HomeMy WebLinkAboutCoastal Frontiers Corporation; 2011-10-05;AGREEMENT FOR BEACH AND
OFFSHORE PROFILE SURVEY SERVICES
(COASTAL FRONTIERS CORPORATION)
THIS AGREEMENT is made and entered into as of the $ _ day of
, 2011, 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 beach 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 3 years from the date first above
written. The City Manager may amend the Agreement to extend it for two (2) additional one year
period or parts thereof in an amount not to exceed thirty thousand dollars ($30,000) 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 5/12/11
5. COMPENSATION
The total fee payable for the Services to be performed during the initial Agreement term will be
seventy three thousand nine hundred fifty nine dollars ($73,959). 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.
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'
City Attorney Approved Version 5/12/11
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-:VM". 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.
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.
10.1.3 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.
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.
If box is checked, Professional Liability
City's initials Contractor's initials Insurance requirement is waived.
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.
City Attorney Approved Version 5/12/11
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.
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.
City Attorney Approved Version 5/12/11
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 For Contractor
Name Chris Hazeltine Name L^r^U \ L-&\O-*^<7ot\
Title Director Title yV^^i {kt |
Department Parks and Recreation Address |
City of Carlsbad CVwkiay^ A\ ^ C(A *
Address 799 Pine Ave, Suite 200 Phone No. ffl fl 3*"f/ R^3
Carlsbad CA 92008
Phone No. (760) 434-2826
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.
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 (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 Attorney Approved Version 5/12/11
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
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 etseg..
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
City Attorney Approved Version 5/12/11
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 5/12/11
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 OF CARLSBAD, a municipal
corporation of the State of California
(print rfame/title)
City Manag«5OfMayor or Division Director
as authorized by the City Manager
ATTEST:
LORRAINE M. WOOD
Cityclerk
(print name/title)
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 officers) signing to bind the corporation.
APPROVED AS TO FORM:
RONALD R. BAHU:Cjty_Attorney^2
BY:
Attorney
City Attorney Approved Version 5/12/11
EXHIBIT A
COASTAL
FRONTIERS
July 14,2011
City of Carlsbad
Engineering Department
1635 Faraday Avenue
Carlsbad, CA 92008-7314
Attn: Mr. Steve Jantz
Subject: 2011/2012 Through 2013/2014 (Three Years) Beach and
Offshore Profile Surveys
Dear Steve:
This letter provides a proposed Scope of Work and Cost Estimate for conducting six beach
profile surveys (Fall 2011 through Spring 2014) for the City of Carlsbad. The objective of the
survey program is to obtain beach profile data from the backshore to a depth of 50 ft, MLLW
Datum, along 7 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 2011/2012 program (Fall 2011 and Spring 2012
surveys) at a cost of $24,047, the 2012/2013 program at a cost of $24,648, and the 2013/2014
program at a cost of $25,264. The total program cost for the three monitoring years is $73,959.
The cost difference for each year is 2.5%. Details regarding the scope of work and cost estimate
are provided in the following sections.
Scope of Work
Task la: Fall 2011 Survey -Field Operations
Attempt to recover the survey benchmarks established previously at the following
7 transects: CB-0740, 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 7 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 a
differential GPS (DGPS) and precision echosounder operated from a shallow draft survey
vessel.
Coastal Frontiers Corporation
9420 Topanga Canyon Blvd, Suite 101
Chatsworth, CA 91311-5759
(818) 341-8133 Fax (818) 341-4498
Mr. Steven Jantz
July 14, 2011
Page 2
Task Ib: Fall 2011 Survey - Data Reduction
Adjust all elevations along the 7 profiles to MLLW Datum, and plot each profile. Provide
both hard copies and digital files of the 7 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 2a/b: Spring 2012 Survey
Identical to Task la/b.
Task3a/b: Fall 2012 Survey
Identical to Task la/b.
Task 4a/b: Spring 2013 Survey
Identical to Task la/b.
Task 5a/b: Fall 2013 Survey
Identical to Task la/b.
Task6a/b: Spring 2014
Identical to Task la/b.
Cost Estimate
As indicated at the outset, the estimated cost conduct for 2011/2012 program is $24,047,
the 2012/2013 program is $24,648, and the 2013/2014 program is $25,264. The total program cost
for the three monitoring years is $73,959. The cost difference for each year is 2.5%. A detailed
cost estimated is attached. We respectfully request incremental payment in accordance to the
project milestones listed below.
Mr. Steven Jantz
July 14,2011
Page 3
City of Carlsbad 2011-14 Beach and Offshore Survey Program
Payment Milestones
A. Notification of Field Work Complete-Fall 2011 (Task la): $7,892.00
B. Submittal of Final Report-Fall 2011 (Task Ib): $3,983.00
C. Notification of Field Work Complete-Spring 2012 (Task 2a): $8,089.00
D. Submittal of Final Report- Spring 2012 (Task 2b): $4,083.00
E. Notification of Field Work Complete-Fall 2012 (Task 3a): $8,089.00
F. Submittal of Final Report-Fall 2012 (Task 3b): $4,083.00
G. Notification of Field Work Complete-Spring 2013 (Task 4a): $8,292.00
H. Submittal of Final Report-Spring 2013 (Task4b): $4,185.00
I. Notification of Field Work Complete-Fall 2013 (Task 5a): $8,292.00
J. Submittal of Final Report-Fall 2013 (Task 5b): $4,185.00
K. Notification of Field Work Complete-Spring 2014 (Task 6a): $8,498.00
L. Submittal of Final Report-Spring 2014 (Task 6b): $4.288.00
Total: $73,959.00
Mr. Steven Jantz
July 14,2011
Page 4
If the City wishes to authorize the work, we propose to commence the surveys concurrently
with the SANDAG Beach Monitoring Program using identical methods of data acquisition. The
SANDAG Beach Monitoring Program surveys typically are conducted in October and May.
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
5g Hearon, P.E.
Principal
GEH:hs
Attachment: as stated
COST ESTIMATE
CITY OF CARLSBAD 2011-14 BEACH SURVEY PROGRAM
July 14, 2011
Task 1a. Fall 2011 Survey - Field Operations
DIRECT LABOR
Principal Engineer
Engineer 11 (2)
Technician (2)
OTHER DIRECT COSTS
Expendables
Shipping
Per Diem
Auto Mileage
IN-HOUSE EQUIPMENT RENTAL
EDM Rental
Motion Compensator
Survey Software
CTD
Survey Boat
Digital Depth Sounder
DGPS System
Marinized Computer
Survey Equipment
Radios (2)
2 hrs@
30 hrs@
24 hrs @
Labor Total
1 l/s @
1 l/s @
4 m/d @
400 mi @
Subtotal
10%G&A
ODC Total
days®
days®
days®
days @
day @
day @
day @
day @
days®
days®
$170
$123
$83
$30
$20
$100
$0.500
$150
$160
$100
$80
$200
$95
$90
$60
$20
$15
$340
$3,690
$1,992
$6,022
$30
$20
$400
$200
$650
$65
$300
$160
$100
$80
$200
$95
$90
$60
$40
$30
$715
Equipment Total $1,155
TOTAL ESTIMATED COST FOR TASK 1a $7,892
(continued)
COST ESTIMATE
CITY OF CARLSBAD 2011-14 BEACH SURVEY PROGRAM
July 14, 2011
Task 1b. Fall 2011 Survey - Data Reduction
DIRECT LABOR
Principal Engineer
Engineer II
OTHER DIRECT COSTS
Duplication
16 hrs@
10 hrs@
Labor Total
$170
$123
$2,720
$1,230
1 l/s@ $30
Subtotal
10%G&A
ODC Total
$30
$30
$3
IN-HOUSE EQUIPMENT RENTAL
none
Equipment Total
TOTAL ESTIMATED COST FOR TASK 1b
Task 2a. Spring 2012 Survey- Field Operations (2.5% increase over Fall 2011)
TOTAL ESTIMATED COST FOR TASK 2a
Task 2b. Spring 2012 - Data Reduction (2.5% increase over Fall 2011)
TOTAL ESTIMATED COST FOR TASK 2b
Task 3a. Fall 2012 Survey- Field Operations (identical to Spring 2012)
TOTAL ESTIMATED COST FOR TASK 3a
TaskSb. Fall 2012- Data Reduction Field Operations (identical to Spring 2012)
TOTAL ESTIMATED COST FOR TASK 3b
$3,950
$33
$0
$3,983
$8,089
$4,083
$8,089
$4,083
(continued)
COST ESTIMATE
CITY OF CARLSBAD 2011-14 BEACH SURVEY PROGRAM
July 14, 2011
Task 4a. Spring 2013 Su rvey- Field Operations (2.5% increase over Fall 2012)
TOTAL ESTIMATED COST FOR TASK 4a $8,292
Task 4b. Spring 2013 - Data Reduction (2.5% increase over Fall 2012)
TOTAL ESTIMATED COST FOR TASK 4b $4,185
Task 5a. Fall 2013 Survey- Field Operations (identical to Spring 2013)
TOTAL ESTIMATED COST FOR TASK 5a $8,292
TaskSb. Fall 2013-Data Reduction (identical to Spring 2013)
TOTAL ESTIMATED COST FOR TASKSb $4,185
TaskGa. Spring 2014 Survey- Field Operations (2.5% in crease over Fall 2013)
TOTAL ESTIMATED COST FOR TASK 6a $8,499
Task 6b. Spring 2014 - Data Reduction (2.5% increase over Fall 2013)
TOTAL ESTIMATED COST FOR TASK 6b $4.289
TOTAL ESTIMATED PROJECT COST $73,959