HomeMy WebLinkAboutThe Land Stewards; 2014-12-19;RATIFICATION OF AMENDMENT NO.2 TO AGREEMENT FOR INSTALLATION OF
STORMWATER BEST MANAGEMENT PRACTICES IN THE POINSETTIA FIRE BURN AREA
(THE LAND STEWARDS)
This Ratification of Amendment No. 2 is entered into as of the ~ g-fh day of
Jt<f\JJ~ , 20.1..k_, but effective as of the 19th day of December,
2015, ratifying the amend ent of the agreement dated December 19, 2014 (the "Agreement") by
and between the City of Carlsbad, a municipal corporation, ("City"), and THE LAND STEWARDS,
("Contractor") (collectively, the "Parties") for installation of stormwater best management practices
in the Poinsettia Fire burn area.
RECITALS
A. On April 10, 2015, the Parties executed Amendment No. 1 to the Agreement to
increase the Agreement amount by one hundred forty eight thousand three hundred sixty dollars
($148,360) for a total Agreement amount of three hundred thousand dollars ($300,000); and
B. The Parties desire to alter the Agreement's scope of work to include additional
installation of stormwater BMPs in the Poinsettia Fire burn area as may be needed due to the
upcoming El Nino storms predicted; and
C. The Parties desire to alter the Agreement's scope of work to increase the
Agreement amount by one hundred thousand dollars ($1 00,000), for a total Agreement amount
of four hundred thousand dollars ($400,000); and
D. The Parties desire to extend and fund the Agreement for a period of one year,
ending on Dec 19, 2016; and
E. The Parties have negotiated and agreed to a supplemental scope of work and fee
schedule which is attached to and incorporated in this reference as Exhibit "A" Scope of Services
and Fee; and
F. 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, City 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". With this Amendment, the total Agreement amount shall not exceed four hundred
thousand dollars ($400,000).
3. City will pay Contractor for all work associated with those services described in
Exhibit "A" on a time and materials basis not-to-exceed one hundred thousand dollars ($100,000).
Contractor will provide City, on a monthly basis, copies of invoices sufficiently detailed to include
hours performed, hourly rates, and related activities and costs for approval by City
City Attorney Approved Version 1/30/13
EXHIBIT "A"
SCOPE OF SERVICES AND FEE
The scope of work shall include installation of stormwater BMPs in the Poinsettia Fire burn area per the
original Agreement's scope of work, as may be needed as directed by city staff per the rates listed below.
All work subject to field verification prior to billing.
Burlap gravel bags $2.66 EA
Bio-degradable fiber rolls $1.90 LF
Standard silt fence w/wood stakes $2.25 LF
Husk coir logs $9.00 LF
Hydromulch "Fiexterra HP-FGM" $0.14 SF
City Attorney Approved Version #05.22.01
3
AMENDMENT NO. 1 TO AGREEMENT FOR INSTALLATION OF STORMWATER BEST
MANAGEMENT PRACTICES IN THE POINSETTIA FIRE BURN AREA
(THE LAND STEWARDS)
This Amendment No. 1 is entered into and effective as of the f{ffh day of ~V'(..,(_ , 20 I 'S, amending the agreement dated
Decembel"9, 2014 (the "Agreement") by and between the City of Carlsbad, a municipal
corporation, ("City"), and THE LAND STEWARDS, ("Contractor") (collectively, the "Parties") for
installation of stormwater best management practices (BMPs) in the Poinsettia Fire burn area.
RECITALS
A. The Parties desire to alter the Agreement's scope of work to include additional
installation and maintenance of stormwater BMPs; and
B. The Parties desire to increase the Agreement amount by one hundred forty eight
thousand three hundred sixty dollars ($148,360) for a total Agreement amount of three hundred
thousand dollars ($300,000); and
C. 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, City 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. City will pay Contractor for all work associated with those services described in
Exhibit "A" on a time and materials basis not-to-exceed one hundred forty eight thousand three
hundred sixty dollars ($148,360). Contractor will provide City, on a monthly basis, copies of
invoices sufficiently detailed to include hours performed, hourly rates, and related activities and
costs for approval by City.
3. Contractor will complete all work described in Exhibit "A" by December 19, 2015.
4. All other provisions of the Agreement, as may have been amended from time to
time, will remain in full force and effect.
City Attorney Approved Version 1/30/13
EXHIBIT "A"
SCOPE OF SERVICES AND FEE
Install and maintain poly gravel bags, fiber rolls, silt fence, coir logs and hydromulch. Quantities
are estimates and will be billed at actual work performed. All quantities subject to field verification
prior to billing.
BASIN A (INCLUDES All MATERIALS, EQUIPMENT, TAXES & LABOR}:
Initial Installation Burlap gravel bags BAGS 3,000 $2.66 $7,980.00
Initial Installation Bio-degradable fiber rolls LF 2,596 $1.90 $4,932.40
Maintenance Burlap gravel bags BAGS 6,500 $2.66 $17,290.00
Subtotal: $30,202.40
BASIN B (INCLUDES ALL MATERIALS, EQUIPMENT, TAXES & LABOR}:
Maintenance Burlap gravel bags BAGS 4,000 $2.66 $10,640.00
Subtotal: $10,640.00
BASIN C (INCLUDES All MATERIALS, EQUIPMENT, TAXES & LABOR}:
Initial Installation Standard silt fence w/wood stakes LF 400 $2.25 $900.00
/nit/a/Installation Bio-degradable fiber roll LF 3,227 $1.90 $6,131.30
Maintenance Burlap gravel bags BAGS 6,500 $2.66 $17,290.00
Subtotal: $24,321.30
BASIN D (INCLUDES All MATERIALS, EQUIPMENT, TAXES & LABOR}:
Maintenance Burlap gravel bags BAGS 3,500 $2.66 $9,310.00
Subtotal: $9,310.00
BASIN F (INCLUDES All MATERIALS, EQUIPMENT, TAXES & LABOR}:
Initial Installation Burlap gravel bags BAGS 2,000 $2.66 $5,320.00
Initial installation Bio-degradable fiber rolls LF 8,254 $1.90 $15,682.60
Initial Installation Husk coir logs LF 1,000 $9.00 $9,000.00
Maintenance Burlap gravel bags BAGS 6,500 $2.66 $17,290.00
Subtotal: $47,292.60
INITIAL INSTALLATION (INCLUDES ALL MATERIALS, EQUIPMENT, TAXES & LABOR}:
Initial Installation Hydromulch "Fiexterra HP-FGM" SF 51,852 $0.14 $7,000.02
Maintenance Additional as-needed erosion control at $19,593.68
bid item prices as directed by the city
Subtotal: $26,593.70
Not To Exceed Grand Total: $148,360.00
City Attorney Approved Version# 05.22.01
3
AGREEMENT FOR INSTALLATION OF STORMWATER BEST MANAGEMENT PRACTICES
IN THE POINSETTIA FIRE BURN AREA
(THE LAND STEWARDS)
THIS AGREEMENT is made and entered into as of the /~ day of D<:c~bev: , 20 tt+, by and between the CITY OF CARLSBAD, a municipal
corporation, ("City"), and THE LAND STEWARDS, a California Corporation, ("Contractor").
RECITALS
A. City requires the professional services of a company that is experienced in the
installation of stormwater best management practices (BMPs).
B. Contractor has the necessary experience in providing professional services and
advice related to stormwater BMPs.
C. Contractor has submitted a proposal to City and has affirmed its willingness and
ability to perform such work.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein, City and Contractor agree as follows:
1. SCOPE OF WORK
City retains Contractor to perform, and Contractor agrees to render, those services (the
"Services") that are defined in 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 one year from the date first above
written.
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 fifty one thousand six hundred forty dollars ($151 ,640). No other compensation for
the Services will be allowed except for items covered by subsequent amendments to this
Agreement. The City reserves the right to withhold a ten percent (10%) retention until City 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 City. Contractor will be
under control of City only as to the result to be accomplished, but will consult with City as
City Attorney Approved Version 1/30/13
necessary. The persons used by Contractor to provide services under this Agreement will not be
considered employees of City for any purposes.
The payment made to Contractor pursuant to the Agreement will be the full and complete
compensation to which Contractor is entitled. City will not make any federal or state tax
withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be
required to pay any workers' compensation insurance or unemployment contributions on behalf
of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty
(30) days for any tax, retirement contribution, social security, overtime payment, unemployment
payment or workers' compensation payment which City may be required to make on behalf of
Contractor or any agent, employee, or subcontractor of Contractor for work done under this
Agreement. At the City's election, City 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 City.
If Contractor subcontracts any of the Services, Contractor will be fully responsible to City 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 City. Contractor will be responsible for
payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of
a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically
noted to the contrary in the subcontract and approved in writing by City.
8. OTHER CONTRACTORS
The City reserves the right to employ other Contractors in connection with the Services.
9. INDEMNIFICATION
Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees
and volunteers from and against 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-:VII". OR with a surplus
line insurer on the State of California's List of Eligible Surplus Line Insurers (LESLI) with a rating
in the latest Best's Key Rating Guide of at least "A:X".
10.1 Coverages and Limits.
City Attorney Approved Version 1/30/13
2
Contractor will maintain the types of coverages and minimum limits indicated below, unless Risk
Manager or City Manager approves a lower amount. These minimum amounts of coverage will
not constitute any limitations or cap on Contractor's indemnification obligations under this
Agreement. City, its officers, agents and employees make no representation that the limits of 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.
1 0.1.2 Automobile Liability. (if the use of an automobile is involved for Contractor's
work for City). $1 ,000,000 combined single-limit per accident for bodily injury and property
damage.
1 0.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation
limits as required by the California Labor Code. Workers' Compensation will not be required if
Contractor has no employees and provides, to City's satisfaction, a declaration stating this.
1 0.1.4 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.
'JVCJ
City's Initials Contractor's Initials
D If box is checked, Professional Liability
Insurance requirement is waived.
1 0.2. Additional Provisions. Contractor will ensure that the policies of insurance required under
this Agreement contain, or are endorsed to contain, the following provisions:
1 0.2.1 The City will be named as an additional insured on Commercial General
Liability which shall provide primary coverage to the City.
1 0.2.2 Contractor will obtain occurrence coverage, excluding Professional
Liability, which will be written as claims-made coverage.
1 0.2.3 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 City sent
by certified mail pursuant to the Notice provisions of this Agreement.
10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this
Agreement, Contractor will furnish certificates of insurance and endorsements to City.
10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance
coverages, then City will have the option to declare Contractor in breach, or may purchase
replacement insurance or pay the premiums that are due on existing policies in order to maintain
the required coverages. Contractor is responsible for any payments made by City to obtain or
maintain insurance and City may collect these payments from Contractor or deduct the amount
paid from any sums due Contractor under this Agreement.
City Attorney Approved Version 1/30/13
3
10.5 Submission of Insurance Policies. City 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.
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 City
during normal business hours to examine, audit, and make transcripts or copies of records and
any other documents created pursuant to this Agreement. Contractor will allow inspection of all
work, data, documents, proceedings, and activities related to the Agreement for a period of three
(3) years from the date of final payment under this Agreement.
13. OWNERSHIP OF DOCUMENTS
All work product produced by Contractor or its agents, employees, and subcontractors pursuant
to this Agreement is the property of City. In the event this Agreement is terminated, all work
product produced by Contractor or its agents, employees and subcontractors pursuant to this
Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy
of the work product for Contractor's records.
14. COPYRIGHTS
Contractor agrees that all copyrights that arise from the services will be vested in City and
Contractor relinquishes all claims to the copyrights in favor of City.
15. NOTICES
The name of the persons who are authorized to give written notices or to receive written notice
on behalf of City and on behalf of Contractor under this Agreement.
For City
Name Patrick Vaughan
Title Engineering Manager
Department Public Works/CM&I
City of Carlsbad
Address 5950 El Camino Real
Carlsbad, CA 92008
Phone No. 760-602-2780 x7321
For Contractor
Name Uo±UJ V G .e_r:ft/ LoY'\ \
Title C&-0
Address Lft:{<;" ,rJ tf.V/1\1 o~Jit./, v91~ ftl)
s oo r~· o 1 '¥JI,CJ
Phone No. r7~ (2 q:;1 -r;)_:;I.Lz
Email ~oYI0 e Jlk km..n~;~
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
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 interests in all four categories.
City Attorney Approved Version 1/30/13
4
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 whose services are
required by this Agreement.
18. DISCRIMINATION AND HARASSMENT PROHIBITED
Contractor will comply with all applicable local, state and federal laws and regulations prohibiting
discrimination and harassment.
19. DISPUTE RESOLUTION
If a dispute should arise regarding the performance of the Services the following procedure will
be used to resolve any questions of fact or interpretation not otherwise settled by agreement
between the parties. Representatives of Contractor or City will reduce such questions, and their
respective views, to writing. A 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 ( 1 0) business days. If the resolution thus obtained is unsatisfactory
to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The
City Manager will consider the facts and solutions recommended by each party and may then opt
to direct a solution to the problem. In such cases, the action of the City Manager will be binding
upon the parties involved, although nothing in this procedure will prohibit the parties from seeking
remedies available to them at law.
20. TERMINATION
In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may
terminate this Agreement for nonperformance by notifying Contractor by certified mail of the
termination. If City decides to abandon or indefinitely postpone the work or services contemplated
by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon
notification of termination, Contractor has five (5) business days to deliver any documents owned
by City and all work in progress to City address contained in this Agreement. City will make a
determination of fact based upon the work product delivered to City and of the percentage of work
that Contractor has performed which is usable and of worth to City in having the Agreement
completed. Based upon that finding City will determine the final payment of the Agreement.
Either party upon tendering thirty (30) days written notice to the other party may terminate this
Agreement. In this event and upon request of City, Contractor will assemble the work product and
put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work
performed to the termination date; however, the total will not exceed the lump sum fee payable
under this Agreement. City will make the final determination as to the portions of tasks completed
and the compensation to be made.
21. COVENANTS AGAINST CONTINGENT FEES
City Attorney Approved Version 1/30/13
5
Contractor warrants that Contractor has not employed or retained any company or person, other
than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that
Contractor has not paid or agreed to pay any company or person, other than a bona fide
employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration
contingent upon, or resulting from, the award or making of this Agreement. For breach or violation
of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion,
to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the
fee, commission, percentage, brokerage fees, gift, or contingent fee.
22. CLAIMS AND LAWSUITS
By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must
be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation
of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is
submitted to City, it may be considered fraud and Contractor may be subject to criminal
prosecution. Contractor acknowledges that California Government Code sections 12650 et seq.,
the False Claims Act applies to this Agreement and, provides for civil penalties where a person
knowingly submits a false claim to a public entity. These provisions include false claims made
with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of
information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to
recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a
false claim may subject Contractor to an administrative debarment proceeding as the result of
which Contractor may be prevented to act as a Contractor on any public work or improvement for
a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is
grounds for City to terminate this Agreement.
23. JURISDICTIONS AND VENUE
Any action at law or in equity brought by either of the parties for the purpose of enforcing a right
or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the
County of San Diego, State of California, and the parties waive all provisions of law providing for
a change of venue in these proceedings to any other county.
24. SUCCESSORS AND ASSIGNS
It is mutually understood and agreed that this Agreement will be binding upon City and Contractor
and their respective successors. Neither this Agreement 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 City, which
shall not be unreasonably withheld.
25. ENTIRE AGREEMENT
This Agreement, together with any other written document referred to or contemplated by it, along
with the purchase order for this Agreement and its provisions, embody the entire Agreement and
understanding between the parties relating to the subject matter of it. In case of conflict, the terms
of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions
may be amended, modified, waived or discharged except in a writing signed by both parties.
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
City Attorney Approved Version 1/30/13
6