Loading...
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