HomeMy WebLinkAboutCoastal Frontiers Corporation; 2006-12-06;AMENDMENT NO. 1 TO EXTEND AND AMEND AGREEMENT FOR
BEACH AND OFFSHORE PROFILE SURVEY SERVICES
(COASTAL FRONTIERS CORPORATION)
This Amendment No. 1 is entered into and effective as of the _/LX__ day of
, 2007, extending and amending the agreement dated
December 6, 2006 (the "Agreement") by and between the City of Carlsbad, a municipal
corporation, ("City"), and Coastal Frontiers Corporation, a corporation, ("Contractor")
(collectively, the "Parties") to conduct Fall 2007 and Spring 2008 Beach and Offshore Profile
Surveys.
RECITALS
A. On December 6, 2006, the Parties executed an Agreement to conduct Fall 2006
and Spring 2007 Beach and Offshore Profile Surveys; and
B. The Parties desire to alter the Agreement's scope of work to include performing
the Fall 2007 and Spring 2008 Beach and Offshore Profile Surveys; and
C. The Parties desire to extend the Agreement for a period of one (1) year from the
date of expiration of the original agreement; and
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, City and Contractor agree as follows:
1 . That the Agreement, as may have been amended from time to time, is hereby
extended for a period of one (1) year ending on December 5, 2008.
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 twenty one thousand two hundred
twenty two dollars ($21 ,222). 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. 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.
City Attorney Approved Version #05.22.01 -|
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
COASTAL FRONTIERS CORPORATION,
a corpoj:
*By:
(print name/title)
(e-mail address)
(sign here)
&(print name/title)
i T> £-£-ST>°Co A
CITY OF CARlSBAB), a municipal
corporation o//the/5tgtei)f Caljforni^
By:
ATTEST:
'~f—** _^~^ V_ ^^—LORRAINE M. WOOD
City Clerk
(e-mail address)
If required by City, proper notarial acknowledgment of execution by contractor must be
attached. If a Corporation. Agreement must be signed by one corporate officer from each of the
following two groups.
*Group A.
Chairman,
President, or
Vice-President
**Group B.
Secretary,
Assistant Secretary,
CFO or Assistant Treasurer
Otherwise, the corporation must attach a resolution certified by the secretary or assistant
secretary under corporate seal empowering the officer(s) signing to bind the corporation.
APPROVED AS TO FORM:
RONALD R. BALL, City Attorney
City Attorney Approved Version #05.22.01 2
EXHIBIT "A"
SCOPE OF SERVICES AND FEE
Itemized List of what Contractor will do for City and at what price.
City Attorney Approved Version #05.22.01
EXHIBIT A
COASTAL
FRONTIERS
September 12,2007
City of Carlsbad
Engineering Department
1635 Faraday Avenue
Carlsbad, CA 92008-7314
Attn: Mr. Steve Jantz
Subject: Fall 2007 and Spring 2008 Beach and Offshore Profile Surveys
Dear Steve:
Per your request, this letter provides a proposed Scope of Work and Cost Estimate for
conducting Fall 2007 and Spring 2008 Beach and Offshore Profile Surveys for the City of
Carlsbad. The objective of the survey program is to obtain profile data from the backshore to a
depth of 50 ft, MLLW Datum, along 8 shore-perpendicular transects established previously by the
City. Our parallel work for SANDAG has indicated that profile closure in the Carlsbad area occurs
above this depth (i.e., the region of the sea bottom that is influenced by littoral sediment transport
processes lies inshore of this depth).
Coastal Frontiers proposes to conduct the Fall 2007 program at a cost of $10,450 (a
reduction of $195 relative to the Spring 2007 program) and the Spring 2008 program at a cost of
$10,772. The total program cost is $21,222. The scope of work for the Fall 2007 and Spring 2008
Program is similar to that of the previous Programs, with the exception of adding one transect (CB-
0775) that was omitted from the SANDAG sponsored monitoring program after Fall 2005. As in
e006-2007 program, the additional transect (CB-0775) is included at no additional cost to the City.
Details regarding the scope of work and cost estimate are provided in the following sections.
Scope of Work
Taskl: Field Operations - Fall 2007
Attempt to recover the survey benchmarks established previously at the following
8 transects: CB-0740, CB-0775, CB-0780, CB-0800, CB-0820, CB-0840, CB-0850, and
OS-0900. If any benchmark is found to be missing, establish a temporary replacement
using available descriptions, photographs, and reference marks.
Acquire beach profile data compatible with historical data obtained previously by the City
of Carlsbad along the 8 transects enumerated above. Profiles shall be obtained from the
back beach to a minimum depth of 50 ft, MLLW Datum, past the presumed "depth of
profile closure". Data for the wading portion of each profile shall be obtained using an
electronic total station, while that for the offshore portion shall be obtained using either an
electronic total station or differential GPS (DGPS).
Coastal Frontiers Corporation
9420 Topanga Canyon Blvd, Suite 101
Chatsworth, CA 91311-5759
(818) 341-8133 Fax (818) 341^498
Mr. Steven Jantz
August 24,2006
Page 2
Task 2: Data Reduction - Fall 2007
Adjust all elevations along the 8 profiles to MLLW Datum, and plot each profile. Provide
both hard copies and digital files of the 8 profiles to the City of Carlsbad, along with a brief
letter report that describes the survey dates, survey methods, and any unusual observations
or problems encountered. The letter report shall include a table of beach width (measured
from the landward limit of the sandy beach to the Mean Sea Level Shoreline) at each
profile.
Task 3: Field Operations ~ Spring 2008
Attempt to recover the survey benchmarks established previously at the following
8 transects: CB-0740, CB-0775, CB-0780, CB-0800, CB-0820, CB-0840, CB-0850, and
OS-0900. If any benchmark is found to be missing, establish a temporary replacement
using available descriptions, photographs, and reference marks.
Acquire beach profile data compatible with historical data obtained previously by the City
of Carlsbad along the 8 transects enumerated above. Profiles shall be obtained from the
back beach to a minimum depth of 50 ft, MLLW Datum, past the presumed "depth of
profile closure". Data for the wading portion of each profile shall be obtained using an
electronic total station, while that for the offshore portion shall be obtained using either an
electronic total station or differential GPS (DGPS).
Task4: Data Reduction -Spring 2008
Adjust all elevations along the 8 profiles to MLLW Datum, and plot each profile. Provide
both hard copies and digital files of the 8 profiles to the City of Carlsbad, along with a brief
letter report that describes the survey dates, survey methods, and any unusual observations
or problems encountered. The letter report shall include a table of beach width (measured
from the landward limit of the sandy beach to the Mean Sea Level Shoreline) at each
profile.
Cost Estimate
As indicated at the outset, the estimated cost of the Fall 2007 survey is $10,450, a reduction
of $195 relative to the Spring 2007 survey. The cost savings is attributable to utilizing one
Engineer in place of a Senior Engineer for the field operations. The Spring 2008 survey is
$10,772, and is 3% higher than the Fall 2007 survey because it reflects annual cost-of-living
adjustments in our labor rates. The additional transect (CB-0775) will be included at no additional
cost in recognition of our longstanding relationship with the City. The total estimated program cost
is $21,222. A detailed cost estimated is attached. We respectfully request the incremental payment
in accordance to the project milestones listed below.
Mr. Steven Jantz
August 24,2006
PageS
City of Carlsbad 2007-08 Beach and Offshore Survey Program
Payment Milestones
A. Notification of Field Work Complete-Fall 2006 (Task 1): $7,587.00
B. Submittal of Final Report-Fall 2006 (Task 2): $2,863.00
C. Notification of Field Work Complete-Spring 2007 (Task 3): $7,801.00
D. Submittal of Final Report-Spring 2007 (Task 4): $2.971.00
Total: $21,222.00
If the City wishes to authorize the work, we propose to commence the Fall 2007 data
collection concurrently with the Fall 2007 SANDAG Beach Monitoring Program in October 2007
using identical methods of data acquisition. The Spring 2008 data collection would be conducted
concurrently with the Spring 2008 SANDAG Beach Monitoring Program, anticipated to occur in
May 2008.
We sincerely appreciate the opportunity to submit this scope of work and cost estimate, and
hope that we may be of service.
Sincerely,
Coastal Frontiers Corporation
Greg Hearon, P.E.
Project Manager
GEH:hs
Attachment: as stated
COST ESTIMATE
CITY OF CARLSBAD 2007-08 BEACH SURVEY PROGRAM
September 12, 2007
»k 1. Field Operations - Fall 2007
DIRECT LABOR
Principal Engineer
Senior Engineer (2)
Engineer
Technician (2)
OTHER DIRECT COSTS
Expendables
Motion Compensator
Survey Software
CTD
Shipping
Per Diem
Auto Mileage
IN-HOUSE EQUIPMENT RENTAL
EDM Rental
Survey Boat
Digital Depth Sounder
DGPS System
Marinized Computer
Survey Equipment
Radios (2)
1 hrs@
20 hrs @
14 hrs@
24 hrs @
Labor Total
Subtotal
10%G&A
ODC Total
days@
day @
day@
day®
days®
days@
days @
$143
$114
$90
$71
1
1
1
1
1
4
400
l/s@
day@
day@
day@
l/s@
m/d@
mi @
$75
$225
$75
$75
$125
$100
$0.460
$150
$180
$95
$190
$60
$20
$30
$143
$2,280
$1,260
$1,704
$5,387
$75
$225
$75
$75
$125
$400
$184
$1,159
$116
$1,275
$300
$180
$95
$190
$60
$40
$60
Equipment Total $925
TOTAL ESTIMATED COST FOR TASK 1 $7,587
Coastal Frontiers Corporation
9420 Topanga Canyon Blvd, Suite 101
Chatsworth, CA 91311-5759
(818)341-8133 Fax (818) 341-4498
COST ESTIMATE
CITY OF CARLSBAD 2007-08 BEACH SURVEY PROGRAM
September 12, 2007
Task 2. Data Reduction - Fall 2007
DIRECT LABOR
Principal Engineer
Senior Engineer
Engineer
2 hrs@ $143
16 hrs@ $114
8 hrs @ $90
Labor Total
$286
$1,824
$720
$2,830
OTHER DIRECT COSTS
Duplication
IN-HOUSE EQUIPMENT RENTAL
none
1 l/s @ $30
Subtotal
10%G&A
ODC Total
Equipment Total
$30
$30
$3
$0
$33
$0
TOTAL ESTIMATED COST FOR TASK 2
SUBTOTAL FOR TASKS 1 AND 2 (FALL 2007 SURVEY)
$2,863
$10,450
COST ESTIMATE
CITY OF CARLSBAD 2007-08 BEACH SURVEY PROGRAM
September 12, 2007
Task 3. Field Operations - Spring 2008
DIRECT LABOR
Principal Engineer
Senior Engineer
Engineer
Technician
OTHER DIRECT COSTS
Expendables
Motion Compensator
Survey Software
CTD
Shipping
Per Diem
Auto Mileage
IN-HOUSE EQUIPMENT RENTAL
EDM Rental
Survey Boat
Digital Depth Sounder
DGPS System
Marinized Computer
Survey Equipment
Radios (2)
1 hrs@
20 hrs @
14 hrs@
24 hrs @
Labor Total
1 l/s@
1 day®
1 day®
1 day®
1 l/s@
4 m/d @
400 mi @
Subtotal
10%G&A
ODC Total
2 days®
1 day®
1 day®
1 day®
1 day®
2 days®
2 days®
$149
$118
$94
$74
$75
$225
$75
$75
$125
$100
$0.460
$150
$180
$95
$190
$60
$20
$30
$149
$2,360
$1,316
$1,776
$75
$225
$75
$75
$125
$400
$184
$1,159
$116
$300
$180
$95
$190
$60
$40
$60
$5,601
$1,275
Equipment Total $925
TOTAL ESTIMATED COST FOR TASK 3 $7,801
COST ESTIMATE
CITY OF CARLSBAD 2007-08 BEACH SURVEY PROGRAM
September 12, 2007
sk 4. Data Reduction - Spring 2008
DIRECT LABOR
Principal Engineer
Senior Engineer
Engineer
2 hrs@
16 hrs@
8 hrs@
Labor Total
$149
$118
$94
$298
$1,888
$752
$2,938
OTHER DIRECT COSTS
Duplication
IN-HOUSE EQUIPMENT RENTAL
none
1 l/s@
Subtotal
10%G&A
ODC Total
$30
Equipment Total
$30
$30
$3
$0
$33
$0
TOTAL ESTIMATED COST FOR TASK 4
SUBTOTAL FOR TASKS 3 AND 4 (SPRING 2008 SURVEY)
TOTAL ESTIMATED PROJECT COST (TASKS 1-4)
$2,971
$10,772
$21,222
PWENG545
AGREEMENT FOR BEACH AND
OFFSHORE PROFILE SURVEY SERVICE
(COASTAL FRONTIERS CORPORATION)
./THIS AGREEMENT is made and entered into as of the _ day of
2006, by and between the CITY OF CARLSBAD, a municipal
corporation, ("City"), and COASTAL FRONTIERS CORPORATION, a corporation,
("Contractor").
RECITALS
A. City requires the professional services of a coastal engineering firm
experienced in conducting beach and offshore profile surveys.
B. Contractor has the necessary experience in providing professional
services and advice related to coastal processes and sand transport characteristics.
C. Selection of Contractor is expected to achieve the desired results in an
expedited fashion.
D. Contractor has submitted a proposal to City and has affirmed its
willingness and 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 (1) year from the date
first above written. The City Manager may amend the Agreement to extend it for one (1)
additional year period or parts thereof in an amount not to exceed twenty five thousand
dollars ($25,000) per Agreement year. Extensions will be based upon a satisfactory
review of Contractor's performance, City needs, and appropriation of funds by the City
Council. The parties will prepare a written amendment indicating the effective date and
length of the extended Agreement.
4. TIME IS OF THE ESSENCE
Time is of the essence for each and every provision of this Agreement.
City Attorney Approved Version #04.01.02
5. COMPENSATION
The total fee payable for the Services to be performed during the initial Agreement term
will be twenty thousand eight hundred eighty seven dollars ($20,887). 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 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.
City Attorney Approved Version #04.01.02
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 in whole or in part by any willful misconduct or negligent act or omission 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 City Attorney or City Manager approves a lower amount. These minimum
amounts of coverage will not constitute any limitations or cap on Contractor's
indemnification obligations under this Agreement. City, its officers, agents and
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 City). $1,000,000 combined single-limit per accident for bodily
injury and property damage.
City Attorney Approved Version #04.01.02
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 City'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 City 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 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.
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.
City Attorney Approved Version #04.01.02
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 Conrad C. Hammann, Jr.
Title Deputy Public Works Director
Dept Engineering
CITY OF CARLSBAD
Address 1635 Faraday Avenue
Carlsbad, CA 92008
Phone No. (760) 602-2407
For Contractor:
Name
Title
Address
xc-. v>
Phone No.
O
OA
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
City will evaluate Contractor's duties pursuant to this Agreement to determine whether
disclosure under the Political Reform Act and City'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 City Clerk those schedules
specified by City and contained in the Statement of Economic Interests Form 700.
City Attorney Approved Version #04.01.02
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 City 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 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 (10) 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.
City Attorney Approved Version #04.01.02
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
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.
City Attorney Approved Version #04.01.02
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.
City Attorney Approved Version #04.01.02
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
COASTAL FRONTIERS CORPORATION,
a corporation
CITY OF CARLSBAD, a municipal
corporation of tjje State^ California
By:^_2
Deputy Public Works Director
ATTEST:
(print name/title)
(print name/title) J
(e-mail address)
If required by City, proper notarial acknowledgment of execution by contractor
must be attached. If a Corporation, Agreement must be signed by one corporate
officer from each of the following two groups.
*Group A.
Chairman,
President, or
Vice-President
**Group B.
Secretary,
Assistant Secretary,
CFO or Assistant Treasurer
Otherwise, the corporation must attach a resolution certified by the secretary or
assistant secretary under corporate seal empowering the officer(s) signing to bind the
corporation.
APPROVED AS TO FORM:
RONALD R. BALL, City Attorney
By:.
Deputy City 4ttorney
City Attorney Approved Version #04.01.02
EXHIBIT "A"
SCOPE OF SERVICES
Itemized List of what Contractor will do for City and at what price.
City Attorney Approved Version #04.01.02
10
EXH.B.TA RECEIVED
COASTAL AUG 28 2000
FRONTIERS ENGINEERING
DEPARTMENT
Ref.: CFP-0486-0805
August 24,2006
City of Carlsbad
Engineering Department
1635 Faraday Avenue
Carlsbad, CA 92008-7314
Attn: Mr. Steve Jantz
Subject: Fall 2006 and Spring 2007 Beach and Offshore Profile Surveys
Dear Steve:
Per your request, this letter provides a proposed Scope of Work and Cost Estimate for
conducting Fall 2006 and Spring 2007 Beach and Offshore Profile Surveys for the City of
Carlsbad. The objective of the survey program is to obtain profile data from the backshore to a
depth of 50 ft, MLLW Datum, along 9 shore-perpendicular transects established previously by the
City. Our parallel work for S ANDAG has indicated that profile closure in the Carlsbad area occurs
above this depth (i.e., the region of the sea bottom that is influenced by littoral sediment transport
processes lies inshore of this depth).
Coastal Frontiers proposes to conduct the Fall 2006 program at a cost of $10,242 (identical
to the Spring 2006 program) and the Spring 2007 program at a cost of $10,645. The total program
cost is $20,887. The scope of work for the Fall 2006 and Spring 2007 Program is similar to that of
the previous Programs, with the exception of adding one transect (CB-0775) that was omitted from
the S ANDAG sponsored monitoring program after Fall 2005. The additional transect (CB-0775)
will be included at no additional cost in recognition of our longstanding relationship with the City.
Details regarding the scope of work and cost estimate are provided in the following sections.
Scope of Work
Task 1: Field Operations - Fall 2006
Attempt to recover the survey benchmarks established previously at the following
8 transects: CB-0740, CB-0775, CB-0780, CB-0800, CB-0820, CB-0840, CB-0850, and
OS-0900. If any benchmark is found to be missing, establish a temporary replacement
using available descriptions, photographs, and reference marks.
Acquire beach profile data compatible with historical data obtained previously by the City
of Carlsbad along the 8 transects enumerated above. Profiles shall be obtained from the
back beach to a minimum depth of 50 ft, MLLW Datum, past the presumed "depth of
profile closure". Data for the wading portion of each profile shall be obtained using an
Coastal Frontiers Corporation
9420 Topanga Canyon Btvd, Suite 101
Chatsworth, CA 91311-5759
(818)341-8133 Fax (818) 341-4498
Mr. Steven Jantz
August 24, 2006
Page 2
electronic total station, while that for the offshore portion shall be obtained using either an
electronic total station or differential GPS (DGPS).
Task 2: Data Reduction - Fall 2006
Adjust all elevations along the 8 profiles to MLLW Datum, and plot each profile. Provide
both hard copies and digital files of the 8 profiles to the City of Carlsbad, along with a brief
letter report that describes the survey dates, survey methods, and any unusual observations
or problems encountered. The letter report shall include a table of beach width (measured
from the landward limit of the sandy beach to the Mean Sea Level Shoreline) at each
profile.
Task 3: Field Operations - Spring 2007
Attempt to recover the survey benchmarks established previously at the following
8 transects: CB-0740, CB-0775, CB-0780, CB-0800, CB-0820, CB-0840, CB-0850, and
OS-0900. If any benchmark is found to be missing, establish a temporary replacement
using available descriptions, photographs, and reference marks.
Acquire beach profile data compatible with historical data obtained previously by the City
of Carlsbad along the 8 transects enumerated above. Profiles shall be obtained from the
back beach to a minimum depth of 50 ft, MLLW Datum, past the presumed "depth of
profile closure". Data for the wading portion of each profile shall be obtained using an
electronic total station, while that for the offshore portion shall be obtained using either an
electronic total station or differential GPS (DGPS).
Task 4: Data Reduction — Spring 2007
Adjust all elevations along the 8 profiles to MLLW Datum, and plot each profile. Provide
both hard copies and digital files of the 8 profiles to the City of Carlsbad, along with a brief
letter report that describes the survey dates, survey methods, and any unusual observations
or problems encountered. The letter report shall include a table of beach width (measured
from the landward limit of the sandy beach to the Mean Sea Level Shoreline) at each
profile.
Cost Estimate
As indicated at the outset, the estimated cost of the Fall 2006 survey is $10,242 while that
of the Spring 2007 survey is $10,645. The cost for the Spring survey is 4% higher because it
reflects annual cost-of-living adjustments in our labor rates. The additional transect (CB-0775)
will be included at no additional cost in recognition of our longstanding relationship with the City.
The total estimated program cost is $20,887. A detailed cost estimated is attached. We
respectfully request the incremental payment in accordance to the project milestones listed below.
Mr. Steven Jantz
August 24,2006
Page 3
City of Carlsbad 2006-07 Beach and Offshore Survey Program
Payment Milestones
A. Notification of Field Work Complete-Fall 2006 (Task 1): $7,579.00
B. Submittal of Final Report-Fall 2006 (Task 2): $2,663.00
C. Notification of Field Work Complete-Spring 2007 (Task 3): $7,842.00
D. Submittal of Final Report-Spring 2007 (Task 4): $2,803.00
Total: $20,887.00
If the City wishes to authorize the work, we propose to commence the Fall 2006 data
collection concurrently with the Fall 2006 SANDAG Beach Monitoring Program in October 2006
using identical methods of data acquisition. The Spring 2007 data collection would be conducted
concurrently with the Spring 2007 SANDAG Beach Monitoring Program, anticipated to occur in
May 2007.
We sincerely appreciate the opportunity to submit this scope of work and cost estimate, and
hope that we may be of service.
Sincerely,
Coastal Frontiers Corporation
Greg Hearon, P.E.
Project Manager
GEH:hs
Attachment: as stated
COST ESTIMATE
CITY OF CARLSBAD 2006-07 BEACH SURVEY PROGRAM
August 24, 2006
Task 1. Field Operations - Fall 2006
DIRECT LABOR
Principal Engineer
Senior Engineer (2)
Technician
OTHER DIRECT COSTS
EDM Rental
Expendables
Motion Compensator
Survey Software
CTD
Shipping
Per Diem
Auto Mileage
IN-HOUSE EQUIPMENT RENTAL
Survey Boat
Digital Depth Sounder
DGPS System
Marinized Computer
Survey Equipment
Radios (2)
1 hrs@ $135
34 hrs@ $108
24 hrs @ $68
Labor Total
2
1
1
1
1
1
4
400
days @
l/s@
day @
day @
day @
l/s@
m/d @
mi @
$125
$100
$225
$75
$75
$150
$85
$0.405
Subtotal
10%G&A
ODC Total
1
1
1
1
2
2
day@
day@
day@
days @
days@
days @
$180
$95
$190
$60
$20
$30
$135
$3,672
$1,632
$5,439
$250
$100
$225
$75
$75
$150
$340
$162
$1,377
$138
$1,515
$180
$95
$190
$60
$40
$60
Equipment Total $625
TOTAL ESTIMATED COST FOR TASK 1 $7,579
Coastal Frontiers Corporation
9420 Topanga Canyon Blvd, Suite 101
Chatsworth,CA 91311-5759
(818) 341-8133 Fax (818) 341-4498
COST ESTIMATE
CITY OF CARLSBAD 2006-07 BEACH SURVEY PROGRAM
August 24, 2006
Task 2. Data Reduction - Fall 2006
DIRECT LABOR
Principal Engineer
Senior Engineer
Engineer
2 hrs@
16 hrs@
8 hrs@
Labor Total
$135
$108
$79
$270
$1,728
$632
$2,630
OTHER DIRECT COSTS
Duplication
IN-HOUSE EQUIPMENT RENTAL
none
1 l/s@
Subtotal
10%G&A
ODC Total
$30
Equipment Total
$30
$30
$3
$33
$0
$0
TOTAL ESTIMATED COST FOR TASK 2
SUBTOTAL FOR TASKS 1 AND 2 (FALL 2006 SURVEY)
$2,663
$10,242
COST ESTIMATE
CITY OF CARLSBAD 2006-07 BEACH SURVEY PROGRAM
August 24, 2006
Task 3. Field Operations - Spring 2007
DIRECT LABOR
Principal Engineer
Senior Engineer (2)
Technician
OTHER DIRECT COSTS
EDM Rental
Expendables
Motion Compensator
Survey Software
CTD
Shipping
Per Diem
Auto Mileage
IN-HOUSE EQUIPMENT RENTAL
Survey Boat
Digital Depth Sounder
DGPS System
Marinized Computer
Survey Equipment
Radios (2)
1 hrs@
34 hrs @
24 hrs @
Labor Total
2 days @
1 l/s@
1 day @
1 day®
1 day@
1 l/s@
4 m/d @
400 mi @
Subtotal
10%G&A
ODC Total
1 day@
1 day @
1 day@
1 day@
2 days @
2 days®
$141
$113
$71
$125
$100
$225
$75
$75
$150
$85
$0.440
$180
$95
$190
$60
$20
$30
$141
$3,842
$1,704
$5,687
$250
$100
$225
$75
$75
$150
$340
$176
$1,391
$139
$1,530
$180
$95
$190
$60
$40
$60
Equipment Total $625
TOTAL ESTIMATED COST FOR TASK 3 $7,842
COST ESTIMATE
CITY OF CARLSBAD 2006-07 BEACH SURVEY PROGRAM
August 24, 2006
Task 4. Data Reduction - Spring 2007
DIRECT LABOR
Principal Engineer
Senior Engineer
Engineer
2 hrs@
16 hrs@
8 hrs@
Labor Total
$141
$113
$85
$282
$1,808
$680
$2,770
OTHER DIRECT COSTS
Duplication
IN-HOUSE EQUIPMENT RENTAL
none
1 l/s@
Subtotal
10%G&A
ODC Total
$30
Equipment Total
$30
$30
$3
$0
$33
$0
TOTAL ESTIMATED COST FOR TASK 4
SUBTOTAL FOR TASKS 3 AND 4 (SPRING 2007 SURVEY)
TOTAL ESTIMATED PROJECT COST (TASKS 1-4)
$2,803
$10,645
$20,887