Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
LSA Associates Inc; 2020-02-03; PSA20-1018TRAN
PSA20-1018TRAN City Attorney Approved Version 6/12/18 1 AGREEMENT FOR ROMERIA STREET DRAINAGE IMPROVEMENT PROJECT COMPENSATORY MITIGATION SERVICES LSA ASSOCIATES, INC. THIS AGREEMENT is made and entered into as of the ______________ day of _________________________, 2020, 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 habitat mitigation. B. Contractor has the necessary experience in providing environmental professional services and advice related to habitat mitigation. 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 three (3) years 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 thirty-six thousand three hundred fifty dollars ($36,350). The amount shall not exceed fifteen thousand dollars ($15,000) in year 1 of the agreement or twenty-one thousand three hundred and fifty dollars ($21,350) in year 2 of the agreement. 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 fifteen thousand dollars ($15,000) 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". DocuSign Envelope ID: F11A0CE4-5DD8-4EFA-8CB8-DC48ABF14353 3rd February PSA20-1018TRAN City Attorney Approved Version 6/12/18 2 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 attorney’s 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 DocuSign Envelope ID: F11A0CE4-5DD8-4EFA-8CB8-DC48ABF14353 PSA20-1018TRAN City Attorney Approved Version 6/12/18 3 line insurer on the State of California’s List of Approved Surplus Line Insurers (LASLI) with a rating 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. 10.1.1 Commercial General Liability (CGL) Insurance. Insurance written on an “occurrence” basis, including personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 10.1.2 Automobile Liability. (if the use of an automobile is involved for Contractor's work for City). $2,000,000 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. 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 Commercial General Liability which shall provide primary coverage to the City. 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 DocuSign Envelope ID: F11A0CE4-5DD8-4EFA-8CB8-DC48ABF14353 PSA20-1018TRAN City Attorney Approved Version 6/12/18 4 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 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 For Contractor Name Daniel Zimny Name Jaime Morales Title Associate Engineer Title Project Manager Department Public Works Address 703 Palomar Airport Road, Suite 260 City of Carlsbad Carlsbad, CA 92011 Address 1635 Faraday Ave. Phone No. 760-931-5471 Carlsbad, CA 92008 Email Jaime.Morales@lsa.net Phone No. 760-602-7551 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. DocuSign Envelope ID: F11A0CE4-5DD8-4EFA-8CB8-DC48ABF14353 PSA20-1018TRAN City Attorney Approved Version 6/12/18 5 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 categories. Yes No 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 DocuSign Envelope ID: F11A0CE4-5DD8-4EFA-8CB8-DC48ABF14353 PSA20-1018TRAN City Attorney Approved Version 6/12/18 6 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. 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. DocuSign Envelope ID: F11A0CE4-5DD8-4EFA-8CB8-DC48ABF14353 PSA20-1018TRAN City Attorney Approved Version 6/12/18 7 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 LSA ASSOCIATES, INC., a California corporation By: By: (sign here) Paz Gomez, Deputy City Manager, Public Works Mike Trotta, Chairman (print name/title) By: (sign here) Nicole Dubois, Secretary (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 Group B Chairman, Secretary, President, or Assistant Secretary, Vice-President 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: _____________________________ Deputy City Attorney DocuSign Envelope ID: F11A0CE4-5DD8-4EFA-8CB8-DC48ABF14353 PSA20-1018TRAN City Attorney Approved Version 6/12/18 8 EXHIBIT “A” SCOPE OF SERVICES DocuSign Envelope ID: F11A0CE4-5DD8-4EFA-8CB8-DC48ABF14353 1/15/20 (P:\HCR0801E ‐ Romeria Street Mitigation\Project Management\Romeria Proposal Years 4_5.docx) 703 Palomar Airport Road, Suite 260, Carlsbad, California 92011 760.931.5471 www.lsa.net LSA is a business name of LSA Associates, Inc. CARLSBAD FRESNO IRVINE LOS ANGELES PALM SPRINGS POINT RICHMOND RIVERSIDE ROSEVILLE SAN LUIS OBISPO January 15, 2020 Danny Zimny, P.E., Q.S.D., Assistant Engineer City of Carlsbad Public Works – Transportation and Engineering 1635 Faraday Carlsbad, California 92008 Subject: Proposal to Provide Environmental Consulting Services the End of Year 3 through Year 5 of the Romeria Street Drainage Improvement and La Costa Avenue Slope Repair Mitigation Project (LSA Project No. HCR0801E) Dear Mr. Zimny: LSA hereby submits this proposal to provide environmental consulting services in support of the Romeria Street Drainage Improvement and La Costa Avenue Slope Repair Mitigation Project (project) in the City of Carlsbad (city), San Diego County, California. Specifically, this proposal addresses monitoring the progress of the project’s three mitigation sites during the end of Year 3 through Year 5, as specified in the Mitigation and Monitoring Plan and Technical Specifications (mitigation plan), Romeria Street Drainage Improvement Project, Carlsbad, California (LSA, September 2011). Monitoring and reporting for Years 1 through most of Year 3 were performed under a separate contract. Implementation of the mitigation plan is required by the conditions of the Federal Clean Water Act (CWA) Section 404 Authorization issued by the United States Army Corps of Engineers (Corps), the CWA Section 401 Certification of Water Quality issued by the San Diego Regional Water Quality Control Board (RWQCB), the Streambed Alteration Agreement issued by the California Department of Fish and Wildlife (CDFW), and the City of Carlsbad Habitat Management Plan (HMP) for construction of the subject project. SCOPE OF SERVICES Task 1: General Monitoring Events LSA will conduct up to 10 monitoring site visits (five monitoring site visits per year for the remaining two years) during Years 4 and 5. During these monitoring site visits, LSA will conduct qualitative assessments of the mitigation areas, characterizing the vegetative cover and species distribution, the health of plant species, the presence of nonnative species, pest problems, indications of maintenance compliance or noncompliance, signs of overwatering or drought stress, and the need for any remedial measures. The results of each monitoring site visit will be summarized in a field memorandum that will be provided to the city and the landscape contractor. The field memoranda, in conjunction with the results of quantitative assessments (described below), will be incorporated into requisite annual reports (also described below). DocuSign Envelope ID: F11A0CE4-5DD8-4EFA-8CB8-DC48ABF14353 1/15/20 (P:\HCR0801E ‐ Romeria Street Mitigation\Project Management\Romeria Proposal Years 4_5.docx) 2 Task 2: Annual Quantitative Assessments As specified in the mitigation plan, LSA will conduct annual quantitative assessments in April or May of Years 4 and 5 during the maintenance and monitoring period to determine survivorship of the planted materials, relative and total cover by species, and species composition and diversity. All observed floral and faunal species will be noted and lists will be included in the annual reports. The quantitative assessment will include a visual assessment and transect data collection sampling. Data recorded will include vegetative cover of desired native species, vegetative cover of nonnative species, total area of bare ground, and total area of litter and debris. LSA will capture photographs from existing photo stations during each annual quantitative assessment. These photographs will be included in a graphic exhibit in each respective year’s annual report. Task 3: Annual Report Preparation Following collection and processing of quantitative data, LSA will prepare an annual report for Years 3 through 5 of the maintenance and monitoring period pursuant to the mitigation plan. Each annual report will document the mitigation and maintenance activities performed during the year, site performance relative to the performance standards, results of qualitative and quantitative performance assessments, frequency and volume of irrigation watering, weed and pest problems, discussion of the general health of the vegetation, photographs and graphic exhibits, and recommendations for remedial measures, if needed. LSA will prepare draft reports for city review and comment, and will finalize the reports upon receipt of one consolidated set of comments for submittal to the Corps, RWQCB, and CDFW. Budget for this task includes preparation of three annual reports. Task 4: Project Management LSA has allowed for one hour per month for project management efforts, such as, but not limited to, coordination with the city regarding status updates and with the landscape contractor regarding site performance and potential remedial measures. Additionally, LSA has allotted two hours per year to Principal oversight of the project. Task 5: Meetings/Agency Coordination/Preservation Mechanism Coordination LSA is allowing budget under this task to address additional site visits for meetings and coordination with the city and resource agency officials for release of the site at the completion of the maintenance and monitoring period. This task includes budget for completion of a preservation mechanism document. ESTIMATED BUDGET LSA proposes to conduct the services described above on a time‐and‐materials basis. As shown in Table A, LSA estimates the cost for labor and other direct costs at $36,350. Table A: Cost Estimate Task (5‐Year Period) Cost Task 1: General Monitoring Events $9,920.00 DocuSign Envelope ID: F11A0CE4-5DD8-4EFA-8CB8-DC48ABF14353 1/15/20 (P:\HCR0801E ‐ Romeria Street Mitigation\Project Management\Romeria Proposal Years 4_5.docx) 3 Table A: Cost Estimate Task (5‐Year Period) Cost Task 2: Annual Quantitative Assessments $3,550.00 Task 3: Annual Report Preparation $15,900.00 Task 4: Project Management $4,680.00 Task 5: Meetings/Agency Coordination/Preservation Mechanism Coordination $2,300.00 Grand Total $36,350.00 Sincerely, LSA ASSOCIATES, INC. Jaime Morales Senior Biologist Attachment: Billing Rates DocuSign Envelope ID: F11A0CE4-5DD8-4EFA-8CB8-DC48ABF14353 JUNE 2019 SCHEDULE OF STANDARD CONTRACT PROVISIONS AND BILLING RATES L:\CORP\Contract rev 030819.docx «06/01/19» 4 HOURLY BILLING RATES EFFECTIVE JUNE 2019 Job Classification Hourly Rate Range1 Planning Environmental Transportation Air/Noise Cultural/ Paleontological Resources Biology GIS Principal Principal Principal Principal Principal Principal Principal $175–390 Associate Associate Associate Associate Associate Associate Associate $125–245 Senior Planner Senior Environmental Planner Senior Transportation Planner/Engineer Senior Air Quality/Noise Specialist Senior Cultural Resources Manager/ Paleontologist Senior Biologist/ Botanist/Wildlife Biologist/Ecologist/ Soil Scientist/ Herpetologist/ Arborist Senior GIS Specialist $115–220 Planner Environmental Planner Transportation Planner/Engineer Air Quality/ Noise Specialist/ Climate Change Specialist Cultural Resources Manager Archaeologist/ Architectural Historian/ Paleontologist Biologist/Botanist/ Wildlife Biologist/ Ecologist/Soil Scientist/ Herpetologist/ Arborist GIS Specialist $85–150 Assistant Planner Assistant Environmental Planner Assistant Transportation Planner/Engineer Air Quality/ Noise Analyst Cultural Resources Analyst Assistant Biologist/ Botanist/Wildlife Biologist/Ecologist/ Soil Scientist/ Herpetologist/ Arborist Assistant GIS Specialist $85–100 Field Services Senior Field Crew/Field Crew $80–100 Office Services Graphics $115–150 Marketing $75–125 Office Assistant $65–115 Project Assistant $70–145 Research Assistant/Intern $50–80 Word Processing/Technical Editing $95–125 1 The hourly rate for work involving actual expenses in court (e.g., giving depositions or similar expert testimony) will be billed at $400 per hour regardless of job classifications. LSA IN-HOUSE DIRECT COSTS EFFECTIVE JUNE 20191 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 Aerial Drone $200.00 per day Boat Rental $125.00 per day Mileage On-Road Current federal rate Water Quality Meter $25.00 per day Mileage Off-Road Current federal rate Night Vision Goggles $50.00 per unit per night 1 Direct costs shall be reimbursed at cost plus 10 percent. DocuSign Envelope ID: F11A0CE4-5DD8-4EFA-8CB8-DC48ABF14353 ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? INSR ADDL SUBRLTRINSDWVD PRODUCER CONTACTNAME: FAXPHONE(A/C, No):(A/C, No, Ext): E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person)$ OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION$ PER OTH-STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD 9/18/2019 License # 0E67768 (858) 754-0063 50233 (619) 574-6288 13056 LSA Associates, Inc. 20 Executive Park, Suite 200 Irvine, CA 92614 24554 A 1,000,000 X X PSB0008429 9/30/2019 9/30/2020 1,000,000 Cont Liab/Sev of Int 10,000 1,000,000 2,000,000 2,000,000 Deductible 0 1,000,000A X PSA0002786 9/30/2019 9/30/2020 Comp.: 1,000 Coll.: 1,000 5,000,000A PSE0004214 9/30/2019 9/30/2020 5,000,000 0 A X PSW0004731 9/30/2019 9/30/2020 1,000,000 1,000,000 1,000,000 B Prof Liab/Clms Made PEC0054988 9/30/2019 Per Claim 2,000,000 B Ded.: $100k Per Clm PEC0054988 9/30/2019 9/30/2020 Aggregate 4,000,000 Re: HCR1815, Kelly Channel Repair Monitoring City of Carlsbad is Additional Insured with respect to General Liability per the attached endorsement as required by written contract. Insurance is Primary and Non-Contributory. Waiver of Subrogation applies to General Liability and Workers' Compensation. 30 Days Notice of Cancellation with 10 Days Notice for Non-Payment of Premium in accordance with the policy provisions. City of Carlsbad/CMWD Attn: Janean Hawney 1635 Faraday Road Carlsbad, CA 92008-0000 LSAASSO-01 MCGRAWM IOA Insurance Services 4370 La Jolla Village Drive Suite 600 San Diego, CA 92122 Erica Wilson Erica.Wilson@ioausa.com RLI Insurance Company XL Insurance America, Inc X 9/30/2020 X X X X X X X X X X