Loading...
CC SR 20250617 H - Stormwater Quality Consulting PSA CITY COUNCIL MEETING DATE: 06/17/2025 AGENDA REPORT AGENDA HEADING: Consent Calendar AGENDA TITLE: Consideration to award a Professional Services Agreement to John L. Hunter & Associates, Inc., for stormwater quality consulting services RECOMMENDED COUNCIL ACTION: 1) Award a Professional Services Agreement to John L. Hunter and Associates, Inc., for stormwater quality consulting and related services, in a not-to-exceed amount of $627,280 plus a 15% contingency for a three-year term expiring on June 30, 2028, with an optional three-year extension; and, 2) Authorize the Mayor and City Clerk to execute the contract, in a form approved by the City Attorney. FISCAL IMPACT: The contract amount will not exceed $215,000 in Fiscal Year 2025- 26, which is included in the Draft Fiscal Year 2025-26 Operating Budget of $221,000 for stormwater quality consulting services, subject to adoption this evening under a separate agenda item . The contract total over three years will not exceed $627,280 plus 15% contingency, subject to City Council budget approval in future years. VR Amount Budgeted: $221,000 Additional Appropriation: N/A Account Number(s): 101-400-3120-5101 - $55,500 (General Fund – Professional / Tech) 343-400-3130-5101 - $165,500 (Measure W – Stormwater /Professional) VR ORIGINATED BY: Vanessa Hevener, Project Manager REVIEWED BY: Deanna Fraley, Principal Engineer/City Engineer Ramzi Awwad, Director of Public Works APPROVED BY: Ara Mihranian, AICP, City Manager ATTACHED SUPPORTING DOCUMENTS: A. Professional Services Agreement with John L. Hunter & Associates, Inc. (page A-1) B. Stormwater Quality Consulting Services RFP (page B-1) 1 C. John L. Hunter Associates Proposal (page C-1) BACKGROUND AND DISCUSSION: The Los Angeles Regional Water Quality Control Board (Regional Board) regulates the discharge of pollutants into watersheds through the Municipal Separate Storm Sewer System (MS4) Permit, which was adopted by the Regional Board on July 23, 2021 and became effective on September 11, 2021. An MS4 is a system of storm drains, streets, catch basins, and other similar infrastructure that collects and conveys stormwater, separately from sanitary sewer, into the receiving waters of the Los Angeles County region. That stormwater may carry pollutants such as trash, bacteria, and chemicals that may degrade water quality if not properly managed by the agency that owns or operates the MS4. The MS4 Permit requires owners and operators such as the City to regulate stormwater and non-stormwater discharges from their jurisdiction through implementation of a Watershed Management Program (WMP) and complying with rigorous water quality limits, or face penalties. These requirements include watershed-based pollutant monitoring, illicit discharge prevention, treatment of stormwater to reduce pollutants, record keeping, and reporting. The City works in partnership with other agencies on the Peninsula to achieve these requirements. As a department in a contract city, Public Works relies on the use of consultants to assist with the management and administration of the stormwater quality program and compliance with the MS4 permit. The current contract for stormwater quality consulting services expires on June 30, 2025. On March 11, 2025, Staff advertised a request for proposals (RFP) for stormwater quality consulting services through the PlanetBids online solicitation portal . The scope of services included the following (Attachment B): • Preparing and submitting regulatory compliance reports; • Representing the City at various meetings; • Compiling and maintaining regulatory compliance records; • Conducting the Clean Bay Restaurants program inspections, enforcement activities, and reporting; • Conducting inspections of construction sites for compliance with stormwater pollution prevention regulations; • Administering stormwater pollutant monitoring programs; • Researching needed projects to comply with stormwater pollution reduction targets; • Conducting feasibility analyses and developing concepts for stormwater pollution reduction potential projects; • Providing training services; • Managing special grant funding; and 2 • Providing general consultation for stormwater quality-related items. Proposals were received from two firms by the RFP deadline of April 18, 2025. An evaluation panel of three Staff members ranked the proposals based on the scoring criteria specified in the RFP as follows: The evaluation panel concluded that the proposal from John L. Hunter & Associates, Inc. received the highest score of the two proposals (Attachment C). Staff then negotiated rates for services, which are to be performed on a time-and-materials basis, with general budgets established and an overall not-to-exceed limit. CONCLUSION: Staff recommends awarding a professional services agreement to John L. Hunter & Associates, Inc. for stormwater quality consulting services in the amount not to exceed $221,000 for the first year, and a total authorization of up to of $627,280 plus a 15% contingency, for three-year term, expiring on June 30, 2028, with an optional three-year extension. Services for future years are subject to City Council approval. ALTERNATIVES: In addition to the Staff recommendation, the following alternative actions are available for the City Council’s consideration: 1. Do not award a Professional Services Agreement to John L. Hunter & Associates, Inc. and direct Staff to re-solicit the proposed services. 3 2. Take other action, as deemed appropriate. 4 01203.0006/897798.1 1 PROFESSIONAL SERVICES AGREEMENT By and Between CITY OF RANCHO PALOS VERDES and JOHN L. HUNTER & ASSOCIATES, INC. A-1 01203.0006/897798.1 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF RANCHO PALOS VERDES AND JOHN L. HUNTER & ASSOCIATES, INC THIS AGREEMENT FOR PROFESSIONAL SERVICES (“Agreement”) is made and entered into on June 17, 2025, by and between the CITY OF RANCHO PALOS VERDES, a California municipal corporation (“City”) and JOHN L. HUNTER & ASSOCIATES, INC., a California corporation (“Consultant”). City and Consultant may be referred to, individually or collectively, as “Party” or “Parties.” RECITALS A. City has sought, by issuance of a Request for Proposals, the performance of the services defined and described particularly in Article 1 of this Agreement. B. Consultant, following submission of a proposal for the performance of the services defined and described particularly in Article 1 of this Agreement, was selected by the City to perform those services. C. Pursuant to the City of Rancho Palos Verdes Municipal Code, City has authority to enter into and execute this Agreement. D. The Parties desire to formalize the selection of Consultant for performance of those services defined and described particularly in Article 1 of this Agreement and desire that the terms of that performance be as particularly defined and described herein. OPERATIVE PROVISIONS NOW, THEREFORE, in consideration of the mutual promises and covenants made by the Parties and contained herein and other consideration, the value and adequacy of which are hereby acknowledged, the parties agree as follows: ARTICLE 1. SERVICES OF CONSULTANT 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, the Consultant shall provide those services specified in the “Scope of Services”, as stated in the Proposal, attached hereto as Exhibit “A” and incorporated herein by this reference, which may be referred to herein as the “services” or “work” hereunder. As a material inducement to the City entering into this Agreement, Consultant represents and warrants that it has the qualifications, experience, and facilities necessary to properly perform the services required under this Agreement in a thorough, competent, and professional manner, and is experienced in performing the work and services contemplated herein. Consultant shall at all times faithfully, competently and to the best of its ability, experience and talent, perform all services described herein. Consultant covenants that it shall follow the highest professional standards in performing the work and services required hereunder and that all materials will be both of good quality as well as fit for the purpose A-2 01203.0006/897798.1 2 intended. For purposes of this Agreement, the phrase “highest professional standards” shall mean those standards of practice recognized by one or more first-class firms performing similar work under similar circumstances. 1.2 Consultant’s Proposal. The Scope of Service shall include the Consultant’s Proposal which shall be incorporated herein by this reference as though fully set forth herein. In the event of any inconsistency between the terms of such Proposal and this Agreement, the terms of this Agreement shall govern. 1.3 Compliance with Law. Consultant shall keep itself informed concerning, and shall render all services hereunder in accordance with, all ordinances, resolutions, statutes, rules, and regulations of the City and any Federal, State or local governmental entity having jurisdiction in effect at the time service is rendered. 1.4 California Labor Law. If the Scope of Services includes any “public work” or “maintenance work,” as those terms are defined in California Labor Code section 1720 et seq. and California Code of Regulations, Title 8, Section 16000 et seq., and if the total compensation is $1,000 or more, Consultant shall pay prevailing wages for such work and comply with the requirements in California Labor Code section 1770 et seq. and 1810 et seq., and all other applicable laws, including the following requirements: (a) Public Work. The Parties acknowledge that some or all of the work to be performed under this Agreement is a “public work” as defined in Labor Code Section 1720 and that this Agreement is therefore subject to the requirements of Division 2, Part 7, Chapter 1 (commencing with Section 1720) of the California Labor Code relating to public works contracts and the rules and regulations established by the Department of Industrial Relations (“DIR”) implementing such statutes. The work performed under this Agreement is subject to compliance monitoring and enforcement by the DIR. Consultant shall post job site notices, as prescribed by regulation. (b) Prevailing Wages. Consultant shall pay prevailing wages to the extent required by Labor Code Section 1771. Pursuant to Labor Code Section 1773.2, copies of the prevailing rate of per diem wages are on file at City Hall and will be made available to any interested party on request. By initiating any work under this Agreement, Consultant acknowledges receipt of a copy of the DIR determination of the prevailing rate of per diem wages, and Consultant shall post a copy of the same at each job site where work is performed under this Agreement. (c) Penalty for Failure to Pay Prevailing Wages. Consultant shall comply with and be bound by the provisions of Labor Code Sections 1774 and 1775 concerning the payment of prevailing rates of wages to workers and the penalties for failure to pay prevailing wages. The A-3 01203.0006/897798.1 3 Consultant shall, as a penalty to the City, forfeit $200 (two hundred dollars) for each calendar day, or portion thereof, for each worker paid less than the prevailing rates as determined by the DIR for the work or craft in which the worker is employed for any public work done pursuant to this Agreement by Consultant or by any subcontractor. (d) Payroll Records. Consultant shall comply with and be bound by the provisions of Labor Code Section 1776, which requires Consultant and each subconsultant to: keep accurate payroll records and verify such records in writing under penalty of perjury, as specified in Section 1776; certify and make such payroll records available for inspection as provided by Section 1776; and inform the City of the location of the records. (e) Apprentices. Consultant shall comply with and be bound by the provisions of Labor Code Sections 1777.5, 1777.6, and 1777.7 and California Code of Regulations Title 8, Section 200 et seq. concerning the employment of apprentices on public works projects. Consultant shall be responsible for compliance with these aforementioned Sections for all apprenticeable occupations. Prior to commencing work under this Agreement, Consultant shall provide City with a copy of the information submitted to any applicable apprenticeship program. Within 60 (sixty) days after concluding work pursuant to this Agreement, Consultant and each of its subconsultants shall submit to the City a verified statement of the journeyman and apprentice hours performed under this Agreement. (f) Eight-Hour Work Day. Consultant acknowledges that 8 (eight) hours labor constitutes a legal day's work. Consultant shall comply with and be bound by Labor Code Section 1810. (g) Penalties for Excess Hours. Consultant shall comply with and be bound by the provisions of Labor Code Section 1813 concerning penalties for workers who work excess hours. The Consultant shall, as a penalty to the City, forfeit $25 (twenty five dollars for each worker employed in the performance of this Agreement by the Consultant or by any subcontractor for each calendar day during which such worker is required or permitted to work more than 8 (eight) hours in any one calendar day and 40 (forty) hours in any one calendar week in violation of the provisions of Division 2, Part 7, Chapter 1, Article 3 of the Labor Code. Pursuant to Labor Code section 1815, work performed by employees of Consultant in excess of 8 (eight) hours per day, and 40 (forty) hours during any one week shall be permitted upon public work upon compensation for all hours worked in excess of 8 hours per day at not less than one and 1½ (one and one half) times the basic rate of pay. (h) Workers’ Compensation. California Labor Code Sections 1860 and 3700 provide that every employer will be required to secure the payment of compensation to its employees if it has employees. In accordance with the provisions of California Labor Code Section 1861, Consultant certifies as follows: “I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract.” A-4 Consultant's Authorized Initials Cw\ .r (i) Consultant's Responsibility for Subcontractors. For every subcontractor who will perfonn work under this Agreement, Consultant shall be responsible for such subcontractor's compliance with Division 2, Part 7, Chapter I ( commencing with Section 1720) of the California Labor Code, and shall make such compliance a requirement in any contract with any subcontractor for work under this Agreement. Consultant shall be required to take all actions necessary to enforce such contractual provisions and ensure subcontractor's compliance, including without limitation, conducting a review of the certified payroll records of the subcontractor on a periodic basis or upon becoming aware of the failure of the subcontractor to _pay his or her workers the specified prevailing rate of wages. Consultant shall diligently take corrective action to halt or rectify .any such failure by ~y subcontractor. 1.S Licenses, Permits, Fees and Assessments. Consultant shall obtain at its sole cost and expense such licenses, permits and approvals as may be required by law for the perfonnance of the services required by this Agreement. Consultant shall have the sole obligation to pay for any fees, assessments and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the Consultant's perfonnance of the services required by this Agreement, and shall indemnify, defend and hold harmless City, its officers, employees or agents of City, against any such fees, assessments, taxes, penalties or interest levied, assessed or imposed against City hereunder. 1.6 Familiarity with Work. By executing this Agreement, Consultant warrants that Consultant (i) has thoroughly investigated and considered the scope of services to be performed, (ii) has carefully considered how the services should be performed, and (iii) fully understands the facilities, difficulties and restrictions attending performance of the services under this Agreement. If the services involve work upon any site, Consultant warrants that Consultant has or will investigate the site and is or will be fully acquainted with the conditions there existing, prior to commencement of services hereunder. Should the Consultant discover any latent or unknown conditions, which will materially affect the perfonnance of the services hereunder, Consultant shall immediately inform the City of such fact and shall not proceed except at Consultant's risk until written instructions are received from the Contract Officer in the form of a Change Order. 1.7 CareofWork. The Consultant shall adopt reasonable methods during the life of the Agreement to furnish continuous protection to the work, and the equipment, materials, papers, documents, plans, studies and/or other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, until acceptance of the work by City, except such losses or damages as may be caused by City's own negligence. 01203.0006/897798. I 4 A-5 01203.0006/897798.1 5 1.8 Further Responsibilities of Parties. Both parties agree to use reasonable care and diligence to perform their respective obligations under this Agreement. Both parties agree to act in good faith to execute all instruments, prepare all documents and take all actions as may be reasonably necessary to carry out the purposes of this Agreement. Unless hereafter specified, neither party shall be responsible for the service of the other. 1.9 Additional Services. City shall have the right at any time during the performance of the services, without invalidating this Agreement, to order extra work beyond that specified in the Scope of Services or make changes by altering, adding to or deducting from said work. No such extra work may be undertaken unless a written Change Order is first given by the Contract Officer to the Consultant, incorporating therein any adjustment in (i) the Contract Sum for the actual costs of the extra work, and/or (ii) the time to perform this Agreement, which said adjustments are subject to the written approval of the Consultant. Any increase in compensation of up to 15% (fifteen percent) of the Contract Sum; or, in the time to perform of up to 90 (ninety) days, may be approved by the Contract Officer through a written Change Order. Any greater increases, taken either separately or cumulatively, must be approved by the City Council. It is expressly understood by Consultant that the provisions of this Section shall not apply to services specifically set forth in the Scope of Services. Consultant hereby acknowledges that it accepts the risk that the services to be provided pursuant to the Scope of Services may be more costly or time consuming than Consultant anticipates and that Consultant shall not be entitled to additional compensation therefor. City may in its sole and absolute discretion have similar work done by other Consultants. No claims for an increase in the Contract Sum or time for performance shall be valid unless the procedures established in this Section are followed. If in the performance of the contract scope, the Consultant becomes aware of material defects in the scope, duration or span of the contract or the Consultant becomes aware of extenuating circumstance that will or could prevent the completion of the contract, on time or on budget, the Consultant shall inform the Contracting Officer of an anticipated Change Order. This proposed change order will stipulate, the facts surrounding the issue, proposed solutions, proposed costs and proposed schedule impacts. 1.10 Special Requirements. Additional terms and conditions of this Agreement, if any, which are made a part hereof are set forth in the “Special Requirements” attached hereto as Exhibit “B” and incorporated herein by this reference. In the event of a conflict between the provisions of Exhibit “B” and any other provisions of this Agreement, the provisions of Exhibit “B” shall govern. A-6 01203.0006/897798.1 6 ARTICLE 2. COMPENSATION AND METHOD OF PAYMENT. 2.1 Contract Sum. Subject to any limitations set forth in this Agreement, City agrees to pay Consultant the amounts specified in the “Schedule of Compensation” attached hereto as Exhibit “C” and incorporated herein by this reference. The total compensation shall not exceed $627,280 (Six Hundred Twenty-Seven Thousand Two Hundred Eighty Dollars) (the “Contract Sum”), unless additional compensation is approved pursuant to Section 1.9. 2.2 Method of Compensation. (a) The method of compensation may include: (i) a lump sum payment upon completion; (ii) payment in accordance with specified tasks or the percentage of completion of the services; (iii) payment for time and materials based upon the Consultant’s rates as specified in the Schedule of Compensation, provided that (a) time estimates are provided for the performance of sub tasks, and (b) the Contract Sum is not exceeded; or (iv) such other methods as may be specified in the Schedule of Compensation. (b) A retention of 10% shall be held from each payment as a contract retention to be paid as part of the final payment upon satisfactory and timely completion of services. This retention shall not apply for on-call agreements for continuous services or for agreements for scheduled routine maintenance of City property or City facilities. 2.3 Reimbursable Expenses. Compensation may include reimbursement for actual and necessary expenditures for reproduction costs, telephone expenses, and travel expenses approved by the Contract Officer in advance, or actual subcontractor expenses of an approved subcontractor pursuant to Section 4.5, and only if specified in the Schedule of Compensation. The Contract Sum shall include the attendance of Consultant at all project meetings reasonably deemed necessary by the City. Coordination of the performance of the work with City is a critical component of the services. If Consultant is required to attend additional meetings to facilitate such coordination, Consultant shall not be entitled to any additional compensation for attending said meetings. 2.4 Invoices. Each month Consultant shall furnish to City an original invoice, using the City template, or in a format acceptable to the City, for all work performed and expenses incurred during the preceding month in a form approved by City’s Director of Finance. By submitting an invoice for payment under this Agreement, Consultant is certifying compliance with all provisions of the Agreement. The invoice shall detail charges for all necessary and actual expenses by the following categories: labor (by sub-category), travel, materials, equipment, supplies, and sub- contractor contracts. Sub-contractor charges shall also be detailed by such categories. Consultant shall not invoice City for any duplicate services performed by more than one person. A-7 01203.0006/897798.1 7 City shall independently review each invoice submitted by the Consultant to determine whether the work performed and expenses incurred are in compliance with the provisions of this Agreement. Except as to any charges for work performed or expenses incurred by Consultant which are disputed by City, or as provided in Section 7.3, City will use its best efforts to cause Consultant to be paid within 45 (forty-five) days of receipt of Consultant’s correct and undisputed invoice; however, Consultant acknowledges and agrees that due to City warrant run procedures, the City cannot guarantee that payment will occur within this time period. In the event any charges or expenses are disputed by City, the original invoice shall be returned by City to Consultant for correction and resubmission. Review and payment by City for any invoice provided by the Consultant shall not constitute a waiver of any rights or remedies provided herein or any applicable law. 2.5 Waiver. Payment to Consultant for work performed pursuant to this Agreement shall not be deemed to waive any defects in work performed by Consultant. ARTICLE 3. PERFORMANCE SCHEDULE 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. 3.2 Schedule of Performance. Consultant shall commence the services pursuant to this Agreement upon receipt of a written notice to proceed and shall perform all services within the time period(s) established in the “Schedule of Performance” attached hereto as Exhibit “D” and incorporated herein by this reference. When requested by the Consultant, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer through a Change Order, but not exceeding 60 (sixty) days cumulatively. 3.3 Force Majeure. The time period(s) specified in the Schedule of Performance for performance of the services rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of the Consultant, including, but not restricted to, acts of God or of the public enemy, unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars, litigation, and/or acts of any governmental agency, including the City, if the Consultant shall within 10 (ten) days of the commencement of such delay notify the Contract Officer in writing of the causes of the delay. The Contract Officer shall ascertain the facts and the extent of delay, and extend the time for performing the services for the period of the enforced delay when and if in the judgment of the Contract Officer such delay is justified. The Contract Officer’s determination shall be final and conclusive upon the parties to this Agreement. In no event shall Consultant be entitled to recover damages against the City for any delay in the performance of A-8 01203.0006/897798.1 8 this Agreement, however caused, Consultant’s sole remedy being extension of the Agreement pursuant to this Section. 3.4 Term. Unless earlier terminated in accordance with Article 7 of this Agreement, this Agreement shall continue in full force and effect until completion of the services but not exceeding June 30, 2028, except as otherwise provided in the Schedule of Performance (Exhibit “D”). The City may, in its sole discretion, extend the Term by an additional three years. ARTICLE 4. COORDINATION OF WORK 4.1 Representatives and Personnel of Consultant. The following principals of Consultant (“Principals”) are hereby designated as being the principals and representatives of Consultant authorized to act in its behalf with respect to the work specified herein and make all decisions in connection therewith: John L. Hunter Principal in Charge (Name) (Title) Michelle Staffield Project Manager (Name) (Title) It is expressly understood that the experience, knowledge, capability and reputation of the foregoing principals were a substantial inducement for City to enter into this Agreement. Therefore, the foregoing principals shall be responsible during the term of this Agreement for directing all activities of Consultant and devoting sufficient time to personally supervise the services hereunder. All personnel of Consultant, and any authorized agents, shall at all times be under the exclusive direction and control of the Principals. For purposes of this Agreement, the foregoing Principals may not be replaced nor may their responsibilities be substantially reduced by Consultant without the express written approval of City. Additionally, Consultant shall utilize only the personnel included in the Proposal to perform services pursuant to this Agreement. Consultant shall make every reasonable effort to maintain the stability and continuity of Consultant’s staff and subcontractors, if any, assigned to perform the services required under this Agreement. Consultant shall notify City of any changes in Consultant’s staff and subcontractors, if any, assigned to perform the services required under this Agreement, prior to and during any such performance. City shall have the right to approve or reject any proposed replacement personnel, which approval shall not be unreasonably withheld. 4.2 Status of Consultant. Consultant shall have no authority to bind City in any manner, or to incur any obligation, debt or liability of any kind on behalf of or against City, whether by contract or otherwise, unless A-9 01203.0006/897798.1 9 such authority is expressly conferred under this Agreement or is otherwise expressly conferred in writing by City. Consultant shall not at any time or in any manner represent that Consultant or any of Consultant’s officers, employees, or agents are in any manner officials, officers, employees or agents of City. Neither Consultant, nor any of Consultant’s officers, employees or agents, shall obtain any rights to retirement, health care or any other benefits which may otherwise accrue to City’s employees. Consultant expressly waives any claim Consultant may have to any such rights. 4.3 Contract Officer. The Contract Officer shall be Vanessa Hevener, Project Manager, or such person as may be designated by the Director of Public Works. It shall be the Consultant’s responsibility to assure that the Contract Officer is kept informed of the progress of the performance of the services and the Consultant shall refer any decisions which must be made by City to the Contract Officer. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer. The Contract Officer shall have authority, if specified in writing by the City Manager, to sign all documents on behalf of the City required hereunder to carry out the terms of this Agreement. 4.4 Independent Consultant. Neither the City nor any of its employees shall have any control over the manner, mode or means by which Consultant, its agents or employees, perform the services required herein, except as otherwise set forth herein. City shall have no voice in the selection, discharge, supervision or control of Consultant’s employees, servants, representatives or agents, or in fixing their number, compensation or hours of service. Consultant shall perform all services required herein as an independent contractor of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role. Consultant shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. City shall not in any way or for any purpose become or be deemed to be a partner of Consultant in its business or otherwise or a joint venturer or a member of any joint enterprise with Consultant. 4.5 Prohibition Against Subcontracting or Assignment. The experience, knowledge, capability and reputation of Consultant, its principals and employees were a substantial inducement for the City to enter into this Agreement. Therefore, Consultant shall not contract with any other entity to perform in whole or in part the services required hereunder without the express written approval of the City; all subcontractors included in the Proposal are deemed approved. In addition, neither this Agreement nor any interest herein may be transferred, assigned, conveyed, hypothecated or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without the prior written approval of City. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more 25% (twenty five percent) of the present ownership and/or control of Consultant, taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, including any bankruptcy proceeding, this Agreement shall be void. No A-10 01203.0006/897798.1 10 approved transfer shall release the Consultant or any surety of Consultant of any liability hereunder without the express consent of City. ARTICLE 5. INSURANCE AND INDEMNIFICATION 5.1 Insurance Coverages. Without limiting Consultant’s indemnification of City, and prior to commencement of any services under this Agreement, Consultant shall obtain, provide and maintain at its own expense during the term of this Agreement, policies of insurance of the type and amounts described below and in a form satisfactory to City. (a) General liability insurance. Consultant shall maintain commercial general liability insurance with coverage at least as broad as Insurance Services Office form CG 00 01, in an amount not less than $1,000,000 per occurrence, $2,000,000 general aggregate, for bodily injury, personal injury, and property damage. The policy must include contractual liability that has not been amended. Any endorsement restricting standard ISO “insured contract” language will not be accepted. (b) Automobile liability insurance. Consultant shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of the Consultant arising out of or in connection with Services to be performed under this Agreement, including coverage for any owned, hired, non- owned or rented vehicles, in an amount not less than $1,000,000 combined single limit for each accident. (c) Professional liability (errors & omissions) insurance. Consultant shall maintain professional liability insurance that covers the Services to be performed in connection with this Agreement, in the minimum amount of $1,000,000 per claim and in the aggregate. Any policy inception date, continuity date, or retroactive date must be before the effective date of this Agreement and Consultant agrees to maintain continuous coverage through a period no less than three (3) years after completion of the services required by this Agreement. (d) Workers’ compensation insurance. Consultant shall maintain Workers’ Compensation Insurance (Statutory Limits) and Employer’s Liability Insurance (with limits of at least $1,000,000). (e) Subcontractors. Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and certified endorsements for each subcontractor. All coverages for subcontractors shall include all of the requirements stated herein. (f) Additional Insurance. Policies of such other insurance, as may be required in the Special Requirements in Exhibit “B”. 5.2 General Insurance Requirements. A-11 01203.0006/897798.1 11 (a) Proof of insurance. Consultant shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers’ compensation. Insurance certificates and endorsements must be approved by City’s Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. City reserves the right to require complete, certified copies of all required insurance policies, at any time. (b) Duration of coverage. Consultant shall procure and maintain for the duration of this Agreement insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the Services hereunder by Consultant, its agents, representatives, employees or subconsultants. (c) Primary/noncontributing. Coverage provided by Consultant shall be primary and any insurance or self-insurance procured or maintained by City shall not be required to contribute with it. The limits of insurance required herein may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and non- contributory basis for the benefit of City before the City’s own insurance or self-insurance shall be called upon to protect it as a named insured. (d) City’s rights of enforcement. In the event any policy of insurance required under this Agreement does not comply with these specifications or is canceled and not replaced, City has the right but not the duty to obtain and continuously maintain the insurance it deems necessary and any premium paid by City will be promptly reimbursed by Consultant or City will withhold amounts sufficient to pay premium from Consultant payments. In the alternative, City may cancel this Agreement. (e) Acceptable insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance or that is on the List of Approved Surplus Line Insurers in the State of California, with an assigned policyholders’ Rating of A- (or higher) and Financial Size Category Class VI (or larger) in accordance with the latest edition of Best’s Key Rating Guide, unless otherwise approved by the City’s Risk Manager. (f) Waiver of subrogation. All insurance coverage maintained or procured pursuant to this agreement shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Consultant or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. Consultant hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subconsultants. (g) Enforcement of contract provisions (non-estoppel). Consultant acknowledges and agrees that any actual or alleged failure on the part of the City to inform Consultant of non-compliance with any requirement imposes no additional obligations on the City nor does it waive any rights hereunder. A-12 01203.0006/897798.1 12 (h) Requirements not limiting. Requirements of specific coverage features or limits contained in this section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Consultant maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for the higher limits maintained by the Consultant. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. (i) Notice of cancellation. Consultant agrees to oblige its insurance agent or broker and insurers to provide to City with a 30 (thirty) day notice of cancellation (except for nonpayment for which a 10 (ten) day notice is required) or nonrenewal of coverage for each required coverage. (j) Additional insured status. General liability policies shall provide or be endorsed to provide that City and its officers, officials, employees, and agents, and volunteers shall be additional insureds under such policies. This provision shall also apply to any excess/umbrella liability policies. (k) Prohibition of undisclosed coverage limitations. None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. (l) Separation of insureds. A severability of interests provision must apply for all additional insureds ensuring that Consultant’s insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the insurer’s limits of liability. The policy(ies) shall not contain any cross-liability exclusions. (m) Pass through clause. Consultant agrees to ensure that its subconsultants, subcontractors, and any other party involved with the project who is brought onto or involved in the project by Consultant, provide the same minimum insurance coverage and endorsements required of Consultant. Consultant agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Consultant agrees that upon request, all agreements with consultants, subcontractors, and others engaged in the project will be submitted to City for review. (n) Agency’s right to revise specifications. The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Consultant 90 (ninety) days advance written notice of such change. If such change results in substantial additional cost to the Consultant, the City and Consultant may renegotiate Consultant’s compensation. (o) Self-insured retentions. Any self-insured retentions must be declared to and approved by City. City reserves the right to require that self-insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these specifications unless approved by City. A-13 01203.0006/897798.1 13 (p) Timely notice of claims. Consultant shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Consultant’s performance under this Agreement, and that involve or may involve coverage under any of the required liability policies. (q) Additional insurance. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. 5.3 Indemnification. To the full extent permitted by law, Consultant agrees to indemnify, defend and hold harmless the City, its officers, employees and agents (“Indemnified Parties”) against, and will hold and save them and each of them harmless from, any and all actions, either judicial, administrative, arbitration or regulatory claims, damages to persons or property, losses, costs, penalties, obligations, errors, omissions or liabilities whether actual or threatened (herein “claims or liabilities”) that may be asserted or claimed by any person, firm or entity arising out of or in connection with the negligent performance of the work, operations or activities provided herein of Consultant, its officers, employees, agents, subcontractors, or invitees, or any individual or entity for which Consultant is legally liable (“indemnitors”), or arising from Consultant’s or indemnitors’ reckless or willful misconduct, or arising from Consultant’s or indemnitors’ negligent performance of or failure to perform any term, provision, covenant or condition of this Agreement, and in connection therewith: (a) Consultant will defend any action or actions filed in connection with any of said claims or liabilities and will pay all costs and expenses, including legal costs and attorneys’ fees incurred in connection therewith; (b) Consultant will promptly pay any judgment rendered against the City, its officers, agents or employees for any such claims or liabilities arising out of or in connection with the negligent performance of or failure to perform such work, operations or activities of Consultant hereunder; and Consultant agrees to save and hold the City, its officers, agents, and employees harmless therefrom; (c) In the event the City, its officers, agents or employees is made a party to any action or proceeding filed or prosecuted against Consultant for such damages or other claims arising out of or in connection with the negligent performance of or failure to perform the work, operation or activities of Consultant hereunder, Consultant agrees to pay to the City, its officers, agents or employees, any and all costs and expenses incurred by the City, its officers, agents or employees in such action or proceeding, including but not limited to, legal costs and attorneys’ fees. Consultant shall incorporate similar indemnity agreements with its subcontractors and if it fails to do so Consultant shall be fully responsible to indemnify City hereunder therefore, and failure of City to monitor compliance with these provisions shall not be a waiver hereof. This indemnification includes claims or liabilities arising from any negligent or wrongful act, error or omission, or reckless or willful misconduct of Consultant in the performance of professional A-14 01203.0006/897798.1 14 services hereunder. The provisions of this Section do not apply to claims or liabilities occurring as a result of City’s sole negligence or willful acts or omissions, but, to the fullest extent permitted by law, shall apply to claims and liabilities resulting in part from City’s negligence, except that design professionals’ indemnity hereunder shall be limited to claims and liabilities arising out of the negligence, recklessness or willful misconduct of the design professional. The indemnity obligation shall be binding on successors and assigns of Consultant and shall survive termination of this Agreement. ARTICLE 6. RECORDS, REPORTS, AND RELEASE OF INFORMATION 6.1 Records. Consultant shall keep, and require subcontractors to keep, such ledgers, books of accounts, invoices, vouchers, canceled checks, reports, studies or other documents relating to the disbursements charged to City and services performed hereunder (the “books and records”), as shall be necessary to perform the services required by this Agreement and enable the Contract Officer to evaluate the performance of such services. Any and all such documents shall be maintained in accordance with generally accepted accounting principles and shall be complete and detailed. The Contract Officer shall have full and free access to such books and records at all times during normal business hours of City, including the right to inspect, copy, audit and make records and transcripts from such records. Such records shall be maintained for a period of three (3) years following completion of the services hereunder, and the City shall have access to such records in the event any audit is required. In the event of dissolution of Consultant’s business, custody of the books and records may be given to City, and access shall be provided by Consultant’s successor in interest. Notwithstanding the above, the Consultant shall fully cooperate with the City in providing access to the books and records if a public records request is made and disclosure is required by law including but not limited to the California Public Records Act. 6.2 Reports. Consultant shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the services required by this Agreement as the Contract Officer shall require. Consultant hereby acknowledges that the City is greatly concerned about the cost of work and services to be performed pursuant to this Agreement. For this reason, Consultant agrees that if Consultant becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the work or services contemplated herein or, if Consultant is providing design services, the cost of the project being designed, Consultant shall promptly notify the Contract Officer of said fact, circumstance, technique or event and the estimated increased or decreased cost related thereto and, if Consultant is providing design services, the estimated increased or decreased cost estimate for the project being designed. 6.3 Ownership of Documents. All drawings, specifications, maps, designs, photographs, studies, surveys, data, notes, computer files, reports, records, documents and other materials (the “documents and materials”) prepared by Consultant, its employees, subcontractors and agents in the performance of this A-15 01203.0006/897798.1 15 Agreement shall be the property of City and shall be delivered to City upon request of the Contract Officer or upon the termination of this Agreement, and Consultant shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership use, reuse, or assignment of the documents and materials hereunder. Any use, reuse or assignment of such completed documents for other projects and/or use of uncompleted documents without specific written authorization by the Consultant will be at the City’s sole risk and without liability to Consultant, and Consultant’s guarantee and warranties shall not extend to such use, reuse or assignment. Consultant may retain copies of such documents for its own use. Consultant shall have the right to use the concepts embodied therein. All subcontractors shall provide for assignment to City of any documents or materials prepared by them, and in the event Consultant fails to secure such assignment, Consultant shall indemnify City for all damages resulting therefrom. Moreover, Consultant with respect to any documents and materials that may qualify as “works made for hire” as defined in 17 U.S.C. § 101, such documents and materials are hereby deemed “works made for hire” for the City. 6.4 Confidentiality and Release of Information. (a) All information gained or work product produced by Consultant in performance of this Agreement shall be considered confidential, unless such information is in the public domain or already known to Consultant. Consultant shall not release or disclose any such information or work product to persons or entities other than City without prior written authorization from the Contract Officer. (b) Consultant, its officers, employees, agents or subcontractors, shall not, without prior written authorization from the Contract Officer or unless requested by the City Attorney, voluntarily provide documents, declarations, letters of support, testimony at depositions, response to interrogatories or other information concerning the work performed under this Agreement. Response to a subpoena or court order shall not be considered “voluntary” provided Consultant gives City notice of such court order or subpoena. (c) If Consultant, or any officer, employee, agent or subcontractor of Consultant, provides any information or work product in violation of this Agreement, then City shall have the right to reimbursement and indemnity from Consultant for any damages, costs and fees, including attorney’s fees, caused by or incurred as a result of Consultant’s conduct. (d) Consultant shall promptly notify City should Consultant, its officers, employees, agents or subcontractors be served with any summons, complaint, subpoena, notice of deposition, request for documents, interrogatories, request for admissions or other discovery request, court order or subpoena from any party regarding this Agreement and the work performed there under. City retains the right, but has no obligation, to represent Consultant or be present at any deposition, hearing or similar proceeding. Consultant agrees to cooperate fully with City and to provide City with the opportunity to review any response to discovery requests provided by Consultant. However, this right to review any such response does not imply or mean the right by City to control, direct, or rewrite said response. A-16 01203.0006/897798.1 16 ARTICLE 7. ENFORCEMENT OF AGREEMENT AND TERMINATION 7.1 California Law. This Agreement shall be interpreted, construed and governed both as to validity and to performance of the parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Los Angeles, State of California, or any other appropriate court in such county, and Consultant covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. In the event of litigation in a U.S. District Court, venue shall lie exclusively in the Central District of California, in the County of Los Angeles, State of California. 7.2 Disputes; Default. In the event that Consultant is in default under the terms of this Agreement, the City shall not have any obligation or duty to continue compensating Consultant for any work performed after the date of default. Instead, the City may give notice to Consultant of the default and the reasons for the default. The notice shall include the timeframe in which Consultant may cure the default. This timeframe is 15 (fifteen) days, but may be extended, though not reduced, if circumstances warrant. During the period of time that Consultant is in default, the City shall hold all invoices and shall, when the default is cured, proceed with payment on the invoices. In the alternative, the City may, in its sole discretion, elect to pay some or all of the outstanding invoices during the period of default. If Consultant does not cure the default, the City may take necessary steps to terminate this Agreement under this Article. Any failure on the part of the City to give notice of the Consultant’s default shall not be deemed to result in a waiver of the City’s legal rights or any rights arising out of any provision of this Agreement. 7.3 Retention of Funds. Consultant hereby authorizes City to deduct from any amount payable to Consultant (whether or not arising out of this Agreement) (i) any amounts the payment of which may be in dispute hereunder or which are necessary to compensate City for any losses, costs, liabilities, or damages suffered by City, and (ii) all amounts for which City may be liable to third parties, by reason of Consultant’s acts or omissions in performing or failing to perform Consultant’s obligation under this Agreement. In the event that any claim is made by a third party, the amount or validity of which is disputed by Consultant, or any indebtedness shall exist which shall appear to be the basis for a claim of lien, City may withhold from any payment due, without liability for interest because of such withholding, an amount sufficient to cover such claim. The failure of City to exercise such right to deduct or to withhold shall not, however, affect the obligations of the Consultant to insure, indemnify, and protect City as elsewhere provided herein. 7.4 Waiver. Waiver by any party to this Agreement of any term, condition, or covenant of this Agreement shall not constitute a waiver of any other term, condition, or covenant. Waiver by any party of any breach of the provisions of this Agreement shall not constitute a waiver of any other A-17 01203.0006/897798.1 17 provision or a waiver of any subsequent breach or violation of any provision of this Agreement. Acceptance by City of any work or services by Consultant shall not constitute a waiver of any of the provisions of this Agreement. No delay or omission in the exercise of any right or remedy by a non-defaulting party on any default shall impair such right or remedy or be construed as a waiver. Any waiver by either party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement. 7.5 Rights and Remedies are Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the parties are cumulative and the exercise by either party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other party. 7.6 Legal Action. In addition to any other rights or remedies, either party may take legal action, in law or in equity, to cure, correct or remedy any default, to recover damages for any default, to compel specific performance of this Agreement, to obtain declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. Notwithstanding any contrary provision herein, Consultant shall file a statutory claim pursuant to Government Code Sections 905 et seq. and 910 et seq., in order to pursue a legal action under this Agreement. 7.7 Termination Prior to Expiration of Term. This Section shall govern any termination of this Contract except as specifically provided in the following Section for termination for cause. The City reserves the right to terminate this Contract at any time, with or without cause, upon thirty (30) days’ written notice to Consultant, except that where termination is due to the fault of the Consultant, the period of notice may be such shorter time as may be determined by the Contract Officer. Upon receipt of any notice of termination, Consultant shall immediately cease all services hereunder except such as may be specifically approved by the Contract Officer. Consultant shall be entitled to compensation for all services rendered prior to the effective date of the notice of termination and for any services authorized by the Contract Officer thereafter in accordance with the Schedule of Compensation or such as may be approved by the Contract Officer, except as provided in Section 7.3. In the event of termination without cause pursuant to this Section, the City need not provide the Consultant with the opportunity to cure pursuant to Section 7.2. 7.8 Termination for Default of Party. If termination is due to the failure of the other Party to fulfill its obligations under this Agreement: (a) City may, after compliance with the provisions of Section 7.2, take over the work and prosecute the same to completion by contract or otherwise, and the Consultant shall be liable to the extent that the total cost for completion of the services required hereunder exceeds the A-18 01203.0006/897798.1 18 compensation herein stipulated (provided that the City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to the Consultant for the purpose of set-off or partial payment of the amounts owed the City as previously stated. (b) Consultant may, after compliance with the provisions of Section 7.2, terminate the Agreement upon written notice to the City‘s Contract Officer. Consultant shall be entitled to payment for all work performed up to the date of termination. 7.9 Attorneys’ Fees. If either party to this Agreement is required to initiate or defend or made a party to any action or proceeding in any way connected with this Agreement, the prevailing party in such action or proceeding, in addition to any other relief which may be granted, whether legal or equitable, shall be entitled to reasonable attorney’s fees. Attorney’s fees shall include attorney’s fees on any appeal, and in addition a party entitled to attorney’s fees shall be entitled to all other reasonable costs for investigating such action, taking depositions and discovery and all other necessary costs the court allows which are incurred in such litigation. All such fees shall be deemed to have accrued on commencement of such action and shall be enforceable whether or not such action is prosecuted to judgment. ARTICLE 8. CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION 8.1 Non-liability of City Officers and Employees. No officer or employee of the City shall be personally liable to the Consultant, or any successor in interest, in the event of any default or breach by the City or for any amount which may become due to the Consultant or to its successor, or for breach of any obligation of the terms of this Agreement. 8.2 Conflict of Interest. Consultant covenants that neither it, nor any officer or principal of its firm, has or shall acquire any interest, directly or indirectly, which would conflict in any manner with the interests of City or which would in any way hinder Consultant’s performance of services under this Agreement. Consultant further covenants that in the performance of this Agreement, no person having any such interest shall be employed by it as an officer, employee, agent or subcontractor without the express written consent of the Contract Officer. Consultant agrees to at all times avoid conflicts of interest or the appearance of any conflicts of interest with the interests of City in the performance of this Agreement. No officer or employee of the City shall have any financial interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which affects her/his financial interest or the financial interest of any corporation, partnership or association in which (s)he is, directly or indirectly, interested, in violation of any State statute or regulation. The Consultant warrants that it has not paid or given and will not pay or give any third party any money or other consideration for obtaining this Agreement. A-19 01203.0006/897798.1 19 8.3 Covenant Against Discrimination. Consultant covenants that, by and for itself, its heirs, executors, assigns, and all persons claiming under or through them, that there shall be no discrimination against or segregation of, any person or group of persons on account of race, color, creed, religion, sex, gender, sexual orientation, marital status, national origin, ancestry or other protected class in the performance of this Agreement. Consultant shall take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, color, creed, religion, sex, gender, sexual orientation, marital status, national origin, ancestry or other protected class. 8.4 Unauthorized Aliens. Consultant hereby promises and agrees to comply with all of the provisions of the Federal Immigration and Nationality Act, 8 U.S.C. § 1101 et seq., as amended, and in connection therewith, shall not employ unauthorized aliens as defined therein. Should Consultant so employ such unauthorized aliens for the performance of work and/or services covered by this Agreement, and should any liability or sanctions be imposed against City for such use of unauthorized aliens, Consultant hereby agrees to and shall reimburse City for the cost of all such liabilities or sanctions imposed, together with any and all costs, including attorneys’ fees, incurred by City. ARTICLE 9. MISCELLANEOUS PROVISIONS 9.1 Notices. Any notice, demand, request, document, consent, approval, or communication either party desires or is required to give to the other party or any other person shall be in writing and either served personally or sent by prepaid, first-class mail, in the case of the City, to the City Manager and to the attention of the Contract Officer (with her/his name and City title), City of Rancho Palos Verdes, 30940 Hawthorne Blvd., Rancho Palos Verdes, California 90275 and in the case of the Consultant, to the person(s) at the address designated on the execution page of this Agreement. Either party may change its address by notifying the other party of the change of address in writing. Notice shall be deemed communicated at the time personally delivered or in 72 (seventy two) hours from the time of mailing if mailed as provided in this section. 9.2 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply. 9.3 Counterparts. This Agreement may be executed in counterparts, each of which shall be deemed to be an original, and such counterparts shall constitute one and the same instrument. A-20 9.4 Integration; Amendment. This Agreement including the attachments hereto is the entire, complete and exclusive expresmon of the understanding of the parties. It is understood that there are no oral agreements between the parties hereto affecting this Agreement and this Agreement supersedes and cancels any and all previous negotiations, auangements, agreements and understandings, if any, between the parties, and none shall be used to interpret this Agreement No amendment to or modification of this Agreement shall be valid unless made in writing and approved by the Consultant and by the City Council. The parties agree that this requirement for written modifications cannot be waived and that any attempted waiver shall be void. 9.5 Severab.ili!!.. In the event that any one or more of the phrases, sentences, clauses, paragraphs, or sections contained in this Agreement shall be declared invalid or unenforceable by a valid judgment or decree of a court of competent jurisdiction, such invalidity or unenforceability shall not affect any of the remaining phrases, sentences, clauses, paragraphs, or sections of this Agreement which are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder unless the invalid provision is so material that its invalidity deprives either party of the basic benefit of their bargain or renders this Agreement meaningless. 9.6 Warranty & Representation of Non-Collusion. No official, officer, or employee of City has any financial interest, direct or indirect, in this Agreement, nor shall any official, officer, or employee of City participate in any decision relating to this Agreement which may affect his/her financial interest or the :financial interest of any corporation, partnership, or association in which (s)he is directly or indirectly interested, or in violation of any corporation, partnership, or association in which (s)he is directly or indirectly interested, or in violation of any State or municipal statute or regulation. The determination of "financial interest" shall be consistent with State law and shall not include interests found to be "remote" or "noninterests" pursuant to Government Code Sections 1091 or 1091.5. Consultant warrants and represents that it has not paid or given, and will not pay or give, to any third party including, but not limited to, any City official, officer, or empJoyee, any money, consideration, or other thing of value as a result or consequence of obtaining or being awarded any agreement Consultant further warrants and represents that (s)he/it has not engaged in any act(s), omission(s), or other conduct or co1Jusion that would result in the payment of any money, consideration, or other thing of value to any third party including, but not limited to, any City official, officer, or employee, as a result of consequence of obtaining or being awarded any agreement Consultant is aware of and understands that any such act( s ), omission( s) or other conduct resulting in such payment of money, consideration, or other thing of value will render this Agreement void and of no force or effect. Consultant's Authorized Initials CJ/\ ~ 01203.00061897798.l 20 A-21 01203.0006/897798.1 21 9.7 Corporate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that (i) such party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Agreement on behalf of said party, (iii) by so executing this Agreement, such party is formally bound to the provisions of this Agreement, and (iv) that entering into this Agreement does not violate any provision of any other Agreement to which said party is bound. This Agreement shall be binding upon the heirs, executors, administrators, successors and assigns of the parties. [SIGNATURES ON FOLLOWING PAGE] A-22 IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date and year first-above written. ATTEST: Teresa Takaoka, City Clerk APPROVED AS TO FORM: ALESHJRE & WYNDE~ LLP William W. Wynder, City Attorney CITY: CITY OF RANCHO PALOS VERDES, a rnunicipa] corporation David L. Bradley, Mayor CONSULT ANT: .JOHN L. HUNTER & ~OCIATES By:~ -~ Name: Cameron McCullough Title: VicePresident By: ✓" I ' A I V • ~ ., y I Ti It> 7 ) Name: Title: S Address: 6131 Orangethorpe Ave. Ste 300 Buena Parle, CA 90620 Two corporate oflker sigutares reqllired when Coualtant n a corporation, with one signatnre reqllired from each of the following groups: 1) Cbainnan oftbe ~ Pnsident or any Vace President; and l) Secretary, any Assisfw■t Secretary, Chief Finucial Officer or any Assistant Treasurer. CONSULTANT'S SIGNA11JRES SHALL BE DULY NOTARIZED, AND APPROPRIATE A~ATIONS SHALL BE INCLUDED AS MAY BE REQUIRED BY THE BYLAWS, ARTICLES OF INCORPORATION, OR OTIIEll RULES OR REGULATIONS APPLICABLE TO CONSULTANT'S BU~ ENTITY. 01203.00061897798.1 22 A-23 01203.0006/897798.1 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF LOS ANGELES On __________, 2023 before me, ________________, personally appeared ________________, proved to me on the basis of satisfactory evidence to be the person(s) whose names(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature: _____________________________________ OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT INDIVIDUAL CORPORATE OFFICER _______________________________ TITLE(S) PARTNER(S) LIMITED GENERAL ATTORNEY-IN-FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER_______________________________ ______________________________________ SIGNER IS REPRESENTING: (NAME OF PERSON(S) OR ENTITY(IES)) _____________________________________________ _____________________________________________ ___________________________________ TITLE OR TYPE OF DOCUMENT ___________________________________ NUMBER OF PAGES ___________________________________ DATE OF DOCUMENT ___________________________________ SIGNER(S) OTHER THAN NAMED ABOVE A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy or validity of that document. A-24 01203.0006/897798.1 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF LOS ANGELES On __________, 2023 before me, ________________, personally appeared ________________, proved to me on the basis of satisfactory evidence to be the person(s) whose names(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature: _____________________________________ OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT INDIVIDUAL CORPORATE OFFICER _______________________________ TITLE(S) PARTNER(S) LIMITED GENERAL ATTORNEY-IN-FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER_______________________________ ______________________________________ SIGNER IS REPRESENTING: (NAME OF PERSON(S) OR ENTITY(IES)) _____________________________________________ _____________________________________________ ___________________________________ TITLE OR TYPE OF DOCUMENT ___________________________________ NUMBER OF PAGES ___________________________________ DATE OF DOCUMENT ___________________________________ SIGNER(S) OTHER THAN NAMED ABOVE A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy or validity of that document. A-25 01203.0006/897798.1 A-1 EXHIBIT “A” SCOPE OF SERVICES I. Consultant will provide the following services: A-26 01203.0006/897798.1 A-2 A-27 01203.0006/897798.1 A-3 A-28 01203.0006/897798.1 A-4 A-29 01203.0006/897798.1 A-5 A-30 01203.0006/897798.1 A-6 A-31 01203.0006/897798.1 A-7 A-32 01203.0006/897798.1 A-8 A-33 01203.0006/897798.1 A-9 A-34 01203.0006/897798.1 B-1 EXHIBIT “B” SPECIAL REQUIREMENTS (Superseding Contract Boilerplate) Added text indicated in bold italics, deleted text indicated in strikethrough. [INTENTIONALLY LEFT BLANK] A-35 01203.0006/897798.1 C-1 EXHIBIT “C” SCHEDULE OF COMPENSATION I. Consultant shall perform the following tasks at the following rates: II. Within the budgeted amounts for each Task, and with the approval of the Contract Officer, funds may be shifted from one Task subbudget to another so long as the Contract Sum is not exceeded per Section 2.1, unless Additional Services are approved per Section 1.9. IV. The total compensation for the Services shall not exceed the Contract Sum as provided in Section 2.1 of this Agreement. A-36 01203.0006/897798.1 D-1 EXHIBIT “D SCHEDULE OF PERFORMANCE I. Consultant shall perform the Services timely at the following schedule: II. Consultant shall deliver the following tangible work products to the City by the following dates: N/A III. The Contract Officer may approve extensions for performance of the services in accordance with Section 3.2. Any further extensions require City Council approval. A-37 Page 1 of 13 City of Rancho Palos Verdes RFP- Stormwater Quality Consulting Services March 11, 2025 City of Rancho Palos Verdes Request for Proposals STORMWATER QUALITY CONSULTING SERVICES Public Works Department Attention: Vanessa Hevener, Project Manager 30940 Hawthorne Blvd, Rancho Palos Verdes, CA 90275 Phone: 310.544.5333 | Email: vhevener@rpvca.gov RFP Release Date: March 11, 2025 Request for Clarification Deadline: March 28, 2025 RFP Submittal Deadline: April 18, 2025 B-1 Page 2 of 13 City of Rancho Palos Verdes RFP- Stormwater Quality Consulting Services March 11, 2025 STORMWATER QUALITY CONSULTING SERVICES The City of Rancho Palos Verdes is requesting proposals from qualified consulting firms to perform stormwater quality consulting services. All correspondence and questions regarding this RFP should be submitted via PlanetBids or email to: Vanessa Hevener, Project Manager Email: vhevener@rpvca.gov To be considered for this project, submit an electronic copy of the proposal to PlanetBids or the above email address by 4:30PM, on April 18, 2025 B-2 Page 3 of 13 City of Rancho Palos Verdes RFP- Stormwater Quality Consulting Services March 11, 2025 TABLE OF CONTENTS I. Introduction Page 4 II. Project Objective Page 4 III. Project Description and Background Page 4 IV. Scope of Services Page 5 V. Preliminary Project Schedule Page 8 VI. Necessary Qualifications and Submittal Requirements Page 9 VII. Submission of Proposal Page 11 VIII. Evaluation and Selection Process Page 11 IX. Attachments Attachment A – Sample Professional Services Agreement B-3 Page 4 of 13 City of Rancho Palos Verdes RFP- Stormwater Quality Consulting Services March 11, 2025 I. INTRODUCTION The City of Rancho Palos Verdes (City) is a scenic, upscale, residential coastal community, with a population of approximately 42,000, located on the Palos Verdes Peninsula of southwestern Los Angeles County. The City is a contract city, meaning that some services are provided by contract with agencies (both public and private) and some services are delivered by the City’s own employees. City Government: Rancho Palos Verdes is a General Law City and has operated under the Council-Manager form of government since its incorporation in 1973. Policy-making and legislative authority are vested in the governing City Council, which consists of five Council Members, including the Mayor and Mayor Pro-Tem. The City is fiscally sound and functions on an annual budget cycle. The purpose of this document is to provide proposers with the information needed to submit a proposal for review by the City and, if selected, enter into a Professional Service Agreement with the City. Enclosed is a sample Professional Services Agreement for proposers’ review. II. PROJECT OBJECTIVE The City is requesting proposals from qualified consulting firms to perform professional stormwater quality consulting services. The selected firm shall provide Municipal National Pollutant Discharge Elimination System (NPDES) Program Services, administer City Control Programs, manage RPV’s Watershed Management Plan (WMP) Implementation and management, Coordinated Integrated Monitoring Plan (CIMP) oversight and reporting, and manage NPDES Program funding for the City. The firm shall also work in conjunction with other agencies in the Peninsula to provide NPDES Program Administration, administer City’s Share of Peninsula’s WMP Services, and provide CIMP Implementation Services for a three year term from FY 2025-26 to FY 2028-29, with the option of a three-year extension based on mutual consent. III. PROJECT DESCRIPTION AND BACKGROUND In response to Order R4-2021-0105, NPDES Permit No. CAS004004, the City of Rancho Palos Verdes is required to implement a variety of programs intended to protect the beneficial uses of the receiving waters by reducing the discharge of pollutants from entering the storm drain systems to the maximum extent practicable. Following the adoption of the 2012 MS4 Permit, the Cities of Rancho Palos Verdes, Palos Verdes Estates, Rolling Hills Estates, along with the County of Los Angeles (Unincorporated County), and Los Angeles County Flood Control District (LACFCD), collectively referred to as the Peninsula Watershed Management Group (WMG), began to collaborate on the B-4 Page 5 of 13 City of Rancho Palos Verdes RFP- Stormwater Quality Consulting Services March 11, 2025 initial development of an Enhanced Watershed Management Program (EWMP) to implement the requirements of the MS4 Permit on a watershed scale and address the water quality priorities for the Palos Verdes Peninsula watersheds. In 2016, the Regional Board approved the Peninsula WMG. Subsequently in 2019, the City of Rolling Hills Estates elected to join the Peninsula WMG. The City of Rancho Palos Verdes is the lead agency for the Peninsula WMG. IV. SCOPE OF SERVICES The City is accepting proposals to perform stormwater quality consulting services including implementation of NPDES Permit requirements, management of the CIMP, and implementation of the WMP in conjunction with other agencies in the Peninsula WMG. SCOPE OF WORK Consultant shall coordinate, develop, provide, and/or administer the following: City-Specific Services: 1. Provide Municipal NPDES Program Services: a. Provide project and program status updates; b. Assist in developing program cost estimates and cost share agreements, when requested; c. Represent the City in meetings/correspondence with program stakeholders when requested; d. Assess program compliance and recommend actions. Review and comment on program documents; e. Assist in preparing new program documents; f. Share technical program information and expertise with City staff; g. Assist in planning and implementing compliance studies as needed; h. Prepare the Individual and Watershed Annual Reports; Measure W Progress Reports and Annual Plans i. Develop, operate, and maintain a new accessible online database of Program records; j. Assist with other Municipal NPDES services as needed. 2. Administer City Control Programs: a. Develop and provide Municipal NPDES training for city staff as applicable; b. Assist in developing and implementing pollutant control projects and programs not identified in this scope of services, as requested; c. Update records for pollutant-generating facilities with available information; d. Administer Planning and Development Programs: i. Inspect facilities for BMP implementation. Assist in selecting BMPs; ii. Update Low Impact Development (LID) BMP records with available program information; iii. Review LIDs and related documents; B-5 Page 6 of 13 City of Rancho Palos Verdes RFP- Stormwater Quality Consulting Services March 11, 2025 iv. Verify BMP installation/O&M, issue enforcement, as needed; v. Update site records with available Program inventory information; vi. Review SWPPPs and ESCPs for BMP implementation, as needed; e. Schedule/conduct Clean Bay Restaurants (CBR) Program, BMP inspections, illicit discharge investigations, follow-up, issue enforcement notices; f. Attend events and assist with City community events such as Whale of a Day and 4th of July to promote pollution prevention. Provide and distribute educational materials at these events; g. Update and develop educational materials and content, as needed; h. Coordinate with City staff, report on progress, and QA/QC deliverables. 3. Assist with NPDES Program Funding: Provide updates, prepare applications, and assist in developing and administering program estimates for fees, as requested. 4. Provide continuous flow monitoring services at two Los Angeles Harbor-Cabrillo Marina outfall locations to determine if the canyons effectively retain the 85th percentile, 24-hour storm event. Services in Conjunction with Peninsula Water Management Group: 1. Provide NPDES Program Administration: Including compliance planning and reporting: a. Provide program status updates include regulatory updates and stakeholder group updates; b. Conduct and/or attend interagency meetings including those held by Watershed Management Groups and the LA Permit Group, the County of LA, training workshops, and the Regional Board. Report to City on content; c. Administer Programs assessed under the Municipal NPDES Program, which include (provisions related to) Monitoring and Reporting, Minimum Control Measures, Watershed Management, TMDLs, and statewide pollutant provisions (e.g., trash). 2. Administer City’s Share of Peninsula WMG WMP Services: a. Schedule monthly meetings, prepare agendas, meeting minutes, and presentations; b. Attend South Santa Monica Bay Watershed Steering Committee meetings to represent the PVP WMG; c. Coordinate other updated PVP WMG Agency information and input into the PVP WMG Reasonable Assurance Analysis (RAA) model and WMP; d. Revise the updated PVP WMP RAA model and WMP, as required; e. Coordinate the pursuit of TMDL compliance, TMDL reconsideration, and Regional Projects with agencies within and outside of the PVP WMG on an on-going, as needed basis; f. Develop and deliver distinct training modules for Construction and Public B-6 Page 7 of 13 City of Rancho Palos Verdes RFP- Stormwater Quality Consulting Services March 11, 2025 Agency Activities for all PVP WMG agencies, customized for each agency, to be delivered on 2 separate occasions so that City staff/contractors have two choices of dates for training; g. Draft and finalize Report of Water Discharge (ROWD) based on Watershed and Individual annual reports including CIMP Integrated Monitoring Compliance Report; h. Prepare an evaluation of the WMP every two years, adapting the WMP to become more effective per the requirements of the MS4 Permit. Modifications to the WMP will be implemented per the approved MS4 by the Regional Water Board; i. Coordinate with other Peninsula WMP agencies to implement joint activities on an on-going, as needed basis; j. Review shared WMP scope of work deliverable produced by other agencies party to the WMP, or their consultants, and provide comments on an on- going, as needed basis; k. Coordinate with City staff, report on progress, and QA/QC deliverables. 3. CIMP Implementation MOU Services: a. Conduct Non-Stormwater Outfall Screening Program as needed, including Source ID Investigation and Source ID Reporting; investigate the prioritized outfalls with significant non-stormwater discharge for source identification and/or prepare a report of the results of the source identification investigation; b. Review and edit the Integrated Monitoring Compliance Report (IMCR) annually per the requirements of the MS4 Permit; c. Coordinate and facilitate communication amongst the City, the PVP WMG, and the monitoring consultants. Provide assistance with monitoring contracts; d. Coordinate with PVP WMG, report on progress, and QA/QC deliverables. Consultant shall complete other tasks deemed necessary for the accomplishment of a complete and comprehensive outcome as described in the project objective. Consultant shall expand on the above-noted tasks, where appropriate, and provide suggestions which might lead to efficiencies and enhance the results or usefulness of the work. Deliverables As part of the Services, Consultant will prepare and deliver the following tangible work products to the City. City-Specific Deliverables: 1. Monthly Project/program status updates; 2. Program cost estimates and cost share agreements; 3. Program compliance assessment reports, with recommended actions. 4. New program documents; B-7 Page 8 of 13 City of Rancho Palos Verdes RFP- Stormwater Quality Consulting Services March 11, 2025 5. MS4 Permit Quarterly and Annual Report; 6. Quarterly Newsletters; 7. Prepare applications and cost estimates for NPDES Program; 8. Provide Municipal NPDES training material and modules for City Staff at the time of training; 9. Provide template documents and BMP fact sheets at time of training; 10. BMP Installation/O&M enforcement notices; 11. Industrial/commercial and CBR program inspection reports, and violation notices within one month of inspection/violation; 12. Illicit discharge detection investigation reports and violation notices within one month of investigation; 13. Provide updated Public Outreach education materials; 14. Memo for Reviewed and approved LID Plans and SWPPPs; 15. QA/QC project planning and coordination memorandums 16. Construction program inspection reports and violation notices within one month of inspection/violation; Deliverables in Conjunction with Peninsula Water Management Group: 1. Project/program status updates; including regulatory and stakeholder group updates. 2. Provide Watershed meeting agendas 1 day prior to meeting; 3. Provide Interagency NPDES/PVP WMG meeting summaries within 10 working days of meeting; 4. Updated PVP WMP RAA Model. 5. Provide Municipal training material and modules for Construction and Public Agency Activities at the time of training; 6. Provide Evaluation Report of the WMP (Adaptive Management) every two years; 7. Revised ROWD report; 8. Revised IMCR Report annually. 9. Develop Non-Stormwater Source ID Report; 10. Develop NPDES Educational Material. City staff may request that check-sets or working versions of documents be submitted for ongoing routine review. City staff will review all deliverables, including preparatory or record materials for service deliverables, and provide comments. Consultant is required to revise draft deliverables to address City staffs’ comments. V. PRELIMINARY PROJECT SCHEDULE A. RFP Schedule The following is the anticipated schedule for the RFP process: Request for Proposal available March 11, 2025 Request for Clarification due March 28, 2025 B-8 Page 9 of 13 City of Rancho Palos Verdes RFP- Stormwater Quality Consulting Services March 11, 2025 Proposals due April 18, 2025 Firm Interviews (if necessary) May 5, 2025 Anticipated Notice of Award May 20, 2025 B. Anticipated Project Schedule Draft MS4 Permit Annual Report November of each year Newsletters Quarterly Reports & Violation notices One month after investigation Reviewed LID Plans and SWPPPs 10 business days after initial submittal NPDES/WMG Working Group meeting & summaries Monthly Please note that this schedule is preliminary. It is included to provide the Consultant with a sense of the expected timeline for the Scope of Service and emphasize the urgent nature of the work and the City’s expectation that the Scope of Services will be completed as quickly as possible. The ideal Consultant candidate will have available resources and personnel, either in-house or under subcontract, to ensure the completion of the Scope of Services at the earliest possible time. VI. NECESSARY QUALIFICATIONS AND SUBMITTAL REQUIREMENTS 1. Only one proposal per firm will be considered. 2. The submittal should be as brief as possible while adequately describing the qualifications of the firm. The submittal shall be sent as a PDF via PlanetBids or email to Vanessa Hevener, Project Manager at vhevener@rpvca.gov. Please limit the proposal to 25 pages (11”x17” pages count as two pages) excluding Cover Letter and resumes. 3. The proposing firm shall submit the following information with the package, including the same information for subconsultants, in the following format: a) Cover Letter: Provide the name, address, and phone number of the firm; the present staff (size, classification, credentials); the primary contact’s name, phone number, and email address; any qualifying statements or comments regarding the proposal; and identification of any sub-consultants and their responsibilities. Identify the firm’s type of organization (individual, partnership, corporation), including names and contact information for all officers, and proof that the organization is currently in good standing. The signed letter should also include a paragraph stating that the firm is unaware of any conflict of interest in performing the proposed work. B-9 Page 10 of 13 City of Rancho Palos Verdes RFP- Stormwater Quality Consulting Services March 11, 2025 b) Approach to Scope of Services: Re-state the Scope of Services with any additions, expansions, clarifications, or modifications that the firm proposes in order to provide the services and produce the deliverables contained in this RFP. Describe how completing the Scope of Services will be approached and any cost-saving or value-adding strategies or innovations the firm will bring to the project. c) Organization and Staffing: Identify the person who will be the Project Manager and primary contact person responsible for the overall delivery of the project. Provide an organizational chart of the project team that clearly delineates communication and reporting relationships among the project staff and among the sub-consultants involved in the project. Identify key personnel to perform work in the various tasks and include major areas of subcontracted work. Indicate the expected contributions of each staff member in time as a percentage of the total effort. Specifically show the availability of staff to provide the necessary resource levels to meet the City’s needs. Indicate that the Project Manager and key staff will remain assigned to this project through completion of the Scope of Services. d) Staff Qualifications and Experience: Describe qualifications of the assigned staff and sub-contractors including relevant technical experience. Staff assigned to complete the Scope of Services must have previous experience in providing the necessary services as described under the Scope of Services. A registered Professional Engineer must be the Project Manager. Description of Consultant’s experience should include: • Prior Experience: Demonstrate that the firm has significant experience providing services similar to those described under the Scope of Services. • Staff Qualifications: Provide resumes for the Project Manager and any other key staff members to be assigned to contribute to the Scope of Services, with an emphasis on similar services which they provided to other agencies. • Reference Projects: Include at least three projects with similar scope of services performed by the project team within the past three years and indicate the specific responsibilities of each team member on the reference project. Provide contact information for each client. e) Project Schedule: Provide a detailed critical-path-method schedule for completion of the tasks and sub-tasks required to accomplish the scope of work. Note all deliverables and interim milestones on the schedule. B-10 Page 11 of 13 City of Rancho Palos Verdes RFP- Stormwater Quality Consulting Services March 11, 2025 f) Quality Control Plan: Describe the quality control procedures and associated staff responsibilities which will ensure that the deliverables will meet the City’s needs. g) Acceptance of Conditions: State the offering firm’s acceptance of all conditions listed in the Request for Proposal (RFP) document and Sample Professional Services Agreement (Attachment A). Any exceptions or suggested changes to the RFP or Professional Services Agreement (PSA), including the suggested change, the reasons therefore and the impact it may have on cost or other considerations on the firm’s behalf must be stated in the proposal. Unless specifically noted by the firm, the City will rely on the proposal being in compliance with all aspects of the RFP and in agreement with all provisions of the PSA. VII. Submission of Proposal A. Requests for Clarification Requests for clarification of the information contained herein shall be submitted in writing prior to 4:30 pm on March 28, 2025 via email to vhevener@rpvca.gov or PlanetBids. Responses to any clarification question will be by email or on PlanetBids. B. Confirmation Email The proposal shall be submitted via PlanetBids by the time stipulated in the RFP. It is the proposing firm’s sole responsibility to see that the proposal is successfully submitted on PlanetBids or the proposing firm shall request an email confirmation that the proposal was received and retain the email as a record. If an email confirmation is not received, the proposing firm shall correspond with the City until a confirmation is received. VIII. EVALUATIONS AND SELECTION PROCESS 1. Proposals Will be Evaluated Based on the Following Criteria: a) Approach to Scope of Services (20%) • Understanding of the Scope of Services as demonstrated by the thoroughness of the proposal, introduction of cost-saving or value-adding strategies or innovations (including those applying to overall project schedule), and an overall approach most likely to result in the desired outcome for the City. b) Proposal Schedule (10%) • Ability to complete the work in the shortest schedule possible B-11 Page 12 of 13 City of Rancho Palos Verdes RFP- Stormwater Quality Consulting Services March 11, 2025 c) Staff Qualifications and Experience (40%) • Relevance of experience of the proposing firm (to provide support resources to the project team) • Relevance of experience and strength of qualifications of the Project Manager • Relevance of experience and strength of qualifications of the key personnel performing the work • Relevance of referenced projects and client review of performance during those projects d) Organization and Staffing (20%) • Availability of key staff to perform the services throughout the duration of the project • Assignment of appropriate staff in the right numbers to perform the Scope of Services • Appropriate communication and reporting relationships to meet the City’s needs e) Quality Control (10%) • Adequate immediate supervision and review of staff performing the work as well as appropriate independent peer review of the work by qualified technical staff not otherwise involved in the project. 2. Selection Process An evaluation panel will review all proposals submitted and select the top proposals. These top firms may then be invited to make a (virtual) presentation to the evaluation panel, at no costs to the City. The panel will select the proposal, if any, which best fulfills the City’s requirements. The City will then further refine the scope and schedule with that firm and request a fixed cost fee proposal. The City will negotiate the fee with that firm. The City reserves the right to negotiate special requirements and proposed service levels using the selected proposal as a basis. If the City is unable to negotiate an agreeable fee for services with top firm, the City will negotiate with the next firm chosen among the top firms. 3. Award Notification The City will notify all proposers in writing of the outcome of the selection process and intent to award. This RFP does not commit the City to award an agreement, nor pay any costs incurred in the preparation and submission of the proposal in anticipation of an agreement. The City reserves the right to reject any or all proposals, or any part thereof, to waive any formalities or informalities, and to award the agreement to the proposer deemed to be in the best interest of the City and the Department. 4. Award of Agreement B-12 Page 13 of 13 City of Rancho Palos Verdes RFP- Stormwater Quality Consulting Services March 11, 2025 The selected firm shall be required to enter into a written agreement (see sample City agreement in Attachment A) with the City, in a form approved by the City Attorney, to perform the Scope of Services. This RFP and the proposal, or any part thereof, may be incorporated into and made a part of the final agreement; however, the City reserves the right to further negotiate the terms and conditions of the agreement with the selected consultant. The agreement will, in any event, include a maximum "fixed cost" to the City. B-13 April 18, 2025 City of Rancho Palos Verdes Public Works Department Attention: Vanessa Hevener, Project Manager 30940 Hawthorne Blvd Rancho Palos Verdes, CA 90275 Subject: Proposal for Stormwater Quality Consulting Services John L. Hunter & Associates (JLHA) welcomes the opportunity to continue providing our professional consulting services and is pleased to submit this proposal in response to the City of Rancho Palos Verdes Request for Proposals for Stormwater Quality Consulting Services. Geosyntec and NV5 will both serve as a subcontractor to assist with the Scope of Services. We are confident in our ability to provide exceptional services to the City. Established in 1985, JLHA is an environmental consulting corporation specializing in assisting municipalities with water quality and conservation programs. Our extensive experience includes the implementation of Municipal NPDES water quality programs for 48 cities throughout Southern California. We specialize in assisting cities implement water quality and conservation programs. This includes NPDES/pollution prevention, watershed management, sewer spill prevention, water conservation, and recycling. Services include administration, planning, reporting, and funding, as well as inspections, engineering, monitoring, public education, and training. Detailed qualifications and experience are provided within this proposal package. JLHA consists of 17 full-time staff and 4 part-time staff. This includes one principal, two directors, three managers, four senior technical specialists, ten technical specialists, and two business administrators. Six of our staff provide project management services, four provide engineering services, and ten provide field inspection services. All staff operate out of our office at 6131 Orangethorpe Ave, Suite 300, in Buena Park, California. Staff credentials include certified professionals in engineering, stormwater quality, BMP (Best Management Practice) inspection, erosion control, SWPPP development and implementation, and environmental assessment. The following table lists specialized credentials held by our staff. Credential Credential Task PE Professional Engineer CPSWQ Certified Professional in Stormwater Quality CPESC Certified Professional in Erosion and Sediment Control CESSWI Certified Erosion, Sediment and Stormwater Inspector QSD/P Qualified SWPPP Developer and Practitioner (Construction) QISP Qualified Industrial Stormwater Practitioner CGP ToR Trainer of Record for the NPDES Construction General Permit IGP ToR Trainer of Record for the NPDES Industrial General Permit C-1 The designated primary contact for this proposal and the responsible party for day-to-day management of these services is: Michelle Staffield, Project Manager John L. Hunter & Associates, Inc. 6131 Orangethorpe Ave, Suite 300, Buena Park, CA 90620 562.802.4890 | mstaffield@jlha.net Names and contact information for all officers is listed below: John Hunter, President| 310.344.8650 | jhunter@jlha.net Cameron McCullough, Vice-President | 562.726.4259 | cmccullough@jlha.net Jillian Brickey, Secretary| 562.623.5081| jbrickey@jlha.net Our company is currently in good standing. We continue to experience exceptional growth while maintaining strong financial performance. The company is well-positioned to maintain its growth due to the management team’s significant experience in environmental consulting, an excellent reputation in the industry, and our ability to provide a wide scope of services. Currently, there are no conditions (e.g., bankruptcy, pending litigation, planned office closures, impending merger, etc.) that would impede our ability to provide these services. Neither JLHA nor any officer of the firm has: • Been convicted or indicted within the last three years of alleged fraud, bribery, collusion, conspiracy, or violation of state or federal antitrust law. • Been adjudicated or determined by any federal, state, or local agency to have violated any provision of law relating to equal opportunity or fair employment. • Been terminated of an agreement for convenience or for cause. • Received disciplinary action in the last five (5) years as a Consultant or by any governmental agency. There is no conflict of interest, nor do we anticipate any, in order to fulfill the scope of services. All information submitted with the proposal is considered true and correct. Please do not hesitate to contact us if you require any further information or have any questions. Sincerely, Michelle Staffield Project Manager C-2 Stormwater Quality Consulting Services DATE OF PROPOSAL SUBMITTAL: 2025.04.18 Prepared for: City of Rancho Palos Verdes Public Works Department Attention: Vanessa Hevener, Project Manager 30940 Hawthorne Blvd Rancho Palos Verdes, CA 90275 Prepared by: John L. Hunter & Associates 6131 Orangethorpe Ave #300 Buena Park, CA 90620 Michelle Staffield John Hunter Project Manager Principal in Charge mstaffield@jlha.net jhunter@jlha.net 562.802.4890 310.344.8650 C-3 Proposal for Stormwater Quality Consulting Services April 18, 2025 P a g e i Table of Contents 1. Approach to Scope of Services .......................................................................................................... 1 2. Organization and Staffing ............................................................................................................... 10 2.1. Project Manager .............................................................................................................................. 10 2.2. Project Team .................................................................................................................................... 10 2.3. Subcontracted Services ................................................................................................................... 10 2.4. Statement of Availability ................................................................................................................. 10 3. Staff Qualifications and Experience ................................................................................................ 13 3.1. Prior Experience .............................................................................................................................. 13 3.2. Staff Qualifications .......................................................................................................................... 15 3.3. Reference Projects ........................................................................................................................... 16 4. Project Schedule ............................................................................................................................. 17 5. Quality Control Plan ........................................................................................................................ 20 6. Acceptance of Conditions ............................................................................................................... 20 7. Hourly Fee Schedule ....................................................................................................................... 21 7.1. JLHA Standard Rate Schedule ........................................................................................................ 21 7.2. Geosyntec Standard Rate Schedule ............................................................................................... 21 7.3. NV5 Standard Rate Schedule ......................................................................................................... 22 Appendix A: JLHA Resumes ......................................................................................................................... A1 Appendix B: Geosyntec Resumes ................................................................................................................ B1 Appendix C: NV5 Resumes .......................................................................................................................... C1 C-4 Proposal for Stormwater Quality Consulting Services April 18, 2025 P a g e 1 1. Approach to Scope of Services Our firm specializes in providing NPDES Program services to municipal clients. This experience, combined with our longstanding support and familiarity with the City’s NPDES Program, WMP, and operational needs, defines the general approach we take in providing the stormwater quality consulting services requested in the City’s RFP. This includes incorporating cost-saving and value-adding measures. For example, since we provide NPDES and WMP services to many cities in LA County, we incorporate an economy of scale into our costs for interagency meetings, City representation, technical assistance, planning, and reporting. For the specific approach our Project Team will take to the tasks under the RFP scope of services, see Tables 1 and 2 on the following pages. Tables 1 and 2 also restate the RFP scope of services that we will be providing. Table 1. Scope of Services and Approach for City-Specific Services RFP Task Description and Approach TASK 1 Provide Municipal NPDES Program Services a. Program updates Provide project and program status updates. We understand that our clients prefer updates and reports that are clear, concise, and focused on action items and key points. Our approach is to provide project and program status updates using the frequencies and methods preferred by City staff. We can provide this service through in-person meetings, video conferences, phone calls, emails, and texting. b. Budgeting Assist in developing program cost estimates and cost share agreements, when requested. Our approach is to provide this service following the approach described in our project and program status updates (RFP SOW 1.a). c. Interagency planning Represent the City in meetings/correspondence with program stakeholders when requested. Our approach is to represent the City: 1) at relevant area-wide NPDES meetings, 2) in interactions and negotiations with regulating agencies, non- governmental agencies, and the public, 3) in compliance audits, and 4) in responding to enforcement actions when requested. Meeting summaries will be prepared for City review. Any action items required by the City as a result of the meetings will be conveyed via email or phone call. Note that we work for cities in the same MS4 Permit Watershed Management Area and SCWP Watershed Area Steering Committee (Compton, Hawthorne, Hermosa Beach, Inglewood, Lomita, West Hollywood), which will allow for sharing costs for applicable meetings. d. Program assessment Assess program compliance and recommend actions. Review and comment on program documents. Our approach is to provide this service following the approach described in our project and program status updates (RFP SOW 1.a). e. Program development Assist in preparing new program documents. Our approach is to prepare documents that focus on clarity and utility. Over the years we have modified many of our template NPDES program documents in order to make them more efficient and useful. We can modify our existing documents for City use, or we can develop new documents at the request of the City. f. Technical assistance Share technical program information and expertise with City staff. Our approach is to provide this service following the approach described in our project and program status updates (RFP SOW 1.a) and assess program compliance and recommend actions (RFP SOW 1.d). g. Compliance studies Assist in planning and implementing compliance studies as needed. C-5 Proposal for Stormwater Quality Consulting Services April 18, 2025 P a g e 2 Table 1. Scope of Services and Approach for City-Specific Services RFP Task Description and Approach h. Compliance reporting Prepare the Individual and Watershed Annual Reports; Measure W Progress Reports and Annual Plans. Our Individual and Watershed Annual Reports approach is to first complete as much of the report as possible with the City’s available data. For the remaining data we will develop information request forms and provide them to applicable City staff. We will then review the completed forms with City staff and incorporate comments into the Draft Watershed Annual and Bi-Annual Progress Reports. We will update the County’s WRAMPS2.ORG database and incorporate volumetric managements results into the Draft Annual and Bi-Annual Progress Reports. Based on available data we will prepare responses to program status and assessment elements of the Draft Annual Report. We are available to submit the Individual Annual and Bi-Annual Progress Reports prior to the final deadlines, June 15th and December 15th. Meeting the deadline is dependent upon receiving timely responses from the City. Although we will endeavor to prepare Reports that comply with the requirements of the LA Water Board, their assessment of the Reports in terms of MS4 NPDES Permit compliance depends on the information provided by the City. Our Measure W approach is to request Annual Plan and Annual Expenditure Report information from City staff. We will review the responses with City staff and incorporate comments into a Draft Annual Plan and Draft Annual Expenditure Report. Our comments will include identifying and providing solutions to any issues that could result in noncompliance with the District's Fund Transfer Agreement. We will update the SCWP Reporting Module database and based on available data we will prepare responses to program status and assessment elements of the Draft Annual Plan and Annual Expenditure Report. We will submit the Annual Plan and Annual Expenditure Report prior to the final deadline due April 1st and December 31st, respectively. i. Record keeping Develop, operate, and maintain a new accessible online database of Program records. Our approach is to store all service-related documents on a secured Google Drive account and all inspection-related records on a secured Google Cloud account using a dedicated and customized application driven by Google's AppSheet. All records will be secured and accessible to City staff online. j. Related services Assist with other Municipal NPDES services as needed. TASK 2 Administer City Control Programs Note: RFP SOW 2.b-e activities include corresponding with site operators and updating site records regularly. a. Training presentation Develop and provide Municipal NPDES training for city staff as applicable. Our approach is to work with the City to provide training to new and current staff. This may include Code Enforcement staff; Public Works O&M staff; plan reviewers, planners, building officials, inspectors, permit techs, and engineers. Note that we have already prepared generalized training materials, so preparation expenses for training are minimized. Our approach to staff training is to provide key personnel with the essential elements of the MS4 Permit relevant to their job. We emphasize the internal staff process and specific job responsibilities. Although we have excellent training materials, including a dedicated training portal, we emphasize Q&A with City staff. We also provide slide presentations, key program forms, templates, and documentation. C-6 Proposal for Stormwater Quality Consulting Services April 18, 2025 P a g e 3 Table 1. Scope of Services and Approach for City-Specific Services RFP Task Description and Approach Municipal Projects and Programs b. Development and implementation Assist in developing and implementing pollutant control projects and programs not identified in this scope of services, as requested. c. Tracking Update records for pollutant-generating facilities with available information. Our approach is to identify and track facilities using existing resources such as city records and facility records. d.i Inspections Inspect facilities for BMP implementation. Assist in selecting BMPs. Our approach is to: 1) inspect facility layout to locate the stormwater drainage path, storage areas, process areas, and heavy equipment wash and maintenance areas, as applicable, 2) determine the facility’s impact on stormwater quality through proper BMP implementation and illicit discharge elimination, 3) and complete an inspection report. Administer Planning and Development Programs: New Development d.ii Tracking Update LID BMP records with available program information. d.iii Reviewing Review LID Plan reports and related documents. Our approach is to: 1) review LID Plans, 2) verify conformance with the criteria of 2021 MS4 Permit Part VIII.F, 3) provide correction sheets to indicate corrections required to achieve conformance, 4) meet and correspond with project applicants and engineers, and 5) approve plans. d.iv Inspecting/enforcing Verify BMP installation/O&M, issue enforcement, as needed. Our approach is to: verify the proper construction and installation of BMPs, and proper operation and maintenance of BMPs, respectively. We will be available to conduct inspections upon receiving notice from the city to inspect and availability of records and plans. Follow- up activities will be conducted at non-compliant projects. This includes activities related to the detection of BMPs that are improperly constructed, installed, or maintained. This will also include follow-up inspections, corresponding with the LID BMP owner/operator, and issuing enforcement actions. Existing LID sites can also be notified of maintenance requirements via notification letters and correspondence with owners and operators of LID BMPs. We will update LID BMP records upon receiving and availability of records and plans from the City. Administer Planning and Development Programs: Construction (For sites that disturb ≥ 1 acre. As needed for sites that disturb <1 acre.) d.i Inspections (Construction) Inspect facilities for BMP implementation. Assist in selecting BMPs. Our approach is to: 1) determine the construction site’s impact on stormwater quality through proper BMP implementation and illicit discharge elimination, 2) complete an inspection form, 3) correspond with site operators, 4) discuss corrective actions required, and 5) provide program education as needed. During routine inspections we will determine the need for corrective actions and set up a follow-up inspection date within 4 weeks. For egregious or repeated cases of noncompliance, enforcement notices will be prepared following the city ordinances and NPDES Permit’s progressive enforcement requirements. If noncompliance persists, we will work with City enforcement staff to resolve the issue. d.v Tracking Update site records with available Program inventory information. Our approach is to update construction inventory records upon receiving and availability of records from the City. We can also track enrollment on the State Water Resource Control Board’s SMARTS website. C-7 Proposal for Stormwater Quality Consulting Services April 18, 2025 P a g e 4 Table 1. Scope of Services and Approach for City-Specific Services RFP Task Description and Approach d.vi Reviewing Review SWPPPs and ESCPs for BMP implementation, as needed. Our approach is to: have a JLHA staff Qualified SWPPP Developer (QSD) review and follow a checklist based on MS4 permit requirements. Standard turn-around time for review is two weeks. Industrial/Commercial Facilities c. Tracking Update records for pollutant-generating facilities with available information. Our approach is to: identify and track facilities using existing resources such as business license lists. Educating Distribute, develop, and purchase educational material, as needed. e. Inspecting/enforcing Schedule/conduct Clean Bay Restaurants (CBR) Program, BMP inspections… follow- up, issue enforcement notices. Our approach is to: 1) annually inspect facility layout to locate the stormwater drainage path, storage areas, process areas, and heavy equipment wash and maintenance areas, as applicable, 2) determine the facility’s impact on stormwater quality through proper BMP implementation and illicit discharge elimination, 3) verify industrial classification, 4) and complete an inspection report. During routine inspections we will determine the need for corrective actions and set up follow-up dates. Follow-up activities will follow the MS4 Permit progressive enforcement procedures. For egregious or repeated cases of noncompliance, we will assist in preparing enforcement notices. If noncompliance persists, we can work with City enforcement staff to resolve the issue. Note that CBR Inspections Program are conducted at food services facilities and evaluated based on CBR Program criteria previously set by The Bay Foundation, that could be modified if desired by the City at any time. Illicit Discharge Investigations e. Investigating/enforcing Conduct… illicit discharge investigations, follow-up, issue enforcement notices. Complaints received or violations observed will be investigated within the timeframes provided in the MS4 Permit. Within normal working hours, inspection staff will be available to respond to complaints within two hours. Our approach is to conduct field investigations, correspond with responsible parties and complainants, discuss corrective actions required, provide program education as-needed, and prepare reports. Enforcement actions will be undertaken following procedures provided in the MS4 Permit. We will conduct follow-up investigations to verify elimination of illicit discharges. For egregious or repeated cases of noncompliance, enforcement notices will be prepared following city ordinances and the MS4 Permit requirements. Notices will be sent out only after City approval. If noncompliance persists, we will work with City enforcement staff to resolve the issue. Public Outreach f. Events Attend events and assist with City community events such as Whale of a Day and 4th of July to promote pollution prevention. Our approach is to attend the chosen event(s) and educate the public in stormwater pollution through discussion, demonstrations, and material distribution. We are available to look for opportunities to participate and promote at city community events. C-8 Proposal for Stormwater Quality Consulting Services April 18, 2025 P a g e 5 Table 1. Scope of Services and Approach for City-Specific Services RFP Task Description and Approach f. Material distribution Provide and distribute educational materials at these events. Our approach is to provide and distribute educational materials at City community events and commercial points of purchase (POP). POP locations include automotive, home improvement, gardening, and pet/feed stores locations. We would visit select stores and provide brochures specific to these industries to be displayed for distribution. The program would be implemented once per reporting year. g. Material development Update and develop educational materials and content, as needed. We provide this service to 40 clients in LA and Orange County. Through this work we prepared multi- lingual press releases, materials, and content that address the pollution prevention topics listed in the MS4 Permit. These materials will be available to the city. Our approach is to develop public outreach/education at the City’s request which can be made in multiple languages, including Spanish and Chinese. We can also provide updates to the City’s website, addressing new topics as needed such as 2021 MS4 Permit requirements and SCWP reporting and public participation. Additional types of materials and content provided upon request include but are not limited to brochures, posters, articles, social media posts, websites, children’s booklets, and labeled tote bags and doggy bag dispensers. We can Applicable to All Tasks h. Project Management Coordinate with City staff, report on progress, and QA/QC deliverables. To effectively coordinate with all project staff, our approach is to establish clear communication channels and conduct regular meetings, as detailed in our program status updates (RFP SOW 1.a). These updates will report progress by tracking both technical milestones and budget/schedule adherence. JLHA ensures the highest quality standards through dedicated supervisory review of the Project Team's work product by the Project Manager, Leads, and Principal-in-Charge, ensuring accuracy, completeness, and adherence to best practices. This integrated approach results in seamless collaboration, transparent progress updates, and superior service to the City. TASK 3 Program Funding Funding programs Provide updates, prepare applications, and assist in administration, as needed. We regularly assist cities and watershed groups with stormwater funding, including identifying projects and assisting with applications for SCWP, Prop 1, Prop 68, Prop 84, and OCTA M2. Our approach is to attend applicable grant and other funding meetings and workshops, and inform the City of funding opportunities related to NPDES. Should the City decide to apply for a grant application, we are available to prepare draft documents with sufficient time for city review and comment prior to final submittal. We are also available to assist in administering grant agreements, including compliance with grant requirements, preparation, and submission of supporting grant documents and coordination. Fees Assist in developing and administering Program estimates for fees, as needed. C-9 Proposal for Stormwater Quality Consulting Services April 18, 2025 P a g e 6 Table 1. Scope of Services and Approach for City-Specific Services RFP Task Description and Approach TASK 4 Monitoring Note: RFP SOW 4 includes activities conducted by both JLHA and NV5 (subcontractor). Outfall Flow Monitoring Provide continuous flow monitoring services at two Los Angeles Harbor-Cabrillo Marina outfall locations to determine if the canyons effectively retain the 85 th percentile, 24-hour storm event. Our approach is to: coordinate with NV5 (subcontractor).to install and maintain flow monitoring equipment at the two LAH- CM outfall locations (which evaluate Averill Canyon and San Pedro Canyon) to continuously log flow measurements at 5-minute intervals for the duration of the deployment period. Flow rates will be measured in accordance with the NPDES Storm Water Sampling Guidance Document (EPA-833-B-92-001) and the flow monitoring equipment will be maintained throughout the deployment to ensure functionality. NV5 will prepare a technical memorandum summarizing the results of the continuous flow monitoring and will include an analysis of the observed flow measurements compared with the observed rainfall, with a focus on observed flow volumes for storm events less than or equal to the 85th percentile, 24-hour storm event. Table 2. Scope of Services and Approach for Services in Conjunction with Peninsula WMP RFP Task Description and Approach TASK 1 NPDES Program Administration: Including compliance planning and reporting a. Program updates Provide program status updates include regulatory updates and stakeholder group updates. We understand that our clients prefer updates and reports that are clear, concise, and focused on action items and key points. Our approach is to provide project and program status updates using the frequencies and methods preferred by City staff. We can provide this service through in-person meetings, video conferences, phone calls, emails, and texting. b. Coordination Conduct and/or attend interagency meetings including those held by Watershed Management Groups and the LA Permit Group, the County of LA, training workshops, and the Regional Board. Report to City on content. Our approach is to provide this service following the approach described in our program status updates (RFP SOW 2.a). c. Administration Administer Programs assessed under the Municipal NPDES Program, which include (provisions related to) Monitoring and Reporting, Minimum Control Measures, Watershed Management, TMDLs, and statewide pollutant provisions (e.g., trash). TASK 2 Administer City’s Share of Peninsula WMG WMP Services Watershed Meetings Tasks a. Coordination Schedule monthly meetings, prepare agendas, meeting minutes, and presentations. Our approach is to provide this service following the approach described in our program status updates (RFP SOW 2.a). Note that the PVP WMG meetings are held bi-monthly. b. Attendance Attend South Santa Monica Bay Watershed Steering Committee meetings to represent the PVP WMG. Our approach is to provide this service following the approach described in our program status updates (RFP SOW 2.a). C-10 Proposal for Stormwater Quality Consulting Services April 18, 2025 P a g e 7 Table 2. Scope of Services and Approach for Services in Conjunction with Peninsula WMP RFP Task Description and Approach WMP Update Coordination and Reporting Note: RFP SOW 2.c and 2.d include activities conducted by both JLHA and Geosyntec (subcontractor). c. Coordination Coordinate other updated PVP Agency information and input into the PVP WMG Reasonable Assurance Analysis (RAA) model and WMP. Our approach is to evaluate water quality and flow data collected from the CIMP to: a) assess TMDL compliance; b) assess BMP performance, as applicable; and c) assess the WMMS2 model used for the previous RAA. Given the thorough calibration completed as part of the PVP WMP update in 2021, RAA re-calibration will be conducted as needed/directed by the PVP WMG. Geosyntec will confirm this based on the collected data and coordinate with the PVP agencies to assess if and how the WMP may need to be updated (e.g., incorporating new or updated projects). d. RAA Modeling and WMP revision Revise the updated PVP WMP RAA model and WMP, as required. Depending on the identified updates from RFP SOW 2.c, our approach is to: provide updates to the RAA as required. For the purpose of this proposal, it is assumed that only re-runs of the RAA will be required for project updates; no calibration updates or new projects will be required to be modeled. External and Alternative Compliance Options e. Coordination Coordinate the pursuit of TMDL compliance, TMDL reconsideration, and Regional Projects with agencies within and outside of the PVP WMG on an on-going, as needed basis. Our approach is to: 1) identify potential Regional Projects and TMDL extensions that assist the PVP WMG to achieve water quality compliance and 2) correspond regularly and coordinate with agencies within and outside the PVP WMG regarding potential Regional Projects and coordinate pursuit of TMDL extensions or reconsiderations. Implementation Develop project funding applications, assist with implementation of site-specific geotechnical work, such as soil borings, and implement other activities to support compliance options on an on-going, as needed basis. Public Agency Activities f. Training Activities Develop and deliver distinct training modules for Construction and Public Agency Activities for all PVP WMG agencies, customized for each agency, to be delivered on 2 separate occasions so that City staff/contractors have two choices of dates for training. Our approach is to provide this service following the approach described in our training presentation (RFP SOW 2.a) as needed/directed by the PVP WMG. Watershed Report of Waste Discharge (ROWD) g. Reporting Draft and finalize ROWD based on Watershed and Individual annual reports including CIMP Integrated Monitoring Compliance Report. Per the Interpretive Policy Memorandum on Reapplication Requirements for MS4 (EPAs August 9th 1996) and Code of Federal Regulations 40 CFR 122.41 (b), 122.46(a), 122.21(d), our approach is to prepare an ROWD that will identify changes or improvements to the stormwater management program and monitoring activities. Similar to the last ROWD submitted in 2017, this ROWD will include descriptions of projects and programs implemented to date, the planned maintenance and improvement of programs for the upcoming 5 year term of the MS4 Permit, and the identification of program to modify or refine to make the program more effective. Any comments from individual Permittees within the Group can also be incorporated as an attachment to the report. Submission of the ROWD will adhere to the April 24, 2017, C-11 Proposal for Stormwater Quality Consulting Services April 18, 2025 P a g e 8 Table 2. Scope of Services and Approach for Services in Conjunction with Peninsula WMP RFP Task Description and Approach guidance memo issued by the Los Angeles Water Board, or any subsequent revisions or superseding documents they may publish. Adaptive Management h. Reporting Prepare an evaluation of the WMP every two years, adapting the WMP to become more effective per the requirements of the MS4 Permit. Modifications to the WMP will be implemented per the approved MS4 by the Regional Water Board. Similar to our prior WMP evaluations conducted for the Group, and following the requirements of MS4 Permit Part IX.E, our approach is to: 1) summarize recent water quality data and trends, 2) provide a progress update on Regional Projects and other water quality/volumetric management programs, 3) assess the effectiveness and feasibility of WMP projects/programs implemented, 4) add or remove projects and programs, and suggest alternatives, and 5) address comments from the City and PVP WMG. Review and Coordinate Deliverables with Other Peninsula WMP Agencies i. Coordination Coordinate with other Peninsula WMP agencies to implement joint activities on an on-going, as needed basis. j. Review Review shared WMP scope of work deliverable produced by other agencies party to the WMP, or their consultants, and provide comments on an on-going, as needed basis. Our approach is to: 1) review the deliverable from both the City’s perspective and the PVP WMG’s overall perspective and 2) provide comments and discuss with other agencies or their consultants. Applicable to All Tasks k. Project Management Coordinate with project staff, report on progress, and QA/QC deliverables. To effectively coordinate with all project staff, our approach is to establish clear communication channels and conduct regular meetings, as detailed in our program status updates (RFP SOW 1.a). These updates will report progress by tracking both technical milestones and budget/schedule adherence. JLHA ensures the highest quality standards through dedicated supervisory review of the Project Team's work product by the Project Manager, Leads, and Principal-in-Charge, ensuring accuracy, completeness, and adherence to best practices. This integrated approach results in seamless collaboration, transparent progress updates, and superior service to the City. TASK 3 CIMP Implementation MOU Services a. Non-Stormwater Outfall Screening Program Source ID Investigation As needed: if another round of investigations are required by the updated MS4 Permit, investigate the prioritized outfalls with significant non-stormwater discharge by deadline for source identification. If this is required, we will conduct the investigation following the requirements of the MS4 Permit, and to the extent possible, following the methods of the prior investigations conducted by the PVP WMG. Source ID Reporting As needed: If another report is required by the updated MS4 Permit, prepare a report of the results of the source identification investigation prior to the specified deadline upon completion of the investigation. If this is required, we will prepare the report following the requirements of the MS4 Permit, and to the extent possible, following the format of the prior report submitted to the LA Water Board by the PVP WMG. C-12 Proposal for Stormwater Quality Consulting Services April 18, 2025 P a g e 9 Table 2. Scope of Services and Approach for Services in Conjunction with Peninsula WMP RFP Task Description and Approach b. Integrated Monitoring Compliance Report (IMCR) Review Review and edit the IMCR annually per the requirements of the MS4 Permit. Our approach will involve ensuring that the report meets the water quality monitoring reporting requirements of the Monitoring and Reporting Program (MRP) detailed in Attachment E of the MS4 Permit. This will include reviewing and editing receiving water monitoring data for both wet and dry weather, stormwater outfall-based monitoring data collected during qualifying rain events, and non-stormwater outfall- based screening and monitoring data. We will ensure the report addresses reporting requirements with all applicable Total Maximum Daily Load (TMDL) requirements as outlined in Attachments K through S of the MS4 Permit. We will also review the data for accuracy and completeness, consistent with the Standard Monitoring Provisions, and ensure that the report follows any submission guidance provided by the LA Water Board. c. Correspond with Monitoring Consultants Coordinate Coordinate and facilitate communication amongst the City, the PVP WMG, and the monitoring consultants. Provide assistance with monitoring contracts. Our approach is to: 1) maintain communication availability for time-contingent decisions such as storm event mobilization, 2) regularly review monitoring data and discuss follow-up monitoring steps with monitoring consultants, and 3) provide summary monitoring reports to the PVP WMG. Applicable to All Tasks d. Project Management Coordinate with PVP WMG, report on progress, and QA/QC deliverables. To effectively coordinate with all project staff, our approach is to establish clear communication channels and conduct regular meetings, as detailed in our program status updates (RFP SOW 1.a). These updates will report progress by tracking both technical milestones and budget/schedule adherence. JLHA ensures the highest quality standards through dedicated supervisory review of the Project Team's work product by the Project Manager, Leads, and Principal-in-Charge, ensuring accuracy, completeness, and adherence to best practices. This integrated approach results in seamless collaboration, transparent progress updates, and superior service to the City. C-13 Proposal for Stormwater Quality Consulting Services April 18, 2025 P a g e 10 2. Organization and Staffing 2.1. Project Manager Michelle Staffield, a registered Professional Engineer, will be the Project Manager and primary contact person responsible for the overall delivery of the project. Project Leads Cameron McCullough and Jillian Brickey are also available to fill in this role as needed. 2.2. Project Team Figure 1 illustrates and Table 3 lists, respectively, the key personnel for this project and their typical project roles. 2.3. Subcontracted Services Geosyntec and NV5 will serve as subcontractors to assist with the following Scope of Services of the RFP: • NV5: City-Specific Services Task 4 • Geosyntec: Services in Conjunction with Peninsula Water Management Group Tasks 2.c and 2.d Subcontractor resumes and reference projects are included in Appendix B and C of the proposal. Their standard rate schedules are incorporated in the Hourly Fee Schedule Section. 2.4. Statement of Availability The Project Manager and key staff will be available and remain assigned to the extent proposed for the duration of the contract. No person designated as “key” shall be removed or replaced without the proper written concurrence of the City of Rancho Palos Verdes. If changes occur, we will furnish the revised Project Team information provided in this proposal. C-14 Proposal for Stormwater Quality Consulting Services April 18, 2025 P a g e 11 Table 3. Key Project Team Key Personnel and Roles Program Title (Expected Contribution %) Team Member Information JLHA Project Manager 30% Name Michelle Staffield, PE, MSE, CPSWQ, QSD Roles POC, leads implementation of services and project team, oversees budget and schedule, provides general technical assistance and planning. Principal In Charge 10% Name John Hunter, PE Roles As-needed support, with a focus on communication and negotiation with key stakeholders. Project Lead 10% Name Cameron McCullough, MS, CPSWQ, QSD/P, IGP ToR Roles Technical focus on field services, compliance reporting, staff training, public outreach, and statewide trash requirements Project Lead 10% Name Jillian Brickey, MS, CPSWQ, QSD/P, CGP ToR Roles Technical focus on land development and construction. Technical Support 5% Name Chris Chew, PE Roles Plan review and engineering oversight. Technical Support 5% Name Michelle Kim, MSE, CPSWQ, QSD Roles Assists Project Manager/Leads and provides as-needed technical assistance. Technical Support 10% Name Hugo Garcia, CPSWQ, CESSWI, QSD/P Roles Technical focus on Trash TMDL and Statewide Trash Provisions requirements. Assists in implementation of services. Compliance Inspector 20% Name Glenn Cajar, CPESC, CESSWI, QSP, QISP Roles Assists in implementing and leading field services, including NPDES inspections and investigations. Geosyntec (Subcontractor) Senior Principal Engineer 10% Name Chris Wessel (Subcontractor: Geosyntec) Roles Project delivery for RAA model revision Senior Professional Engineer 35% Name Curtis Fang (Subcontractor: Geosyntec) Roles Project delivery for RAA model revision Professional Scientist 55% Name Elizabeth Gallo (Subcontractor: Geosyntec) Roles Project delivery for RAA model revision NV5 (Subcontractor) Principal 2.5% Name David Renfrew (Subcontractor: NV5) Roles Project delivery for continuous flow monitoring Senior III 15% Name Garth Engelhorn (Subcontractor: NV5) Roles Project delivery for continuous flow monitoring Senior II 2.5% Name Jacqueline McMillen (Subcontractor: NV5) Roles Project delivery for continuous flow monitoring Associate III Name Nicholas Poser (Subcontractor: NV5) C-15 Proposal for Stormwater Quality Consulting Services April 18, 2025 P a g e 12 Table 3. Key Project Team Key Personnel and Roles Program Title (Expected Contribution %) Team Member Information 30% Roles Project delivery for continuous flow monitoring Associate II 15% Name Sam Brogadir (Subcontractor: NV5) Roles Project delivery for continuous flow monitoring Associate II 25% Name Harsho Sanyal (Subcontractor: NV5) Roles Project delivery for continuous flow monitoring Associate I 10% Name Matt Muilenburg (Subcontractor: NV5) Roles Project delivery for continuous flow monitoring Figure 1. Organizational Chart City of Rancho Palos Verdes Principal John H. Project Manager Michelle S. Technical Support Hugo G. Technical Support Chris C. Technical Support Michelle Kim Compliance Inspector Glenn C. Subcontractor Geosyntec Subcontractor NV5 Project Lead Cameron M. Project Lead Jillian B. C-16 Proposal for Stormwater Quality Consulting Services April 18, 2025 P a g e 13 3. Staff Qualifications and Experience John L. Hunter and Associates, Inc. (JLHA) is an environmental consulting corporation founded in 1985. We specialize in assisting municipalities implement water quality and conservation programs. We currently implement elements of these programs to over 40 local municipalities. Within the Dominguez Channel and Santa Monica Bay watersheds, this includes the cities of Compton, Hawthorne, Hermosa Beach, Inglewood, Lomita, and West Hollywood. Specific programs we assist with include NPDES, stormwater pollution prevention, watershed management, sewer overflow prevention, water conservation, and recycling. Services include program administration, planning, reporting, and funding, as well as inspections, engineering, monitoring, and public education. 3.1. Prior Experience Our firm’s experience in Municipal NPDES begins with the inception of MS4 Permits in the 1990s. Table 4 of this proposal includes a complete list of the MS4 NPDES services we provide to current municipal clients, as well as our years of service. These services are similar to those listed in the RFP, and include the following:  44 cities, 4 Watershed Management Groups (WMGs): Program management or technical support,  48 cities: Field inspections, including evaluation of LID, construction, and industrial/commercial BMPs,  43 cities, 3 WMGs: Compliance reporting (e.g., MS4 NPDES Permits, TMDLs, and WMPs),  37 cities, 4 WMGs: Staff training,  44 cities, 4 WMGs: WMP/TMDL Program assistance,  42 cities: Funding assistance, including the SCW Program and grants,  40 cities: Public education,  26 cities: Plan review of LID Plans, WQMPs, and SWPPPs,  4 WMGs, 2 cities: Water quality monitoring. The following are several similar projects in the last few years, including the relevant team member managing them:  Updating WMPs and (C)IMPs for the Lower Los Angeles River (LLAR), Lower San Gabriel River (LSGR), Nearshore (Long Beach), and Peninsula Cities WMGs. (Jillian Brickey, Michelle Kim, Cameron McCullough, John Hunter. 2021-2025.)  Representing the Cities of Glendale, Diamond Bar, Villa Park, Compton, and South Gate, and assisting the City of LA in MS4 NPDES compliance audits conducted by state and federal regulators. (Cameron McCullough, Jillian Brickey, Michelle Staffield, Hugo Garcia. 2019-2024.)  Assisting three cities in the South Bay in responding to MS4 NOVs and penalties issued by the LA Water Board, including drafting technical arguments. (Cameron McCullough, John Hunter, Michelle Staffield. 2024.)  Preparing over 20 applications and securing funding for SCWP infrastructure projects. (Jillian Brickey, Michelle Staffield, Michelle Kim, Cameron McCullough, Hugo Garcia. 2019-2024.)  Administering a grant for the Ford Park Stormwater Capture Project in Bell Gardens. (Jillian Brickey. 2023.)  Conducting 6,000 industrial/commercial facility inspections in 20 months for the City of LA. (Cameron McCullough. 2022-2024.) C-17 Proposal for Stormwater Quality Consulting Services April 18, 2025 P a g e 14  Preparing MS4 Permit guidance documents and holding training for City of LA WPD staff. (Cameron McCullough. 2023-2024.)  Training the Dominguez Channel WMG members in the CII Permit. (Cameron McCullough. 2023.)  Conducting trash generation studies for 24 local municipalities. (Hugo Garcia. 2019-2024.) Our interagency compliance planning experience includes serving as the lead consultant for the development of the WMPs for the LLAR, LSGR, Nearshore, and Peninsula Cities WMGs. This included oversight of the development of Coordinated Integrated Monitoring Programs (CIMPs). Together the member agencies of these Watershed Groups represent 20 MS4 NPDES Permittees. We also serve as the consultant team lead for the Nearshore, LLAR, LSGR, and Peninsula Cities WMGs. Services include administering monitoring activities, overseeing the development of and submitting funding applications for SCW Program projects, preparing watershed annual reports, holding technical committee meetings, and implementing other relevant tasks such as feasibility studies. We also represent municipal clients in WMGs for Ballona Creek, Beach Cities, Dominguez Channel, Los Cerritos Channel, Marina del Rey, Upper Los Angeles River, and Upper San Gabriel River. Through our work in the Dominguez Channel and Los Cerritos Channel WMGs, we are versed in the requirements of the upcoming CII NPDES Permit. In Orange County we represent six municipal clients in WMG planning activities led by the Orange County Public Works. C-18 Proposal for Stormwater Quality Consulting Services April 18, 2025 P a g e 15 Table 4. Municipal NPDES Clients and Services Local cities served (48) and years of service Arcadia: 30 Culver City: 2 Inglewood: 10 Lynwood: 11 Rolling Hills: 16 South Gate: 34 Artesia: 11 Diamond Bar: 18 La Habra: 14 Manhattan Beach: 15 Rancho Palos Verdes: 31 South Pasadena: 20 Baldwin Park: 5 Downey: 14 La Mirada: 8 Monterey Park: 20 San Gabriel: 5 Stanton: 18 Buena Park: 4 Fullerton: 8 Laguna Woods: 5 Norwalk: 15 San Marino: 5 Temple City: 22 Burbank: 8 Glendale: 12 Lakewood: 10 Paramount: 11 Santa Fe Springs: 9 Villa Park: 12 Cerritos: 10 Hawaiian Gardens: 13 Lomita: 10 Pasadena: 10 Seal Beach: 20 West Covina: 10 Compton: 5 Hawthorne: 25 Long Beach: 11 Pico Rivera: 9 Signal Hill: 40 West Hollywood: 30 Covina: 17 Hermosa Beach: 5 Los Angeles: 3 Placentia: 12 South El Monte: 8 Whittier: 11 Services offered Category Brief description Cities served Program administration 1. Administrative support Program oversight, City representation, and/or technical and regulatory support 48 2. Funding Grant/SCWP application and management and/or SCWP Plan and Report preparation 42 3. Reporting Annual Report, TMDL Report, WMP Report, and/or Monitoring Report preparation 46 4. Monitoring oversight Oversight of surface water quality monitoring subcontractors 22 Control measure implementation 5. Compliance planning Program and project planning to comply with NPDES, TMDLs, and WMPs 48 6. Plan review LID Plan, WQMP, SWPPP and other NPDES-related plan review 26 7. Trash provisions Trash TMDL and Trash Provisions planning and implementation 41 8. Training Staff training in NPDES requirements, either in-person, remote, or online 41 9. Field inspections Construction, industrial/commercial, municipal site and/or LID BMP inspections 48 10. Public outreach Public outreach content development and distribution 40 Services provided by City Cities with all or most services provided (39) All services: Diamond Bar, Downey, Lakewood, Lynwood, Norwalk, Paramount, Pico Rivera, Rancho Palos Verdes, Signal Hill, South Gate, Whittier. All services except #4: Culver City, Fullerton, La Habra, Monterey Park, Pasadena, Placentia, Seal Beach, South El Monte, Stanton, Villa Park, West Covina, West Hollywood. All services except #6: Artesia, Cerritos, Compton, Hawaiian Gardens, La Mirada, Long Beach. All services except #4 and #6: Arcadia, Glendale, Hawthorne, Hermosa Beach, Inglewood, Lomita, San Gabriel, San Marino, South Pasadena, Temple City. Cities with select services provided as labeled (9) Baldwin Park (1, 2, 3, 5, 9, 10), Buena Park (9), Burbank (1, 2, 3, 5, 7), Covina (1, 3, 5, 6, 8, 9), Laguna Woods (1, 5, 6, 9), Los Angeles (1, 5, 8, 9), Manhattan Beach (9), Rolling Hills (7), Santa Fe Springs (2, 3, 4, 6, 9) 3.2. Staff Qualifications Resumes of the Project Manager and key staff, detailing their experience, credentials, and education, can be found in Appendix A of this proposal. C-19 Proposal for Stormwater Quality Consulting Services April 18, 2025 P a g e 16 3.3. Reference Projects Table 5 is a list of client references we have provided similar scope of services. Additional references are available at the request of the City. Table 5. References Agency Name Data Field Reference Information Relationship Compton Contact/Title John Strickland, Director of Public Works Michelle S. services as project manager, Cameron M. as project lead. Address 205 S Willowbrook Ave, Compton, CA 90220 Telephone (310) 605-5505, jstrickland@comptoncity.org JLHA services Municipal NPDES including water quality monitoring Hermosa Beach Contact/Title Douglas Krauss, Environmental Programs Manager Michelle S. services as project manager, Cameron M. as project lead. Address 1315 Valley Dr, Hermosa Beach, CA 90254 Telephone (310) 750-3603, dkrauss@hermosabeach.gov JLHA services Municipal NPDES Lomita Contact/Title Lina Hernandez, Assistant City Manager Michelle S. services as project manager, Cameron M. as project lead. Address 24300 Narbonne Ave, Lomita, CA 90717 Telephone (310) 325-7110 x 151, lina.hernandez@lomitacity.com JLHA services Municipal NPDES Long Beach, Nearshore Watershed Contact/Title Colin Averill, Stormwater Division Manager Jillian B. services as project manager, Michelle K. as project lead. Address 411 W Ocean Blvd, 5th Floor, Long Beach, CA 90802 Telephone 562.570.6679, colin.averill@longbeach.gov JLHA services Municipal NPDES, WMP/IMP assistance Lower Los Angeles River Watershed Management Group, South Gate Contact/Title Gladis Deras, Chair/City John H. and Michelle K. service as lead WMG consultants. Address 8650 California Ave, South Gate, CA 90280 Telephone (323) 563-9576, gderas@sogate.org JLHA services Municipal NPDES, WMP/IMP assistance, IW/FOG Control Lower San Gabriel River Watershed Management Group, Lakewood Contact/Title Konya Vivanti, Environmental Programs Manager John H. and Michelle K. service as lead WMG consultants. Address 5050 Clark Ave, Lakewood CA, 90712 Telephone (562) 866-9771 ext. 2507, kvivanti@lakewoodcity.org JLHA services WMP/IMP assistance West Hollywood Contact/Title Matt Magener, Environmental Programs Coordinator Michelle S. services as primary project manager, Cameron M. as project lead. Address 8300 Santa Monica Blvd, West Hollywood, 90069 Telephone (323) 848-6894, mmagener@weho.org JLHA services Municipal NPDES C-20 Proposal for Stormwater Quality Consulting Services April 18, 2025 P a g e 17 4. Project Schedule Figure 2 illustrates the critical-path-method schedule for completion of the tasks and sub-tasks listed under the scope of services. C-21 Proposal for Stormwater Quality Consulting Services Figure 2. Yearly Project Schedule April 18, 2025 RPF Task Deliverable # January February March April May June July August September October November December Note 1.a 1 Continuous service 1.b 2,7 As needed service 1.c As needed service 1.d 3 Continuous service 1.e 4 Continuous, as needed service 1.f Continuous service 1.g As needed service 1.h 5 The individual report will be due 12/15 1.h 5 The watershed reports will be due 6/15 and 12/15 1.h 5 The expenditure report will be due 12/31 1.h 5 The plan will be due 4/1 1.i Continuous, as needed service 1.j As needed service 2.a 8,9 Annual - date set by the City 2.b Continuous, as needed service 2.c Continuous service 2.d 10,14,16 Continuous, as needed service 2.e 11,12 Illicit discharge investigations, as needed service. 2.f 2.g 13,10 As needed service 2.h 6,15 Continuous service Task 3 Program Funding 3 As needed service Task 4 Monitoring 4 Continuous service 1.a 1 At frequency set by City 1.b At frequency set by City 1.c Continuous service 2.a 2,3 Continuous service 2.b Continuous service 2.c 2.d 4 2.e Continuous, as needed service 2.f 5 As needed service 2.g 7 The ROWD draft report will be due no later than 1/15/2026. The ROWD final report will be due 3/15/2026. 2.h 6 The Adaptive Management draft report will be due no later than 1/15/2026. The Adaptive Management final report will be due 3/15/2026. 2.i Continuous, as needed service 2.j Continuous, as needed service 2.k Continuous service 3.a 9 As needed service 3.b 8 3.c As needed service 3.d Continuous service Schedule for WMP and RAA revisions dependent on when or if the Regional Board provides requests for revisions. Task 3 CIMP Implementation MOU Services City-Specific Services Task 1 Provide Municipal NPDES Program Services Task 2 Administer City Control Programs Services in Conjunction with Peninsula WMG Task 1 NPDES Program Administration Task 2 Administer City's Share of Peninsula WMG EWMP Services Provide project and program status updates Assist in developing program cost estimates and cost share agreements, when requested Represent the City in meetings/correspondence with program stakeholders when requested Assess program compliance and recommend actions. Review and comment on program documents Assist in preparing new program documents Share technical program information and expertise with City staff Assist in planning and implementing compliance studies as needed Prepare the Individual Annual Report Prepare the Watershed Annual Report Develop, operate, and maintain a new accessible online database of Program records Assist with other Municipal NPDES services as needed Develop and provide Municipal NPDES training for city staff as applicable Assist in developing and implementing pollutant control projects and programs not identified in this scope of services, as requested Update records for pollutant-generating facilities with available information Administer Planning and Development Programs Schedule/conduct Clean Bay Restaurants (CBR) Program, BMP inspections, illicit discharge investigations, follow-up, issue enforcement notices Attend events and assist with City community events such as Whale of a Day and 4th of July to promote pollution prevention Update and develop educational materials and content, as needed Coordinate with City staff, report on progress, and QA/QC deliverables Assist with NPDES Program Funding: Provide updates, prepare applications, and assist in developing and administering program estimates for fees, as requested Provide program status updates include regulatory updates and stakeholder group updates Conduct and/or attend interagency meetings including those held by Watershed Management Groups and the LA Permit Group, the County of LA, training workshops, and the Regional Board. Report to City on content Administer Programs assessed under the Municipal NPDES Program, which include (provisions related to) Monitoring and Reporting, MCMs, Watershed Management, TMDLs, and statewide pollutant provisions (e.g., trash) Schedule bi-monthly meetings, prepare agendas, meeting minutes, and presentations Attend South Santa Monica Bay Watershed Steering Committee meetings to represent the PVP WMG Coordinate other updated PVP WMG Agency information and input into the PVP WMG Reasonable Assurance Analysis (RAA) model and WMP Revise the updated PVP WMP RAA model and WMP, as required Coordinate the pursuit of TMDL compliance, TMDL reconsideration, and Regional Projects with agencies within and outside of the PVP WMG on an on-going, as needed basis. Draft and finalize Report of Water Discharge (ROWD) based on Watershed and Individual annual reports including CIMP Integrated Monitoring Compliance Report Prepare an evaluation of the WMP every two years, adapting the WMP to become more effective per the requirements of the MS4 Permit Coordinate with other Peninsula WMP agencies to implement joint activities on an on-going, as needed basis Coordinate with City staff, report on progress, and QA/QC deliverables Conduct NSO Screening Program. Investigate the prioritized outfalls with significant non-stormwater discharge for source identification and/or prepare a report of the results of the source identification investigation Review and edit the Integrated Monitoring Compliance Report (IMCR) annually per the requirements of the MS4 Permit Coordinate with PVP WMG, report on progress, and QA/QC deliverables Prepare the Measure W Progress Report Prepare the Measure W Annual Plan Provide continuous flow monitoring services at two Los Angeles Harbor-Cabrillo Marina outfall locations to determine if the canyons effectively retain the 85th percentile, 24-hour storm event Develop and provide customized Construction and Public Agency Activities training for all PVP WMG agencies, to be delivered on two separate dates for city staff/contractor availability. Review shared WMP scope of work deliverable produced by other agencies party to the WMP, or their consultants, and provide comments on an ongoing, as needed basis Coordinate and facilitate communication amongst the City, the PVP WMG, and the monitoring consultants. Provide assistance with monitoring contracts C-22 Proposal for Stormwater Quality Consulting Services April 18, 2025 P a g e 20 5. Quality Control Plan JLHA is committed to ensuring that all deliverables meet the City's needs through rigorous quality control procedures and clearly defined staff responsibilities. Our Quality Control (QC) Plan involves a multi-stage review process. Initially, the responsible Project Team members will conduct thorough self-checks on their work product for accuracy and completeness. Subsequently, relevant Technical Leads will perform detailed technical reviews to ensure adherence to best practices and project specifications. Finally, the Project Manager and Principal-in-Charge hold ultimate responsibility for verifying that deliverables align with the City's requirements and expectations before submission. This layered approach, with defined responsibilities at each stage, ensures the quality and reliability of all project deliverables. 6. Acceptance of Conditions We accept all conditions as outlined in the City’s RFP document and Sample Professional Services Agreement. We have no exceptions or suggested changes to note. C-23 Proposal for Stormwater Quality Consulting Services April 18, 2025 P a g e A 1 Appendix A: JLHA Resumes The following section includes the resumes and certifications of JLHA key personnel. C-24 Proposal for Stormwater Quality Consulting Services April 18, 2025 P a g e A 2 Michelle Staffield, PE, MSE, CPSWQ, QSD Project Manager Michelle Staffield has 18 years of experience in the water quality field, specializing in surface water quality regulation in local regions including Los Angeles, Orange County, and San Diego. Her experiences include managing the development and implementation of point and non-point source programs— including NPDES and TMDL programs for municipalities— funding, including the Safe, Clean Water Program, assisting and training municipal staff in their in-house NPDES programs, and representing client interests in interactions with regulators and other stakeholders. Recent Experience and Project Qualifications Michelle serves as a Project Manager and technical lead on various stormwater infrastructure projects for municipalities involving planning, review, and implementation. In this role her relevant experiences and tasks include implementing and managing NPDES municipal permit provisions such as watershed management and TMDL compliance, Best Management Practices (BMPs) and Low Impact Development (LID) for planning and land development, construction, and industrial/commercial activities, public information and participation, and general programs management and technical assistance. She is also involved in the development and review of Watershed and Stormwater Management Programs, Water Quality Management Plans (WQMPs), and LID Plans. Municipal NPDES Permit Management: Some of Michelle’s current client-specific responsibilities include:  Reviewing LID Plans following the standards of the Los Angeles County area-wide MS4 Permit for the cities of Covina, Diamond Bar, Downey, Hawaiian Gardens, Long Beach, Lynwood, Monterey Park, Norwalk, Pasadena, Pico Rivera, Rancho Palos Verdes, Santa Fe Springs, Signal Hill, South El Monte, South Gate, West Hollywood, West Covina, and Whittier.  Reviewing WQMPs following the standards of the North Orange County area-wide MS4 Permit for the cities of Buena Park, Fullerton, La Habra, Laguna Woods, Placentia, Seal Beach, Stanton, and Villa Park. (WQMPs are the Orange County-equivalent of Los Angeles County’s LID Plans.)  Serving as point-of-contact with project engineers for the LID Plan and WQMP review process.  Conducting post-construction BMP verification and maintenance inspections for the cities of Covina, Diamond Bar, Downey, Fullerton, Hawaiian Gardens, La Habra, Laguna Woods, Norwalk, Placentia, Rancho Palos Verdes, Seal Beach, Signal Hill, Stanton, West Hollywood, and Whittier.  Assisting in municipal TMDL compliance activities, including the preparation of Trash TMDL studies and compliance reports, and Bacteria TMDL studies and Load Reduction Strategy reports.  Assisting in NPDES program management for the cities of Compton, Hawthorne, Hermosa Beach, Inglewood, Lomita, Rancho Palos Verdes, Signal Hill, and West Hollywood. Tasks include serving as a point-of-contact with City staff, representing city interests at watershed meetings and other related meetings and hearings, and preparing the Individual Annual Report. Watershed Management: Through representation of municipal clients’ stakeholder interests, Michelle also participates in the development and implementation of watershed management programs and monitoring programs for the Dominguez Channel, Los Cerritos Channel, Lower Los Angeles River, Lower San Gabriel River, and Peninsula Cities. Education M.S., Civil Engineering, LMU B.S., Ecology, Behavior, & Evolution, UCSD Certifications CA Professional Civil Engineer (#88904) CPSWQ, EnviroCert (#1136) QSD, CASCA (#26529) C-25 Proposal for Stormwater Quality Consulting Services April 18, 2025 P a g e A 3 John L. Hunter, PE Principal Mr. Hunter serves as the Principal of JLHA. He has over 30 years of experience in municipal environmental programs and currently oversees or otherwise assists with: (1) elements of over 40 separate municipal NPDES programs that covers sub-programs such as: watershed and stormwater management, TMDL implementation, plan reviews, industrial and construction inspections, training, O&M activities, public outreach, and monitoring and reporting; (2) elements of 30 municipal Safe, Clean Water Programs, (3) eleven municipal FOG or Industrial Waste programs encompassing permitting, inspections and enforcement; (4) six municipal Used Oil Recycling programs; (5) three municipal Beverage Container Recycling programs; and (6) two water conservation programs. Related Experience Representation, Advocacy, and Leadership Since May 2016, Mr. Hunter has served as the chair for the LA Permit Group, which facilitates discussions and provides area wide Permit updates to affected parties within LA County that are under the Regional MS4 NPDES Permit. He coordinates this role with staff from the County of Los Angeles, as well as other Permit stakeholders. Historically, he has also chaired the Los Angeles River Watershed Management Committee and the Santa Monica Bay Bacterial TMDL J7 Subcommittee. For decades Mr. Hunter has regularly represented client interests in meetings with Regional Board staff and members, most recently regarding topics such WMPs, CIMPs, TMDLs, trash provisions, and other new Permit mandates. Most recently this included providing written and oral comments on the 2021 Regional MS4 NPDES Permit on behalf of the Lower San Gabriel River and Lower LA River Watershed Management Groups. Through these experiences, Mr. Hunter has played a leadership role in the continued countywide development and implementation of the Municipal NPDES Program in the LA Region. Watershed Management and Safe, Clean Water Program Mr. Hunter serves as the Principal-in-Charge for contracted program administration and implementation assistance to the Lower Los Angeles River Watershed Group, the Lower San Gabriel River Watershed Group, the Peninsula Cities Watershed Group, and the Long Beach Near-shore watersheds. Services overseen include preparation and adaptive management of the WMPs, CIMP monitoring, annual compliance reporting, project concept planning, and SCWP application preparation. This includes presenting SCWP funding projects to the Watershed Area Steering Committees (WASCs). He also participates as needed in the Upper Los Angeles River Watershed Group, the Dominguez Channel Watershed Group, and the Los Cerritos Channel Watershed Group. Total Maximum Daily Loads and NPDES Permit Implementation Mr. Hunter oversaw development of the Reach 1 Metals TMDL Implementation Plan on behalf of nine local agencies. The Plan was used as a source document for the Compliance Schedule in the Lower LA River WMP. He has also administered Trash TMDL studies and associated compliance reports for 19 cities, and continues to oversee the development and implementation of the federally required NPDES Municipal Permit Minimum Control Measures for over 30 cities. Over 30 years of project experience Education B.S. Chemical Engineering, CSULB B.S. Biological Sciences, UCI Certifications and Licenses CA Professional Chemical Engineer, 4724 CA Registered Environmental Assessor, 0900 CA Hazardous Substance Removal, A3382 CA General Engineering License, A-582340 C-26 Proposal for Stormwater Quality Consulting Services April 18, 2025 P a g e A 4 Cameron McCullough, CPSWQ, QSD/P, IGP ToR Director Cameron McCullough has 21 years of experience in the environmental compliance field, specializing in municipal surface water quality. His experience includes municipal NPDES, TMDL, and SSO control programs administration and implementation, funding—including the Safe, Clean Water Program, compliance planning, staff training, and representing client interests in interactions with regulators and other stakeholders. Recent experience and qualifications Mr. McCullough currently serves as a contracted project manager and primary contact for nine local cities’ surface water quality programs and provides as-needed general technical assistance to 28 local cities. Programs administered include those for state NPDES stormwater discharge permits (MS4, IGP, CGP), state non-stormwater discharge permits and orders (e.g., sanitary sewer overflows and drinking water system discharges), and local ordinances related to these programs (e.g., for the Safe, Clean Water Program, stormwater and urban runoff pollution prevention, and FOG/Industrial Waste Control). The table below lists specific clients, roles, and tasks for relevant contracted services. Relevant Experience Currently or Recently Provided Project Manager for contracted Municipal NPDES Program implementation assistance Clients Arcadia, Burbank, Glendale, Pasadena, San Gabriel, South Pasadena, Stanton, Villa Park, and West Covina (9 cities total) Tasks Varies per client, including client representation with watershed groups and regulators, program administration, WMP/TMDL/trash prohibition compliance planning, training, reporting, studies, and oversight of control programs such as inspections and public outreach. Budget $600,000/year total Lead Technical Support for as-needed Municipal NPDES technical assistance Clients The clients listed above, as well as Artesia, Baldwin Park, Compton, Covina, Diamond Bar, Downey, Hawthorne, Hermosa Beach, Lomita, Long Beach, Monterey Park, Norwalk, Paramount, Pasadena, Pico Rivera, RPV, Temple City, West Hollywood, and Whittier (28 total) Tasks Varies per client, including but not limited to staff training, NPDES Permit compliance inquiries, and assistance with strategic WMP/TMDL compliance planning. Lead Technical Support for contracted Safe, Clean Water Program (SCWP) implementation assistance Clients The 28 clients listed above, and Hawaiian Gardens, La Mirada, and Lynwood (31 total) Tasks Varies per client, including Annual Plan and Expenditure Report development and preparation, and general technical assistance. For Burbank (2020), Diamond Bar (2020), and South Pasadena (2 in 2020, 1 in 2021), tasks included project concept planning and TRP application preparation. Project Manager for Watershed Management Group Reporting and WMP Adaptive Management Clients Agencies within the Lower LA River and Lower San Gabriel River Watershed Management Groups Tasks Administering the preparation and adaptive management of WMPs and watershed reporting. Client Representation for NPDES Program Audits Clients Compton (2024), Diamond Bar (‘19), Glendale (‘20), Seal Beach (‘10, ‘06), South Gate (‘24), Stanton (‘14, ‘10), Villa Park (‘19) Tasks Represented cities in MS4 NPDES Permit compliance audits from Cal EPA and Federal EPA. 21 years of project experience Education M.S., Applied Mathematics, CSULB B.S., Physics, CSULB Certifications CPSWQ, EnviroCert (#0842) QSD/QSP, CASQA (#22706) IGP Trainer of Record, CASQA (#079) Affiliations Phi Beta Kappa Society Society for Industrial & Applied Math C-27 Proposal for Stormwater Quality Consulting Services April 18, 2025 P a g e A 5 Jillian Brickey, MS, CPSWQ, QSD/P, CGP ToR Project Manager Jillian Brickey has 19 years of experience in environmental management, specializing in stormwater and watershed management and water conservation. Her relevant experiences include implementing and managing NPDES municipal Permit programs for Low Impact Development, Development Construction, and TMDL/watershed management. Tasks include includes plan review and approval, reporting, training municipal staff in program implementation, and representing client interests in interactions with regulators and other stakeholders. Recent Experience and Project Qualifications Municipal NPDES Permit Management: Ms. Brickey serves as a Programs Manager of municipal NPDES Permit programs for multiple cities throughout the Southland. NPDES Permits managed include all elements of the MS4 and CGP Permits, including erosion/sediment control and Low Impact Development (LID) for construction projects, and TMDL implementation for water bodies impaired by trash, metals, toxics, and bacteria. Through these management activities, she has:  Represented cities in MS4 NPDES Permit New Development compliance audits from the Regional Water Quality Control Board. (Seal Beach: 2010, 2015, South Gate: 2024, Stanton: 2010).  Developed TMDL compliance plans for Metals, Toxics, Bacteria, and Trash. (Lower Los Angeles River, Lower San Gabriel River, Long Beach Nearshore Watersheds: 2013-2016.)  Served as primary contact with clients and represented their interests when interacting with regulators. (Covina, La Habra, Seal Beach, South Pasadena, Stanton, Pasadena, West Hollywood).  Developed Stormwater Quality Management Programs (Seal Beach: 2011), LID compliance guideline documents (Gateway cities, 2014), and LID ordinances (2014).  Held CGP QSD/QSP training as a CGP ToR (Pasadena, 2016) and led over one hundred municipal training sessions in MS4 and CGP Permits. (Over 20 municipal clients: 2008-2016).  Reviewed on behalf of municipal clients hundreds of LID Plans, WQMPs, and SWPPPs and verified proper installation and maintenance of hundreds of LID BMPs.  Supervised JLHA plan checking staff. Watershed Management: Ms. Brickey served as a Project Manager for the development of the WMPs for the Lower Los Angeles River and Lower San Gabriel River Watershed Groups (2013-2016). The WMPs were developed by MS4 Permittees with shared watershed boundaries, with the objective of achieving surface water quality standards. Tasks included evaluating existing control measures and developing new control measures and compliance schedules to achieve water quality standards. She also oversaw the development and implementation of LID ordinances as required by the WMP development process. This included preparing a LID Ordinance Equivalency Demonstration for the City of Long Beach. She has also led multi-jurisdictional workshops and technical committees on watershed management program implementation, and engaged with Regional Water Quality Control Board members, staff, and non-governmental organizations in support of contested issues regarding the watershed management compliance approach. Through representation of municipal clients’ stakeholder interests, Ms. Brickey has also participated in the development of watershed management programs and monitoring programs for the Upper Los Angeles River, Upper San Gabriel River, and Peninsula Cities Watershed Groups (2013-present). 19 Years of Experience in Water Quality Education M.S., Environmental Science, CSUF B.S., Zoology, Cal State Poly Pomona Certifications CPSWQ, EnviroCert (#0845) QSD/QSP, CASQA (#22731) CGP Trainer of Record, CASQA C-28 Proposal for Stormwater Quality Consulting Services April 18, 2025 P a g e A 6 Chris Chew, PE, QSD Staff Civil Engineer Overview Mr. Chew serves as a Staff Civil Engineer. He has over 20 years of municipal experience reviewing structural and architectural plans. His specialty lies in reviewing such plans for compliance with Permits (including MS4), City ordinances (including LID and Green Streets /Erosion Control), Building Codes, and other State Laws. Education  M.S. Civil Engineering, Texas Tech University  B.S. Civil Engineering, Texas Tech University Certifications and Licenses  CA Professional Civil Engineer (#47147)  Qualified SWPPP Developer (QSD) Related Experience With JLHA (Starting 2021)  Reviews structural and architectural plans and residential and large and complicated buildings for compliance with the MS4 Permit, City Ordinances and State Law.  Interacts with developers to facilitate completion of their projects.  Code Consultant. City of Glendale, Principal Civil Engineer (2015-2020)  Supervise and manage the Land Development, GIS, Surveying, Real Property, Stormwater and Wastewater Sections.  Supervise and manage the review of grading and public improvement plans, encroachment plans, subdivision maps, covenant and agreements, street vacations and dedications.  Update City’s ordinances relating to engineering requirements in the Glendale Municipal Code, Glendale Building Code and Low Impact Development Ordinance.  Review development plans for construction and code compliance.  Represent the City of Glendale in meetings with other public agencies relating to wastewater and stormwater issues.  Manage and implement the Municipal Separate Storm Sewer System (MS4) program.  Responsible for the management of the Wastewater contracts with City of Los Angeles relating to the Amalgamated System and the Los Angeles Glendale Water Reclamation Plant.  Manage wastewater rate study involving cost of service analysis.  Solicit, prepare, and manage professional service agreements.  Coordinate with architects, engineers, contractors, and other City staffs on development projects.  Review City Council’s staff report submittals.  Review and evaluate employee’s job performance. City of Glendale, Senior Civil Engineer (2009-2015)  Supervise and manage the Land Development, GIS, and Surveying Groups.  Review development plans for construction and code compliance.  Determine requirements for subdivisions, grading permits, construction permits and bonds.  Coordinate with architects, engineers, contractors, and other City staffs on development projects.  Review Council’s staff report submittals.  Response to citizen’s requests and complaints.  Manage the construction of federally funded slope repair project and supervise the analysis and reports on disputed construction costs, procedures, bids, and contract.  Oversee preparation and revision of maps, surveys, wastewater records, and the storage and filing of various records and project files.  Develop a handbook that describes the permitting procedures for various permits.  Review and evaluate employee’s job performance. C-29 Proposal for Stormwater Quality Consulting Services April 18, 2025 P a g e A 7 Michelle Kim, MSE, CPSWQ, QSD Project Engineer Michelle Kim has 18 years of experience in the water quality industry, which includes potable water, wastewater, and stormwater. Michelle serves as a Project Manager and technical lead on various stormwater infrastructure projects for municipalities involving planning, review, implementation, and funding (including the Safe Clean Water Program). Her relevant experiences and tasks include implementing and managing NPDES municipal permit provisions such as watershed management and TMDL compliance, Best Management Practices (BMPs) and Low Impact Development (LID) for planning and land development, construction, industrial/commercial activities, and public information and participation. She is also involved in the development and review of Watershed Management Programs (WMPs), Water Quality Management Plans (WQMPs), and LID Plans. Her experience also includes compliance planning, staff training, and representing client interests in interactions with regulators and other stakeholders. Michelle’s client-specific responsibilities at JLHA include:  Reviewing LID Plans following the standards of the Los Angeles County area-wide MS4 Permit for the Cities of Covina, Diamond Bar, Downey, Hawaiian Gardens, Long Beach, Lynwood, Monterey Park, Norwalk, Pasadena, Rancho Palos Verdes, Santa Fe Springs, Signal Hill, South El Monte, South Gate, West Covina, West Hollywood, and Whittier.  Reviewing WQMPs following the standards of the North Orange County area-wide MS4 Permit for the Cities of La Habra, Placentia, Seal Beach, Stanton, and Villa Park. (WQMPs are the Orange County- equivalent of Los Angeles County’s LID Plans.)  Serving as point-of-contact with project engineers for the LID Plan and WQMP review process.  Conducting post-construction BMP verification inspections.  Conducting training to municipal staff on LID.  Assisting in municipal TMDL compliance activities, including the preparation of Trash TMDL studies and compliance reports, and Bacteria TMDL studies and Load Reduction Strategy reports.  Assisting in MS4 Permit Project Management for the Cities of Diamond Bar, Downey, La Mirada, Long Beach, Lynwood, Monterey Park, Pico Rivera, Temple City, and Whittier. Tasks include serving as a point-of-contact with city staff, representing city interests at watershed meetings and other NPDES- related meetings and hearings, and preparing Annual Reports.  Assisting in Watershed Management efforts under the LA County area-wide MS4 Permit. This includes management of the Lower Los Angeles River Watershed Management Group (WMG), Lower San Gabriel River WMG, and Long Beach Nearshore WMG. Tasks include administering meetings, managing subcontractors, representing the groups in interactions with regulators, and preparing compliance reports, such as Watershed Annual Reports, WMP Progress Reports, and Adaptive Management reports. 18 years of project experience Education M.S., Civil Engineering, Loyola Marymount B.S., Environmental Science, UC Berkeley B.A., Public Health, UC Berkeley Certifications CPSWQ, EnviroCert (#1134) QSD, CASQA (#26504) EIT, NCEES (#141554) Grade 3 Laboratory Analyst, CWEA (#130133001) C-30 Proposal for Stormwater Quality Consulting Services April 18, 2025 P a g e A 8 Hugo Garcia, CPSWQ, CESSWI, QSD/P Assistant Project Manager Hugo Garcia has 13 years of experience with John L. Hunter & Associates, specializing in NPDES and Industrial Waste/FOG Control regulations. His experiences include implementation of Municipal NPDES Programs for Industrial/Commercial Facilities, Development Construction, Municipal Activities, Planning and Land Development, Public Information and Participation, and Illicit Connections & Illicit Discharge Elimination Programs. In addition, Hugo provides TMDL implementation and reporting, and serves as JLHA’s lead GIS Specialist. Recent Experience and Project Qualifications Mr. Garcia currently serves as both a Senior Project Analyst and Compliance Specialist whose responsibilities include providing assistance with the implementation of several Watershed Management Programs in Los Angeles and Orange County, as well as conducting stormwater compliance inspections (e.g., La Habra, and South Gate). Specific examples of recent experience and project qualifications include:  Assisting with the development, implementation, and compliance reporting components of Trash TMDLs for the Cities of Alhambra, Arcadia, Burbank, Downey, Glendale, Inglewood, Long Beach, Lomita, Lynwood, Monterey Park, Paramount, Pasadena, Pico Rivera, Rancho Palos Verdes, Signal Hill, South El Monte, South Gate, South Pasadena, Temple City, and West Hollywood.  Assisting with the development of the Lower Los Angeles River Watershed Management Group Trash Monitoring Reporting Plan (TMRP), Trash Minimum Frequency of Assessment and Collection (MFAC/BMP) Programs for the Cities of Arcadia, Burbank, Downey, Glendale, Long Beach, Pasadena, and Pico Rivera, and Plastic Pellet Management Programs (PMRPs) for the Cities of Arcadia, Burbank, Glendale, Monterey Park, Pasadena, San Gabriel, South El Monte, South Pasadena, and Temple City.  Assisting with Industrial General NPDES Stormwater Permit compliance activities and Stormwater Pollution Prevention Plans (SWPPPs) for municipal facilities located in the Cities of Laguna Beach, La Mirada, San Gabriel, Signal Hill, and West Covina.  Conducting over 3,000 NPDES compliance inspections at industrial/commercial facilities (e.g., food facilities, automotive repair facilities, and facilities subject to the Industrial General Permit) and construction sites.  Developing and maintaining GIS databases of 1) potential sites for low impact development (LID) retrofit projects to comply with various Watershed Management Programs, 2) catch basin retrofit locations to comply with Trash TMDLs and the statewide Trash Provisions, and 3) MS4 outfall and non- stormwater discharges locations to comply with Coordinated Integrated Monitoring Programs (CIMPs).  Reviewing preliminary plumbing plans for new development and tenant improvement projects at Industrial Waste/FOG facilities in the cities of Arcadia, Signal Hill, South El Monte, South Gate, and Stanton.  Assisting with the review of small site Low Impact Development (LID) plans for conformance with city- specific LID standards for the Cities of Signal Hill, South Gate, and West Hollywood.  Developing retrofit opportunity inventories for multi-watershed/multi-jurisdictional grants. Education B.S., Environmental Science, UCR Certifications and Training CPSWQ, EnviroCert (#1183) CESSWI, EnviroCert (#4769) Professional Certificate in GIS Basic Inspector Academy, Cal EPA Spanish fluency C-31 Proposal for Stormwater Quality Consulting Services April 18, 2025 P a g e A 9 Glenn Cajar, CPESC, CESSWI, QSP, QISP Senior Compliance Specialist Glenn Cajar has 10 years of experience with John L. Hunter & Associates, specializing in municipal surface water quality and conservation regulations. His experiences include work in 1) the Municipal NPDES Programs for Industrial/Commercial Facilities, Construction, Public Outreach, and Illicit Discharge Elimination, 2) spill prevention through the Industrial Waste and Fats, Oils, and Grease (FOG) Control Programs, and 3) conservation through statewide drought emergency regulations and the Clean Bay Restaurant (CBR) Program in the Santa Monica Bay. Recent Experience and Project Qualifications Glenn currently serves as an Environmental Compliance Specialist II. Specific examples of recent and relevant experience under this role include the following: NPDES ● Conducting NPDES compliance inspections at industrial/commercial facilities (e.g., food facilities, automotive facilities, and facilities subject to the NPDES Industrial General Permit) ● Assisting facilities under the NPDES Industrial General Permit with permitting and compliance. ● Conducting NPDES compliance inspections at construction sites, including those under the NPDES Construction General Permit. ● Serving as a QSP under the Construction General Permit. (Long Beach) ● Assisting industrial businesses with SB 205 compliance. ● Training municipal staff in the illicit discharge component of the Municipal NPDES Permit. (Signal Hill) ● Training municipal staff in the Drinking Water Systems NPDES Permit. (Signal Hill) ● Preparing NPDES permit applications under the Drinking Water Systems NPDES Permit. (Several Cities) ● Assisting with the implementation of Trash TMDL field studies, including the DGR and MFAC studies. ● Developing educational materials for use by municipal staff, industrial/commercial businesses, and construction site operators. Industrial Waste and FOG ● Conducting Industrial Waste and FOG inspections at industrial and commercial facilities. (Several cities) ● Assisting with implementation and processing of Industrial Waste/FOG program permitting. (Signal Hill) ● Assisting with implementation of Industrial Waste/FOG program fee recovery billing. (Signal Hill) ● Assisting with reviewing preliminary plumbing plans for new development and tenant improvement projects at Industrial Waste/FOG facilities. (Signal Hill). Conservation ● Conducting water conservation inspections. (Seal Beach) ● Assisting in the program management of the Clean Bay Restaurant (CBR) Program and conducting CBR inspections at restaurants. The CBR Program incorporates solid waste recycling requirements, as well as NPDES and FOG requirements. Education B.S., Earth and Environmental Science, UCI Certifications and Training CPESC, EnviroCert (#16358) CESSWI, EnviroCert (#4942) QSP, CASQA QISP, CASQA Basic Inspector Academy, Cal EPA Spanish fluency C-32 Proposal for Stormwater Quality Consulting Services April 18, 2025 P a g e B 1 Appendix B: Geosyntec Resumes The following section includes the resumes and certifications of Geosyntec key personnel. C-33 CHRISTOPHER WESSEL, P.E., QSD/QSP stormwater management MS4 permit compliance watershed planning monitoring EDUCATION M.S., Civil Engineering, University of California, Los Angeles, 2009 B.S., Civil Engineering, University of California, Los Angeles, 2007 REGISTRATIONS AND CERTIFICATIONS Professional Civil Engineer (P.E.), California, Number C78522 Qualified SWPPP Developer/Practitioner, California, Number 20321 CAREER SUMMARY Chris Wessel, P.E., QSD/QSP, is a Senior Principal Engineer and Qualified SWPPP Developer and Practitioner. He has over 16 years of experience in watershed planning, hydrology, computer modeling, and stormwater management. In his fourteen years at Geosyntec, his project experience has included topics such as stormwater planning and BMP design; hydraulic and hydrologic modelin g, emphasizing BMP design and evaluation; environmental planning for MS4 Permit compliance; and BMP performance and optimization. Mr. Wessel is Geosyntec’s project manager for the Beach Cities watershed management group, overseeing their WMP updates, project development, and coordinated monitoring. He has also led the modeling and development of numerous WMPs in the LA area; managed the optimization of eight regional stormwater projects for the City of Los Angeles; and is supporting LA Metro with the establishment of their LID and CGP programs. Southbay Beach Cities Coordinated Integrated Monitoring Program (CIMP) Implementation, Manhattan Beach, CA. Since 2015, Mr. Wessel has been managing the implementation of the Beach Cities CIMP on behalf of the cities of Manhattan Beach (lead agency), Redondo Beach, Hermosa Beach, and Torrance. Responsibilities include stormwater and non-stormwater sampling (outfall and receiving water), data processing and analyses, and annual reporting per the Los Angeles MS4 Permit. Beach Cities and Peninsula Cities Revised RAAs/WMPs, Peninsula Cities WMG and Beach Cities WMG, CA. Project Manager who directed the revisions to the existing WMPs for the Peninsula Cities WMG and Beach Cities WMG. Revised RAAs used WMMS 2.0, with calibration based on available CIMP data and a bacteria modeling approach developed for application within Santa Monica Bay. The Beach Cities also included the development of two Feasibility Studies for applications under the Safe Clean Water Program. C-34 Christopher Wessel, P.E., QSD/QSP Page 2 City of El Segundo Stormwater Program Support, City of El Segundo, CA. Chris has supported the City of El Segundo with their stormwater compliance program for over ten years, including development of City staff trainings; regional BMP modeling, siting, and crediting; drywell siting and analysis; LID ordinance drafting and implementation support; annual monitoring and reporting support; and erosion control support. City of Los Angeles Optimization of Eight Proposition O Stormwater Projects, City of Los Angeles Bureau of Sanitation. Los Angeles, CA. Project Manager overseeing the optimization of eight regional stormwater BMPs funded via Prop O. Project duties include design review and summaries; wet and dry weather monitoring; optimization adjustment activities; performance reporting; and the development of operations management manuals, to support the City with the transitioning of the projects from completion of construction to O&M. Safe Clean Water (SCW) Program Feasibility Study Development, Los Angeles County, CA. Mr. Wessel has managed and/or supported multiple projects throughout Los Angeles County applying for SCW Regional Program funding, including Fulton Playfield in Redondo Beach, the Slauson Connect Clean Water Partnership, and LA Metro Orange Line, among others. Support has included project identification, preliminary design, geotechnical investigation oversight, completion of full Feasibility Studies, and support during Scoring Committee meetings. Los Angeles County Metro (Metro) Water and Sustainability On-Call Services, Los Angeles, CA. Mr. Wessel supports the overall contract management for providing on-call consulting services to LA Metro. Geosyntec’s scope of work covers a wide array of service areas, including industrial wastewater, stormwater, and sustainability. Chris helped Metro establish their Construction Water Program and their Low Impact Development Program, and continues to serve as the lead consultant of those programs on behalf of Metro. One Water LA Project, City of Los Angeles Department of Public Works. Los Angeles, CA. Project Manager for Task 8 (Stormwater Infrastructure Master Plan) of the One Water LA Project, which involves the City of Los Angeles Bureau of Sanitation, Bureau of Engineering, and Department of Water and Power. Project tasks include the collection and analysis of all existing and available stormwater infrastructure spatial data within the City of Los Angeles, and the analysis of system performance over the next 25 years. City of Los Angeles LID Handbook, City of Los Angeles, Los Angeles, CA. Responsible for drafting the technical sections of the City of Los Angeles’ new LID Handbook. Specific content included residential BMP design guidance and factsheets, large development BMP design guidance and feasibility criteria, constraint mapping, and technical writing. The Handbook was designed to be highly user-friendly while still remaining technically advanced. C-35 CURTIS FANG, PE, PMP watershed planning stormwater modeling stormwater bmp EDUCATION M.S., Civil - Environmental Engineering, University of Illinois at Urbana-Champaign, Urbana, IL. 2014 B.S., Environmental Engineering, University of Waterloo, Waterloo, ON. Canada. 2013 REGISTRATIONS AND CERTIFICATIONS Professional Civil Engineer, California Board for Professional Engineers, Land Surveyors, and Geologists, No. C86731 Project Management Professional, Project Management Institute, No. 3959373 CAREER SUMMARY Curtis Fang is a professional civil engineer with 10 years of experience in stormwater management, watershed planning, and computer modeling. His project experience includes watershed management program development and implementation, stormwater BMP design, surface water modeling, and stormwater BMP monitoring, with an emphasis on helping clients in municipal clients to develop effective, economically feasible and community-backend stormwater solutions. PROJECT EXPERIENCE South Bay Beach Cities Watershed Management Programs (WMP) and Coordinated Integrated Monitoring Program (CIMP), Beach Cities Watershed Management Group, Redondo Beach. CA. Dupty project manager and water quality modeler for completing the 2015 and 2021 Beach Cities WMP and the Beach Cities CIMP implementation since 2015 to meet requirements outlined in the Los Angeles Regional MS4 Permit. Project work included TMDL interpretation, performing a reasonable assurance analysis (RAA); conducting preliminary BMP design; and preparing Safe Clean Water Program (SCWP) feasibility study for prioritized WMP projects, and preparing annual watershed reporting. Reasonable Assurance Analysis (RAA) for Palos Verdes Peninsula WMP, Peninsula Watershed Management Group, Ranchos Palos Verdes. Lead RAA modeler for the 2015 and 2021 Palos Verdes Peninsula WMP to develop the TMDL and MS4 compliance pathway for the Watershed Management Group. Los Angeles River Master Plan Update. Los Angeles County Public Works, Los Angeles County, CA. Water Quality Task Lead for the Los Angeles River Master Plan Update. Primary responsibilities include developing a master GIS database that includes existing and proposed projects and programs within the watershed, conducting water quality gap and need analysis by consolidating and integrating past watershed C-36 Curtis Fang, PE Page 2 planning efforts, conducting preliminary BMP design for selected high-priority multi-benefit projects along the river corridor, and preparing written and visual contents for the Master Plan. TOS-85 Angeles Mesa Green Infrastructure Corridor Project. Los Angeles Bureau of Engineering, Los Angeles CA. Project Manager of implementing the SCWP-funded multi-benefit Green Infrastructure Corridor Project in the Mesa Height Neighborhood. The project consists of 30 drywells, 140 trees, and 14,000 sq-ft bioretention. San Fernando Valley Green Stormwater Infrastructure. Los Angeles Sanitation, Los Angeles CA. Task lead for implementing a programmatic drainage analysis to quantify groundwater recharge benefits for over 60 drywells using PCSWMM. Proposition O Project Optimization Phase 2. Los Angeles Sanitation, Los Angeles CA. Technical Lead for two Proposition O stormwater management projects in City of Los Angeles. Primary responsibilities include performing field reconnaissance to characterize existing project condition, quantifying pollutant load reduction using flow monitoring, dry-weather and wet-weather water quality sampling data, and preparing technical report summarizing the project optimization needs. Fulton Playfield Multi-Benefit Infiltration Project Design and Construction Support. City of Redondo Beach, Redondo Beach, CA. project manager of in developing and submitting multiple SCWP applications for multi-benefit regional infiltration projects in Redondo Beach. And for implementing the project to construct and connect 13 drywells to an existing 6.6 acre-fee flood control detention basin after securing the SCWP funding. Rolling Hills Estates Stormwater Retention Dry Well Siting, Design and Construction. City of Rolling Hills Estates, Rolling Hills Estates CA. Deputy project manager in developing preliminary stormwater drywell projects to support the City in meeting its MS4 compliance needs. Primary responsibilities include maintaining effective two-way communications with the client and stakeholders, leading the hydrologic and water quality modeling analysis, overseeing the environmental screening, geotec hnical investigation and preliminary design efforts, preparing siting study, geotechnical investigation and preliminary design with cost opinion deliverables. City of El Segundo MS4 Permit Support - Pump Station 18 Stormwater Detention Basin and Sandhill Basin Performance Evaluation. City of El Segundo Public Works, El Segundo, CA. Hydraulic and Hydrology Modeler. Primary responsibilities include developing SWMM model to evaluate the long-term stormwater capture efficiency of an existing stormwater detention basin, and prepare pump station operation scheme recommendation to optimize stormwater capture efficiency. PROFESSIONAL EXPERIENCE Geosyntec Consultants, Los Angeles, CA. 2015 – present C-37 Elizabeth M. Gallo, Ph.D. Watershed Planning and Stormwater Management Professional Scientist Surface Water and Hydraulic Modeling GIS Analysis EDUCATION Ph.D., Hydrologic Science and Engineering, Colorado School of Mines, Golden, CO, 2020 M.S., Hydrologic Science and Engineering, Colorado School of Mines, Golden, CO, 2017 B.S., Geology, University of Alabama, Tuscaloosa, AL, 2014 B.S., Geography, University of Alabama, Tuscaloosa, AL, 2014 CAREER SUMMARY Dr. Gallo has extensive experience with hydrologic stormwater modeling, urban stormwater modeling for regulatory compliance and feasibility, green/grey/hybrid infrastructure, developing integrated approaches to watershed management planning, and exploring the relationship between stormwater infrastructure, life cycle costs and co-benefits. At Geosyntec, Dr. Gallo has supported projects on WQIP, EWMPs, RAAs, SWMM modeling to support design, SUSTAIN analyses, Safe Clean Water, and multiple GIS analysis and hydrologic/hydraulic modeling projects. Dr. Gallo has acted as project manager for several projects at Geosyntec. PROJECT EXPERIENCE Beach Cities RAAs/WMP, Los Angeles, CA. Provided WMMS 2.0 SUSTAIN modeling, writing, and GIS support for the Beach Cities Enhanced Watershed Management Program to meet the Los Angeles Phase I MS4 Permit requirements. Follow-up work included prioritization and siting drywells throughout four Beach Cities project areas. Manhattan Beach Infiltration H&H Study, Los Angeles, CA. Dr. Gallo provided detailed GIS analyses and WMMs 2.0 modeling for an infiltration feasibility study in the Dominguez channel watershed. Peninsula Cities RAAs/WMP, Los Angeles, CA. Provided WMMS 2.0 SUSTAIN modeling, writing, and GIS support for a reasonable assurance analysis. El Segundo MS4 Compliance On-call Support, El Segundo, CA. Evaluating the feasibility of implementing infiltration drywells within the portion of the City that drains to Santa Monica Bay. Dr. Gallo completed a GIS analysis to identify areas with infiltration conditions that appear feasible for potential drywell installation and a hydrologic modeling analysis using the Watershed C-38 Gallo, Elizabeth, Ph.D Page 2 Management Modeling System 2.0 (WMMS 2.0) tool to demonstrate the use of drywells as an effective stormwater control measure while achieving reasonable assurance of compliance with the local TMDL requirements. Winery Canyon Channel/Descanso Gardens SCWP Feasibility Study, Los Angeles, CA. Preparation of full Feasibility Study application for project funding from LA County’s Safe, Clean Water Program. Dr. Gallo provided project siting and conceptual design of stormwater capture measures review of geotechnical, utility and hydrologic constraints at selected sites, hydrologic modeling (WMMS 2.0) of project areas and estimated performance of proposed measures. This project was selected by the Upper Los Angeles River SCW scoring committee to be included in the ULAR Stormwater Investment Plan. South Orange County WQIP, Orange County, CA. As project Manager Dr. Gallo worked closely with South Orange County and permittees throughout SOC to identify and develop stormwater capture projects to support potential integrated regional water management grant applications and the development of SOCs reasonable assurance demonstration. Dr. Gallo conducted screening and preliminary engineering analysis of candidate sites and planning level quantification of potential water supply and pollutant load benefits using the OC Stormwater Tools Modeling Module. City of Long Beach Consolidated Stormwater Plan – Phase 1 & 2, City of Long Beach, CA. Identified project opportunities for stormwater management, including green streets, drywells, infrastructure improvements, and regional projects. In Phase 1, Dr. Gallo developed the GIS screening analysis workflow to identify the top 40 subwatersheds with high-potential for well- rounded, multi benefits stormwater projects. Dr. Gallo was the assistant Project Manager for Phase 2. She developed project concepts projects identified during Phase 1 and prepared Safe Clean Water (SCW) applications, and a Final Stormwater Projects Plan for both regional and greenstreet projects. Revision of the City of Walnut Reasonable Assurance Analysis, Walnut Creek, CA. Dr. Gallo provided hydrologic modeling using the WMMS 2.0 SUSTAIN to model green street bioretention systems and regional BMPs, including infiltration basins and subsurface flow wetlands, to support the City of Walnut revised Reasonable Assurance Analysis. Improved BMPs for Stormwater Runoff, Department of Defense, Guidance document on installing engineered media biofiltration systems to treat hydrophilic pollutants such as PFAS. Development of a Microsoft Excel-based tool, called the Treatment Engineered Media Performance and Sizing Tool (TEMPEST), which integrates modeled contaminant transport and subsequent filter performance with the sizing and design of engineered media SCMs. C-39 Proposal for Stormwater Quality Consulting Services April 18, 2025 P a g e C 1 Appendix C: NV5 Resumes The following section includes the resumes and certifications of NV5 key personnel. C-40 CONTACT INFO David.Renfrew@nv5.com EDUCATION BS, Geological Sciences (Emphasis in Hydrogeology) Graduate Studies, Hydrogeology-Multiphase Flow, Environmental Fate of Organic Contaminants EXPERIENCE 28 Years REGISTRATIONS Certified Professional in Storm Water Quality (CPSWQ), No. 0249 Project Management Professional (PMP), No. 1703435 Qualified SWPPP Developer/ Qualified SWPPP Practitioner (QSD/P), No. 20993 Qualified Industrial Storm Water Practitioner/Trainer of Record (QISP/ToR) AFFILIATIONS California Storm Water Quality Association (CASQA) Industrial Environmental Association Building Industry Association San Diego Environmental Professionals Project Experience STORMWATER QUALITY PROJECT OVERVIEW PORTAL LOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS | LOS ANGELES, CA Technical Advisor. David is supporting the Stormwater Quality Division with development of an online dashboard or portal that allows for ease of navigating the extensive amount of data required to operate, maintain, and assess effectiveness of stormwater quality capture and treatment facilities. The team includes subject matter experts in stormwater quality, green infrastructure, telemetry, SCADA, system operation as well as system and software experts in GIS, geospatial solutioning, portal development, and stormwater maintenance software such as Maximo and Cityworks, The tool is being developed in coordination with the Information Technology Division and under their strict protocols so that data management will be integrated into the portal be compatible with the County’s IT infrastructure, meet the County’s user and functional requirements, and be consistent with the County’s IT standards. Ultimately the tool will allow project managers to monitor status and easily assess the effectiveness of stormwater capture facilities over selected durations including daily, weekly, monthly, annually, or for the most recent storm event. LOS ANGELES WORLD AIRPORTS ON-CALL ENVIRONMENTAL SERVICES LAWA | LOS ANGELES & VAN NUYS, CA Stormwater Program Manager. Managed the storm water monitoring program for Los Angeles International Airport (LAX) and Van Nuys Airport (VNY). Program included compliance with Industrial and Phase I Permit Requirements at LAX and VNY for compliance with their Industrial Storm Water Permits. Monitoring included flow and load monitoring, sampling of a full suite of priority pollutants, laboratory analysis, data management, and reporting. NV5 prepared the Monitoring and Implementation Plan, prepared SWPPP revisions, and Exceedance Response Action Reports. Conducted a Source Identification Special Study for metals based on 60 discreet land use sampling locations. Installed drain inlet filter BMPs at 62 locations for trash, TSS, DAVE RENFREW, CPSWQ, QISP/TOR, QSD/P, PMP Vice President, Water Resources David Renfrew brings over 28 years of experience in the environmental industry with a focus on Phase I Municipal, Industrial, and Construction NPDES Compliance Programs. Mr. Renfrew provides specialty professional expertise to municipal, industrial, commercial, and institutional clientele. He has implemented full scale monitoring and reporting projects and provided extensive program management support. Through his career, he has conducted extensive regulatory reviews, and developed strategic technical comments to shape regulatory policy and permits on behalf of his clients. His project work includes management of municipal contracts to ensure quality project delivery. Project work includes compliance with Phase I and II NPDES Permit requirements including inspections, reporting, database development, site assessments, watershed assessments, water quality management plans, BMP effectiveness assessment, aerial deposition, site specific objectives, toxicity identification evaluations, water scarcity assessments, and resiliency planning documents. Mr. Renfrew is a member of several CASQA subcommittees: the Industrial Subcommittee, Policy and Permitting Subcommittee, and Pesticide Subcommittee. He was also recently appointed to the IGP Train the Trainers Workgroup by the State Water Resources Control Board. He has supported numerous municipal and Regional Water Board efforts through providing regulatory comment letters, reviewing statewide workplans, and assessing related water quality studies. His work provides his clients with a pathway for economically responsible compliance that results in significant savings for the client and associated stakeholders. NV5.COM | Beyond Engineering C-41 DAVE RENFREW, CPSWQ, QISP/TOR, QSD/P, PMP Vice President, Water Resources and heavy metals to address discharges to the Dominguez Channel. Also conducts facility BMP inspections at over 100 tenant facilities annually, provides technical support for TMDL compliance assessment, review and responses for Regional Water Quality Control Board requests and provided training to LAX Environmental Staff and conducted the annual tenant training. CITY OF COMPTON NPDES MONITORING & REPORTING CITY OF COMPTON | COMPTON, CA Project Manager. Provides the City of Compton with as- needed monitoring and reporting to support compliance with the Los Angeles Regional Water Quality Control Board’s (RWQCB) monitoring and reporting requirements of Attachment E of the NPDES Permit No. CAS004001: Order No. R4-2012-0175 (Permit). Conducts wet weather and dry weather sampling at receiving water and MS4 Outfall sites discharging to Compton Creek and the Dominguez Channel including preparation and installation of flow monitoring and autosampling equipment, field staffing and collection of samples for microbiology, chemistry, toxicity, toxicity identification evaluations, Bioassessment, and field parameters, managing sample laboratory delivery under chain of custody protocols, and preparation of field forms including trash assessments. RIVERSIDE COUNTY FLOOD CONTROL & WATER CONSERVATION DISTRICT ON-CALL SERVICES CONTRACT COUNTY OF RIVERSIDE | RIVERSIDE COUNTY, CA Program Manager for the on-call contract. Task orders included the Santa Margarita River Transitional Wet Weather Monitoring at the mass loading stations and MS4 outfall locations, Post-Fire Special Studies, Santa Margarita Investigative Order Monitoring, and Dry Weather Flow Studies. Responsibilities included oversight of field reconnaissance, equipment installations, flow monitoring, automated sample collection, data collection, and CEDEN data formatting. Managed all aspects of the special studies required under the 2010 San Diego County Regional MS4 Permit (Section E. of R9-2010-0016). Studies conducted included Sediment Toxicity Study, Trash and Litter Investigation, and Agricultural, Federal, and Tribal Input Study. The program included develop of study workplans; conducting field monitoring; data analysis; report writing; budget preparation; and client/regulatory agency interaction. Also provided an evaluation of the Coachella Valley 2012 303(d) Toxicity Listing for the Whitewater Region for the purposes of evaluating the potential for delisting based on available data and providing future monitoring recommendations. ONTARIO INTERNATIONAL AIRPORT AUTHORITY STORM WATER COMPLIANCE PROGRAM ONTARIO INTERNATIONAL AIRPORT AUTHORITY | ONTARIO, CA Industrial Permit Team Manager. Provided stormwater program management services for Ontario International Airport Authority (OIAA). Program included monitoring and reporting activities at Ontario Airport (ONT) for compliance with their Industrial Storm Water Permit. Additional support included preparation of Stormwater Pollution Prevention Plans, annual reporting, training, BMP design and technical support, tenant inspections, regulatory technical reviews and preparation of technical comments, and third-party litigation support. NV5 performs BMP inspections at over 23 tenant locations. PORT OF LONG BEACH AS-NEEDED MS4 STORMWATER MONITORING & REPORTING SERVICES PORT OF LONG BEACH | LONG BEACH, CA Program Manager. Provided regulatory support, development of a consistent sampling and analysis program, quality assurance program plans, and conducted monitoring and reporting for MS4 Permit Compliance. Provided TMDL Program Reviews and Comments, MS4 Program Compliance review, reporting, and engineering assistance for SUSMP Plan Check reviews. Also assisted the Port with literature reviews and recommendations for low impact development mitigation strategies and developed a mitigation banking and water quality credit trading assessment. PALOS VERDES PENINSULA CIMP MS4 OUTFALL MONITORING CITY OF RANCHO PALOS VERDES | RANCHO PALOS VERDES, CA Managed the MS4 outfall monitoring requirements for the Peninsula CIMP as a key subconsultant. Prior to commencing field work, he conducted field reconnaissance and worked with the Peninsula Watershed Management Group agencies to obtain encroachment and traffic control permits, developed a sampling and analysis plan, and developed a health and safety plan. Procured, installed, calibrated, and maintained two flowmeters at MS4 outfall locations, which have been installed since late 2016. Conducting wet weather monitoring at six MS4 outfall locations during three storm events per year and dry weather MS4 outfall monitoring at four locations monthly which includes protocols for TMDL compliance, including MS4 outfall investigations of non-stormwater discharges to identify potential source(s) of illicit discharges and connections and/or discharges of non-stormwater flows. STORMWATER PERMIT STRATEGY STUDY, JOHN WAYNE AIRPORT JOHN WAYNE AIRPORT | ORANGE COUNTY, CA Program Manager. Supported John Wayne Airport in developing a Conceptual Storm Water Discharge Compliance Plan to assist in managing runoff regulated under the General Industrial Permit as well as the Orange County MS4 Permit and may reduce regulatory exposure. Summarized existing conditions, conducted runoff modelling of discharge points, identified alternative storm water management measures and developed runoff management strategies. NV5.COM | Beyond Engineering C-42 NV5.COM | Beyond Engineering 1 GARTH ENGELHORN, CPSWQ, QISP/ToR Senior Project Manager Mr. Engelhorn has over 20 years of experience implementing water quality monitoring programs with 16 years directly supporting municipalities in Southern California with NPDES permit regulations. He designed and implemented monitoring, reporting, and planning strategies for a variety of complex projects and environmental regulatory programs. His experience includes managing permit compliance and water quality monitoring programs for the City of Oceanside, County of San Diego, City of San Diego, City of Vista, City of Carlsbad, Riverside Flood Control and Water Conservation District, Port of Long Beach, and many others including excellent working relationships with Regional Water Quality Control Board staff. He has extensive experience leading NPDES and TMDL compliance monitoring programs, including the design of watershed assessments, methodologies, facility inspections, source identification studies, BMP effectiveness assessments, and compliance reporting. His work focuses on project development, study design, project management, and quality oversight. His proven project approach includes frequent client and high-quality communications, development of realistic work schedules, adherence to budget, and effective staff communication. Project Experience LAKE ELSINORE AND CANYON LAKE NUTRITENT TMDL WATERSHED MONITORING AND ANNUAL REPORTING SANTA ANA WATERSHED PROJECT AUTHORITY, RIVERSIDE, CA Currently managing the annual watershed-wide monitoring and reporting program for the Lake Elsinore and Canyon Lake Nutrient TMDL Task Force. Coordinating storm sampling events to determine the total nutrient loads into the lakes from their tributaries. Annual water quality data is used to calculate loads and evaluate nitrogen and phosphorus TMDL compliance with waste load allocations. Tasks include CEDEN data management and annual reporting. RIVERSIDE COUNTY FLOOD CONTROL DISTRICT POST-FIRE MONITORING-HOLY AND TENAJA FIRES RIVERSIDE COUNTY, CA Developed and conducted water quality studies to assess post-fire contaminant concentration and flux by sampling stormwater runoff from the terminal end of burned catchments. The data were compared to reference sites to assess the effects of the Holy and Tenaja Fires on the hydrologic response, sediment loads, and contribution of pollutant loads (metals, nutrients, and organic contaminants) from post-fire runoff. The Holy Fire assessment is informing management actions, including strategies used to comply with nutrient TMDLs. The Tenaja Fire asessement is being used to evaluate potential post-fire water quality impacts observed at the SMR WMA WQIP most proximate long-term receiving water monitoring station. WATER RESOURCES | ENVIRONMENTAL Oceanside, CA Garth.Engelhorn@NV5.com 760.237.2703 EDUCATION BS, Earth Science/Geology (Emphasis in Geophysics) University of California, San Diego EXPERIENCE 20 years REGISTRATIONS Certified Professional in Storm Water Quality (CPSWQ) No.953 Qualified Industrial Stormwater Practitioner/Trainer of Record (QISP/ToR), No.140 AFFILIATIONS California Stormwater Quality Association San Diego Environmental Professionals Industrial Environmental Association C-43 NV5.COM | Beyond Engineering 2 RIVERSIDE COUNTY FLOOD CONTROL DISTRICT SANTA MARGARITA RIVER WQIP WET WEATHER MONITORING RIVERSIDE, CA Conducting the Santa Margarita River WQIP wet weather monitoring at the mass loading stations and MS4 outfall locations. Responsibilities include field reconnaissance, equipment installations, flow monitoring, automated sample collection, data collection, and CEDEN data formatting and uploading of field, chemistry, and toxicity data. RIVERSIDE COUNTY FLOOD CONTROL DISTRICT SANTA MARGARITA RIVER IO MONITORING RIVERSIDE, CA Conducting the Santa Margarita River Investigative Order (IO) River monitoring. Responsibilities include conducting monitoring on the main stem of the river monthly from May through October, and bi-monthly from November to April each year, CEDEN data formatting and uploading of field, quarterly reports, data packages, and an annual QA/QC summary report. CITY OF OCEANSIDE NPDES MS4 OUTFALL MONITORING AND ASSESSMENT PROGRAM OCEANSIDE, CA Implementing the MS4 outfall visual field screenings including determination of flow status, flow rate estimations, trash assessments, photo documentation, and visual observations using an electronic field datasheet connected to a mobile broadband tablet. Manages upstream illicit discharge source identifications, QA/QC and formatting of the visual observations and analytical data for insertion into the Regional Data Sharing Template and CEDEN-compatible format. CITY OF VISTA PASEO SANTA FE GREEN STREETS POST-CONSTRUCTION MONITORING AND REPORTING AND AS-NEEDED NPDES SUPPORT VISTA, CA Providing expert consultant services in the implementation of a dry weather flow and bacteria special study required by the WQIP and conducted both the Phase I and Phase II Paseo Santa Fe Green Streets Post-Construction Monitoring and Reporting Project. Implemented the monitoring, assessment, and reporting requirements to satisfy State Grant funding Conducted wet weather and dry weather effectiveness assessment monitoring and collected a highly accurate record of the wet weather and dry weather flows to estimate the reduction in pollutant loads from the post-construction project area. The effectiveness of the Paseo Santa Fe Green Streets Project was assessed by comparing the pre-construction monitoring data with the post-construction data to determine the estimated pollutant load reductions from the project area and individual BMPs. The report focused on the evaluation of the effectiveness of individual BMPs meeting the water conservation and pollutant load reduction performance measures. CITY OF PALOS VERDES ESTATES DRY WEATHER MS4 SAMPLING SERVICES PALOS VERDES ESTATES, CA Conducted dry weather source tracking within the MS4 tributary to drainage outfalls at Malaga Cove Beach. Task included developing a field sampling plan, health and safety plan, and a systematic adaptive follow-up sampling plan to collect dry weather samples from the storm drain network tributary. Conducted field sampling and analysis to track human associated HF183 gene sequences from Bacteroides species. Responsibilities include grab sampling. CITY OF ESCONDIDO NPDES MS4 OUTFALL MONITORING AND ASSESSMENT PROGRAM ESCONDIDO, CA Providing support to the City’s Monitoring and Assessment Program in the Carlsbad WMA and San Dieguito WMA as part of the requirements of the WQIPs. Responsibilities include implementing dry weather non-storm water persistent flow MS4 outfall discharge monitoring, IDDE investigations, MS4 outfall visual observations, continuous flow monitoring, MS4 data QA/QC, program review, and assessment and reporting of the monitoring programs. CITY OF SAN DIEGO MS4 LOW FLOW MONITORING SAN DIEGO, CA Developed the MS4 Flow SystemTM to specifically help municipalities identify, assess, and eliminate non-stormwater flows in their storm drains. Managed the deployment of the web-enabled flow data system throughout the City of San Diego’s MS4 at over 100 MS4 outfall locations. Responsibilities included field reconnaissance, equipment installations, flow monitoring, data collection, and data QA/QC. C-44 NV5.COM | Beyond Engineering1 JACQUELINE MCMILLEN, PE, QISP/ToR, QSD/P Senior Consultant, Project Engineer Jacqueline has over 14 years of experience supporting industrial and municipal clients with their environmental compliance programs. Her areas of expertise include environmental permitting, regulatory review and research, stormwater compliance and reporting, plan check reviews, engineering design, sediment and erosion control plans, and stormwater drainage analyses. She has direct experience developing and managing extensive stormwater compliance programs for industrial and municipal clients and serving in an advisory capacity regarding stormwater programs to local government agencies within California. She has supported a wide variety of clients in navigating the SUSMP plan checks, construction, IGP requirements including permit registration document preparation, development of Stormwater Pollution Prevention Plans (SWPPP), performance of site inspections, monitoring, and reporting, and electronic reporting via the Stormwater Multiple Application and Report Tracking System (SMARTS). She has prepared Water Quality Management Plans, performed plan check reviews for compliance with local regulations, and has assisted in defending third-party Clean Water Act citizen suits. Her understanding of implementing well documented projects and the importance of respecting sensitive communications to protect her clients demonstrates her commitment to excellence. • In-depth understanding of National Pollutant Discharge Elimination System (NPDES) permit, current Municipal Separate Storm Sewer System (MS4) permit and Los Angeles Regional Water Quality Control Board (RWQCB) requirements for storm water programs. • Responsible for the development of Storm Water Pollution Prevention Plans (SWPPP) for compliance with Industrial General Permit and implementation of municipal and industrial compliance programs. • Responsible for Best Management Practices (BMP) assessment, implementation, and design. • Data review, formatting and submission to the Stormwater Multiple Application and Report Tracking Systems (SMARTS). • Evaluation and compilation of analytical data for graphics and reporting. WATER RESOURCES | ENVIRONMENTAL Long Beach, CA Jacqueline.McMillen@NV5.com 562.489.9744 EDUCATION BS, Chemical Engineering, University of Illinois, Champaign-Urbana, 2006 EXPERIENCE 14 years REGISTRATIONS Professional Engineer (Civil), CA, No. C80930 Qualified Industrial Stormwater Practitioner Trainer of Record (QISP-ToR) Qualified SWPPP Developer (QSD) AFFILIATIONS California Stormwater Quality Association (CASQA) American Society of Civil Engineers Environmental and Water Resources Institute C-45 NV5.COM | Beyond Engineering Project Experience COUNTY OF AMADOR PHASE II (SMALL) MS4 PROGRAM ASSISTANCE AMADOR COUNTY, CA Providing Phase II MS4 compliance support services for the County of Amador as acting Project Manager. The County is a traditional permittee under the MS4 permit and contracted with NV5 to provide technical support, work products, and recommendations to County staff for further development and implementation of the County’s storm water program. To date, Ms. McMillen has worked to develop an annual budget and scope of work to ensure the program is within the County’s budget and in compliance with the Phase II MS4 Permit’s requirements. She has also worked with the Regional Water Quality Control Board to update the County’s MS4 jurisdictional boundary on maps submitted in SMARTS. In 2020, Ms. McMillen was responsible for preparing and submitting the Phase II (Small) MS4 Annual Report by the October 15th deadline for the 2019-2020 reporting year. Additionally, Ms. McMillen has coordinated the County’s response to the Regional Board order to submit technical and monitoring reports pursuant to California Water Code Sections 13267 and 13383 regarding Pyrethroid Management. NV5 evaluated costs of implementation for both baseline pyrethroid monitoring and a pyrethroid management plan to aid the County in determining the best course of action for achieving compliance with this order. CITY OF MAYWOOD PHASE I MS4 NPDES PERMIT PROFESSIONAL SUPPORT SERVICES MAYWOOD, CA Ms. McMillen is the Project Manager, providing professional support services for the City of Maywood’s Phase I Municipal Separate Storm Sewer System (MS4) NPDES Permit compliance. The team is supporting the City with development and implementation of required programs to achieve compliance with the objectives of the amended Coastal Los Angeles County MS4 NPDES Permit (Order No. R4-2012-0175-AO1). Services completed to date under the current as-needed services contract include conducting an annual storm water program training webinar for municipal staff; development of public outreach brochures on BMPs to be employed at Food Service Establishments; Automotive Service Facilities, and Industrial Facilities; and development of an Industrial and Commercial Facilities database. This database is used to inform and track future inspection activities within the City. Ongoing work with the City includes, but is not limited to, inspections of construction sites by QSD/P, post-construction BMP inspections, review of municipal facilities and activities, and conducting concurrent Fats, Oils, and Grease (FOG)/storm water commercial and industrial facility inspections. The team will also support illegal discharge investigations as needed. LOS ANGELES WORLD AIRPORTS (LAWA) STORM WATER MONITORING LOS ANGELES & VAN NUYS, CA Supported the storm water monitoring program for Los Angeles International Airport (LAX) and Van Nuys Airport (VNY). Program included monitoring station equipment procurement, installation, maintenance, and continuous monitoring at three mass loading stations at LAX and monitoring at one station at VNY for compliance with Industrial Storm Water Permits. Monitoring included flow and load monitoring, sampling of a full suite of priority pollutants, laboratory analysis, data management, and reporting. LOS ANGELES WORLD AIRPORTS (LAWA) ANNUAL SUSTAINABILITY REPORT LOS ANGELES, CA Prepared Annual Sustainability Reports based on a review of performance trends and progress by assessing data and analyzing metrics in the following categories to align with the Sustainability Action Plan: Corporate Responsibility, Energy Management, Water Management, Air Emissions Management, Material Resources Management, Sustainable Construction Practices, Noise Management, and Natural Resources Management. LOS ANGELES WORLD AIRPORTS (LAWA) TRANSFER OF SUSTAINABILITY-BY-THE-NUMBERS APPLICATION AND DATABASE LOS ANGELES, CA Transferred data hosting and management of the Sustainability-by-the-Numbers application and database. Transferred all programming code and environment components. Additionally, provided informal virtual training, on an as-needed basis, for LAWA staff on the Sustainability- by-the-Numbers application, SQL Server database, Power BI files, Administrator application, and Python scripts. C-46 CONTACT INFO Nicholas.Poser@nv5.com EDUCATION MS, Geology, San Diego State University, 2022 BS, Environmental Geoscience, San Diego State University, 2019 EXPERIENCE 4 Years REGISTRATIONS Qualified Industrial Stormwater Practitioner (QISP), No. 01210 Certified Erosion, Sediment and Stormwater Inspector (CESSWI), No. 9874 Confined Space Entry and Attendant (2020) 40 Hour HAZWOPER (2020) AFFILIATIONS San Diego Environmental Professionals Project Experience Lake Elsinore And Canyon Lake Nutrient TMDL Watershed Monitoring And Annual Reporting SANTA ANA WATERSHED PROJECT AUTHORITY | RIVERSIDE, CA The annual watershed-wide monitoring and reporting program for the Lake Elsinore and Canyon Lake Nutrient TMDL Task Force. Coordinating storm sampling events to determine the total nutrient loads into the lakes from their tributaries. Annual water quality data is used to calculate loads and evaluate nitrogen and phosphorus TMDL compliance with waste load allocations. Tasks include CEDEN data management and annual reporting. Stormwater Quality Project Overview Portal LOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS | LOS ANGELES, CA David is supporting the Stormwater Quality Division with development of an online dashboard or portal that allows for ease of navigating the extensive amount of data required to operate, maintain, and assess effectiveness of stormwater quality capture and treatment facilities. The team includes subject matter experts in stormwater quality, green infrastructure, telemetry, SCADA, system operation as well as system and software experts in GIS, geospatial solutioning, portal development, and stormwater maintenance software such as Maximo and Cityworks, The tool is being developed in coordination with the Information Technology Division and under their strict protocols so that data management will be integrated into the portal be compatible with the County’s IT infrastructure, meet the County’s user and functional requirements, and be consistent with the County’s IT standards. Ultimately the tool will allow project managers to monitor status and easily assess the effectiveness of stormwater capture facilities over selected durations including daily, weekly, monthly, annually, or for the most recent storm event. Los Angeles World Airports On-Call Environmental Services LAWA | LOS ANGELES & VAN NUYS, CA Stormwater Program Manager. Managed the storm water monitoring program for Los Angeles International Airport (LAX) and Van Nuys Airport (VNY). Program included compliance with Industrial and Phase I Permit Requirements at LAX and VNY for compliance with their Industrial Storm Water Permits. Monitoring included flow and load monitoring, sampling of a full suite of priority pollutants, laboratory analysis, data management, and reporting. NV5 prepared the Monitoring and Implementation Plan, prepared SWPPP revisions, and Exceedance Response Action Reports. Conducted a Source Identification Special Study for metals based on 60 discreet land use sampling locations. Installed drain inlet filter BMPs at 62 locations for trash, TSS, and heavy metals to address discharges to the Dominguez Channel. Also conducts facility BMP inspections at over 100 tenant facilities annually, provides technical support for TMDL compliance assessment, review and responses for Regional Water Quality Control Board requests and provided training to LAX Environmental Staff and conducted the annual tenant training. NICHOLAS POSER, QISP, CESSWI Water Resource Associate III Nicholas is a Water Resources Associate with NV5. Nick’s experience includes storm water monitoring, dry weather monitoring, water quality sampling, preparation of water quality samplers, geologic logging and evaluation of analytical data. He is 40 Hour Hazardous Waste Operations and Emergency Response (HAZWOPER) certified, Occupational Safety and Health Administration (OSHA) Confined Space Certified, a certified Qualified Industrial Stormwater Practitioner (QISP) and Certified Erosion, Sediment and Stormwater Inspector (CESSWI). iC-47 DAVE RENFREW, CPSWQ, QISP/TOR, QSD/P, PMP Program Manager City Of Compton NPDES Monitoring & Reporting CITY OF COMPTON | COMPTON, CA Project Manager. Provides the City of Compton with as- needed monitoring and reporting to support compliance with the Los Angeles Regional Water Quality Control Board’s (RWQCB) monitoring and reporting requirements of Attachment E of the NPDES Permit No. CAS004001: Order No. R4-2012-0175 (Permit). Conducts wet weather and dry weather sampling at receiving water and MS4 Outfall sites discharging to Compton Creek and the Dominguez Channel including preparation and installation of flow monitoring and autosampling equipment, field staffing and collection of samples for microbiology, chemistry, toxicity, toxicity identification evaluations, Bioassessment, and field parameters, managing sample laboratory delivery under chain of custody protocols, and preparation of field forms including trash assessments. Riverside County Flood Control & Water Conservation District On-Call Services Contract COUNTY OF RIVERSIDE | RIVERSIDE COUNTY, CA Program Manager for the on-call contract. Task orders included the Santa Margarita River Transitional Wet Weather Monitoring at the mass loading stations and MS4 outfall locations, Post-Fire Special Studies, Santa Margarita Investigative Order Monitoring, and Dry Weather Flow Studies. Responsibilities included oversight of field reconnaissance, equipment installations, flow monitoring, automated sample collection, data collection, and CEDEN data formatting. Managed all aspects of the special studies required under the 2010 San Diego County Regional MS4 Permit (Section E. of R9-2010-0016). Studies conducted included Sediment Toxicity Study, Trash and Litter Investigation, and Agricultural, Federal, and Tribal Input Study. The program included develop of study workplans; conducting field monitoring; data analysis; report writing; budget preparation; and client/regulatory agency interaction. Also provided an evaluation of the Coachella Valley 2012 303(d) Toxicity Listing for the Whitewater Region for the purposes of evaluating the potential for delisting based on available data and providing future monitoring recommendations. Ontario International Airport Authority Storm Water Compliance Program ONTARIO INTERNATIONAL AIRPORT AUTHORITY | ONTARIO, CA Industrial Permit Team Manager. Provided stormwater program management services for Ontario International Airport Authority (OIAA). Program included monitoring and reporting activities at Ontario Airport (ONT) for compliance with their Industrial Storm Water Permit. Additional support included preparation of Stormwater Pollution Prevention Plans, annual reporting, training, BMP design and technical support, tenant inspections, regulatory technical reviews and preparation of technical comments, and third-party litigation support. NV5 performs BMP inspections at over 23 tenant locations. Port of Long Beach As-Needed MS4 Stormwater Monitoring & Reporting Services PORT OF LONG BEACH | LONG BEACH, CA Program Manager. Provided regulatory support, development of a consistent sampling and analysis program, quality assurance program plans, and conducted monitoring and reporting for MS4 Permit Compliance. Provided TMDL Program Reviews and Comments, MS4 Program Compliance review, reporting, and engineering assistance for SUSMP Plan Check reviews. Also assisted the Port with literature reviews and recommendations for low impact development mitigation strategies and developed a mitigation banking and water quality credit trading assessment. Palos Verdes Peninsula CIMP MS4 Outfall Monitoring CITY OF RANCHO PALOS VERDES | RANCHO PALOS VERDES, CA Managed the MS4 outfall monitoring requirements for the Peninsula CIMP as a key subconsultant. Prior to commencing field work, he conducted field reconnaissance and worked with the Peninsula Watershed Management Group agencies to obtain encroachment and traffic control permits, developed a sampling and analysis plan, and developed a health and safety plan. Procured, installed, calibrated, and maintained two flowmeters at MS4 outfall locations, which have been installed since late 2016. Conducting wet weather monitoring at six MS4 outfall locations during three storm events per year and dry weather MS4 outfall monitoring at four locations monthly which includes protocols for TMDL compliance, including MS4 outfall investigations of non-stormwater discharges to identify potential source(s) of illicit discharges and connections and/or discharges of non-stormwater flows. Stormwater Permit Strategy Study, John Wayne Airport JOHN WAYNE AIRPORT | ORANGE COUNTY, CA Program Manager. Supported John Wayne Airport in developing a Conceptual Storm Water Discharge Compliance Plan to assist in managing runoff regulated under the General Industrial Permit as well as the Orange County MS4 Permit and may reduce regulatory exposure. Summarized existing conditions, conducted runoff modelling of discharge points, identified alternative storm water management measures and developed runoff management strategies. iiC-48 CONTACT INFO Sam.Brogadir@NV5.com EXPERIENCE 3 years EDUCATION B.A., Political Science/ Environmental Systems and Society Minor AFFILIATIONS California Stormwater Quality Association (CASQA) Project Experience Santa Margarita River (Smr) Watershed Management Area (Wma) Water Quality Improvement Plan (Wqip) Update And Annual Reporting* RIVERSIDE COUNTY FLOOD CONTROL & WATER CONSERVATION DISTRICT | RIVERSIDE, CA Sam, as NPDES Permit Manager and Principal Co-Permittee for the SMR WMA, led updates to the Water Quality Improvement Plan (WQIP) and developed the Annual Report. He addressed deficiencies by implementing a metrics-based approach to quantify flow and nutrient reductions, mitigating eutrophication and nutrient loading. Sam coordinated with Co-Permittees, led technical meetings, and worked with SDRWQCB staff to ensure effective updates. He integrated monitoring data into the Annual Report and oversaw its final submission to the SDRWQCB. Public Education Pilot Study* RIVERSIDE COUNTY FLOOD CONTROL & WATER CONSERVATION DISTRICT | RIVERSIDE, CA Sam led a pilot study in the SMR WMA to evaluate outreach materials for reducing dry-weather illicit discharges. He selected MS4 drainage areas as control and variable groups, managed data from water level loggers, and updated educational materials. Sam also revamped the public education landing page, generated the study report, and presented findings at the 2022 CASQA conference. Additionally, he installed drain inlet filter BMPs at 62 locations, conducted facility BMP inspections, supported TMDL compliance, and trained LAX Environmental Staff and tenants. City Of Compton NPDES Monitoring & Reporting CITY OF COMPTON | COMPTON, CA Project Manager. Provides the City of Compton with as-needed monitoring and reporting to support compliance with the Los Angeles Regional Water Quality Control Board’s (RWQCB) monitoring and reporting requirements of Attachment E of the NPDES Permit No. CAS004001: Order No. R4-2012-0175 (Permit). Conducts wet weather and dry weather sampling at receiving water and MS4 Outfall sites discharging to Compton Creek and the Dominguez Channel including preparation and installation of flow monitoring and autosampling equipment, field staffing and collection of samples for microbiology, chemistry, toxicity, toxicity identification evaluations, Bioassessment, and field parameters, managing sample laboratory delivery under chain of custody protocols, and preparation of field forms including trash assessments. Riverside County Flood Control & Water Conservation District On-Call Services Contract COUNTY OF RIVERSIDE | RIVERSIDE COUNTY, CA As Program Manager for the on-call contract, I oversaw various monitoring and special studies, including wet weather monitoring, post-fire studies, and dry weather flow studies. My responsibilities included field reconnaissance, equipment installations, flow monitoring, automated sample collection, data collection, and CEDEN data formatting. I managed all aspects of studies required under the 2010 San Diego County Regional MS4 Permit, such as sediment toxicity, trash and litter investigation, and agricultural input studies. Additionally, I evaluated the Coachella Valley 2012 303(d) Toxicity Listing for potential delisting and provided future monitoring recommendations. SAM BROGADIR Scientist Sam has experience working on stormwater projects in Southern California. He has helped local agencies meet their regulatory and environmental goals by implementing dynamic monitoring and assessment programs, conducting novel Watershed Management Area (WMA) targeted studies, and developing strategic planning proposals. With experience as both a field technician and data analyst, Sam excels at translating complex NPDES Permit requirements and relevant data into actionable insights. His work helps ensure clients stay compliant with regulations while cost-effectively enhancing regional water quality and bettering local communities. iC-49 NV5.COM | Beyond Engineering 1 HARSHO SANYAL, EIT, QISP Water Resources Engineer Associate II Harsho brings three years of dedicated experience in the environmental industry, specializing in stormwater management and data analysis Harsho’s project portfolio encompasses extensive hydraulic and hydrologic modeling, crucial for evaluating peak flows and flow depths on project sites. To achieve these objectives, he proficiently utilizes a diverse range of software, including Hydraflow Hydrographs, HEC-RAS, PCSWMM, InfoWorks ICM, and StormCAD. Additionally, he demonstrates proficiency in leveraging ArcGIS for hydrologic analysis and site mapping. He is also a skilled user of Microsoft Excel to perform data analysis, also using it to illustrative graphs for project reports. Complementing his analytical skills, he has actively provided field support for stormwater sampling and equipment operation, and frequently conducts site inspections to encourage compliance with the California Industrial General Permit. Project Experience COUNTY OF SAN DIEGO CONTINUOUS FLOW MONITORING COUNTY OF SAN DIEGO| SAN DIEGO, MA Water resources engineer. Assisted with installation of v-notch weirs at various outfall locations in San Diego County. Generated data deliverables for sites based on dry weather flow and precipitation records to determine flow trends. County of San Diego | July 2024 – October 2024 | NV5 CITY OF COMPTON NPDES MS4 OUTFALL MONITORING AND ASSESSMENT PROGRAM CITY OF COMPTON | COMPTON, CA Water resources engineer. Conducts site inspections and equipment installations for stormwater and creek flow monitoring. Keep regular record of site flows based on datalogger measurements and rainfall. Processes data generated by laboratories and compiles into format for annual reports, analyzing for general chemistry, toxicity, and microbiology. Provides field support for stormwater sampling events and dry weather site analyses. City of Compton | September 2023 – Present| NV5 GATES CANYON PARK OPERATION & MAINTENANCE LOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS | CALABASAS, CA Water Resources Engineer. Provides field maintenance for a variety of operating at Gates Canyon Park Stormwater Improvements Project, which includes slide gate, pump well, pre-treatment, cistern, and infiltration wells. Conducts CCTV monitoring and supports control room operations. Assists with installation and maintenance of monitoring equipment. .LA County DPW | August 2023 – Present| NV5 WATER RESOURCES | ENVIRONMENTAL Long Beach, CA Harsho.Sanyal@NV5.com 631.495.0648 EDUCATION MS, Civil Engineering (concentration on Water Resources & Environmental Engineering), The Cooper Union, 2022 BS, Civil Engineering, The Cooper Union, 2020 EXPERIENCE 2 years REGISTRATIONS Engineer-In-Training (EIT), New York, No. 096647 Qualified Industrial Stormwater Inspector, No01448 AFFILIATIONS California Stormwater Quality Association (CASQA) New York Water and Environmental Association (NYWEA) * = indicates a project that was performed while employed at a different firm. C-50 NV5.COM | Beyond Engineering 2 Project Experience (Continued) CANOE BROOK PFAS PILOT STUDY* NEW JERSEY AMERICAN WATER | MILLBURN, NJ Stormwater Engineer. Determined watershed area of Canoe Brook and analyzed land cover across delineated sub catchments. Built hydrologic model to calculate peak flow across 2-, 10- and 100- year storms, as well as Design Flood flows. Built HEC-RAS model to calculate water surface profiles and limits of inundation. Authored initial draft of Flood Hazard Area (FHA) permit report. The purpose of this project was to determine the FHA at the site due to Canoe Brook, as there were no such flood plans available from FEMA or NJDEP at this location. These updated elevations would be used for the design of a PFAS treatment facility at the site. New Jersey American Water | January 2023 – June 2023 | Mott MacDonald SYDNEY METRO* CITY OF SYDNEY | SYDNEY, NSW, AU Hydrology Engineer. Delineated project area sub catchments and created shapefiles for overland flow. Generated InfoWorks ICM model and generated hydrologic results across the project area. The purpose of the project is to construct a metro line connecting the Sydney area, facilitating fast transport. Hydrologic analysis was being done near track and node locations to determine construction parameters. City of Sydney | March 2022 – January 2023| Mott MacDonald PEQUANNOCK AQUEDUCT DITCH MAINTENANCE* CITY OF NEWARK | PEQUANNOCK, NJ Drafter. Drafted plan views, cross-sections, profiles, and detail views of proposed rehabilitation of exposed aqueducts. The purpose of the project was to cover up aqueducts which had been exposed by erosion with erosion-resistant cover. City of Newark | September 2022 – January 2023 | Mott MacDonald NYCEDC GREEN INFRASTRUCTURE* NYC ECONOMIC DEVELOPMENT CORPORATION | NEW YORK, NY Inspector. Inspected green infrastructure practices at various phases of construction. Took photographs and entered progress into a memo. The purpose of the project was to reduce the impact of stormwater on combined sewer overflows (CSOs) via various BMPs. NYC Economic Development Corporation | September 2022 – November 2022 | Mott MacDonald ROCKAWAY INFLOW/INFILTRATION* NYC DEPT OF ENVIRONMENTAL PROTECTION | ROCKAWAY, NY Inspector. Assisted with qualitative and quantitative measurements of manholes and outfalls in Far Rockaway. The purpose of this project was to rehabilitate the combined sewage network in Far Rockaway. Department of Environmental Protection| November 2022 | Mott MacDonald ATLANTIC STREET STORMWATER CONTROL PROJECT* CITY OF ELIZABETH | ELIZABETH, NJ Stormwater Engineer. Authored stormwater management report, incorporating flow path figures and peak flow calculations derived from hydrologic model. Helped write Flood Hazard Area Individual Permit report, ensuring compliance with New Jersey Department of Environmental Protection (NJDEP) regulations. Drafted set of project plans and details with Civil 3D. The purpose of the project was to include two new stormwater management technologies in a lot in Elizabeth, NJ. These included an underground stormwater detention tank and a stormwater filtration system. City of Elizabeth | January 2022 – June 2022 | Mott MacDonald C-51 NV5.COM | Beyond Engineering 1 MATT MUILENBURG, QISP, CESSWI Environmental Specialist Matt brings four years of experience as a Water Resources Specialist. Matt’s experience includes storm water monitoring, dry weather monitoring, water quality sampling, constructing compliance reports, evaluation of analytical data, and assisting with technical reports. He is 40-Hour Hazardous Waste Operations and Emergency Response (HAZWOPER) certified, Occupational Safety and Health Administration (OSHA) Confined Space Certified and a certified Qualified Industrial Storm Water Practitioner (QISP). Project Experience STORM WATER MONITORING PROGRAM LOS ANGELES WORLD AIRPORTS (LAWA) | LOS ANGELES, CA Field scientist. Currently supporting the storm water monitoring program for Los Angeles International Airport (LAX). Program includes monitoring station equipment, installation, maintenance, and continuous monitoring at three mass loading station at LAX for compliance with their Industrial Storm Water Permits. RIVERSIDE FLOOD CONTROL AND WATER CONSERVATION DISTRICT Riverside County Flood Control and Water Conservation District | RIVERSIDE COUNTY, CA Field scientist. Currently supporting the Riverside County Flood Control and Water Conservation District with various projects. Tasks included field work coordination, dry weather monitoring, wet weather monitoring, and flow monitoring equipment installation and maintenance. CITY OF COMPTON NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM (NPDES) MONITORING CITY OF COMPTON | COMPTON, CA Currently supporting the City of Compton with wet weather and dry weather monitoring at receiving water and MS4 Outfall sites. Conducts wet weather sampling at MS4 Outfall sites including preparation and installation of flow monitoring and auto sampling equipment and collection of samples for microbiology, chemistry, toxicity, toxicity identification evaluations, Bioassessment, and field parameters. SANTA MARGARITA RIVER (SMR) INVESTIGATIVE ORDER MONITORING RIVERSIDE COUNTY FLOOD CONTROL DISTRICT | TEMECULA, CA Field scientist. Conducting the SMR Investigative Order monitoring, including sample and data collection at the mass loading station. WATER RESOURCES| ENVIRONMENTAL San Diego, CA Matt.Muilenburg@NV5.com 760.688.5989 EDUCATION BS, Environmental Science, Northern Arizona University, 2019 EXPERIENCE 4 years REGISTRATIONS Certified Erosion Sediment and Stormwater Inspector (CESSWI), 2024 Qualified Industrial Stormwater Practitioner (QISP), No. 01387, Expiration Date 02.20.2025 Confined Space Entry and Attendant (2023) 40 Hour HAZWOPER (2023) AFFILIATIONS San Diego Environmental Professionals * = indicates a project that was performed while employed at a different firm. C-52 NV5.COM | Beyond Engineering 2 Project Experience (Continued) LAKE ELSINORE AND CANYON LAKE NUTRIENT TMDL WATERSHED MONITORING SANTA ANA WATERSHED PROJECT AUTHORITY | RIVERSIDE, CA Field scientist. Currently providing support for stormwater sampling events to determine the total nutrient loads into the lakes from their tributaries. Tasks include wet weather monitoring, and flow monitoring equipment installation and maintenance. PALOS VERDES PENINSULA COORDINATED INTEGRATED MONITORING PROGRAM (CIMP) CITY OF ROLLING HILLS | LOS ANGELES COUNTY, CA Assisted with supporting the Palos Verdes Peninsula CIMP for the City of Rolling Hills. Tasks included field work coordination, dry weather monitoring, and flow monitoring equipment installation and maintenance. VONS/SAFEWAY/ALBERTSONS DISTRIBUTION CENTER AND FOOD MANUFACTURING PLANTS INDUSTRIAL STORMWATER SUPPORT PROGRAM VONS/SAFEWAY/ALBERTSONS | THROUGHOUT CALIFORNIA Qualified industrial stormwater practitioner. Conducting monthly BMP inspections at two distribution facilities/manufacturing plants, annual BMP evaluation and annual reporting, and site assessments. RIVERSIDE COUNTY FLOOD CONTROL DISTRICT SANTA MARGARITA RIVER INVESTIGATIVE ORDER MONITORING RIVERSIDE COUNTY FLOOD CONTROL DISTRICT TEMECULA, CA Conducting the SMR Investigative Order monitoring, including sample and data collection at the mass loading station. CITY OF CORONADO COMMERCIAL FOG (FAT, OIL, & GREASE) & STORM WATER INSPECTIONS CITY OF CORONADO | CORONADO, CA Conducting annual FOG (fat, oil, & grease) & stormwater inspections on the behalf of the City of Coronado. Tasks include evaluation of BMPs and monitoring FOG layers to ensure compliance with established regulations. C-53