HomeMy WebLinkAboutPlanning Systems; 2015-10-22; UTIL1321UTIL 1321
AMENDMENT NO. 1 TO AGREEMENT FOR BIOLOGICAL MONITORING SERVICES
PLANNING SYSTEMS
This Amendment No. 1 is entered into and effective as of the Z..\11~ day of ~t) ~ , 2016, amending the agreement dated October 22, 2015
(the "Agreement ) by and between the Carlsbad Mun1c1pal Water D1stnct, , a Public Agency
organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of Carlsbad,
("CMWD"), and Planning Systems, a California corporation ("Contractor") (collectively, the
"Parties") for the Tri-Agencies Water Transmission Pipeline, Reach 2, Phase 1.
RECITALS
A The Parties desire to alter the Agreement's scope of work to include the additional
services detailed in Exhibit "A" for the Tri-Agencies Water Transmission Pipeline, Reach 2, Phase
1 Project; and
B. The Parties have negotiated and agreed to a supplemental scope of work and fee
schedule, which is attached to and incorporated by this reference as Exhibit "A", Scope of
Services and Fee.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein, CMWD and Contractor agree as follows:
1. In addition to those services contained in the Agreement, as may have been
amended from time to time, Contractor will provide those services described in Exhibit "A".
2. CMWD will pay Contractor for all work associated with those services described in
Exhibit "A" on a time and materials basis not-to-exceed five thousand two hundred and fifty dollars
($5,250). Contractor will provide CMWD, on a monthly basis, copies of invoices sufficiently
detailed to include hours performed, hourly rates, and related activities and costs for approval by
CMWD.
3. Contractor will complete all work described in Exhibit "A" by October 22, 2016.
4. All other provisions of the Agreement, as may have been amended from time to
time, will remain in full force and effect.
5. All requisite insurance policies to be maintained by Contractor pursuant to the
Agreement, as may have been amended from time to time, will include coverage for this
Amendment.
Ill
Ill
Ill
Ill
Ill
General Counsel Approved Version 1/30/13
UTIL 1321
6. The individuals executing this Amendment and the instruments referenced in it on
behalf of Contractor each represent and warrant that they have the legal power, right and actual
authority to bind Contractor to the terms and conditions of this Amendment.
CONTRACTOR
PLANNING SYSTEMS, a California
corporation
By:
(si n ere)
711~ .ll~cfMJI'Y'}J I f#!0
(print name/t1tle)
(sign here)
~ tW L ..:r. 1(-L-J kJr~ / ~i c..tw r~
(print name/litle)
CARLSBAD MUNICIPAL WATER
DISTRICT, a Public Agency organized
under the Municipal Water Act of 1911,
and a Subsidiary District of the City of
Carlsb ~}
By: I
If required by CMWD, 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:
CELIA A. BREWER, General Counsel
By:dw~
Deputy Genera Counsel
General Counsel Approved Version 1/30/13
2
PLANNING I
SYSTEMS -
June 29,2016
Ms. Shadi Sami
CITY OF CARLSBAD
Utilities Engineering
1635 Faraday Ave.
Carlsbad, CA 92008
LAND USE/COASTAL PLANNING
LANDSCAPE ARCHITECTURE • LA3900
POLICY AND PROCESSING
ENVIRONMENTAL MITIGATION
RE: PROPOSAL FOR AMENDMENT #I
BIOLOGICAL AND NOISE MONITORING
TRI-AGENCY WATER PIPELINE REACH 2, PHASE 1
Dear Ms. Sami:
EXHIBIT A
Planning Systems hereby requests an amendment to the Tri-Agency Water Pipeline Reach 2, Phase 1
contract. We are infonned that the California Dept. ofFish and Wildlife has indicated that work can
proceed on the Carlsbad Highlands Ecological Reserve property during the nesting season on the
condition that regular, steady biological monitoring of that work take place in order to ensure that the
construction activities are in accordance with the Final Program EIR, dated October 12, 2012 for the
Carlsbad Sewer Master Plan and the CMWD Water and Recycled Water Master Plan Updates (EIR
12-01) included mitigation measures which require avoidance of nesting birds and raptors during the
construction effort.
SCOPE OF WORK
The additional work is required due to the additional biological monitoring that the California
Department of Fish and Wildlife is requiring during the nesting season. PLANNING SYSTEMS will
conduct biological field monitoring of the construction work an additional fifteen (15) days (not
necessarily consecutive).
PLANNING SYSTEMS estimates that the cost of the Scope of Work is as follows:
Days
15
Total additional cost not to exceed $5,250.00.
CONTRACT SUMMARY
Original Contract
Amendment # 1 (Proposed)
TOTAL
$13,200
$5.250
$18,400
1530 FARADAY AVEJI\UE • SUITE lOU • CARLSBAD, CA 92008 • (760) 931-071l0• FAX (760) 931-5744 • iufo1iplanuings~·stl'm\.ucl
Ms. Shadi Sami
June 29,2016
Page2
The amount stipulated above will not be exceeded without prior written consent of the client. With
the exception of the items above, all other terms and conditions of the previous contract (Purchase
Order dated I 0/26/15) will remain in full force and effect.
If acceptable, please provide us with the City's proper amendment forms. Please contact me if you
have any questions.
s~:VV1)~-
Paui J. Klukas
Director of Planning
UTIL1321
AGREEMENT FOR BIOLOGICAL MONITORING SERVICES
PLANNING SYSTEMS
,/jHLS AGREEMENT is made and entered into as of the j^J^^^ day of
^/b7^foey . 2015, by and between the CARLSBAD MUNICIPAL WATER DISTRICT, a
Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District ofthe
City of Carlsbad, ("CMWD"), and PLANNING SYSTEMS, a California corporation, ("Contractor").
RECITALS
A. CMWD requires the professional services of a Biologist that is experienced in
Biological Monitoring.
B. Contractor has the necessary experience in providing professional sen/ices and
advice related to Biological Monitoring.
C. Contractor has submitted a proposal to CMWD and has affirmed its willingness
and ability to perform such work.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein, CMWD and Contractor agree as follows:
1. SCOPE OF WORK
CMWD retains Contractor to perform, and Contractor agrees to render, those services (the
"Sen/ices") 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 ofthis Agreement will be effective for a period of one (1) year from the date first above
written. The Executive Manager may amend the Agreement to extend it for one (1) additional one
(1) year period or part thereof. Extensions will be based upon a satisfactory review of Contractor's
performance, CMWD needs, and appropriation of funds by the CMWD Board of Directors. The
parties will prepare a written amendment indicating the effective date and length ofthe 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 will be
thirteen thousand two hundred dollars ($13,200). No other compensation for the Services will be
allowed except for items covered by subsequent amendments to this Agreement. Ifthe City elects
to extend the Agreement, the amount shall not exceed thirteen thousand two hundred dollars
($13,200) per Agreement year. CMWD reserves the right to withhold a ten percent (10%)
retention until CMWD has accepted the work and/or Services specified in Exhibit "A".
General Counsel Approved Version 4/2/15
UTIL1321
Incremental payments, if applicable, should be made as outiined in attached Exhibit "A".
6. STATUS OF CONTRACTOR
Contractor will perform the Services in Contractor's own way as an independent contractor and
in pursuit of Contractor's independent calling, and not as an employee of CMWD. Contractor will
be under control of CMWD only as to the result to be accomplished, but will consult with CMWD
as necessary. The persons used by Contractor to provide services under this Agreement will not
be considered employees of CMWD for any purposes.
The payment made to Contractor pursuant to the Agreement will be the full and complete
compensation to which Contractor is entitied. CMWD will not make any federal or state tax
withholdings on behalf of Contractor or its agents, employees or subcontractors. CMWD 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 CMWD
and the City of Carisbad within thirty (30) days for any tax, retirement contribution, social security,
overtime payment, unemployment payment or workers' compensation payment which CMWD
may be required to make on behalf of Contractor or any agent, employee, or subcontractor of
Contractor for work done under this Agreement. At CMWD's election, CMWD may deduct the
indemnification amount from any balance owing to Contractor.
7. SUBCONTRACTING
Contractor will not subcontract any portion of the Services without prior written approval of
CMWD. If Contractor subcontracts any of the Sen/ices, Contractor will be fully responsible to
CMWD 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 will create any contractual
relationship between any subcontractor ofContractor and CMWD. 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 CMWD.
8. OTHER CONTRACTORS
CMWD reserves the right to employ other Contractors in connection with the Services.
9. INDEMNIFICATION
Contractor agrees to indemnify and hold harmless CMWD and the City of Carlsbad, their officers,
officials, employees and volunteers from and against all claims, damages, losses and expenses
including attorneys fees arising out of the performance of the work described herein caused by
any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone
directiy or indirectiy 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 CMWD or the
City of Carisbad incurs or makes to or on behalf of an injured employee under the their self-
administered workers' compensation is included as a loss, expense or cost for the purposes of
this section, and that this section will sun/ive the expiration or early termination 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
General Counsel Approved Version 4/2/15
UTIL1321
insurance carrier admitted and authorized to do business in the State of California. The insurance
carrier is required to have a current Best's Key Rating of not less than "A-:VH"; OR with a surplus
line insurer on the State of California's List of 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.
10.1 Coverages and Limits.
Contractor will maintain the types of coverages and minimum limits indicated below, unless the
Risk Manager or Executive 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. CMWD, its officers, agents and employees make no representation that
the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are
adequate to protect Contractor. If Contractor believes that any required insurance coverage is
inadequate. Contractor will obtain such additional insurance coverage, as Contractor deems
adequate, at Contractor's sole expense. The full limits available to the named insured shall also
be available and applicable to CMWD as an additional insured.
10.1.1 Commercial General Liabilitv Insurance. $2,000,000 combined single-limit per
occurrence for bodily injury, personal injury and property damage. Ifthe submitted policies contain
aggregate limits, general aggregate limits will apply separately to the work under this Agreement
or the general aggregate will be twice the required per occurrence limit.
10.1.2 Automobile Liabilitv (if the use of an automobile is involved for Contractor's
work for CMWD). $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. Workers' Compensation will not be required if
Contractor has no employees and provides, to CMWD's satisfaction, a declaration stating this.
10.1.4 Professional Liabilitv. Errors and omissions liability appropriate to Contractor's
profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a
period of five years following the date of completion of the work.
10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under
this Agreement contain, or are endorsed to contain, the following provisions:
10.2.1 CMWD will be named as an additional insured on Commercial General
Liability which shall provide primary coverage to CMWD.
10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability,
which will be written as claims-made coverage.
10.2.3 This insurance will be in force during the life of the Agreement and any
extensions of it and will not be canceled without thirty (30) days prior written notice to CMWD sent
by certified mail pursuant to the Notice provisions ofthis Agreement.
10.3 Providing Certificates of Insurance and Endorsements. Prior to CMWD's execution of this
Agreement, Contractor will furnish certificates of insurance and endorsements to CMWD.
General Counsel Approved Version 4/2/15
UTIL1321
10.4 Failure to Maintain Coveraqe. If Contractor fails to maintain any of these insurance
coverages, then CMWD 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 CMWD to obtain or
maintain insurance and CMWD 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. CMWD resen/es the right to require, at any time,
complete 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 complete and accurate records with respect to costs incurred under this
Agreement. All records will be clearly identifiable. Contractor will allow a representative of CMWD
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 ofthree
(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 CMWD. 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 CMWD. Contractor will have the rightto make one (1) copy
of the work product for Contractor's records.
14. COPYRIGHTS
Contractor agrees that all copyrights that arise from the sen/ices will be vested in CMWD and
Contractor relinquishes all claims to the copyrights in favor of CMWD.
15. NOTICES
The name of the persons who are authorized to give written notices or to receive written notice
on behalf of CMWD and on behalf of Contractor under this Agreement.
For CMWD
Name Shadi Sami
For Contractor
Name Paul Klukas
Titie
Address
Senior Engineer
Carlsbad Municipal Water District
5950 El Camino Real
Carisbad, CA 92008
Phone 760-603-7350
Title
Address
Phone
E-mail
Director of Planning
1530 Faraday Ave., Suite 100
Carisbad, CA 92008
760-931-0780
lnfo(S).planninqsvstems.net
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.
General Counsel Approved Version 4/2/15
UTILI 321
16. CONFLICT 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 all four categories.
17. GENERAL COMPLIANCE WITH LAWS
Contractor will keep fully informed of federal, state, local laws, ordinances, and regulations that 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 layvs,
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 ofthe requirements ofthe Immigration Reform and Control Act of 1986
and will comply with those requirements, including, but not limited to, verifying the eligibility for
employment of all agents, employees, subcontractors and consultants that the services required
by this Agreement.
18. DISCRIMINATION AND HARASSMENT PROHIBITED
Contractor will comply with all applicable local, state, and federal laws and regulations prohibiting
discrimination and harassment.
19. DISPUTE RESOLUTION
If a dispute should arise regarding the performance of the Services, the following procedure will
be used to resolve any questions of fact or interpretation not othenwise settled by agreement
between the parties. Representatives of Contractor or CMWD will reduce such questions, and
their respective views, to writing. A copy of such documented dispute will be fonwarded 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. Ifthe resolution thus obtained
is unsatisfactory to the aggrieved party, a letter outlining the disputes will be fonwarded to the
Executive Manager. The Executive 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 Executive 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 ofthe Contractor's failure to prosecute, deliver, or perform the Services, CMWD may
terminate this Agreement for nonperformance by notifying Contractor by certified mail of the
termination. If CMWD decides to abandon or indefinitely postpone the work or services
contemplated by this Agreement, CMWD 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 CMWD and all work in progress to CMWD address contained in this
Agreement. CMWD will make a determination of fact based upon the work product delivered to
CMWD and ofthe percentage of work that Contractor has performed which is usable and of worth
to CMWD in having the Agreement completed. Based upon that finding CMWD 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 CMWD, Contractor will assemble the work product
and put it in order for proper filing and closing and deliver it to CMWD. Contractor will be paid for
General Counsel Approved Version 4/2/15
UTIL1321
work performed to the termination date; however, the total will not exceed the lump sum fee
payable under this Agreement. CMWD 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 ofthis Agreement. For breach or violation
of this warranty, CMWD will have the right to annul this Agreement without liability, or, in its
discretion, to deduct from the Agreement price or consideration, or othenwise recover, the full
amount ofthe 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 CMWD must
be asserted as part ofthe 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 CMWD, 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 CMWD seeks to recover penalties pursuant to the False Claims Act, it is entitled to
recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a
false claim may subject Contractor to an administrative debarment proceeding as the result of
which Contractor may be prevented to act as a Contractor on any public work or improvement for
a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is
grounds for CMWD to terminate this Agreement.
23. JURISDICTION 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 CMWD 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 CMWD, 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
ofthe 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.
///
General Counsel Approved Version 4/2/15
UTIL1321
26. AUTHORITY
The individuals executing this Agreement and the instruments referenced in it on behalf of
Contractor each represent and warrant that they have the legal power, right and actual authority
to bind Contractor to the terms and conditions of this Agreement.
CONTRACTOR
PLANNING SYS;iiEMS, a California
corporation
Thomas Hagenfart / President
(print name/title)
CARLSBAD MUNICIPAL WATER
DISTRICT, a Public Agency organized under
the Municipal Water Act of 1911, and a
Subsidiary District of the City of Carisbad
By:
tricK A. Thonias / Public Works Patrick A. Thomas / Public Works Director
as authorized by the Executive Manager
By:
(sign here)
Paul J. Klukas / Secretary
(print name/title)
If required by CMWD, 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:
CELIA A. BREWER, General Counsel
By:. '(C^:y,^jtyyy^
General Counsel
General Counsel Approved Version 4/2/15
PLANNING
SYSTEMS •
LAND USE/COASTAL PLANNING
LANDSCAPE ARCHITECTURE • LA3900
POLICY AND PROCESSING
ENVIRONMENTAL MITIGATION
EXHIBIT A
September 22,2015
Ms. Shadi Sami
CITYOFCARLSBAD
Utilities Engineering
1635 Faraday Ave.
Carisbad, CA 92008
RE: PROPOSAL TO CONDUCT BIOLOGICAL MONITORING
TRI-AGENCY WATER PIPELINE REACH 2, PHASE 1
Dear Ms. Sami:
Per your request, PLANNING SYSTEMS hereby submits a Scope of Work and Cost to provide
biological field survey and monitoring services to the CARLSBAD MUNICIPAL WATER
DISTRICT for their proposed installation ofthe Tri-Agency Water Pipeline Reach 2, Phase 1 project.
The two ends of the subject project are both situated adjacent to coastal sage scrub (CSS) upland
habitats and open spaces. The Final Program EIR, dated October 12, 2012 for the Carlsbad Sewer
Master Plan and the CMWD Water and Recycled Water Master Plan Updates (EIR 12-01) included
mitigation measures which require verification of sensitive habitat locations including primarily CSS,
and avoidance of nesting birds and raptors during the construction effort. This proposal involves field
monitoring by qualified biologists to verify that no construction impacts will occur to the CSS located
nearby the construction site, and monitor the construction work to confinn compliance with the
mitigation measures (notes #22 and #23 of Construction drawings).
SCOPE OF WORK
A qualifled biologist from PLANNING SYSTEMS will conduct the following activities as required in
the Final EIR Mitigation Measures.
Task Times Each Weeks
Hours
each
time $ per hour Total
Work Plan 1
Conduct pre-construction
surveys to confirm location of
CSS and any other sensitive
biology. 1 Week 8 6 $ 100.00 $ 4,800.00
Monitor construction in the
vicinity of CSS to ensure
avoidance of impacts. 3 Week 4 3 $ 100.00 $ 3,600.00
Report writing and meeting
attendance 3 N/A N/A 4 $ 100.00 $ 1,200.00
Work Plan 1 Total $ 9,600.00
1530 FARADAY AVENUE • SUITE 100 • CARLSBAD, CA 92008 • (760) 931-0780 • FAX (760) 931-5744 • info@pJanningsjstenis.net
Ms. Shadi Sami
September 22, 2015
Page 2
Work Pian 2 (If nesting birds observed wiflun SOOft of constmction)
Construction fencing
monitoring, biological and
noise monitoring of
construction activities if nests $
are found 3 Week 3 4 100.00 $ 3,600.00
Work Plan 2 Total $ 3,600.00
Grand Total $ 13,200.00
COST
PLANNING SYSTEMS estimates that the biological monitoring required to comply with the
referenced mitigation measures will not exceed:
Work Plan 1 - $ 9,600.00
Work Plan 2 - S 3.600.00
Grand Total- $13,200.00
This cost is based on PLANNING SYSTEMS' standard schedule of fees and calculated rates for
biological survey and raonitoring services. Billing will occur on a time and materials basis only for
hours spent in the above effort. Any additional costs beyond tiie amount estimated above will require
additional authorization prior to completion ofthe services.
Ifthe provisions ofthis proposal are acceptable, please mail us the appropriate documentation for
execution.
Sincerely,
Paul J. Klukas
Director of Planning
PLANNING
SYSTEMS
Donna Heraty
From: Donna Heraty
Sent: Monday October 26, 2015 11:55 AM
To: 'info@planningsystems.net'
Cc: Rhonda Gasper-Heather; Shelley Collins; Janean Hawney
Subject: Form 700 - Conflict of Interest - It has been determined by the City Clerk's Office that
you are not required to file a Conflict of Interest Statement
Dear Consultant:
Regarding your agreement with the City of Carisbad for Biological Monitoring Services, UTIL1321 -
// your agreement states: 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. The Contractor shall report investments or interest in all four
categories.
It has been determined by the City Clerk's Office that you are not required to file a Conflict of Interest Statement for this
agreement with the City of Carisbad. A copy of this email will be added to your file memorializing this decision.
Should you have any questions, please do not hesitate to contact me.
Kindest regards,
Ccityof
Carlsbad
Shelley Collins, CMC
Assistant City Clerk
City Clerk's Office
City of Carisbad
1200 Carlsbad Village Drive
Carisbad, CA 92008-1949
www.carlsbadca.gov
760-434-2917 I Shellev.Collins@carisbadca.gov
Connect with us
Facebook | Twitter | You Tube | Flickr | Pinterest | Enews