Loading...
HomeMy WebLinkAboutPlanning Systems Inc; 2007-03-20; PWENG591PWENG591 RATIFICATION OF AMENDMENT NO. 3 TO AGREEMENT FOR ENVIRONMENTAL SERVICES FOR THE LAKE CALAVERA REMEDIAL IMPROVEMENTS, PROJECT NO. 3821 This Amendment No. 3 is entered into the 19 a day of but effective as of the 2gth day of November, 2009, ratifying the dated March 20, 2007 (the "Agreement") by and between the Carlsbad Municipal Water District, a Public Agency organized under the Municipal Water Act of 191 1, and a Subsidiary District of the City of Carlsbad ("CMWD), and Planning Systems, Inc., a California corporation, ("Contractor") (collectively, the "Parties") for environmental services. RECITALS A. On October 31, 2007, the Parties executed Amendment No. 1 to the Agreement to prepare grading plans to be used in the wetland revegetation construction plans; and B. On March 30, 2010, the Parties executed Amendment No. 2 to the Agreement to continue monitoring activities as required by resource agency permits; and C. The Parties desire to alter the scope of work of the Agreement to include additional monitoring and reporting to the City and reporting agencies, and additional soil analysis; and D. The Parties have negotiated and agreed to an additional scope of work and fee schedule which is attached to and incorporated in this reference as Exhibit "A Scope of Services and Fee. E. The Parties desire to ratify any amended scope of work already performed by the Contractor without the benefit of this Amendment. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, CMWD and Contractor agree as follows: 1. The retroactive amendment of the Agreement is ratified. 2. In addition to those services contained in the Agreement, as may have been amended from time to time, Contractor has provided, or will provide, those services described in Exhibit "A. 3. CMWD will pay Contractor for all work associated with those services described in Exhibit "A on a time and materials basis not-to-exceed six thousand five hundred dollars ($6,500). 4 Contractor will complete all work described in Exhibit "A" by March 25, 2010. 5. All other provisions of the Agreement, as may have been amended from time to time, will remain in full force and effect. 6. All requisite insurance policies to be maintained by the Contractor pursuant to the Agreement, as may have been amended from time to time, will include coverage for this Amendment. General Counsel Approved Version #07.05.01 1 7. The individuals executing this Amendment and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Amendment. CONTRACTOR PLANNING SYSTEMS, INC a California corporation CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the Municipal Water Act of 191 1, and a Subsidiarv Di-t of tMitv of Carlsbad By: ,z President, Executive Manager or designee %~$Mc.H~@~A/ , kkr4 1' (print nameltitle) ATTEST: A **By: 4*,dJ;f &<*2 Secretary ,,1111111~,, f&~ J. p~J(ckS, .I,t?cHTq .,'& "' C\PM ..... ...... &'+,, 4) (print nameltitle) ' -o:$ 2 +,. +':+ = ".. 6'5 z -x: ,;- .- t - w.% 4:- r z m: ":cn - PI&~J@# /ahcivrywrku~.~~~ - 2 '. :+ . -t . = (e-mail addressy ' ; .. 9 3'. .,c+( ......... $:'o bd,? .: '4 '/,/ ,\\' '11,11111'' If required by CMWD, proper notarial acknowledgment of execution by contractor must be attached. If a Corporation, Agreement must be signed by one corporate officer from each of the following two groups. *Group A. Chairman, President, or Vice-President **Group B. Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer@) signing to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL, General Counsel hf\& 4 ' By: v Deputy General ~o$sel General Counsel Approved Version #07.05.01 2 LAND IJSEICOASTAI. P1,ANNINC; LANDSCAPE ARCIIITETTUH~; 1.~3900 Exhibit "A" SYSTEMS POLICY AND PROCESSIN(; ENVIRONM&NTAL MI'l'I(:rYl'lON May 4,2010 Ms. Sllerri Howard Associate Engineer CITY OF CARLSBAD Public Works - Engineering Departnicnt 1635 Faratlay Ave. Carlsbad, CA 92008 RE: INCREASE IN BUDGET REQUEST Lakc Calavera Re~iledial Improvements Project Mitigatio~i Program Ms. Howard: Please consider this letter a request to increase the budget to provide fillding for una~~ticipated Lake Calavera Dam Retiledial I~nprovemet~ts ~nitigation design and management services perfor~ned by Pla~l~ii~~g Syste~i~s that has cal~sed tlie project to excccd the autllorized budget. The atlditional work performed beyo~id tllose tasks ide~~tifietl in the original Scope a~td tlie ti~i~e fra~ne of the additional work was as follows: I. Whetl pre-planting soil test resnlts described conditio~ls tl~at wo~~ld not siipporZ the approved planti~ig plan, Planniog Syste~!ls provitletl tearu coordination, additio~~al desig~i services, and additional field visits to assist tlie co~itractor it1 i~~stalli~~g a revised pla~ititig plan. Tinie frau~~e: April 2009 -May 2009 2. Revising the approvcd planting plan due to poor soil conditions in plots 4-6 resultcd ill the need for additio~~al biological reporting. Time frame: April 2009 -May 2009 3. Preparing as-built cor~strt~ction tloci~~neilts required nore work than originally a~iticipatetl because of tlie Plot 4-6 as-built cl~anges. Time frame: J111le 2009 - July 2009 4. WII~II tlie platlting was in the gro~~nd for three months and failu~u: of the as-built pla~lti~~g at Plots 4-6 aooeared almost certain. Pla~~ninn Svstems directed and assistetl the A a .. , i~~stallatio~~ contractor during thee site visits to i~lstall vegetative plugs gatheretl from nearby ~iatural vegetation to correct establishment failure. Time frame: August 2009 5. More i~ltcnsive mo~~itoring than was a~iticipated was tlecessaly to assess plant survival and loss of tlie initially i~lstalled plants, and then again for the vegetative plugs i~~stalletl Time fra~ne: June 2009 - September 2009 Funding requested - $6,500.00 If acceptable, please provide us with appropriate City of Carlsbad contract for~~is. Please contact me if you llave any ql~estio~~s. Greg Evans PLANNING SYSTEMS 15.30 IIAKA1)AY AVI;NUL', SUI1'1'. IOU. CAH1,SUAI). C,\ 920UX. (760) 931-0780 F#\X (760) 931-5744. it~f~~@~~~l;~~~~li~lgsybI~lllb.IIUI PLANNING SYSTEMS Fee Scbedvlc (Effective May 1,2005) PRINCIPAL: $ 150.00lhr LAND PLANNERSISCHOOL FACILITY PLANNERS: Director of Planning S135.OOhr Land/School Planner . S 95.00hr LandlEnvironmental Planner . $ 75.00hr Planner. $ 75.001hr Planning Technician $ 50.001hr LANDSCAPE ARCHITECTilUBITAT RESTORATION SPECIALIST: Senior Restoration Ecologist . $1 10.00hr Senior Lsl~dscape Architect . $1 10.00lhr Project Manager $100.00/hr Landscape DesignerIHabitat Resto~ation Specinlist $ 90.00/hr Biologist/Consrmction Monitor ll , $ 90.001hr Construction Monitor I . S 75.00lhr Field Tech I , $ 60.00Ihr OTHER Expcn Wilness/Dcpositio~eIaled Attorney Consult , $350.00/ht Expen Witness Research $250.00hr GraphidCAD Operator . $ 65.0Ohr RcsearcherlRepolt Editing , $ 50.00hr Word Processing $ 45.00lhr REIMBURSABLE EXPENSESIBULING POLICY: Supplies and other dired costs such ns printing, reproduction, graphic aids, travel (air fnre & meals), photography, postage, fm & delivery will be billed at cost plus, I$%, Lnvoices will bc issued on a monthly basis unless otherwise agreed. Accounts are due and payable within 30 days of the date of invoice. Past due accounts will have a finance charge of 1.25% compounded. Any revisions to the fee schedule will be pmvided to you in advance of their ~nstitution. Revisi~rl will not affect fixed-fee, or not-to-exceed contract nmount, unless Client temporarily suspends projffit for more than 90 days. AMENDMENT NO. 2 TO EXTEND AND AMEND AGREEMENT FOR ENVIRONMENTAL SERVICES (PLANNING SYSTEMS, INC.) This Amendment No. 2 is entered into and effective as of the & day of Miarrh , 2010, extending and amending the agreement dated March 20. 2007 (the "Aareement") bv and between the Carlsbad Munici~al Water District. a Public ~~enc~ org'anizedunder the~inici~al Water Act of 191 1, and a subsidiary District of the City of Carlsbad, ("CMWD"), and Planning Systems, Inc. a California corporation, ("Contractor") (collectively, the "Parties") for (description of ~roiect). RECITALS A. On October 31, 2007, the Parties executed Amendment No. 1 to the Agreement to prepare grading plans to be used in the Wetland Revegetation Construction Plans; and B. The Parties desire to alter the Agreement's scope of work to continue monitoring activities as required by resource agency permits; and C. The Parties desire to extend the Agreement for a period of one (1) year. D. The Parties have negotiated and agreed to a supplemental scope of work and fee schedule, which is attached to and incorporated in 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. That the Agreement, as may have been amended from time to time, is hereby extended for a period of one (1) year ending on March 20, 2011 on a time and materials basis not-to-exceed nineteen thousand dollars ($19,000). 2. Contractor will complete all work described in Exhibit "A" by March 20, 2011 3. All other provisions of the Agreement, as may have been amended from time to time, will remain in full force and effect. 4. 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. General Counsel Approved Version #07.05.01 1 5. 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 CARLSBAD MUNICIPAL WATER PLANNING SYSTEMS, INC. a DISTRICT, a Public Agency organized under the Municipal Water Act of 191 1, and a Subsidiary District of the City of Carlsbad (print nameltitle) w f designee ATTEST: ?/"- v(sign here) - Secretary ~AZIL x ILWG+Y/D(~~. 8pw \\l1~1111, fi4( I $ \\\' *$,!Q%.h!!;i. 0 (print nameltitle) -2#. ..@ w>$.$.? .f :$;$ ;-.c.. =wig 2:z: as -YIc zm. $2 " (e-dail addre&) ?.%...$?~IFO?>.. *C;.Z;~ g.: ., \3 ...... "fr .>'- If required by CMWD, proper notarial acknowledgment of execution by Cbntcautdr must be attached. If a Cor~oration, 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@) signing to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL, General Counsel By:- Deputy General C nsel General Counsel Approved Version #07.05.01 2 EXHIBIT "A" LAND USEICOASTALPLANNING ENVIRONMENTAL MITIGATION January 14,2010 Ms. Sheui Howard Associate Engineer City of Carlsbad Public Works - Engineering Department 1635 Egraday Ave. Cadsbad, CA 92008 Re: Anticipated invoicing and budget request Lake Calavera remedial i~~lproveme~lts project mitigation monitoring Ms. Howard, In response to your e-mail of Dec. 22,2009, please consider the following budget for March 26,2010 -March 25,201 1. Anticipated Work: Work Products - (3) Quarterly monitoring and report to City, contractor and agencies (1) Production and submittal of annual monitoring report to agencies - Preparation of remedial installation plan and palette - (14) Remedial installation site visits and contractor maintenance recommendations Funding requested: $19,000.00 Work will be done on a time and materials (T&M) basis. Billing will occt~r 011ly for liours actually worked on the project. Any additional costs beyond this a~nount will require additional authorization prior to completio~l of the services. Tlle amount stipulated above will not be exceeded without prior written consent. If acceptable please provide us with appropriate City of Carlsbad contract fonns. Please contact me if you have any questions. 1530 FARADAY AVENUE SUITE 100 CARISDAD, CA92008 (760) 931.0780. ISAX (760) 931-5744. i~~foQplan~liagsystc~l~et PLANNING SYSTEMS Fee Schedule (Effective May 1,2005) PRINCIPAL: $150.00/hr LAND PLANNERS/SCHOOL FAClLlTY PLANNERS: Director of Planning $13S.O0lhr LandISchool Planner . $ 95.00hr LandlEnvironmental Planner . $ 75.00hr Planner. $ 75.00/hr Planning Technician $ 50.00hr LANDSCAPE ARCHITECTIFiABITAT RESTORATION SPECIALIST: Senior Restoration Ecologist . $1 1O.OOllv Senior Landscape Architect . $1 IO.OO/hr Project Manager $100.00/hr Landscape DesignerIHabitat Restoration Specialist , $ 90.00/hr BiologistJConstruction Monitor 11 $ 90.00lhr Construction Monitor 1 . $ 75.00lhr Field Tech 1 . $ 60.00hr OTHER: Expert Witness/DepositiodRelated Attorney Consult , $350.00/hr Expen Witness Research $250.00/hr GraphicICAD Operator . $ 65.00hir ResearcherIReport Editing . $ 50.00hr Word Processing $ 45.001hr REIMBURSABLE EXPENSESIBILLING POLICY: Supplies and other direct costs such as printing, reproduction, graphic aids, travel (air fare & meals), photography, postage, fax & delivery will be billed at cost plus, 15%. Lnvoices will be issued on a monthly basis unless otherwise agreed. Accounts are due and payable within 30 days of the date of invoice. Past due accounts will have a finance charge of 1.25% compounded. Any revisions to the fee schedule will be provided to you in advance of their institution. Revision will not affect fixed-fee, or not-to-exceed contract nmount, unless Client temporarily suspends project for more than 90 days. AMENDMENT NO. 1 TO AGREEMENT FOR PROFESSIONAL ENVIRONMENTAL SERVICES FOR LAKE CALAVERA REMEDIAL IMPROVEMENTS, PROJECT NO. 3821 (PLANNING SYSTEMS, INC.) This Amendment No. 1 is entered into and effective as of the _ day of _ U* Cjr-t-4u^ _ , 200 "/ , amending the agreement dated March 20, 2007 (the "Agreement") by and between the Carlsbad Municipal Water District, , a Public Agency organized under the Municipal Water Act of 191 1 , and a Subsidiary District of the City of Carlsbad, referred to as ("CMWD"), and Planning Systems, Inc., a corporation ("Contractor") (collectively, the "Parties") for professional environmental services for Lake Calavera Remedial Improvements, Project No. 3821. RECITALS A. The original contract omitted the need to prepare grading plans to be used in the Wetland Revegetation Construction Plans; and B. The Parties desire to alter the Agreement's scope of work to include the prepare of grading plans for the Wetland Revegetation Construction Plans; and C. The Parties agree that O'Day Consultants can be added as a sub-contract to prepare grading plans that will be used in the Wetland Revegetation Construction Plans. D. 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 twenty six thousand seven hundred ninety one dollars ($26,791). 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 June 30, 2008. 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. General Counsel Approved Version #07.05.01 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^YSTEMS, INC., a corporatic CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the'lYlunidpa^ Water Act of/H3^ 1, and a Carlsba By (print name/title) Secretary 0 (sign here) . h«-T ,°:«-(print name/title) (e-mail address} ' 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, CFOor 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, General Counsel ^ puty GeneralCtiunsel General Counsel Approved Version #07.05.01 * * i » i *• * !ft.la if f? PLANNING SYSTEMS LAND USE/COASTAL PLANNING LANDSCAPE ARCHITECTURE • LA3900 POLICY AND PROCESSING ENVIRONMENTAL MITIGATION September 20, 2007 Mr. David Ahles Engineering Department City of Carlsbad 1635 Faraday Ave. Carlsbad, CA 92008 Re: Project No. 3821 Calavera Dam Remedial Improvements Mr. Ahles, As requested, attached is the O'Day Consultants proposal to provide engineering services for revegetation construction documents necessary to comply with permit requirements of the Calavera Dam Remedial Improvements Project. Planning Systems agrees to engage O'Day as a sub-consultant to Planning Systems, and to provide project coordination with O'Day and the City as necessary to perform the services specified hi the attached O'Day proposal. As per our previous conversations, Planning Systems requests that the present terms of the agreement Planning Systems has with the City (Agreement For Professional Environmental Services for Project No 3821), be increased to add the following work: 1. O'Day Engineering Services (proposal attached) 2. Planning Systems coordination (10% of O'Day contract) Contract amendment request total Please call me if you need clarification or additional information. Sincerely, $24,356 J__2.435 $26, 791 'Greg 1530 FARADAY AVENUE • SUITE 100 • CARLSBAD, CA 92008 • (760) 931-0780 • FAX (7160) 931-5744 • info@planningsystems.net Promo No. 07-0078 May 17, 2007 Page 1 of 2 Lake Calavera Wetland Revegetation Plan Remedial Improvement Project Scope of Work Scope I: Lump sum fee of $5,800.00 due and payable upon percentage of work completed. 1) Riparian Delineation. a. Office calculations and field survey for horizontal and vertical control. b. Field survey to tie in field stakes set by Planning Systems to delineate the limits of the existing/proposed riparian habitat. c. Prepare exhibit to show riparian limit line. Scope II: Lump Sum fee of $ 10,900.00 due and payable upon percentage of work completed. Grading Plan 1) Prepare and initial submittal of the following documents to the City of Carlsbad: a. Prepare grading plans for riparian habitat creation. b. Prepare erosion control plans. c. Calculate earthwork quantities. d. Prepare Storm Water Pollution Prevention Plan. e. Construction estimate. Worked deemed complete when all information required by the City of Carlsbad grading plan checklist is on the plan and ready for initial submittal. Assumption: City of Carlsbad to provide digital topographic survey. Scope III: Lump sum fee of $3,500.00 due and payable upon percentage of work completed. 1) Address plancheck comments from the City of Carlsbad after initial submittal of Grading Plan and site plan changes after given notice to proceed. Promo No. 07-0078 May 17, 2007 Page 2 of2 Scope IV: Lump sum fee of $2,500.00 due and payable upon percentage of work completed. 1) Prepare "as-built". Scope V: Lump sum fee of $656.00 due and payable upon percentage of work completed. 1) Meetings and hearings (not to exceed 4 hours) Scope VI: Lump sum fee of $ 1,000.00 due and payable upon percentage of completion. 1) Reimbursables, reproductions and data transfers DOES NOT INCLUDE: Agency fees Application and processing Conservation easement Construction changes Construction consultation Construction Surveying Dry Utility Engineering Environmental documentation Geotechnical Report Hydrology study Landscape and irrigation plans Legal descriptions Noise Analysis Record of Survey Reimbursable expenses Remedial topo Revisions to engineering plans and supporting documents due to changes in site plan Soils Engineering Specifications Storm Water Management Plan Structural Engineering/Retaining Wall Design Title documents Topographic survey Traffic Engineering and signalization plans CONSULT AX^N T S Civil Engineering * Surveying SCHEDULE OF HOURLY BILLING RATES June 1,2006 OFFICE ENGINEERING Project Manager $164.00 Proj ect Engineer 146.00 Design Engineer 129.00 AutoCad Technician 112.00 Drafter/Engineering Aide 85.00 Word Processing 60.00 FIELD ENGINEERING 3 Man Survey Crew $280.00 2 Man Survey Crew 195.00 GPS or Robotic Surveying 186.00 1 Man Survey Crew/Survey Chief 123.00 CONSULTATION Principal $240.00 All out-of-pocket expenses, such as filing fees, printing, and reproduction costs, will be extra and invoiced at our direct cost plus 15%. Prevailing wage projects will be charged a higher rate for field engineering. Four (4) hour minimum charge for survey crew time. Any site visits less than 4 hours will be charged as extra work to fixed fee scopes of work. Rates are subject to periodic increase. O'Day Consultants Inc. E-mail: oday@odayconsultants.com 2710 Loker Avenue West, Suite 100 Website: www.odayconsultants.com Carlsbad, California 92010-6609 Tel: 760.931.7700 Fax: 760.931.8680 AGREEMENT FOR PROFESSIONAL ENVIRONMENTAL SERVICES FOR PROJECT NO. 3821 (PLANNING SYSTEMS, INC.) THIS AGREEMENT is made and entered into as of the <= _ day of 200*7. by and between the CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of Carlsbad, referred to as ("CMWD"),* and PLANNING SYSTEMS, INC., a corporation, ("Contractor"). RECITALS A. CMWD requires the professional services of an environmental services contractor that is experienced in wetland revegetation, construction plans, and construction support services. B. Contractor has the necessary experience in providing professional services and advice related to environmental services related to Lake Calavera Remedial Improvements, Project No. 3821. C. Selection of Contractor is expected to achieve the desired results in an expedited fashion. D. 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 "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of three (3) years from the date first above written. The Executive Manager may amend the Agreement to extend it for three (3) additional one (1) year periods or parts thereof in an amount not-to-exceed twenty thousand dollars ($20,000) per Agreement year. 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 of the extended Agreement. General Counsel Approved Version #1 1 .28.06 1 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 one hundred forty five thousand dollars ($145,000). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. CMWD reserves the right to withhold a ten percent (10%) retention until CMWD has accepted the work and/or Services specified in Exhibit "A". Incremental payments, if applicable, should be made as outlined 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 entitled. 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 Carlsbad 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 Services, Contractor will be fully responsible to CMWD for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and 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. General Counsel Approved Version #11.28.06 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its 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 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 included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 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-:V". 10.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless the General Counsel 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. 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, 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 Liability (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. General Counsel Approved Version #11.28.06 10.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code and Employer's Liability limits of $1,000,000 per accident for bodily injury. Workers' Compensation and Employer's Liability insurance will not be required if Contractor has no employees and provides, to CMWD's satisfaction, a declaration stating this. 10.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 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 The CMWD and the City of Carlsbad will 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 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 of this 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. 10.4 Failure to Maintain Coverage. 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 reserves the right to require, at anytime, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. General Counsel Approved Version #11.28.06 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 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 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 right to make one (1) copy of the work product for Contractor's records. 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services 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: For Contractor: Name Title Carlsbad Address William Plummer District Engineer Municipal Water District 1635 Faraday Avenue Carlsbad, CA 92008 Phone No. (760) 602-2768 Name Title Address Phone No. E-mail Paul Klukas Director of Planning 1530 Faraday Ave., Suite 100 Carlsbad, CA 92008 (760)931-0780 pklukas @ nctimes.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. 16. CONFLICT OF INTEREST CMWD will evaluate Contractor's duties pursuant to this Agreement to determine whether disclosure under the Political Reform Act and CMWD's Conflict of Interest Code is required of Contractor or any of Contractor's employees, agents, or subcontractors. Should it be determined that disclosure is required, Contractor or Contractor's affected employees, agents, or subcontractors will complete and file with the Secretary of the Board those schedules specified by CMWD and contained in the Statement of Economic Interests Form 700. General Counsel Approved Version #11.28.06 Contractor, for Contractor and on behalf of Contractor's agents, employees, subcontractors and consultants warrants that by execution of this Agreement, that they have no interest, present or contemplated, in the projects affected by this Agreement. Contractor further warrants that neither Contractor, nor Contractor's agents, employees, subcontractors and consultants have any ancillary real property, business interests or income that will be affected by this Agreement or, alternatively, that Contractor will file with the CMWD an affidavit disclosing this interest. 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 services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants 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 otherwise 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 forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the 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. General Counsel Approved Version #11.28.06 20. TERMINATION In the event of the 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 of the 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 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 of this 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 otherwise 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 CMWD 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 CMWD, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et sea., 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. General Counsel Approved Version #11.28.06 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 CMWD and Contractor and their respective successors. Neither this Agreement or 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 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. General Counsel Approved Version #1 1 .28.06 8 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 SYSTEMS, INC., a corporation S/J.*Bv: CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the Municipal Water Act of 1^911, and a Subsidiary District ~ jad (print name/title) (sign here) (print name/title) ^fAtdhiVY -mkil address) designee ATTEST: Secretary €ut(ve Manager or (e ) If required by CMWD, proper notarial acknowledgment of execution by contractor,. be attached. If a Corporation. Agreement must be signed by one corporate officer'fVorfl1'^ each of the following two groups. *Group A. Chairman, President, or Vice-President **Group B. Secretary, Assistant Secretary, CFOor 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, General Counsel Deputy General Counsel General Counsel Approved Version #11.28.06 EXHIBIT "A" SCOPE OF SERVICES Itemized List of what Contractor will do for CMWD and at what price. General Counsel Approved Version #04/02/02 10 I PLANNING | SYSTEMS LAND USE/COASTAL PLANNING LANDSCAPE ARCHITECTURE • LA3900 POLICY AND PROCESSING ENVIRONMENTAL MITIGATION December 3, 2006 Christopher M. Muehlbacher Associate Engineer CITY OF CARLSBAD Engineering Department 1635 Faraday Ave. Carlsbad, CA 92008 RE: CALAVERA DAM REMEDIAL IMPROVEMENTS PROPOSAL TO PROVIDE PLANS AND ENVIRONMENTAL MONITORING SERVICES - COMPLIANCE WITH ENVIRONMENTAL PERMIT CONDITIONS Dear Mr. Muehlbacher: Planning Systems is pleased to submit a proposal to provide environmental permitting services to the Carlsbad Municipal Water District (CMWD) for preparation of landscape plans, provision of biological and noise monitoring services, construction monitoring, revegetation and mitigation plans, reports and monitoring, and permit and planning satisfaction activities. Tasks and costs associated with this proposal are provided as follows: SCOPE OF WORK 1. Preliminary Work A. Coordination and monitoring of survey staking, fencing and clearing of construction area B. Staking and coordination to finalize mitigation plot locations 2. Wetland Revegetation Construction Plans A. Preparation and approval of Landscape Plan (USAGE #2, #3, #4), including; 1. Irrigation Plans, Planting Plans, Specifications, Details 2. Address Plancheck comments 3. As-Built plans 4. Meetings and coordination B. Submit plant palette to CDFG for approval (CDFG #6) C. Construction management to direct landscape installation D. Post-installation 120-day establishment management and site visits E. Construction management to direct grading (Grading and engineering plans will be prepared by others) 1530 FARADAY AVENUE • SUITE 100 • CARLSBAD, CA 92008 • (760) 931-0780 • FAX (760) 931-5744 • info@planningsystems.net Christopher M. Muehlbacher December 3, 2006 Page 2 3. Dam Construction - Monitoring, Coordination and Biological Surveys A. Construction monitoring - One year (CDFG #17) B. Pond turtle, CAGN, and nesting birds surveys (CDFG #10, #16, USAGE #22) C. Biological monitor of construction and noise (USAGE #22, CDFG #17) D. Flag perimeter of work (USAGE #10, CDFG #19) E. Pre-Construction Education (RWQCB #4, USAGE #12) 4. Wetland Revegetation - Biological Maintenance, Monitoring and Reporting A. Five years of monitoring and management of Revegetation (USAGE #20) B. Site Preparation and planting report (CDFG #13) C. Corps verification of site grading (USAGE #3) D. Provide report on installation completion (USAGE #19) E. Annual reports on status of Wetland Revegetation - 5 years (USAGE #2, CDFG #14, RWQCB #21) F. Prepare "As-built" report for Revegetation area (RWQCB #17) 5. Planning Coordination and Documents A. Provide written notification to USAGE, USFWS, and RWQCB prior to initiating work (USAGE #11) B. Draft conservation easement for review and approval (USAGE #8, RWQCB #16) C. Record conservation easement (USAGE #8) D. Provide copy of all permits to contractors (CDFG #2, RWQCB #3) E. Notify CDFG of initiation of construction (CDFG #3) F. Process performance bond (USAGE #9) G. Create contractor education program (USAGE #12, RWQCB #4) H. As-Needed services requested by client Task (from above) 1. 2. 3. 4. 5. TOTAL Description Preliminary Work Wetland Revegetation Construction Plans Dam Construction - Monitoring, Coordination and Biological Surveys Wetland Revegetation - Biological Maintenance, Monitoring and Reporting Planning Coordination and Documents PS Cost (Not to Exceed) $6,000 $19,000 $45,000 $55,000 $20,000 $145,000 PLANNING f SYSTEMS ^n*i Christopher M. Muehlbacher December 3, 2006 PageS Planning Systems anticipated that the costs associated with this effort will not exceed $145,000. Billing will occur only for hours spent in the above effort. Any additional costs beyond the amount estimated above will require additional authorization prior to completion of the services. It is understood that time is of the essence in this effort. Planning Systems will begin the work immediately upon authorization. If the provisions of this proposal are acceptable, please mail us the necessary agreement contract documentation for execution. PaulJ.Klukas Director of Planning Attachment - Fee Schedule PLANNING SYSTEMS Fee Schedule (Effective May 1,2005) PRINCIPAL: $150.00/hr LAND PLANNERS/SCHOOL FACILITY PLANNERS: Director of Planning .... $135.00/hr Land/School Planner .... $ 95.00/hr Land/Environmental Planner ... $ 75.00/hr Planner $ 75.00/hr Planning Technician .... $ 50.00/hr LANDSCAPE ARCHITECT/HABITAT RESTORATION SPECIALIST: Senior Restoration Ecologist . . . $110.00/hr Senior Landscape Architect . . . $110.00/hr Project Manager $100.00/hr Landscape Designer/Habitat Restoration Specialist $ 90.00/hr Biologist/Construction Monitor II. . . $ 90.00/hr Construction Monitor I .... $ 75.00/hr FieldTechl $ 60.00/hr OTHER: Expert Witness/Deposition/Related Attorney Consult $350.00/hr Expert Witness Research .... $250.00/hr Graphic/CAD Operator .... $ 65.00/hr Researcher/Report Editing .... $ 50.00/hr Word Processing $ 45.00/hr REIMBURSABLE EXPENSES/BILLING POLICY: Supplies and other direct costs such as printing, reproduction, graphic aids, travel (air fare & meals), photography, postage, fax & delivery will be billed at cost plus, 15%. Invoices will be issued on a monthly basis unless otherwise agreed. Accounts are due and payable within 30 days of the date of invoice. Past due accounts will have a finance charge of 1.25% compounded. Any revisions to the fee schedule will be provided to you in advance of their institution. Revision will not affect fixed-fee, or not-to-exceed contract amount, unless Client temporarily suspends project for more than 90 days. 4 2- March20, 2007 ALL RECEIVfr • f 'r>fnrma(j0_ -*,».. . CM TO: From: ASSISTANT CITY MANAGER Communications Manager Attached is a Frequently Asked Questions handout for Council and public use about the Calavera Dam Improvement Project and surrounding open space access during construction. I collaborated with Public Works Project Manager Dave Ahles, and Liz Ketabian, Park Planner on this document. 6LEC^IHDWEE MAR 2 0 2007 CITY OF CARLSBADCITY CLERK'S OFFICE n\ y Calavera Dam Improvements Frequently Asked Questions • The Calavera Dam project will provide flood protection to those downstream and bring the dam into compliance with state regulations. • The construction plan avoids drainage of Calaveras Lake and minimizes impact to the surrounding environment. • Construction is expected to start this summer and will last about 10 months. Foot traffic over the dam is not possible during this period. What work is being done? Improvements to the Calavera Reservoir include the construction of a sophisticated drain and pump system to appropriately control the reservoir's water level during heavy rain years. The upper 26 feet of the concrete tower will be reduced to below normal water levels and the current, non-functioning valves will be replaced with modern fixtures and piping. Whv does it need to be done? The existing valves, which have not worked for years, create a situation during heavy rains where water could overflow the dam and cause downstream flooding. This project will result in a new system that controls water flow out of the dam during high water periods, provides flood protection, and complies with state requirements for dam safety. How long will construction take? Construction will begin in the summer of 2007 and continue for about nine months. Truck traffic will be minimal, and designated truck routes have been chosen to minimize neighborhood impacts. Construction hours are 7 a.m. to 4 p.m. from Monday to Friday. Will the trails be closed during construction? The contractor will close off a portion of the trails to be able to conduct the work safely. Access across the top of the dam and access near the spillway and the west end of the lake will be closed during construction. While the Lake Calavera area is currently a popular place to hike and bike, the trails are not "officially" part of the city's trail system and will not be improved by Page 2 of 2 - Calavera Dam Improvements City Trail volunteers or City crews until the Trails Master Plan has appropriate environmental approvals and permits in place. For these reasons the City currently does not encourage active use of these trails and would further discourage hiking and biking in the vicinity close to the west end of the lake during construction operations for the dam valve repairs. Aren't the trails scheduled to be part of the City's Trail system at some point in the future? Currently the City of Carlsbad is developing the Lake Calavera Trails Master Plan, which will upgrade and provide an official 6 mile trail system on the City owned property around Lake Calavera. The trails are part of the Citywide Trail Master plan and will serve to provide access to the City owned mitigation site and preserve. Most trails will remain unpaved and will vary from 2' wide single track to 12' wide shared use with utility easement/access roads that criss- cross the site. It is anticipated that a decision on the Environmental Review will be completed in summer of 2007 and shortly thereafter, improvements will begin by trail volunteers. The dam project will include a restoration and improvement so that hikers will once again be about to cross the top of the dam after repairs are completed. Will the dam be closed to fishing? The reservoir has not been a fishing spot for many years. Will police help to keep people out of the area? The Carlsbad police respond to all calls for service, but do not anticipate any increased criminal activity as part of the construction project. How is the City letting people know about the project? The City mailed a newsletter to Carlsbad residents that live in the Calavera Hills and Rancho Carlsbad communities to make them aware of the project and its impacts. Three more newsletters, signage, press releases and information on the City Web site and in the Community Services Guide should help people feel informed about the status of the project. For more information, contact: David Alhes, Carlsbad Senior Civil Engineer, 760-602-2748 ***