HomeMy WebLinkAboutCenter for Natural Lands Management; 2012-05-17;AMENDMENT NO. 5 TO EXTEND AND FUND THE AGREEMENT FOR
CONSULTING SERVICES OF CITY-OWNED HABITAT
MANAGEMENT PLAN PRESERVE LANDS
CENTER FOR NATURAL LANDS MANAGEMENT
This Amendment No. 5 is entered into and effective as of the (;-fA day of
NoV~\he::;y-, 2015, extending and funding the agreement dated May 17,
2012 (the "Agreement") by and between the City of Carlsbad, a municipal corporation, ("City"),
and the Center for Natural Lands Management, ("Contractor") (collectively, the "Parties") for
maintenance, management and monitoring of city-owned habitat management plan preserve
lands to fulfill the goals of the 2012-2016 Preserve Management Plan.
RECITALS
A. On December 10, 2012, the Parties executed Amendment No. 1 to extend the
Agreement for a period of one (1) year ending on December 16, 2013; and
B. On February 26, 2013, the Parties executed Amendment No. 2 to fund the
Agreement for the first extension period ending on December 16, 2013; and
C. On November 14, 2013, the Parties executed Amendment No. 3 to extend and
fund the agreement for the second extension period ending on December 16, 2014; and
D. On October 8, 2014, the Parties executed Amendment No.4 to extend and fund
the agreement for the third extension period ending on December 16, 2015; and
E. The Parties desire to extend and fund the Agreement for a period of one ( 1) year.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein, City and Contractor agree as follows:
1. That the Agreement, as may have been amended from time to time, is hereby
extended for a period of one (1) year ending on December 16, 2016 on a time and materials basis
not-to-exceed one hundred fifty-two thousand two hundred four dollars ($152,204). Contractor
will provide city, on a monthly basis, copies of invoices sufficiently detailed to include hours
performed, hourly rates, and related activities and costs for approval by city.
2. All other provisions of the Agreement, as may have been amended from time to
time, will remain in full force and effect.
3. All requisite insurance policies to be maintained by the Contractor pursuant to the
Agreement, as may have been amended from time to time, will include coverage for this
Amendment.
City Attorney Approved Version 1/30/13
1
4. The individuals executing this Amendment and the instruments referenced in it on
behalf of Contractor each represent and warrant that they have the legal power, right and actual
authority to bind Contractor to the terms and conditions of this Amendment.
CONTRACTOR-CENTER FOR NATURAL
LANDS MANAGEMENT
(print name/title)
By:
(sign here)
(print name/title)
CITY OF CARLSBAD, a municipal
corporation of the State of California
By~ Cla~r or Ma~fW or Director
Kathryn B. Dodson
Interim City Manager
ATTEST:
City Clerk
If required by City, proper notarial acknowledgment of execution by Contractor must be attached.
If a corporation, Agreement must be signed by one corporate officer from each of the following
two groups:
Group A
Chairman,
President, or
Vice-President
Group B
Secretary,
Assistant Secretary,
CFO or Assistant Treasurer
Otherwise, the corporation !D.!!!!; attach a resolution certified by the secretary or assistant
secretary under corporate seal empowering the officer(s) signing to bind the corporation.
APPROVED AS TO FORM:
CELIA A BREWER, City Attorney
BY: --.~-><k...:::.....=.::~::::...···~::;:...::~~:::...:.·..::....://(:.._/.:_2 lo.....i----
.Assistant City Attorney
Ptruvt:J
City Attorney Approved Version 1/30/13
2
AGREEMENT FOR CONSULTING SERVICES TO PERFORM MAINTENANCE,
MANAGEMENT AND MONITORING OF CITY-OWNED HABITAT MANAGEMENT PLAN
PRESERVE LANDS
(CENTER FOR NATURAL LANDS MANAGEMENT)
THIS AGREEMENT is made and entered into as of the 1'^^^ day of
fAacj , 2012, by and between the CITY OF CARLSBAD, a municipal
corporation, ("dty"), and the CENTER FOR NATURAL LANDS MANAGEMENT, a 501(c)(3)
nonprofit corporation ("Contractor"), for maintenance, management and monitoring of City-
owned habitat management plan presen/e lands.
RECITALS
A. City requires the professional services of a consultant that is experienced in
maintenance, management, and monitoring of Habitat Management Pian preserve lands.
B. Contractor has the necessary experience in providing professional services and
advice related to these professional sen/ices.
C. Selection of Contractor is expected to achieve the desired results in an expedited
fashion.
D. Contractor has submitted a proposal to City and has affirmed its willingness and
abiiity to perform such work.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein. City and Contractor agree as follows:
1. SCOPE OF WORK
City retains Contractor to perform, and Contractor agrees to render, those services (the
"Services") that are defined in the 2012-2016 Preserve Management Pian (on fiie with the City
Clerk) which is incorporated by this reference in accordance with this Agreement's terms and
conditions.
2. STANDARD OF PERFORMANCE
Whiie performing the Services, Contractor wili exercise the reasonable professionai care and
skill customarily exercised by reputable members of Contractor's profession practicing in the
Metropolitan Southern California Area, and wiii use reasonable diligence and best judgment
while exercising its professionai skill and expertise.
3. TERM
The term of this Agreement wili be effective for a period of seven months from the date first
above written and shaii not exceed the amount of fifty-four thousand, five hundred forty-five
doiiars ($54,545). The City Manager may amend the Agreement to extend it for four (4)
additional one (1) year periods or parts thereof in an amount not to exceed one hundred fifty two
thousand, two hundred four doiiars ($152,204) per Agreement year. Extensions wiil be based
upon a satisfactory review of Contractor's performance. City needs, and appropriation of funds
by the City Councii. The parties wiii prepare a written amendment indicating the effective date
and length of the extended Agreement. Either the City of the Contractor may decline the
renewal of the contract for any reason whatsoever, which shail render the renewal option null
and void. If all the extensions to the initiai term are utiiized, the total compensation that would
be paid under this agreement shail not exceed six hundred fifteen thousand, five hundred forty-
eight dollars ($615,548).
City Attorney Approved Version 5/12/11
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 seven month term of the original agreement shall not exceed fifty-
four thousand, five hundred forty-five doiiars ($54,545). No other compensation for the Sen/ices
wili be allowed except for items covered by subsequent amendments to this Agreement. The
City resen/es the right to withhold a ten percent (10%) retention until City has accepted the work
and/or sen/ices specified in City of Carisbad 2012-2016 Presen/e Management Plan.
incremental payments wiil be made on a monthly basis for the tasks outiined in the 2012-2016
Presen/e Management Pian, and categorized in Exhibit A - Contractor's Proposed Cost of
Sen/ice. The Contractor shall submit invoices to the Parks Superintendent, or his/her designee
by the Sth day of the month for tasks performed in the previous month. Actual payments made
by the City to the Contractor shaii be based on the Contractor's actual monthly tasks performed.
The Contractor shail provide detailed records of ail monthly tasks performed and include all
required reports of preserve management sen/ices. Failure to provide the required documents,
invoices, and reports wili result in the City of Carisbad withholding payments to the Contractor
until ali required documentation is provided to the city. With the required documentation, the
City shall make a payment of the invoice within 30 days of receipt.
The Contractor wiil perform work in accordance with ali applicable laws, including without
limitation the Carisbad Municipal Code, Occupational Safety and Health Standards (OSHA) and
Cal-OSHA standards.
6. STATUS OF CONTRACTOR
Contractor wiii 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 wiil be
under control of City oniy as to the result to be accomplished, but wili consult with City as
necessary. The persons used by Contractor to provide services under this Agreement wiii not
be considered empioyees of City for any purposes.
The payment made to Contractor pursuant to the Agreement wiii be the full and complete
compensation to which Contractor is entitled. City wiii not make any federal or state tax
withholdings on behalf of Contractor or its agents, empioyees or subcontractors. City wiii not be
required to pay any workers' compensation insurance or unemployment contributions on behaif
of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within
thirty (30) days for any tax, retirement contribution, sociai security, overtime payment,
unemployment payment or workers' compensation payment which City may be required to
make on behaif of Contractor or any agent, employee, or subcontractor of Contractor for work
done under this Agreement. At the City's election. City may deduct the indemnification amount
from any balance owing to Contractor.
7. SUBCONTRACTING
Contractor wili not subcontract any portion of the Sen/ices without prior written approvai of City,
if Contractor subcontracts any of the Sen/ices, Contractor wili be fully responsible to City for the
acts and omissions of Contractor's subcontractor and of the persons either directly or indirectiy
employed by the subcontractor, as Contractor is for the acts and omissions of persons directly
employed by Contractor. Nothing contained in this Agreement wiil create any contractual
relationship between any subcontractor of Contractor and City. Contractor wiil be responsible for
payment of subcontractors. Contractor wiil bind every subcontractor and every subcontractor of
City Attorney Approved Version 5/12/11
a subcontractor by the temns of this Agreement applicabie to Contractor's work uniess
specificaliy noted to the contrary in the subcontract and approved in writing by City.
8. OTHER CONTRACTORS
The City reserves the right to employ other Contractors in connection with the Services.
9- INDEMNIFICATION
Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees
and volunteers from and against aii claims, damages, losses and expenses inciuding attorney's
fees arising out of the performance of the woric described herein caused by any negligence,
recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or
indirectly employed by any of them or anyone for whose acts any of them may be liable.
The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or
makes to or on behalf of an injured employee under the City's self-administered workers'
compensation is induded as a loss, expense or cost for the purposes of this section, and that
this section wili sun/ive the expiration or eariy temnination ofthis Agreement.
10. INSURANCE
Contractor will obtain and maintain for the duration of the Agreement and any and all
amendments, insurance against claims for injuries to persons or damage to property which may
arise out of or in connection with performance of the services by Contractor or Contractor's
agents, representatives, employees or subcontractors. The insurance will be obtained from an
insurance carrier admitted and authorized to do business in the State of California. The
Insurance carrier is required to have a current Best's Key Rating of not less than "A-:Vir'. OR
with a surplus line insurer on the State of California's List of Eligibie Surplus Line Insurers
(LESLI) with a rating in the latest Best's Key Rating Guide of at least "A:X".
10.1 Coverages and Limits.
Contractor will maintain the types of coverages and minimum limits indicated below, uniess City
Attorney or City Manager approves a lower amount. These minimum amounts of coverage will
not constitute any limitations or cap on Contractor's indemnification obligations under this
Agreement. City, its officers, agents and empioyees make no representation that the limits of
the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to
protect Contractor. If Contractor believes that any required insurance coverage is inadequate,
Contractor wiil obtain such additional insurance coverage, as Contractor deems adequate, at
Contractor's sole expense.
10.1.1 Commercial General Liability Insurance. $1,000,000 combined single-limit
per occurrence for bodily Injury, personal injury and property damage. If the submitted policies
contain aggregate limits, generai aggregate limits wili apply separately to the work under this
Agreement or the general aggregate wiii be twice the required per occurrence limit.
10.1.2 Automobile Liabilitv (if the use of an automobile is Involved for
Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and
property damage.
10.1.3 Workers' Compensation and Emplover's Liabilitv. Workers' Compensation
limits as required by the California Labor Code. Woricers' Compensation wili not be required if
Contractor has no employees and provides, to City's satisfaction, a declaration stating this.
City Attorney Approved Version 5/12/11
w
10.1.4 Professional Liabilitv. En-ors 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 foliowing the date of compietion of the work.
^^^^i^T^ I I If box is checked, Professional Liability
City's Initials Contracior's Initials Insurance requirement is waived.
10.2. Additionai Provisions. Contractor will ensure that the policies of Insurance required under
this Agreement contain, or are endorsed to contain, the following provisions:
10.2.1 The City wiil be named as an additional insured on General Liability.
10.2.2 Contractor will obtain occurrence coverage, excluding Professional
Liability, which will be written as claims-made coverage.
10.2.3 This insurance wiii be in force during the life of the Agreement and any
extensions of it and will not be canceled without thirty (30) days prior written notice to City sent
by certified mail pursuant to the Notice provisions of this Agreement.
10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this
Agreement, Contractor wili furnish certificates of insurance and endorsements to City.
10.4 Faiiure to Maintain Coverage. If Contractor fails to maintain any of these insurance
coverages, then City will have the option to declare Contractor in breach, or may purchase
replacement insurance or pay the premiums that are due on existing policies in order to
maintain the required coverages. Contractor is responsible for any payments made by City to
obtain or maintain insurance and City may collect these payments from Contractor or deduct the
amount paid from any sums due Contractor under this Agreement.
10.5 Submission of Insurance Policies. Citv resen/es the right to require, at any time,
compiete and certified copies of any or all required insurance policies and endorsements.
11- BUSINESS LICENSE
Contractor will obtain and maintain a City of Carisbad Business License for the term of the
Agreement, as may be amended from time-to-time.
12. ACCOUNTING RECORDS
Contractor will maintain compiete and accurate records with respect to costs incurred under this
Agreement. Ali records wili be cleariy 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 wiil allow inspection of ali
work, data, documents, proceedings, and activities related to the Agreement for a period of
three (3) years from the date of final payment under this Agreement.
13. OWNERSHIP OF DOCUMENTS
All work product produced by Contractor or its agents, employees, and subcontractors pursuant
to this Agreement is the property of City. In the event this Agreement is terminated, all work
product produced by Contractor or its agents, employees and subcontractors pursuant to this
Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy
of the woric product for Contractor's records.
City Attomey Approved Version 5/12/11
14. COPYRIGHTS
Contractor agrees tbat atl copyrights that arise from the sen/ices will be vested in City and
Contractor relinquishes ail claims to the copyrights in favor of City.
15. NOTICES
The name of the persons who are authorized to give written notices or to receive written notice
on behalf of City and on behalf of Contractor under this Agreement:
For Citv
Name
Title
Kyle Lancaster
For Contractor
Name David Brunner
Parks Superintendent Titie President and Executive Director
Department Parks and Recreation
City of Carisbad
Address 799 Pine Ave, Suite 200
Carisbad CA 92008
PhoneNo. (760) 434-2941
Center For Natural Lands
Management
Address 27258 Via Industria, Suite B
Temecula, CA 92590
PhoneNo. (760) 731-7790
Each party will notify the other immediately of any changes of address that would require any
notice or delivery to be directed to another address.
16. CONFUCT OF INTEREST
Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the
requirements of the City of Carisbad Conflict of Interest Code, The Contractor shall report
investments or interests in ail four categories.
17. GENERAL COMPLIANCE WITH LAWS
Contractor will keep fully informed of federal, state and local laws and ordinances and
regulations which in any manner affect those employed by Contractor, or in any way affect the
performance of the Services by Contractor. Contractor will at all times observe and comply with
these laws, ordinances, and regulations and will be responsible for the compliance of
Contractor's sen/ices with all applicable laws, ordinances and regulations.
Contractor will be aware of the requirements of the Immigration Refonn and Control Act of 1986
and will comply with those requirements, including, but not limited to, verifying the eligibility for
employment of ali agents, employees, subcontractors and consultants whose services are
required by this Agreement.
18. DISCRIMINATION AND HARASSMENT PROHIBITED
Contractor will comply with all applicable local, state and federal laws and regulations prohibiting
discrimination and harassment.
19- DISPUTE RESOLUTION
If a dispute should arise regarding ttie performance of the Services the following procedure will
be used to resolve any questions of fact or interpretation not othenwise settled by agreement
between the parties. Representatives of Contractor or City will reduce such questions, and their
City Attorney Approved Version 5/12/1 •i3
respective views, to writing. A copy of such documented dispute will be fonA/arded 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 wittn 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 fonfl/arded
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.
20. TERMINATION
In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may
terminate this Agreement for nonperformance by notifying Contractor by certified mail of the
termination. If City decides to abandon or indefinitely postpone the woric or services
contemplated by this Agreement, City may temninate this Agreement upon written notice to
Contractor. Upon notification of temnination. 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 woric that Contractor has performed which is usable and of worth to City in having
the Agreement completed. Based upon that finding City will determine the final payment of the
Agreement.
Either party upon tendering thirty (30) days written notice to the other party may terminate this
Agreement. In this event and upon request of City, Contractor will assemble the work product
and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for
work performed to the termination date; however, the total will not exceed the lump sum fee
payable under this Agreement. City will make the final determination as to the portions of tasks
completed and the compensation to be made.
21. COVENANTS AGAINST CONTINGENT FEES
Contractor warrants that Contractor has not employed or retained any company or person, other
than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that
Contractor has not paid or agreed to pay any company or person, other than a bona fide
employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration
contingent upon, or resulting from, the award or making of this Agreement. For breach or
violation of this warranty, City wiil have the right to annul this Agreement without liability, or, in
its discretion, to deduct from the Agreement price or consideration, or othen^/ise recover, the full
amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee.
22. CLAIMS AND LAWSUITS
By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must
be asserted as part of the Agreement process as set forth in this Agreement and not in
anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false
claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal
prosecution. Contractor acknowledges that California Government Code sections 12650 etseq..
the False Claims Act applies to this Agreement and, provides for civil penalties where a person
knowingly submits a false claim to a public entity. These provisions include false claims made
with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of
information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to
recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a
false claim may subject Contractor to an administrative debarment proceeding as the result of
City Attorney Approved Version 5/12/11
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 debamnent by another jurisdiction
is grounds for City to terminate this Agreement.
23. JURISDICTIONS AND VENUE
Any action at law or in equity brought by either of the parties for the purpose of enforcing a right
or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the
County of San Diego, State of California, and the parties waive all provisions of law providing for
a change of venue in these proceedings to any other county.
24. SUCCESSORS AND ASSIGNS
It is mutually understood and agreed that this Agreement will be binding upon City and
Contractor and their respective successors. Neither this Agreement 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.
25. ENTIRE AGREEMENT
This Agreement, together with any other written document referred to or contemplated by it,
along with the purchase order for this Agreement and its provisions, embody the entire
Agreement and understanding between the parties relating to the subject matter of it. In case of
conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor
any of its provisions may be amended, modified, waived or discharged except in a writing
signed by both parties.
{Remainder of Page Intentionally Left Blank)
City Attorney Approved Version 5/12/11
26. AUTHORITY
The individuals execufing 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 condifions of this Agreement.
CONTRACTOR - CENTER FOR
NATURAL LANDS MANAGEMENT
CITY OF CARLSBAD, a municipal
corporation of the State of California
By:
Mayor Pro Tem
DAVID R. BRUNNER, President
(print name/title)
ATTEST:
By:
(sign here) LORRAINE M. WOOD
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
Chairman,
President, or
Vice-President
Group B
Secretary,
Assistant Secretary,
CFO or Assistant Treasurer
Otherwise, the corporation must attach a resolution certified by the secretary or assistant
secretary under corporate seal empowering the officer(s) signing to bind the corporation.
APPROVED AS TO FORM:
RONALD R. BALL, City Attorney
Assistant City Attornij^
City Attorney Approved Version 5/12/11
EXHIBIT A
Contractor's Proposed Cost of Service
The undersigned declares he/she has carefully examined the 2012-2016 Carlsbad Preserve Management
Plan, read the Request for Proposal, examined all relative documents, and hereby proposes to furnish all
labor, materials, equipment, transportation, and services required to do all the work in the RFB No. 12-
09-Management, Maintenance and Monitoring ofthe City ofCarlsbad Open Space Preserves Agreement
in accordance with the specifications ofthe City ofCarlsbad and that he/she will take full payment
therefore the following unit prices for each item complete, to wit:
Item
No.
Description Unit Price 2012 2013 2014 2015 2016
1 Biological Surveys Lump
Sum/Year
$2,830 $23,184 $17,924 $15,488 $27,651
2 Habitat
Maintenance
Lump
Sum/Year
$4,692 $28,156 $21,131 $27,149 $16,161
3 Water
Management
Lump
Sum/Year
$0 $0 $0 $0 $0
4 Site Maintenance Lump
Sum/Year
$1,702 $4,258 $4,351 $4,447 $4,544
5 Reporting Lump
SumAear
$7,100 $12,243 $12,488 $12,738 $24,095
6 Operations Lump
Sum/Year
$6,705 $17,013 $15,683 $16,047 $18,263
7 General
Maintenance
Lump
Sum/Year
$169 $291 $300 $309 $318
8 Patrol/Enforcement 800
hours/Year
$31,342 $57,243 $58,523 $59,833 $61,172
Bid Total $54,540 $142,389 $130,400 1 $136,010 $152,204
made to the contractor will be based on contractor's actual work performed for the City consistent with
the terms and conditions ofthe contract documents, and may be different from the prices estimated
above.
Center for Natural Lands Management
Cost Proposal
City ofCarisbad RFB # 12-09
n
Contractor's Proposed Cost of Service*
Total amount of Contractor's proposal per agreement year in words (Items 1-8):
2012 - Fifty-Four Thousand Five Hundred Forty-Five Dollars
2013 - One Hundred Forty-Two Thousand Three Hundred Eighty-Nine Dollars
2014 - One Hundred Thirty Thousand Four Hundred Dollars
2015 - One Hundred Thirty- Six Thousand Ten Dollars
2016 - One Hundred Fifty-Two Thousand Two Hundred Three Doiiars.
Total amount of Vendor's proposal per agreement year in numbers (Items 1-8)
2012 - $ 54,540
2013 - $142,389
2014 - $130,400
2015 - $136,010
2016-$152,203
In the event of a discrepancy between the total amount of Vendor's proposal written in words
or numbers, the amount written in words shall govern.
Price(s) given above are firm for 90 days after date of proposal opening.
Addendum No(s). 1 has/have been received and is/are included In this proposal.
The Undersigned has checked carefully atl ofthe above figures and understands that the City
will not be responsible for any error or omission on the part ofthe Undersigned in preparing
this proposal.
The Undersigned agrees that in case of default in executing the required City Contract with the
necessary insurance policies within twenty (20) calendar days from the date of award of
agreement by the City, the City may at Its option and without providing further notice to the
apparent best value Vendor administratively authorize the award of the contract to the Best
Value Vendors in descending rank.
Center for Natural Lands Management
Isabella Gelmi, Director of Administration
Center for Natural Lands Management 2 City of Carlsbad RFB # 12-09
Cost Proposal
RMdutton 1474M
BOARD OF DIRECTORS
CENTER FOR NATURAL LANDS MANAGEMENT
Boanl of DIractort' Matting of D»c«nlMr4» 2008
Appointing Naw Exacuttva DIractofffPraaidant
of tha Cantor for Natural Landa Managamant
WHEREAS, thia authorizea David R. Brunnar to serve as the Exacutlva Director and
Praaidant of the Center fbr Natural Lands Managenient. This authorizes him to do or
cause to tie done all acts necessary to conduct said position.
nmimz Decmbar 4.2008
DavMNUvaator, Chainnan
Votes: Aves 7 Navs - Abstain Aiasent_^
Acceptance of Dealgnadon:
Dato: Py?afnbf4.2pp8 ' JN.
David R.Bnihnar
COPY
CAUFORMIA ALL-PURPOSE ACKNOWLEDGMENT
State of Californ»
County of ])cgyO
On
}
before me,
personally appeared 2^>f |/^ d t/rA
^ nara inaan fMnia ano i np Of Via uraoar
MnUL-RMEL
Commission # 1640272 ^
Notofy Public - California |
Son Diego County
MyComm. Expires Jan 22.201
\
k
who proved to me on the basis of satisfactory evidence to
be the person^) whose name^ is/are sut)scribed to the
within instrument and adcnowledged to me that
he/ahe^ey executed the same In his/hefilMr authorized
capacity(iQs)^, and that by his/hor/their signature's) on the
instrument the persor\(«), or the entity upon behalf of
which the person(^ acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws
of the State of Califomia that the foregoing paragraph is
true and con'ect.
WiTNESS my hand and official seal.
Place Notary SMI Above Signature.
OPTIONAL
Slgnakm of Notary Public
Though the Information below Is not required ty law, it may prove valuatile to persons relying on tfie documertt
arxi could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document
Document Date:
1 uocumeni
Number of Pages:
Signer(s) Other TTian Named Above:
Capaclty(les) Claimed by Signers)
Signer's Namer/X U i ci l^r.ytN Y>JW
''J^ Individual
• Corporate Officer—Titlo(s):
• F»artner — • Umited • General
• Attomey in Fact
• Trustee
• Guardian or Conservator
• Other:
02007 Nattonal ltolaryA880cMion .9350 08 Solo Awa. P.O.BCK 2402.^^ ttam«S907 Reorder Cal lol-Frw 1-800.878.6827