HomeMy WebLinkAboutLSA Associates Inc; 2017-03-10; TRAN1533TRAN1533
AGREEMENT FOR FARADAY AVENUE SLOPE REPAIR ENVIRONMENTAL SERVICES
LSA ASSOCIATES INC.
:\nit~AGREEMENT is made and entered into as of the l C)1k, day of
--~~=~~ot.=------' 2017, by and between the CITY OF CARLSBAD, a municipal
corporation, ("City"), and LSA ASSOCIATES INC., a California corporation, ("Contractor").
RECITALS
A. City requires the professional services of a consultant that is experienced in
environmental consulting.
B. Contractor has the necessary experience in providing professional services and
advice related to environmental consulting.
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 (1) year from the date first above
written. The City Manager may amend the Agreement to extend it for one (1) additional one (1)
year period or parts thereof. 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.
5. COMPENSATION
The total fee payable for the Services to be performed during the initial Agreement term will not
exceed fourteen thousand dollars ($14,000). No other compensation for the Services will be
allowed except for items covered by subsequent amendments to this Agreement. If the City elects
to extend the Agreement, the amount shall not exceed fourteen thousand dollars ($14,000) per
Agreement year. 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".
City Attorney Approved Version 4/1/15
TRAN1533
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'
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 Approved Surplus Line Insurers (LASLI) with a rating
City Attorney Approved Version 4/1/15
2
TRAN1533
in the latest Best's Key Rating Guide of at least "A:X"; OR an alien non-admitted insurer listed by
the National Association of Insurance Commissioners (NAIC) latest quarterly listings report.
10.1 Coverage and Limits.
Contractor will maintain the types of coverage and minimum limits indicated below, unless the
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. The full limits available to the named insured shall also be available
and applicable to the City as an additional insured.
1 0.1.1 Commercial General Liability Insurance. $2,000,000 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.
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:
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 4/1/15
3
TRAN1533
10.5 Submission of Insurance Policies. City reserves the right to require, at any time, complete
and certified copies of any or all required insurance policies and endorsements.
11. BUSINESS LICENSE
Contractor will obtain and maintain a City of 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 notice or to receive written notice on
behalf of City and on behalf of Contractor under this Agreement.
For City
Name Daniel Zimny
Title Assistant Engineer
Department Public Works
City of Carlsbad
Address 1635 Faraday Ave
Carlsbad, CA 92008
Phone No. 760-602-7551
For Contractor
Name Mike Trotta
Title Project Manager
Address 703 Palomar Airport Rd Ste 260
Carlsbad, CA 92011
Phone No. 760-931-5471
Email mike.trotta@lsa.net
Each party will notify the other immediately of any changes of address that would require any
notice or delivery to be directed to another address.
16. CONFLICT OF INTEREST
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 4/1/15
4
TRAN1533
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 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
City Attorney Approved Version 4/1/15
5
TRAN1533
employee, any fee, comm1ss1on, 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. JURISDICTION AND VENUE
Any action at law or in equity brought by either of the parties for the purpose of enforcing a right
or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the
County of San Diego, State of California, and the parties waive all provisions of law providing for
a change of venue in these proceedings to any other county.
24. SUCCESSORS AND ASSIGNS
It is mutually understood and agreed that this Agreement will be binding upon City and Contractor
and their respective successors. Neither this Agreement nor any part of it nor any monies due or
to become due under it may be assigned by Contractor without the prior consent of 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.
Ill
Ill
Ill
Ill
Ill
Ill
City Attorney Approved Version 4/1/15
6
TRAN1533
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
LSA ASSOCIATES INC., a California
corporation
By~-~
(s1gn here)
les CareL C{LairmfUI/c-f.o
(print nJme/tit ) I
By:
CITY OF CARLSBAD, a municipal
corporation of the State of California
(sign here)
~os"'kn.c.... Ucuas1 llct lhstdeflt of fu..«'I.Ci•-1 MM,..,K.~
(pnnt name/t1le) /'( g
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:
CELIA A. BREWER, City Attorney
BY~ eputicity AttorneY
City Attorney Approved Version 4/1/15
7
UNANIMOUS WRITTEN CONSENT
TO ACTION WITHOUT A MEETING
OF THE BOARD OF DIRECTORS OF
LSA ASSOCIATES, IN C.
a California Corporation
The undersigned, being all of the members of the Board of Directors (the "Board") of
LSA Associates. Inc., a California corporation (the ''Corporation") who would be entitled to
notice of a special meeting of the Board for the purpose of taking the actions and adopting the
resolutions set forth below, do hereby waive such notice, take the following actions, adopt the
following resolutions by unanimous written consent to action without a meeting pursuant to
Section 307 of the Corporations Code of the State of California, and direct that this consent be
filed with the minutes ofthe Corporation:
SIGNING AUTHORITY
WHEREAS, the Board is authorized, pursuant to the Bylaws of the Corporation, to elect
or appoint officers, assistant officers and agents of the Corporation and to expressly delegate to
said officers or agents such duties and authority as the Board shall deem necessary and as the
needs of the Corporation may require including, without limitation, specific signatory rights on
behalf of the Corporation;
WHEREAS, pursuant to the Bylaws of the Corporation, the Board previously elected the
following officers and agents of the Corporation:
Les Card Chief Executive Officer
Rob McCann President
Mike Trotta Executive Vice President
Tim Lacy Secretary
Rosalena Evans Vice President Financial Management; and
WHEREAS, pursuant to the Bylaws the Board desires to expressly grant to the foregoing
officers of the Corporation certain rights and powers of signatory, including the right to make,
execute, sign, acknowledge, file and deliver contracts for the performance of professional
services provided by the Corporation.
NOW, THEREFORE, BE IT RESOLVED, Les Card, Tim Lacy, Rob McCann, and Mike
Trotta or any one of them acting alone, are authorized to sign on behalf of the Corporation
contracts for the performance of professional services provided by this Corporation. Rosalena
Evans is authorized to sign when the contract requires two officers. The signature of any one of
said officers upon any such contracts shall be binding upon this Corporation; provided, however,
'10609792v I
that any contract involving professional services valued at more than $250,000 shall also be
signed by the Chief Executive Officer (Les Card) or the President (Rob McCann) or the
Executive Vice President (Mike Trotta) in addition to one other authorized signer. No other
persons are authorized to sign contracts for the performance of professional services.
RESOLVED, that all acts and deeds heretofore done or action taken by any officer or
agent of the Corporation for and on behalf of the Corporation, in entering into, executing.
acknowledging or attesting to any arrangements, agreements, instruments or documents which
carry out the terms and intentions of any of the foregoing resolutions arc hereby in all respects
ratified, approved and confirmed; and it is further
RESOLVED, that this Unanimous Written Consent may be signed in any number of
counterparts, each of which (including any facsimile or "PDF" copies) shall be an original, with
the same effect as if the signatures thereto and hereto were upon the same instrument, and that
such counterparts (including any facsimile or "PDF" copies) shall together constitute but one and
the same instrument; and
RESOLVED, that the fully executed copy of this Unanimous Written Consent shall be
delivered to the Secretary of the Corporation for inclusion in the minutes of the proceedings of
the Board.
{Remainder of Page Intentionally Lefi Blank]
40609792vl
lN WlTNESS WHEREOF, the undersigned have executed this Unanimous Written
Consent of the Board of Directors in Lieu of Special Meeting as of May 19, 2016.
BOARD:
Dan Airola
Jeff Bray
Mike Trotta
Doug Frost
Tom Nielsen
40609792vl
IN W!TNFSS WHEREOF, the undersigned have executed this Unanimous Written
Consent ofthe Board of Directors in Lieu ofSpccial Meeting as of May 19,2016.
BOARD:
Les Card
·-----------
Jeff Bray
Mike Trotta
Doug Frost
Tom Nielsen
40609792vl
IN WITNESS WHEREOF, the undersigned have executed this Unanimous Written
Consent of the Board of Directors in Lieu of Special Meeting as of May 19, 2016.
BOARD:
Les Card
Mike Trotta
Tom Nielsen
40609792vl
IN WITNESS WHEREOF. the undersigned have executed this Unanimous Written
Consent ofthe Board of Directors in Lieu of Special Meeting as of May 19.2016.
BOARD:
I ,es Card
Dan Airola
Jeff Bray
M~~
Doug Frost
Tom Nielsen
40609792vl
IN WITNESS WHEREOF, the undersigned have executed this Unanimous Written
Consent ofthe Board of Directors in Lieu of Special Meeting as of May 19,2016.
BOARD:
Les Card
Mike Trotta
Doug Frost
Tom Nielsen
40609792vl
IN WITNESS WHEREOF, the undersigned have executed this Unanimous Written
Consent of the Board of Directors in Lieu of Special Meeting as of May 19, 2016.
BOARD:
Les Card
Dan Airola
Jeff Bray
Mike Trotta
Doug Frost (\~~(+~5~ ~~mN1elsen
40609792vl
LSA
February 20, 2017
Danny Zimny, E.I.T, Assistant Engineer
City of Carlsbad
Exhibit "A"
Public Works-Transportation and Engineering
1635 Faraday
Carlsbad, California 92008
Subject: Proposal to Provide Environmental Consulting Services for the Faraday Avenue Slope
Repair Project (LSA Proposal No. ZZZ597J1)
Dear Mr. Zimny:
BERKELEY
CARLSBAD
FRESNO
IRVINE
PALM SPRINGS
POINT RICHMOND
RIVERSIDE
ROSEVILLE
SAN LUIS OBISPO
LSA hereby submits this proposal to provide environmental consulting services in support of the
Faraday Avenue Slope Repair Project in the City of Carlsbad (City), San Diego County, California.
Specifically, LSA proposes to conduct a general biological resources assessment of the slope repair
footprint and prepare a biological resources technical report for compliance with the California
Environmental Quality Act. LSA will also prepare a revegetation plan.
DATA NEEDS
LSA requests the following data prior to commencement of the general biological resources
assessment in order to complete the scope of work for the project:
• The limits of construction/disturbance, including equipment access locations, temporary work
areas, etc., in digital format (e.g., computer-aided design and drafting [CAD] or geographic
information system shapefile).
SCOPE OF WORK
Task 1: General Biological Resources Assessment
Prior to performing the survey, a qualified LSA biologist familiar with local natural resources will review
existing documentation and databases to identify special-status species with the potential to occur in
or adjacent to the study area. The biologist will survey the slope repair footprint to identify and map
vegetation communities and other biological resources. The biologist will assess the site for suitability
to support special-status species.
2/20/17 (L:\PROPOSAL\Open ZZZ Projects\ZZZ597Jl· Faraday Avenue Slope Repair\ZZZ597Jl-Proposai_Bio_Reveg_Pian.docx)
703 Palomar Airport Road, Suite 260, Carlsbad, California 92011 760.931.5471 www.lsa.net
LSA
Task 2: Biological Resources Technical Report
LSA will prepare a Biological Resources Technical Report in accordance with the City Habitat
Management Plan {HMP). The report will document existing biological resources and analyze the
proposed project's potential impacts to these resources. The report will discuss appropriate
mitigation measures to comply with HMP Guidelines {e.g., Adjacency Standards) and any additional
mitigation that may be required by other regulatory agencies. LSA will submit the report to the City
in draft form for review. Upon receipt of one consolidated set of non-contradictory comments, LSA
will provide the City with a final version of the report.
Task 3: Revegetation Plan
LSA will prepare a revegetation plan that will include the specified plant palette and seed mix;
container plant quantities; seeding rates; success criteria milestones; general notes; irrigation
system notes; planting and seeding procedures; maintenance requirements; and a summary and
schedule of maintenance, monitoring, and reporting. LSA will provide a draft version of the
revegetation plan to the City for review. Upon receipt of one consolidated set of comments from the
City, LSA will finalize the revegetation plan and provide it to the City. The revegetation plan will not
include irrigation plans.
Task 4: Project Management/Coordination
This task includes budget for miscellaneous email and phone coordination with the City and
landscape contractor Habitat Restoration Sciences, Inc. LSA has budgeted 8 hours for this task. This
budget includes time for one meeting, if necessary.
ESTIMATED BUDGET
Tasks Estimated Cost
Task 1: General Biological Resources Assessment $1,000
Task 2: Biological Resources Technical Report $5,850
Task 3: Revegetation Plan $6,000
Task 4: Project Management/Coordination $1,150
TOTAL $14,000
LSA proposes to accomplish the above-detailed tasks on a time-and-materials basis consistent with
the attached billing rates. LSA will not exceed the above amount without prior written authorization.
If you are in agreement with the terms and conditions of this proposal, please provide written
authorization to proceed.
2/20/17 (L:\PROPOSAL\Open ZZZ Projects\ZZZ597Jl· Faraday Avenue Slope Repair\ZZZ597Jl·Proposai_Bio_Reveg_Pian.docx) 2
LSA
Thank you for requesting this proposal.
Sincerely,
~~~c.
J~les
Senior Biologist
Attachment: Billing Rates
The above-stated terms re: Proposal to Provide Environmental Consulting Services for the Faraday Avenue
Slope Repair Project (LSA Proposal No. ZZZ597Jl) ($14,000.00) are hereby accepted and authorized.
CONSULTANT:
~ 7 Authorized Signature
Mike Trotta
Print Name
Executive Vice President
Title
February 20, 2017
Date
CLIENT:
Authorized Signature
Print Name
Title
Date
2/20/17 (L:\PROPOSAL\Open ZZZ Projects\ZZZ597Jl· Faraday Avenue Slope Repair\ZZZ597Jl·Proposai_Bio_Reveg_Pian.docx) 3
JUNE 2016 SCHEDULE OF STANDARD CONTRACT PROVISIONS
AND BILLING RATES LSA
HOURLY BILLING RATES EFFECTIVE JUNE 2016
Job Classification Hourly
Rate
Planning Environmental Transportation Air/Noise Cultural Resources Biology GIS Range1'2
Principal Principal Principal Principal Principal Principal Principal $17G-325
Associate Associate Associate Associate Associate Associate Associate $85-230
Senior Senior Senior Senior Air Senior Cultural Senior Biologist/ Senior GIS $90-195
Planner Environmenta I Transportation Quality /Noise Resources Manager Botanist/Wildlife Specialist
Planner Planner/Engineer Specialist Biologist/Ecologist/
Soil Scientist/
Herpetologist/
Arborist
Planner Environmental Transportation Air Quality/ Cultural Resources Biologist/Botanist/ GIS Specialist $70-150
Planner Planner/Engineer Noise Specialist Manager Wildlife Biologist/
Ecologist/Soil
Scientist/
Herpetologist/
Arborist
Assistant Assistant Assistant Air Quality/ Cultural Resources Assistant Biologist/ Assistant GIS $65-110
Planner Environmental Transportation Noise Analyst Analyst Botanist/Wildlife Specialist
Planner Planner/Engineer Biologist/Ecologist/
Soil Scientist/
Herpetologist/
Arborist
Field Services
Senior Field Crew/Field Crew $65-90
Office Services
Research Assistant/Technician $45-60
Graphics $105-125
Office Assistant $55-100
Word Processing/Technical Editing $75-110 . . .. 1 The hourly rate for work mvolvmg actua I expenses m court, gtvmg depostttons or stmtlar expert testtmony, wtll be billed at $400 per hour
regardless of job classifications.
2 Hourly rates are subject to review at least annually, on or about June 1 of each year, and may be adjusted to reflect changing labor costs at
LSA's discretion at that time.
LSA IN-HOUSE DIRECT EXPENSES EFFECTIVE JANUARY 2017
Description Unit Cost Description Unit Cost
Reproduction {8.5 X 11) B/W $0.07 per page GPS Unit $75.00 per day
Reproduction (8.5 x 11) Color $0.40 per page Total Station Surveying Instrument $50.00 per day
Reproduction {11 x 17) B/W $0.10 per page Level (Laser or Optical) $25.00 per day
Reproduction (11 x 17) Color $0.75 per page Laser Rangefinder $25.00 per day
CD Production $5.00 per CD Sound Meter $75.00 per day
USB Flash Drive $5.00 per drive Sound Meter with Velocity Transducer $85.00 per day
Plotting $3.75 per sq ft Aerial Photo Cost
Mileage (IRS approved 1/1/2017) On-Road $0.535 per mile Boat Rental $125.00 per day
Mileage Off-Road $0.69 per mile Water Quality Meter $25.00 per day
L:\CORP\Contract rev 010917.docx «01/09/17» 3