HomeMy WebLinkAboutHelix Environmental Planning Inc; 2026-01-26; PSA26-4027TRANPSA26-4027TRAN
City Attorney Approved Version 10/23/2025
Page 1
AGREEMENT FOR BEACH ACCESS REPAIR AND UPGRADES – BIOLOGICAL SERVICES
HELIX ENVIRONMENTAL PLANNING, INC.
THIS AGREEMENT (“Agreement”) is made and entered into as of the ______________ day of
_________________________, 2026, by and between the City of Carlsbad, California, a municipal
corporation (“City”) and Helix Environmental Planning, Inc., a California corporation (“Contractor”).
RECITALS
A. City requires the professional services of a consultant that is experienced in biological
services.
B. Contractor has the necessary experience in providing professional services and advice
related to biological services.
C. Contractor has submitted a proposal to City and has affirmed its willingness and ability to
perform such work.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained in this
Agreement, City and Contractor agree as follows:
1. SCOPE OF WORK
City retains Contractor to perform, and Contractor agrees to render, those services (“Services”) that are
defined in attached Exhibit “A”, which is incorporated by this reference in accordance with this
Agreement’s terms and conditions.
2. STANDARD OF PERFORMANCE
While performing the Services, Contractor will exercise the reasonable professional care and skill
customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan
Southern California area and will use reasonable diligence and best judgment while exercising its
professional skill and expertise.
3. TERM
The term of this Agreement will be effective from the date first above written to February 28, 2026. The
City Manager may amend the Agreement to extend it for one (1) additional one (1) year period or parts
of a year. Extensions will be based upon a satisfactory review of Contractor's performance, City needs,
and appropriation of funds by the City Council. The parties will prepare a written amendment indicating
the effective date and length of the extended Agreement.
4. TIME IS OF THE ESSENCE
Time is of the essence for each and every provision of this Agreement.
5. COMPENSATION
The total fee payable for the Services to be performed during the initial Agreement term shall not exceed
twenty-one thousand five hundred dollars ($21,500). No other compensation for the Services will be
allowed except for items covered by subsequent amendments to this Agreement. If City elects to extend
the Agreement, the amount shall not exceed forty-five thousand dollars ($45,000) per Agreement year.
Payment terms are Net 30 unless otherwise provided in Exhibit “A” or agreed to in writing by the parties.
City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or
Services specified in Exhibit “A”.
Docusign Envelope ID: 6D01C4DE-C700-48DC-8A85-910CA895D3C8
January
26th
PSA26-4027TRAN
City Attorney Approved Version 10/23/2025
Page 2
Incremental payments, if applicable, should be made as outlined in attached Exhibit “A”.
6. CONSTRUCTION MANAGEMENT SOFTWARE
Procore Project Management and Collaboration System. This project may utilize the City’s Procore
(www.procore.com) online project management and document control platform. The intent of utilizing
Procore is to reduce cost and schedule risk, improve quality and safety, and maintain a healthy team
dynamic by improving information flow, reducing non-productive activities, reducing rework and
decreasing turnaround times. Contractor is required to create a free web-based Procore user account(s)
and utilize web-based training / tutorials (as needed) to become familiar with the system. Unless the City
Engineer approves otherwise, Contractor shall process all project documents through Procore because
this platform will be used to submit, track, distribute and collaborate on project. If unfamiliar or not
otherwise trained with Procore, Contractor and applicable team members shall complete a free training
certification course located at http://learn.procore.com/procore-certification-subcontractor. Contractor
is responsible for obtaining Contractor’s own Procore support, as needed, either through the online
training or reaching out to the Procore support team. It will be the responsibility of Contractor to regularly
check Procore and review updated documents as they are added. There will be no cost to Contractor for
use of Procore.
It is recommended that Contractor provide mobile access for Windows, iOS located at
https://apps.apple.com/us/app/procore-construction-management/id374930542 or Android devices
located at https://play.google.com/store/apps/details?id=com.procore.activities with the Procore App
installed to at least one on-site individual to provide real-time access to current posted drawings,
specifications, requests for information, submittals, schedules, change orders, project documents, as well
as any deficient observations or punch list items. Providing mobile access will improve communication,
efficiency, and productivity for all parties. The use of Procore for project management does not relieve
Contractor of any other requirements as may be specified in this Agreement.
7. STATUS OF CONTRACTOR
Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit
of Contractor's independent calling, and not as an employee of City. Contractor will be under the control
of City only as to the result to be accomplished but will consult with City as necessary. The persons used
by Contractor to provide services under this Agreement will not be considered employees of City for any
purposes.
The payment made to Contractor pursuant to this Agreement will be the full and complete compensation
to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of
Contractor or its agents, employees or subcontractors. City will not be required to pay any workers'
compensation insurance or unemployment contributions on behalf of Contractor or its employees or
subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement
contribution, social security, overtime payment, unemployment payment or workers' compensation
payment which City may be required to make on behalf of Contractor or any agent, employee, or
subcontractor of Contractor for work done under this Agreement. At City’s election, City may deduct the
indemnification amount from any balance owing to Contractor.
8. SUBCONTRACTING
Contractor will not subcontract any portion of the Services without prior written approval of City. If
Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and
Docusign Envelope ID: 6D01C4DE-C700-48DC-8A85-910CA895D3C8
PSA26-4027TRAN
City Attorney Approved Version 10/23/2025
Page 3
omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the
subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor.
Nothing contained in this Agreement will create any contractual relationship between any subcontractor
of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind
every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement
applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved
in writing by City.
9. OTHER CONTRACTORS
City reserves the right to employ other Contractors in connection with the Services.
10. INDEMNIFICATION
Contractor agrees to defend (with counsel approved by City), indemnify, and hold harmless the City and
its officers, elected and appointed officials, employees and volunteers from and against all claims,
damages, losses and expenses including attorney’s fees arising out of the performance of the work
described in this Agreement caused by any negligence, recklessness, or willful misconduct of Contractor,
any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any
of them may be liable.
If Contractor’s obligation to defend, indemnify, and/or hold harmless arises out of Contractor’s
performance as a “design professional” (as that term is defined under California Civil Code Section
2782.8), then, and only to the extent required by California Civil Code Section 2782.8, which is fully
incorporated in this Agreement, Contractor’s indemnification obligation shall be limited to claims that
arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of Contractor, and,
upon Contractor obtaining a final adjudication by a court of competent jurisdiction. Contractor’s liability
for such claim, including the cost to defend, shall not exceed Contractor’s proportionate percentage of
fault.
The parties expressly agree that any payment, attorneys fee, costs or expense City incurs or makes to or
on behalf of an injured employee under City’s self-administered workers’ compensation program is
included as a loss, expense or cost for the purposes of this section, and that this section will survive the
expiration or early termination of this Agreement.
11. INSURANCE
Contractor will obtain and maintain for the duration of the Agreement and any and all amendments,
insurance against claims for injuries to persons or damage to property which may arise out of or in
connection with performance of the services by Contractor or Contractor’s agents, representatives,
employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and
authorized to do business in the State of California. The insurance carrier is required to have a current
Best's Key Rating of not less than “A-:VII”; OR with a surplus line insurer on the State of California’s List of
Approved Surplus Line Insurers (LASLI) with a rating in the latest Best’s Key Rating Guide of at least “A:X”;
OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC)
latest quarterly listings report.
11.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits
indicated below, unless Risk Manager or City Manager approves a lower amount. These minimum
amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations
under this Agreement. City, its officers, agents and employees make no representation that the limits of
Docusign Envelope ID: 6D01C4DE-C700-48DC-8A85-910CA895D3C8
PSA26-4027TRAN
City Attorney Approved Version 10/23/2025
Page 4
the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect
Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will
obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense.
The full limits available to the named insured shall also be available and applicable to City as an additional
insured.
11.1.1 Commercial General Liability (CGL) Insurance. Insurance written on an “occurrence” basis,
including personal and advertising injury, with limits no less than $2,000,000 per occurrence. If a general
aggregate limit applies, either the general aggregate limit shall apply separately to this project/location
or the general aggregate limit shall be twice the required occurrence limit.
11.1.2 Automobile Liability. (if the use of an automobile is involved for Contractor's work for
City). $2,000,000 combined single-limit per accident for bodily injury and property damage.
11.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as
required by the California Labor Code. Workers' Compensation will not be required if Contractor has no
employees and provides, to City's satisfaction, a declaration stating this.
11.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor’s profession
with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years
following the date of completion of the work.
11.2 Additional Provisions. Contractor will ensure that the policies of insurance required under this
Agreement contain, or are endorsed to contain, the following provisions:
11.2.1 City will be named as an additional insured on Commercial General Liability which shall
provide primary coverage to City.
11.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be
written as claims-made coverage.
11.2.3 If Contractor maintains higher limits than the minimums shown above, City requires and
will be entitled to coverage for the higher limits maintained by Contractor. Any available insurance
proceeds in excess of the specified minimum limits of insurance and coverage will be available to City.
11.2.4 This insurance will be in force during the life of the Agreement and any extensions of it
and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant
to the Notice provisions of this Agreement.
11.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement,
Contractor will furnish certificates of insurance and endorsements to City.
11.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages,
then City will have the option to declare Contractor in breach or may purchase replacement insurance or
pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor
is responsible for any payments made by City to obtain or maintain insurance and City may collect these
payments from Contractor or deduct the amount paid from any sums due Contractor under this
Agreement.
Docusign Envelope ID: 6D01C4DE-C700-48DC-8A85-910CA895D3C8
PSA26-4027TRAN
City Attorney Approved Version 10/23/2025
Page 5
11.5 Submission of Insurance Policies. City reserves the right to require, at any time, complete and
certified copies of any or all required insurance policies and endorsements.
12. BUSINESS LICENSE
Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as
may be amended from time-to-time.
13. ACCOUNTING RECORDS
Contractor will maintain complete and accurate records with respect to costs incurred under this
Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during
normal business hours to examine, audit, and make transcripts or copies of records and any other
documents created pursuant to this Agreement. Contractor will allow inspection of all work, data,
documents, proceedings, and activities related to the Agreement for a period of four (4) years from the
date of final payment under this Agreement.
14. OWNERSHIP OF DOCUMENTS
All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this
Agreement is the property of City. In the event this Agreement is terminated, all work product produced
by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered
at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor’s
records.
15. COPYRIGHTS
Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor
relinquishes all claims to the copyrights in favor of City.
16. NOTICES
The name of the persons who are authorized to give written notice or to receive written notice on behalf
of City and on behalf of Contractor under this Agreement are:
For City For Contractor
Name Tom Frank Name Karl Osmudson
Title
Transportation Director/City
Engineer Title Biology Division Manager
Department Public Works Address 7578 El Cajon Boulevard
City of Carlsbad La Mesa, CA 91942
Address 1635 Faraday Avenue Phone No. 760-519-5954
Carlsbad, CA 92008 Email karlo@helixepi.com
Phone No. 442-339-2766
Each party will notify the other immediately of any changes of address that would require any notice or
delivery to be directed to another address.
Docusign Envelope ID: 6D01C4DE-C700-48DC-8A85-910CA895D3C8
PSA26-4027TRAN
City Attorney Approved Version 10/23/2025
Page 6
17. CONFLICT OF INTEREST
Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the
requirements of the City of Carlsbad Conflict of Interest Code. Contractor shall report investments or
interests as required in the City of Carlsbad Conflict of Interest Code.
Yes ☐ No ☒
If yes, list the contact information below for all individuals required to file:
Name Email Phone Number
18. SEVERABILITY
If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court
of competent jurisdiction, the remaining provisions of this agreement shall continue in full force and
effect.
19. GENERAL COMPLIANCE WITH LAWS
Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which
in any manner affect those employed by Contractor, or in any way affect the performance of the Services
by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and
regulations and will be responsible for the compliance of Contractor's services with all applicable laws,
ordinances and regulations.
Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will
comply with those requirements, including, but not limited to, verifying the eligibility for employment of
all agents, employees, subcontractors and consultants whose services are required by this Agreement.
20. CALIFORNIA AIR RESOURCES BOARD (CARB) ADVANCED CLEAN FLEETS REGULATIONS
Contractor’s vehicles with a gross vehicle weight rating greater than 8,500 lbs. and light-duty package
delivery vehicles operated in California may be subject to the California Air Resources Board (CARB)
Advanced Clean Fleets regulations. Such vehicles may therefore be subject to requirements to reduce
emissions of air pollutants. For more information, please visit the CARB Advanced Clean Fleets webpage
at https://ww2.arb.ca.gov/our-work/programs/advanced-clean-fleets.
21. DISCRIMINATION, HARASSMENT, AND RETALIATION PROHIBITED
Contractor will comply with all applicable local, state and federal laws and regulations prohibiting
discrimination, harassment, and retaliation.
22. DISPUTE RESOLUTION
If a dispute should arise regarding the performance of the Services the following procedure will be used
to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties.
Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A
Docusign Envelope ID: 6D01C4DE-C700-48DC-8A85-910CA895D3C8
PSA26-4027TRAN
City Attorney Approved Version 10/23/2025
Page 7
copy of such documented dispute will be forwarded to both parties involved along with recommended
methods of resolution, which would be of benefit to both parties. The representative receiving the letter
will reply to the letter along with a recommended method of resolution within ten (10) business days. If
the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will
be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended
by each party and may then opt to direct a solution to the problem. In such cases, the action of the City
Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the
parties from seeking remedies available to them at law.
23. TERMINATION
In the event of Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this
Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides
to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may
terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor
has five (5) business days to deliver any documents owned by City and all work in progress to City address
contained in this Agreement. City will make a determination of fact based upon the work product
delivered to City and of the percentage of work that Contractor has performed which is usable and of
worth to City in having the Agreement completed. Based upon that finding City will determine the final
payment of the Agreement.
City may terminate this Agreement by tendering thirty (30) days written notice to Contractor. Contractor
may terminate this Agreement by tendering seven (7) days written notice to City. In the event of
termination of this Agreement by either party and upon request of City, Contractor will assemble the work
product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for
work performed to the termination date; however, the total will not exceed the lump sum fee payable
under this Agreement. City will make the final determination as to the portions of tasks completed and
the compensation to be made.
24. COVENANTS AGAINST CONTINGENT FEES
Contractor warrants that Contractor has not employed or retained any company or person, other than a
bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has
not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission,
percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award
or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this
Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or
otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent
fee.
25. CLAIMS AND LAWSUITS
By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be
asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of
litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to
City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor
acknowledges that California Government Code Sections 12650 et seq., the False Claims Act applies to
this Agreement and provides for civil penalties where a person knowingly submits a false claim to a public
entity. These provisions include false claims made with deliberate ignorance of the false information or in
reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the
False Claims Act, it is entitled to recover its litigation costs, including attorney’s fees. Contractor
Docusign Envelope ID: 6D01C4DE-C700-48DC-8A85-910CA895D3C8
PSA26-4027TRAN
City Attorney Approved Version 10/23/2025
Page 8
acknowledges that the filing of a false claim may subject Contractor to an administrative debarment
proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work
or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another
jurisdiction is grounds for City to terminate this Agreement.
26. JURISDICTION AND VENUE
This Agreement shall be interpreted in accordance with the laws of the State of California without regard
to, or application of, choice of law rules or principles. Any action at law or in equity brought by either of
the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a
court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all
provisions of law providing for a change of venue in these proceedings to any other county.
27. SUCCESSORS AND ASSIGNS
It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and
their respective successors. Neither this Agreement nor any part of it nor any monies due or to become
due under it may be assigned by Contractor without the prior consent of City, which shall not be
unreasonably withheld.
28. THIRD PARTY RIGHTS
Nothing in this Agreement should be construed to give any rights or benefits to any party other than City
and Contractor.
29. ENTIRE AGREEMENT
This Agreement, together with any other written document referred to or contemplated by it, along with
the purchase order for this Agreement and its provisions, embody the entire Agreement and
understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the
Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be
amended, modified, waived or discharged except in a writing signed by both parties. This Agreement may
be executed in counterparts.
30. AUTHORITY
The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor
each represent and warrant that they have the legal power, right and actual authority to bind Contractor
to the terms and conditions of this Agreement.
[signatures on following page]
Docusign Envelope ID: 6D01C4DE-C700-48DC-8A85-910CA895D3C8
PSA26-4027TRAN
City Attorney Approved Version 10/23/2025
Page 9
CONTRACTOR CITY OF CARLSBAD, a municipal corporation of
the State of California HELIX ENVIRONMENTAL PLANNING, INC., a
California corporation
By: By:
PAZ GOMEZ, Deputy City Manager, Public
Works, as authorized by the City Manager
(sign here)
Karl Osmundson,
Biology Group Manager
(print name/title)
ATTEST:
By: SHERRY FREISINGER, City Clerk
(sign here) By:
Assistant City Clerk
(print name/title)
If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a
corporation, Agreement must be signed by one corporate officer from each of the following two groups.
Group A Group B
Chairman, Secretary,
President, or Assistant Secretary,
Vice-President CFO or Assistant Treasurer
Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under
corporate seal empowering the officer(s) signing to bind the corporation.
APPROVED AS TO FORM:
CINDIE K. McMAHON, City Attorney
By: _____________________________
Assistant City Attorney
Docusign Envelope ID: 6D01C4DE-C700-48DC-8A85-910CA895D3C8
PSA26-4027TRAN
City Attorney Approved Version 10/23/2025
Page 10
EXHIBIT A
SCOPE OF SERVICES AND FEE
Docusign Envelope ID: 6D01C4DE-C700-48DC-8A85-910CA895D3C8
HELIX Environmental Planning, Inc.
7578 El Cajon Boulevard
La Mesa, CA 91942
619.462.1515 tel
619.462.0552 fax
www.helixepi.com
January 7, 2026
Robert Sherwood, PE
GHD
320 Goddard Way, Suite 200
Irvine, CA 92618
Robert.Sherwood@ghd.com | (949) 239-2389
Subject: Letter Proposal/Agreement to Provide Biological Services for the Carlsbad Boulevard
Beach Access Repair Project
Dear Robert:
HELIX Environmental Planning, Inc. (HELIX) is submitting this letter proposal/agreement (Agreement) to
GHD (Client) to provide biological services for the Carlsbad Boulevard Beach Access Repair Project
(Project) located in the City of Carlsbad (City), San Diego County, California. This project will replace the
four stairways along Carlsbad Boulevard between Hemlock and Pine avenues and widen the sidewalk
between Chery and Pine avenues.
SCOPE OF SERVICES
Task 1 Pre-construction Coastal California Gnatcatcher Surveys. Pursuant to the Project’s Mitigation
Monitoring and Reporting Program (MMRP), HELIX will conduct pre-construction
presence/absence surveys for the federally listed threatened coastal California gnatcatcher
(CAGN; Polioptila californica californica). The survey will be limited to suitable habitat within the
initial phase of the Project, located between Cherry Avenue and Hemlock Avenue, as well as
along the initial phase’s beach access route (i.e., Tamarick Avenue to Cherry Avenue). In
accordance with the summer moratorium, the initial phase of the Project will conclude May 24,
2026.
The CAGN survey will consist of one site visit conducted no more than three days prior to the
start of construction. Up to two additional surveys are included in the event that construction
activities are delayed and/or if additional surveys are necessary within three days prior to
vegetation clearing activities within specific areas. Upon completion of the required survey(s),
HELIX will prepare a brief report to document the survey findings and compliance with MMRP
condition. An electronic copy of the report will be provided to the Client for submission to the
City. This task assumes the equivalent of up to 10 hours for HELIX’s Senior Biology Project
Manager to prepare for and coordinate the completion of surveys and participate in meetings,
phone calls, and email correspondence with the Project team and City during execution of the
scope of work, as needed. This task further assumes negative survey findings (i.e., no CAGN will
be observed or otherwise detected). In the event that additional surveys are required and/or
CAGN is encountered during the surveys warranting additional support services, those services
can be completed within the scope of optional Task 3 below.
Docusign Envelope ID: 6D01C4DE-C700-48DC-8A85-910CA895D3C8
Letter Agreement to Mr. Robert Sherwood Page 2 of 4
January 7, 2026
Task 2 Pre-construction Nesting Bird Surveys. Pursuant to the Project’s MMRP, HELIX will conduct pre-
construction nesting bird surveys to determine the presence/absence of active nests within
vegetation located in the initial phase of the Project, including vegetation adjacent to the initial
phase’s access route. Vegetation removal is planned in two areas during the initial phase of the
Project.
This task includes up to three pre-construction nesting bird surveys: the initial survey will be
completed within three days prior to the start of construction, and up to two additional surveys
will be conducted within three days prior to vegetation clearing activities. Upon completion of
the required survey(s), HELIX will prepare a brief report to document the survey findings and
compliance with MMRP condition. An electronic copy of the report will be provided to the Client
for submission to the City. This task assumes the equivalent of up to 10 hours for HELIX’s Senior
Biology Project Manager to prepare for and coordinate the completion of surveys and
participate in meetings, phone calls, and email correspondence with the Project team and City
during execution of the scope of work, as needed. This task further assumes negative survey
findings (i.e., no nesting birds will be observed or otherwise detected). In the event that
additional surveys are required and/or nesting birds are encountered during the surveys
warranting additional support services, those services can be completed within the scope of
optional Task 3 below.
Optional Task
Task 3 As-Needed Environmental Support. If requested by the Client, HELIX will provide support
services under this task in the event that CAGN, nesting birds, or other environmental issues of
concern are identified during the completion of Tasks 1 and 2. This task assumes the equivalent
of up to 40 hours for HELIX’s Senior Biology Project Manager to perform services that may
include but are not limited to conducting additional CAGN and/or nesting bird surveys (if
needed), establishing environmentally sensitive area limits and construction avoidance buffers
around CAGN and other active bird nests (if encountered); conducting worker environmental
awareness program training; coordinating with the City and/or if requested other responsible
agencies (e.g., U.S. Fish and Wildlife Service); conducting nest activity surveys and monitoring;
and completing other support services as requested and within the budgetary limits of this task.
If the Client requests services that cause HELIX to exceed the budget allocated to this task, a
contract augment would be required.
SCHEDULE
HELIX will work with Client in a timely and professional manner.
COST ESTIMATE AND PAYMENT PROCEDURES
HELIX submits this cost estimate not to exceed $21,500 for required Tasks 1 and 2, or $30,900
including optional Task 3, which is provided below in a breakdown by task. All work shall be invoiced on
a time-and-materials basis pursuant to Exhibit A, Schedule of Fees. Payment terms are net 30 days
pursuant to the Terms and Conditions referenced herein.
Docusign Envelope ID: 6D01C4DE-C700-48DC-8A85-910CA895D3C8
Letter Agreement to Mr. Robert Sherwood Page 3 of 4
January 7, 2026
Task No. Task Name Cost
1 Pre-construction Coastal California Gnatcatcher Surveys $11,300
2 Pre-construction Nesting Bird Surveys 10,200
Optional Task
3 As-Needed Environmental Support 9,400
TOTAL WITHOUT OPTIONAL TASK $21,500
TOTAL WITH OPTIONAL TASK $30,900
ASSUMPTIONS AND LIMITATIONS
The following assumptions and limitations are a material component of this Agreement.
•Client will provide HELIX with current available digital baseline data and project plans for
producing all maps and graphics, which should be submitted in one of the following
formats: .dxf, .dwg (AutoCAD), .dgn (Microstation), .shp (ArcView shapefiles), .gdb (ArcGIS
geodatabase) or .kmz (Google Earth). In some cases, .pdf files will be acceptable.•Costs associated with research, fieldwork, reporting, agency coordination, permitting, or other
services not specifically described above within Tasks 1-3 (“additional work”) are not included
within the scope of services required of HELIX under this Agreement.•Client will identify all potential off-site components associated with the project prior to HELIX
conducting the site assessment.
EXECUTION OF AGREEMENT
This quote is good for 30 days from the date of this letter. This Agreement will become a contract upon
HELIX’s receipt of this original, including any Exhibits, signed by an authorized representative of Client.
We look forward to working with you on this project. If you have any questions concerning this
Agreement, please contact your Project Manager, Jason Kurnow or me at (619) 462-1515 or
JasonK@helixepi.com.
Sincerely,
Karl Osmundson
Biology Division Manager
Enclosures: Exhibit A, Schedule of Fees
Docusign Envelope ID: 6D01C4DE-C700-48DC-8A85-910CA895D3C8
EXHIBIT A
SCHEDULE OF FEES
HOURLY RATES
Principal $330 Director of Operations $250
Principal Planner $265-330 Safety Manager $225
Principal Biologist/Regulatory Specialist $315-330 Senior Construction Project Manager $260-330
Principal Noise/Air Quality Specialist $265 Construction Project Manager I-III $155-230
Principal Landscape Architect $240 Assistant Construction Project Manager $130
Principal Paleontologist $230 Construction Foreman $115
Principal Cultural Resources Specialist $230-235 Land Manager $106
Senior Project Manager $205-290 Equipment Manager $104
Project Manager $160-205 Operator $158
Assistant Project Manager $125-160 Irrigation Technician $140
Senior Environmental Planner $170 Senior Restoration Supervisor $155
Environmental Planner $120-150 Restoration Supervisor I-II $134-153
Senior Noise/Air Quality Specialist $165-220 Assistant Restoration Supervisor $110
Noise/Air Quality Specialist $135-150 Restoration Foreman $104
Senior Field Director $150 Restoration Lead $93
Senior Archaeologist/Architectural Historian $125-175 Restoration Technician I-III $64-93
Senior Archaeology Field Director $150 Nursery Manager $150
Archaeology Field Director $125-135 Nursery Technician $55
Asst. Archaeology Field Director $110-125 Landscape Architect $140-190
Staff Archaeologist/Architectural Historian $90-135 Landscape Designer $130
Staff Paleontologist $125-135 Senior GIS Specialist $185-200
Paleontology Technician $100-125 GIS Specialist/Graphics Specialist $130-185
Environmental Compliance Specialist $200 Operations Manager $150
Senior Scientist/Regulatory Specialist $185-230 Technical Editor $120-140
Regulatory Specialist $130-150 Clerical $75
Biologist $120-165
Assistant Biologist $100-110
CONSULTING SERVICES Consulting services performed
by HELIX typically include, but are not necessarily limited to,
office, field, meetings, hearings, and travel time. Consulting
services for expert witness review, deposition, and/or testimony
will be provided at one and one-half times our standard rates.
Overtime also may be charged at one and one-half times our
standard rates. Rates are subject to change on a yearly basis.
PAYMENT Invoices will be submitted monthly. Payment on
invoices is due within 30 days of receipt.
DIRECT COSTS Certain identifiable direct costs will be
charged to the project at cost plus 10%. Examples of direct
costs include subconsultants, vehicle or equipment rentals,
airplane and train fares, parking, per diem and lodging,
mileage (at IRS rates), communications, reproduction, and
supplies. A 4-wheel drive premium will be charged at $25
per project day. There will be additional charges for use of
noise monitors, GPS, and other field equipment, as well as
for plotting, color printing, and aerial photographs.
Docusign Envelope ID: 6D01C4DE-C700-48DC-8A85-910CA895D3C8
Carlsbad Beach Access
HELIX Environmental Planning, Inc.Date:7-Jan-26
HELIX LABOR
Personnel Rate Hours Cost Hours Cost Hours Cost Hours Cost
Sr. Biology Project Manager $235 36 $8,460 34 $7,990 40 $9,400 110 $25,850
Sr. GIS Specialist $190 8 $1,520 8 $1,520 - $0 16 $3,040
Principal Biologist $330 2 $660 - $0 - $0 2 $660
Operations Manager $120 3 $360 3 $360 - $0 6 $720
$0 - $0 - $0 - $0 - $0
Subtotal HELIX Labor Cost 49 $11,000 45 $9,870 40 $9,400 134 $30,270
Total HELIX Labor Cost $11,000 $9,870 $9,400 $30,270
EXPENSES
GPS (per day)$60 3 $180 3 $180 $0 $360
Mileage $0.700 133 $93 172 $120 $0 $213
Subtotal Expenses $273 $300 $0 $573
HELIX Mark-Up on Expenses 10%$27 $30 $0 $57
Total Expenses $300 $330 $0 $630
TOTAL $30,900
TOTAL
$11,300 $10,200 $9,400
Task 1 Task 2 Task 3
Pe-con CAGN Surveys Nesting Bird Surveys
(Optional)
As-Needed TOTAL
Task 1 Task 2 Task 3
Docusign Envelope ID: 6D01C4DE-C700-48DC-8A85-910CA895D3C8
Docusign Envelope ID: 6D01C4DE-C700-48DC-8A85-910CA895D3C8
Docusign Envelope ID: 6D01C4DE-C700-48DC-8A85-910CA895D3C8