wet weather monitoring, ambient monitoring in major receiving water bodies in the cities, and dry weather monitoring and visual surveys targeted at irrigation runoff in residential areas. City of Carlsbad Dry Weather Field Screening and Analytical Monitoring Proposal Page 12 City of San Marcos Old California Restaurant Row Center The objectives of this study were to identify the sources of odor and polluted water discharging into the storm drain system from the Old California Restaurant Row area and provide recommendations for source abatement. This investigation included tracing flow upstream to identify the sources of flow, coliecting flow samples and testing for several constituents to identify pollutants, conducting dye and smoke tests to identify downstream and upstream connections, and conducting visual inspections and videotaping to identify the sources of flow. Recommendations included preparation of public education materials, engineering plans to eliminate illicit connections, and best management practices to be implemented at the site. Storm Water Compliance inspections Throughout the past several years, D-MAX has conducted more than 14,000 storm water compliance inspections of industrial, commercial, municipal, homeowners' association, and construction sites for 14 Copermittees in San Diego and Orange Counties. As part of the inspection process, watershed-based, prioritized facility inventories are developed, inspection forms are designed, and all inspection data is entered into GIS-compatible inspection databases. During the site inspections themselves, D-MAX provides education about storm water quality issues and downstream receiving water bodies, and evaluates the effectiveness of existing BMPs, and recommends additional BMPs as needed. Our experience with storm water compliance inspections has provided us with an in-depth understanding of potential sources of various pollutants and appropriate BMPs necessary to prevent polluted discharges. Storm Water Education and Training A few of our recent education and training projects are listed below: • Developing brochures, calendars, and other educational materials for several cities. An example is the City of National City's annual storm water education calendar, which in 2009 features artwork from National City's schoolchildren. D-MAX worked with City staff and school district staff to coordinate an art contest open to all third graders in the City of National City. Students submitted drawings with a theme of protecting the City's waterways through keeping the community clean, and the winners' drawings were included as the art in the calendar. A similar project is currently underway to produce a calendar for 2010. • Performing statistical analysis of data collected during the City of Chula Vista 2005-2006 Storm Water Quality Public Awareness Survey • Conducting training seminars for municipal employees including engineering, public works, and land-use planning staff. Topics have included SUSMP implementation, construction BMPs and State General Construction Permit requirements, industrial and commercial BMPs and State General Industrial Permit requirements, BMPs for public works activities, and general overviews of storm water issues. 6. PROJECT ORGANIZATION ANP KEY PERSONNEL Members of our project team are highly experienced in different aspects of storm water services, including dry weather field screening and analytical monitoring, illicit connection/illegal discharges identification, wet weather monitoring, and storm water management program development. Additionally we have been involved in BMP evaluation and development, and assisting municipalities in conducting storm water compliance inspections of businesses, municipal facilities, and construction sites. City of Carlsbad Dry Weather Field Screening and Analytical Monitoring Proposal Page 13 Arsalan Dadkhah, Ph.D., P.E. will be our Project Manager for the services described in this proposal. He has over 30 years of engineering experience with an emphasis on hydrology, hydraulics, and water quality. Dr. Dadkhah has been the Project Manager for Dry Weather Monitoring Programs in the City of Carlsbad for the past 11 years. He has directed a multitude storm water quality studies for municipalities within San Diego and Orange counties. Dr. Dadkhah has been the Project Manager for all the storm water projects listed in this proposal; client names and telephone numbers are presented in Section 2.2 of this proposal. He has been involved with the regional Dry Weather Monitoring Sub-Workgroup since its inception, including serving as co-chair for several years. Manouchehr (Manoo) Dadkhah, Ph.D., is an Environmental Scientist with more than 20 years experience in hydrology, erosion control and watershed management. For the past 10 years, he has led the field team for the City of Carlsbad's Dry Weather Monitoring Program and is therefore very familiar with the City's drainage patterns. He has also been involved in conducting Dry Weather Monitoring Programs for a number of other jurisdictions in San Diego County throughout the past 11 years. Mr. John Quenzer is an Environmental Scientist with a Bachelor's degree in environmental chemistry. He has participated in and helped supervise a number of Dry Weather Monitoring Programs in 10 cities and for the County of San Diego. He is an active member of the Regional Monitoring Workgroup. Ms. Crystal Grover is an Environmental Scientist with a Master's degree in biology. She has performed Dry Weather Monitoring Programs for the cities of Chula Vista, El Cajon, La Mesa, Lemon Grove, National City, Poway, San Marcos, Santee, and the County of San Diego, acting as team lead in many of these programs. Resumes of key staff are attached to this proposal. D-MAX has many qualified staff level team members that will also assist in this project. EnviroMatrix, an analytical laboratory, is the only subcontractor we propose to use for this project. 7. COST ESTIMATE Our costs to complete the scope of work described in this proposal are presented below. Services billed on a time and materials basis will be charged according to the fee schedule included in this proposal. Item Lump sum to complete all tasks in scope of work* Other Related Services Regular complete lab analyses Follow-up investigations (all costs) Total Proposal Cost Quantity 1 Unit 1 Unit 1 5 sites 1 Unit Unit Cost $28,000 Time and Materials, not to exceed $460/site Time and Materials, not to exceed Total Cost $28,000 $5,000 $6,900 $10,000 $49,900 "Includes routine dry weather monitoring (excluding analytical costs), trash assessment. MS4 outfall monitoring (including analytical costs), conducting data evaluation, and reporting and data submittal City of Carlsbad Dry Weather Field Screening and Analytical Monitoring Proposal Page 14 SCHEDULE OF FEES January 1, 2009 This Schedule of Fees will be adjusted periodically. The new fee schedule will apply to all existing and new work. LABOR Classification Hourly Rate Clerk* $ 50 Word Processor* 55 Drafter* 65 Technician* 65 Sen ior Tech niciart* 7 5 Staff Scientist/Engineer 85 Assistant Project Scientist/Engineer 95 Project Scientist/Engineer 110 Senior Scientist/Engineer 12 0 Principal Scientist/Engineer 140 * Overtime (in excess of 8 hours per day) and weekend hours will be charged at 1.5 times the above rates for non-exempt personnel. Field and hourly services will be charged portal to portal from our office, with a two-hour minimum. Appearance as expert witnesses at court trials, mediation, arbitration hearings and depositions will be charged at $200/hour. Time spent preparing for such appearances will be charged at the above standard hourly rates. OTHER CHARGES Subcontracted services, such as sub consultants, outside testing, drilling, and surveyors, will be charged at cost plus 15%. Other project-specific costs, such as rentals, expendable or special supplies, special project insurance, permits and licenses, shipping, subsistence, tolls and parking, outside copying/printing, etc., will be charged at cost plus 15%. Mileage will be charged at a rate of $0.63 per mile. Client will be responsible for any applicable taxes in addition to the fees due for Services. 8. CONTRACT EXCEPTIONS We have reviewed the RFP and the City's Standard Professional Services Contract included with the RFP. We do not take any exceptions to the RFP or to the attached Standard Professional Services Contract. 9. ADDENDA TO THE RFP Attached are signed copies of the two addenda issued by the City. City of Carlsbad Dry Weather Field Screening and Analytical yonitoring Proposal Page 15 ARSALAN DADKHAH Education Utah State University: Ph.D., Civil and Environmental Engineering (Hydrology and Water Resources), 1985 Utah State University: M.S., Civil and Environmental Engineering (Hydraulics), 1981 College of Science and Technology, Tehran, Iran: B.S., Mechanical Engineering, 1967 Registration Civil Engineer: Utah 1985 Civil Engineer: California 1987 Civil Engineer: Arizona 1991 Professional History D-MAX Engineering, Inc., 1996 - Present Woodward-Clyde Consultants, 1987-1996 Montgomery Watson Consulting Engineers, inc., 1984 -1987 Tehran Regional Water Authority, 1969 -1978 Representative Experience Dr. Dadkhah has more than 30 years of Civil Engineering experience with an emphasis in water quality. He has managed a variety of storm water projects throughout southern California for the federal government, local municipalities, and private entities. While at D- MAX, Dr. Dadkhah has conducted several water quality studies and storm water management programs for several municipalities. He has also been involved in storm water permitting projects and in preparing pollution prevention and monitoring plans for industrial facilities and construction sites to comply with NPDES Permit requirements. Throughout his career, he has consistently interfaced with California regulatory agencies and has developed a good working relationship with individual regulatory staff within the San Diego area. Relevant projects include: City of Carlsbad Stormwater Monitoring Program - Project Manager Prepared several documents related to water quality management including a sampling plan, compliance inspection procedures, and statistical analysis reports. Dry Weather Field Screening and Analytical Monitoring Programs - Project Manager for conducting more than 100 programs, including the City of Carlsbad since 1998, the cities of Chula Vista, El Cajon, La Mesa, Lemon Grove, National City, Poway, San Marcos, Santee, Vista, and the County of San Diego County. City of Poway BMP Effectiveness Studies - Project Manager Assisted the City of Poway in retrofitting flood control detention basins for use as regional treatment control BMPs for SUSMP compliance and monitoring inflow and outflow by means of wet weather composite sampling. Based on the results of the study, a paper was prepared and presented at the annual StormCon conference. Jurisdictional Urban Runoff Management Program development - Project Manager for the cities of National City, La Mesa, Poway, Chula Vista, El Cajon, Oceanside, Santee, and Vista based on the requirements set forth in the Municipal Permit (Order No. 2007-0001). MANOUCHEHR DADKHAH Education Utah State University, Ph.D., Watershed Science (Watershed Hydrology), 1979 Utah State University, M.S., Watershed Science (Soil and Water Conservation), 1975 University Of Shiraz, Iran, M.S., Agricultural Engineering, 1965 Professional Background D-MAX Engineering, Inc., 1998- Present Associate Professor at Tehran University, College Of Natural Resources, 1987 - 1998 Soil and Water Conservation Expert at Range and Forest Organization, 1967 -1972 Representative Experience Dr. Dadkhah is a Senior Environmental Scientist with more than 20 years of experience in environmental sampling, hydrology, erosion control, and watershed management. He is highly experienced in storm water projects including Dry Weather Monitoring Programs and special monitoring studies. Additionally, he has assisted in updating JURMPs for various jurisdictions based on requirements of the RWQCB Municipal Permit Order No. R9- 2007- 0001 and conducted numerous Storm Water Quality Inspections. Relevant projects include: Dry Weather Monitoring & Coastal and Lagoon Outfali Monitoring Performing Dry Weather Monitoring Programs in the cities of Carlsbad, Chula Vista, National City, La Mesa, Lemon Grove, El Cajon, Santee, Poway, San Marcos, and Vista. Responsibilities included Dry Weather Sampling Plan, creating IC/ID detection and elimination approach, selecting dry weather sites, and leading field teams through field sampling and testing, trash assessments, and investigating upstream pollutant source investigations. He has also performed coastal and lagoon outfall monitoring for the City of Carlsbad. Special Studies Designing and performing special water quality monitoring projects for the cities of Carlsbad, La Mesa, San Marcos, Santee, and Poway. He has contributed to several additional studies of receiving water quality that are conducted concurrently with the Dry Weather Monitoring Program. Dr. Dadkhah performed sampling to assess the effectiveness of detention basins in the City of Poway, special investigations at Grossmont Shopping Center and Grossmont Hospital in La Mesa, and a special investigation of Old California Restaurant Row in San Marcos. He has also been involved in water quality monitoring for the Forester Creek Improvement Project in Santee, and he has managed the field sampling for an assessment of flow leaving the major drainage basins in the City of La Mesa. Industrial Permit Compliance Services Managing site inspection, field sampling, and data compilation for the Poway Municipal facility, Vehicle Maintenance Facility, Water Treatment Plant, and Material Handling Facility. He oversaw the sampling of authorized and unauthorized non-storm and storm water discharges. Dr. Dadkhah has prepared an Annual Comprehensive Site Compliance Evaluation and Annual Report to be submitted to the Regional Water Quality Control Board. He made onsite recommendations regarding BMP compliance of facilities and designed structural and non-structural BMPs for implementation at the sites. JOHN QUENZER Education University of California, San Diego, B.S., Environmental Chemistry, 2002 Professional Background D-MAX Engineering, Inc., 2004 to Present City of San Diego, Environmental Services Division, 2001-2002 Representative Experience Mr. John Quenzer is a Project Scientist who has been involved in a variety of water quality projects in San Diego County. He has participated in and helped supervise Dry Weather Monitoring Programs for 11 San Diego County jurisdictions and wet weather monitoring efforts in four jurisdictions. Mr. Quenzer possesses extensive experience in data management, including database development; WURMP preparation; JURMP preparation and annual reporting, storm water compliance inspections, and storm water document review. He is a regular contributor to the San Diego Bay WURMP workgroup and has prepared a section of the annual report in each of the past several years. Relevant projects include the following. Dry Weather Monitoring Programs Conducting and supervising data analysis, data quality assurance, and report preparation and review. He has worked on the Dry Weather Monitoring Programs for the cities of Carlsbad, Chula Vista, El Cajon, San Marcos, Santee, Poway, National City, La Mesa, Lemon Grove, Vista, and County of San Diego. He is an active member of the Regional Monitoring Workgroup. Additional Monitoring Programs and Special Studies Preparing several reports for the City of Santee Forester Creek Improvement Project water quality monitoring, including a sampling plan, a Quality Assurance Project Plan, a Project Assessment and Evaluation Plan, and three Annual Monitoring Reports. These included sampling program design and QA/QC procedures, as well as analyses of collected data. Mr. Quenzer also helped design and evaluate results from special studies in the cities of Poway, La Mesa, and El Cajon. Data Management Designing databases and managing tasks for seven jurisdictions in San Diego County. He conducts quality control and quality assurance on water quality monitoring and compliance inspection data, including managing relevant databases. Mr. Quenzer redesigned industrial and commercial inspection databases to facilitate annual reporting. He developed and prioritized inventories of facilities based on business license listings submitted by municipalities. Mr. Quenzer has created databases tracking the receipt of inspection forms, inspection results, and most pertinent findings at each inspection. Has also developed data management systems for field sampling data, such as that collected in support of the Forester Creek Improvement Project in Santee, and developed the City of National City's SUSMP inspection database. CRYSTAL. GROVER Education University of California, San Diego, M.S., Biology, 2007 University of California, San Diego, B.S., Biology, 2006 Professional Background D-MAX Engineering, Inc., 2007 to present Representative Experience Ms. Graver's has conducted Dry Weather Monitoring Programs for nine jurisdictions in San Diego County. She is active in the regional Dry Weather Monitoring Sub-Workgroup's action level update project. Her recent projects include: Dry Weather Monitoring Programs Performing Dry Weather Monitoring Programs for the cities of San Marcos, Chula Vista, El Cajon, La Mesa, Lemon Grove, National City, Poway, Santee, and the County of San Diego, for many of which she has acted as team lead. Duties included recording visual observations, trash assessments, sampling, field analytical testing, and performing upstream investigations, Ms. Grover has also prepared the dry weather monitoring reports for the jurisdictions with which she was involved, including preparation of figures in GIS. Additional Monitoring Conducting wet weather monitoring programs in the cities of Poway and La Mesa. Ms. Grover has performed additional monitoring studies such as the Forester Creek Improvement Project in the City of Santee, Buena Vista Creek in the City of Vista, and elevated nitrate levels in the cities of Vista and San Marcos. GIS and Database Work Developing a program to automatically transfer dry weather monitoring data Into the County's data sharing format. She developed a database for the City of La Mesa's wet weather monitoring data. The database uses collected data to calculate constituent load estimates based on constituent concentration and the depth of the rain event. Ms. Grover has also produced maps for various monitoring programs using GIS. Preparation of JURMPs, Annual Reports, and other Documents Preparing sections of the JURMP Annual Report for the cities of La Mesa, Poway, and Santee. Ms. Grover has written and updated construction and industrial SWPPPs for Poway municipal projects. She reviews SUSMP and construction SWPPP reports for jurisdictions in San Diego County and provides recommendations to cities at the conclusion of these reviews. Storm Water Quality Inspections Conducting industrial, commercial, construction, and treatment control BMP inspections in various cities throughout San Diego County. She has performed Fats, Oils, and Grease inspections at food service establishments in the City of La Mesa. She has also conducted numerous complaint and follow-up field inspections in these jurisdictions. May 21, 2009 ADDENDUM NO. 1 RE: URBAN RUNOFF MONITORING, RFP #09-14 Please include the attached addendum in the Request for Proposal you have for the above project. This addendum—receipt acknowledged-must be attached to your Request for Proposal when your proposal is submitted. JOHN DEREGO Buyer ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 Bidder's Signature ADDENDUM NO. 001 RFP NO. 09-14, URBAN RUNOFF MONITORING ITEM NO.1 REMOVE "PART VI PROPOSAL REQUIREMENTS" REPLACE WITH "PART VI PROPOSAL REQUIREMENTS (REVISED)". ITEM NO 2. REMOVE "PART X EVALUATION CRITERIA" REPLACE WITH "PART X EVALUATION CRITERIA (REVISED)" END OF ADDENDUM NO. 1 PART VI PROPOSAL REQUIREMENTS (REVISED) A. General The written proposal must include a discussion of the consultant's approach, broken down by key tasks, with a description of the services required under the permit. Describe any innovative techniques or streamlined methods that your team will offer the City to perform the work within budget and on schedule. Provide general procedures to be used to follow-up on dry-weather flows identified during the field screening. This should also include procedures to conduct immediate follow-up investigations by consultant should field observations identify an illicit discharge or connection currently causing elevated levels of measured or observed constituents. Include notification procedures to the City should immediate enforcement be required by City staff. In addition, a proposed project schedule, an estimate of costs by task, and documentation of the firm and consultant's qualifications for the scope of work. The proposal should be concise, well-organized, and demonstrate the consultant's qualifications and experience applicable to the project in 10 double-sided pages or less (20 pages total). B. Contents of the Proposal Proposals submitted in response to this RFP shall be in the following order and shall include: 1. Executive Summary Include a 1-2 page overview of the entire proposal describing the most important elements of the proposal. 2. Identification of the Proposer a. Legal name and address of company b. Legal form of company (partnership, corporation, joint venture, etc.). If joint venture, identify the members of the joint venture and provide all information required within this section for each member. c. If company is wholly-owned subsidiary of "parent company." d. Address(es) of office(s) working on this project. e. Name, title, address and telephone number of the person to contact concerning the proposal. 3. References and Experience Describe the consultant's experience in completing similar work. Provide three (3) successfully completed project references of a similar nature, with the name of the company and project manager, telephone numbers, type of work performed, and value of consulting contracts. Projects currently being performed may be submitted for consideration. Please provide one (1) example of a completed report in PDF Format on a CD, to be submitted with your proposal. 4. Proposed Method to Accomplish the Work Describe the technical and management approach to the project, specifically, describe how each task described in Scope of Work will be executed. An understanding of and ability to comply with the project schedule must be included. Also describe the techniques to be used to complete field screening and analytical monitoring. Include copies of the following documents: a. Laboratory samples that are analyzed by a laboratory with current accreditation by the California Department of Health services environmental laboratory accreditation Program (ELAP). b. Name of laboratory or laboratories to be used that is certified to conduct the appropriate analyses using approved EPA Methods, Appendix I and J summarize laboratory analysis methods and requirements for both the Dry Weather Program and MS4 Outfall Monitoring program respectively. c. Fee Schedule 5. Knowledge and Understanding of.Local Environment and Issues Describe the consultant's experience working in the local environment and proposed local presence for interfacing with the City's Project Manager and staff. An understanding of Storm Water rules and regulations, as well as Permit R9-2007-01 must be demonstrated within the proposal. 6. Project Organization and Key Personnel a. Describe the proposed project organization, including identification and responsibilities of key personnel. Indicate the role and responsibility of prime consultants and all sub-consultants. If applicable, indicate how local firms are being utilized to ensure a strong understanding of local laws, ordinances, regulations, policies, requirements and permitting. Indicate the extent of the commitment of key personnel for the duration of the project and furnish resumes of key personnel. Provide an indication of the staffing level for the project. The City's evaluation of the proposal will consider the proposer's entire team; therefore, no changes in the team composition will be allowed without prior written approval of the City. Sub-consultant letters of commit- ment may be required. b. Provide detailed description of the experience of the consultant's project team, including the team's project manager, and other key staff members, on projects of similar size, scope, and dollar value. For each similar project, include the client's name and telephone number. 7. Cost Estimates Please provide estimates using the following table format: ITEM Lump Sum to complete all tasks in scope of work Regular Complete Lab Analysis Follow-up Complete Lab Analysis Total Proposal Cost QUANTITY 1 Unit Units Units UNIT COST $ $ /Unit $ /Unit TOTAL COST $ s $ $ 8. Exceptions to this Request for Proposals The proposer shall certify that it takes no exception(s) to this RFP, including but not limited to the City's Standard Professional Services Contract, as attached. If the proposer does take exception(s) to any portion of the RFP, the specific portion of the RFP to which exception(s) is taken shall be identified and explained. 9. Addenda to this Request for Proposals The proposer shall confirm in its proposal the receipt of all addenda issued to this RFP. The proposer is not required to include copies of the actual addenda in its proposal, but must include a signed acknowledgement of receipt of all addenda issued to this proposal, if any exist. PART X EVALUATION CRITERIA (REVISED) Consultants will be evaluated on the following criteria: A. Project Experience and Understanding Qualified consultants will have a variety of experience in performing similar activities with public, government, private, not-for-profit, and other agencies as specified in this RFP. B. Familiarity with NPDES Municipal MS4 Permit and related rules and regulations Proposers should demonstrate an understanding of the San Diego County NPDES permit (R9-2Q07-OOQ1) and associated federal, state and local laws and regulations. C. Project Management and Personnel Project staff qualifications include a combination of experience, education and background in preparation and delivery. Included in the proposal should be the ability to comply with the project schedule. D. Proposal Cost A total anticipated cost of completing each taskdefined in this RFP must be included. If the proposer feels that other tasks not outlined in this RFP should be included, those tasks should be defined and the total cost should reflect the addition of those tasks. May 26, 2009 ADDENDUM NO. 2 RE: URBAN RUNOFF MONITORING, RFP #09-14 Please include the attached addendum in the Request for Proposal you have for the above project. This addendum—receipt acknowledged—must be attached to your Request for Proposal when your proposal Is submitted. JOHN DEREGO Buyer I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2 Bidder's Signature ADDENDUM NO. 002 RFP NO. 09-14, URBAN RUNOFF MONITORING ITEM NO. 1 INCLUDE THE ATTACHED "QUESTIONS AND ANSWERS" TO YOUR REQUEST FOR PROPOSALS. END OF ADDENDUM NO. 2 RFP 09-14 RESPONSE TO QUESTIONS ADDENDUM 1) Part IV.E. Sentence reads: "Consultant shall perform laboratory analysis at 100% of MS4 outfall monitoring locations." Please clarify- This task is the same as described in Section IV.C and establishes that the City expects that site visits to the six targeted MS4 outfall may take place multiple visits if the sites are dry until a sample is collected. Is there a limit on the number of visits if the site is dry? There is slight chance that the 100% sampling might not be completed by July 15th, if a site is repeatedly dry. Should this provision by modified? The City has chosen the with the assumption there wiH be flow. The limit for number of visits is 3, Alternate sites may be used at the City's discretion, 2) Does including a proposal cover page and table of contents count towards the 20 page limit? res, 3) Do resumes count towards the 20 page limit? Can they be in an attachment and excluded from the 20 page count? Yes, No. 4) Should a sub-consultant letter of commitment be included? If so, does it count towards the 20 page limit? Can it be included in an attachment and excluded from the 20 page limit? Yes, sub-consultant's tasks should be outlined in your response to Section VI. Y^s. No, 5) Please clarify the cost table in Section VI.B.7. The third row "Follow-up Complete Lab Analysis" is an hourly rate to perform follow-up lab analysis and does not include the cost of the analytical work by the lab. Should the Lump Sum total cost include the "other related duties" cost stated in the RFP, such as, $5,000 for additional support and $10,000 for follow-up investigations? Y&s, the lump sum total cost should include the "other related duties," 6) Section X. Evaluation Criteria. Please clarify criteria C-E that appear to be related to a different RFP. Please see RFP 09-14 Addendum #1 for corrections. 7) We are interested in receiving a copy of the last annual report prepared for tnis program, prior to the submittal date. We believe enough information was provided In the RFP for proposers to respond. Please note thai the scope of work has changed, However, last year's annual report prepared for the Dry Weather Program will be available for review onsite from 9am~12pm, and 1-4pm Wed. 5/27 and Thursday 5/28 fey appointment only at the City of Carlsbad Faraday Center- 1635 Faraday Ave.. Carlsbad, CA 92GQ8, Please contact JeffHlgbee @ 8) Is it possible for proposers to review the winning proposal/contract for the current contract that is about to expire, and if so, where, when and how? (This should help ail proposers to be more responsive and more competitive.) Yes, the copy of the current contract only is availsble for review; see Response to #7. 9} Is it possible for proposers to review the complete reports submitted under the current contract for a recent contract year or fiscal year, and if so, where, when and how? See Response to #?, 10) In Part X of the RFP, Evaluation Criteria, can you provide any information on the relative weighting of the 5 different factors listed (A-EJ? Please -see RFP 09-14 Addendum #1 for corrections, Cost is always a primary consideration: however, lite oilier criteria will also be factors when evaluating your proposal. 11) In Section A of the scope of work, the RFP states that "sampling shall not occur during performance of dry weather analytical and field screening monitoring in receiving waters or ponded water sites. If there is ponded water at a site, the consultant shall investigate upstream for flowing water and sample, or choose alternate site." o The scope in the RFP does not explicitly address what to do if a site is dry. However, based on past experience and on Section ll.B.S.c of the Receiving Waters and Urban Runoff Monitoring and Reporting Program associated with RWQCB Order No. R9-2007-OQ01 (Municipal Permit Monitoring Program), our understanding is that if a site is dry then an alternate site should be selected and monitored for the dry weather program. Please let us know if this is not what the City intends, o The Municipal Permit Monitoring Program states that if flow or ponded runoff is observed at a dry weather field screening or analytical monitoring station then a grab sample should be taken and analyzed (see sections ll.B.S.c (2), ll.B.S.c (4), and, by implication, ll.B.S.c (5)), and in past monitoring programs samples have been collected and analyzed from both sites with flowing water and sites with ponded water. While there may be other considerations we are not aware of, we would recommend sampling from ponded water even if flowing water cannot be located, as it seems more consistent with the Permit language and it should result in a lower cost to the City due to fewer alternate sites being visited. o It is our understanding that if a site is not sampled (e.g., because it is dry) that visual observations should still be made at the site (Municipal Permit Monitoring Program Section ll.B.S.c (5)) and that this includes conducting trash assessments at such sites. Is this consistent with the City's understanding? If there is ponded water at a site, the consultant shall investigate upstream for flowing water and sample, or choose alternate site, Visual observations should fee made along with trash assessments at all sites not sampled. 12) Section A of the scope of work in the RFP states that "dry weather field screening and analytical monitoring shall be performed at least once at up to 60 field screening stations [each year]," o For cost estimation purposes, should we assume that 60 sites will be visited once per dry weather season? o If 60 sites monitored is the target value to be used, should the cost estimate also include costs associated with visiting replacement sites (e.g., if a primary monitoring site is dry) that could result in a total of more than 60 sites being visited (e.g., if two sites are dry, then to monitor 60 sites with water, a total of 62 sites visits would be needed)? You should assume 60 sites will foe visited for cos? estimation. In addition, you should estimate the costs associated with visiting alternate sites in your proposal. 13) Based on discussions at Regional Monitoring Workgroup meetings, it is our understanding that each Copermittee may use its discretion as to whether dry MS4 monitoring sites should be replaced with alternate sites or not and it is also our understanding that each Copermittee may use its discretion regarding whether trash assessments should be completed at MS4 monitoring sites that are not dry weather monitoring sites. o If an MS4 monitoring site is dry, is it the City's direction that an alternate MS4 monitoring site be sampled instead? • If so, has the City identified a list of potential alternate MS4 monitoring sites? o Should trash assessment forms be completed at MS4 monitoring sites that are not dry weather monitoring sites? The City has chosen the with the assumption there will be flow. Alternate sites may be used at the City's discretion. The city has identified! a list of potential alternate sites. Trash assessment forms should only he completed for the Dry Weather Program, 14) In previous years, the City has requested that some analyses be completed by Encina Wastewater Authority's (EWA) laboratory. It appears that the RFP is not requiring any analyses be completed by EWA; is this correct? The City is not requiring analyses to foe completed by Encina Wastewater Authority laboratory. However, the city may at its discretion, direct consultant/contractor to use a specific laboratory, AH labs must toe California Department of Health Sen/Ices certified, 15) We would like to clarify what should be entered in each row of the cost estimate table in the Proposal Requirements section of the proposal. Mainly we would like to clarify which items from the scope of services are associated with each row in the cost table and which items from the scope of services are lump sum and which are time and materials. Our impression of how costs should be presented is as follows: lump sum cost for routine dry weather monitoring (excluding analytical costs), trash assessment, MS4 outfall monitoring (including analytical costs), conducting data evaluation, and reporting and data submittal; lump sum cost for routine dry weather laboratory analyses, presented as the cost per site multiplied by the number of sites; and the not to exceed amount for immediate and standard follow-up investigations, which would be billed on a time and materials basis in accordance with the fee schedule that is required to be included with the proposal. Please let us know tf this understanding is not correct. Ves, your understanding of associated costs for the scope of work is correct 16) Part X of the RFP, Evaluation Criteria, mainly discusses experience in conducting education programs in sections B, C, and E. Please clarify whether these items are included in the evaluation criteria for this project or if other criteria will apply. P/ease see RFP Q9-14 Addendum #1 for corrections 17) I would like to obtain either an electronic or hard copy of the Dry Weather Monitoring Sampling Manual which is mentioned in the City's JURMP document. It does not appear to be available on City's web site. Please refer to Appendix A of the RFP, MS4 Targeted Outfalls Monitoring Program - Dry Weather Section. 18) I would also like to obtain a copy of or to view last year's dry weather inspection report. I have not found it on either the City's web site or on the SDRWQCB's web site, If you are referring to inspection report field sheet, please see Appendix A of the RFP, The entire annual report for -last year's dry weather program, see Response to #7.