Loading...
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