HomeMy WebLinkAboutLSA Associates Inc; 2013-02-06; TRAN968TRAN968
AGREEMENT FOR ENVIRONMENTAL PROFESSIONAL SERVICES
LSA ASSOCIATES, INC.
^ THIS AGREEMENT is made and entered into as of the day of
/^^/^t/J/K./^y . 2013, by and between the CITY OF CARLSBAD, a municipal
corporation, ("Cit/'), and LSA ASSOCIATES, INC., a California corporation ("Contractor").
RECITALS
A. City requires the professional services of an environmental consultant that is
experienced in obtaining permits from resource agencies.
B. Contractor has the necessary experience in providing professional services and
advice related to environmental permitting.
C. Selection of Contractor is expected to achieve the desired results in an expedited
fashion.
D. Contractor has submitted a proposal to City and has affirmed its willingness and
ability to perform such work.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein. City and Contractor agree as follows:
1- SCOPE OF WORK
City retains Contractor to perform, and Contractor agrees to render, those services (the
"Services") that are defined in attached Exhibit "A", which is incorporated by this reference in
accordance with this Agreement's terms and conditions.
2. STANDARD OF PERFORMANCE
While performing the Services, Contractor will exercise the reasonable professional care and
skill customarily exercised by reputable members of Contractor's profession practicing in the
Metropolitan Southern California Area, and will use reasonable diligence and best judgment
while exercising its professional skill and expertise.
3. TERM
The term of this Agreement will be effective for a period of one (1) year from the date first above
written. The City Manager may amend the Agreement to extend it for an additional one (1) 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.
5. COMPENSATION
The total fee payable for the Services to be performed during the initial Agreement term will be
twenty nine thousand one hundred twenty five dollars ($29,125). No other compensation for the
Services will be allowed except for items covered by subsequent amendments to this
Agreement. Incremental payments should be made on a time and materials basis per task item
as outlined in attached Exhibit "A", Page 3, Table 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 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 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 Liabilitv 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 Liabilitv (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 Emplover's Liability. Workers' Compensation
limits as required by the California Labor Code. Workers' Compensation insurance will not be
required if Contractor has no employees and provides, to City's satisfaction, a declaration
stating this.
10.1.4 Professional Liabilitv. Errors and omissions liability appropriate to
Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be
maintained for a period of five years following the date of completion of the work.
10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under
this Agreement contain, or are endorsed to contain, the following provisions:
10.2.1 The City will be named as an additional insured on General Liability.
10.2.2 Contractor will obtain occurrence coverage, excluding Professional
Liability, which will be written as claims-made coverage.
10.2.3 This insurance will be in force during the life of the Agreement and any
extensions of it and will not be canceled without thirty (30) days prior written notice to City sent
by certified mail pursuant to the Notice provisions of this Agreement.
10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this
Agreement, Contractor will furnish certificates of insurance and endorsements to City.
10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance
coverages, then City will have the option to declare Contractor in breach, or may purchase
replacement insurance or pay the premiums that are due on existing policies in order to
maintain the required coverages. Contractor is responsible for any payments made by City to
obtain or maintain insurance and City may collect these payments from Contractor or deduct the
amount paid from any sums due Contractor under this Agreement.
10.5 Submission of Insurance Policies. Citv reserves the right to require, at anytime, complete
and certified copies of any or all required insurance policies and endorsements.
11. BUSINESS LICENSE
Contractor will obtain and maintain a City of Carlsbad Business License for the term of the
Agreement, as may be amended from time-to-time.
12. ACCOUNTING RECORDS
Contractor will maintain complete and accurate records with respect to costs incurred under this
Agreement. All records will be clearly identifiable. Contractor will allow a representative of City
during normal business hours to examine, audit, and make transcripts or copies of records and
any other documents created pursuant to this Agreement. Contractor will allow inspection of all
work, data, documents, proceedings, and activities related to the Agreement for a period of
three (3) years from the date of final payment under this Agreement.
13. OWNERSHIP OF DOCUMENTS
All work product produced by Contractor or its agents, employees, and subcontractors pursuant
to this Agreement is the property of City. In the event this Agreement is terminated, all work
product produced by Contractor or its agents, employees and subcontractors pursuant to this
Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy
of the work product for Contractor's records.
14. COPYRIGHTS
Contractor agrees that all copyrights that arise from the services will be vested in City and
Contractor relinquishes all claims to the copyrights in favor of City.
15. NOTICES
The name of the persons who are authorized to give written notices or to receive written notice
on behalf of City and on behalf of Contractor under this Agreement.
For Citv For Contractor
Name Schauble ^^^^ j^^^^
Title Project Manager Title Managing Principal
Department Transportation Address 703 Palomar Airport Road, Ste. 260
City of Carlsbad Carlsbad, CA 92011
Address 1635 Faraday PhoneNo. 760-931-5471
Carlsbad, CA 92008 Email mike.trotta@lsa-assoc.com
PhoneNo. 760-602-2762
Each party will notify the other immediately of any changes of address that would require any
notice or delivery to be directed to another address.
16. CONFLICT OF INTEREST
City will evaluate Contractor's duties pursuant to this Agreement to determine whether
disclosure under the Political Reform Act and City's Conflict of Interest Code is required of
Contractor or any of Contractor's employees, agents, or subcontractors. Should it be
determined that disclosure is required. Contractor or Contractor's affected employees, agents,
or subcontractors will complete and file with the City Clerk those schedules specified by City
and contained in the Statement of Economic Interests Form 700.
Contractor, for Contractor and on behalf of Contractor's agents, employees, subcontractors and
consultants warrants that by execution of this Agreement, that they have no interest, present or
contemplated, in the projects affected by this Agreement. Contractor further warrants that
neither Contractor, nor Contractor's agents, employees, subcontractors and consultants have
any ancillary real property, business interests or income that will be affected by this Agreement
or, alternatively, that Contractor will file with the City an affidavit disclosing this interest.
17. GENERAL COMPLIANCE WITH LAWS
Contractor will keep fully informed of federal, state and local laws and ordinances and
regulations which in any manner affect those employed by Contractor, or in any way affect the
performance of the Services by Contractor. Contractor will at all times observe and comply with
these laws, ordinances, and regulations and will be responsible for the compliance of
Contractor's services with all applicable laws, ordinances and regulations.
Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986
and will comply with those requirements, including, but not limited to, verifying the eligibility for
employment of all agents, employees, subcontractors and consultants that the services required
by this Agreement.
18. DISCRIMINATION AND HARASSMENT PROHIBITED
The Contractor will comply with all applicable local, state and federal laws and regulations
prohibiting discrimination and harassment.
19- DISADVANTAGED BUSINESS ENTERPRISE (DBE) PARTICIPATION
The City has established the contract DBE goal of zero for this Agreement due to the extremely
limited subcontracting opportunities for a contract of this size and scope. However, Contractor
shall be fully informed respecting Part 26, Title 49, Code of Federal Regulations (CFR), which is
incorporated by reference, and is urged to obtain DBE participation should a clearly defined
portion of the work become available.
A. It is the policy of City that certified DBE firms shall have the maximum opportunity
to participate in the performance of Agreements financed in whole or in part with federal funds.
Contractor shall ensure that certified DBE firms, as defined in the CFR, have the maximum
opportunity to participate in the performance of this Agreement and shall take all necessary and
reasonable steps, as set forth in CFR, Part 26, for such assurance. The Contractor shall not
discriminate on the basis of race, color, national origin, or sex in the performance of this
contract. The Contractor shall carry out applicable requirements of 49 CFR, Part 26 in the
award and administration of DOT-assisted contracts. Failure by the contractor to carry out these
requirements is a material breach of this contract, which may result in the termination of this
contract, or such other remedy as recipient deems appropriate.
B. If DBE participation is obtained. Contractor shall maintain records of all
subcontractor agreements entered into with DBE subcontractors and records of materials
purchased from DBE suppliers. Such records shall show each subcontractor's and vendor's
name and address and the actual dollars paid to each. Upon completion of the Agreement, a
summary of these records shall be prepared, certified correct and submitted on the form "FINAL
REPORT - UTILIZATION OF DISADVANTAGED BUSINESS ENTERPRISES (DBE), FIRST -
TIER SUBCONTRACTORS", or equivalent, by Contractor or his authorized representative to
the City of Carlsbad's Contract Manager showing total dollars paid to each DBE subcontractor
and supplier.
C. Any DBE firm working as a subcontractor under this Agreement must be
responsible for the execution of a distinct element of the work and must carry out its
responsibility by actually performing, managing, and supervising the work.
D. Contractor shall make every reasonable effort to replace a certified DBE firm that
is unable to perform the provisions of this contract with another certified DBE firm.
E. Prompt Progress Payment to Subcontractors - Attention is directed to Section
7108.5 of the California Business and Professions Code, which requires a prime contractor to
pay any subcontractor not later than ten (10) days of receipt of each progress payment, unless
otherwise agreed to in writing. Section 7108.5 ofthe California Business and Professions Code
also contains enforcement actions and penalties, which apply to both DBE and non-DBE
subcontractors.
F. Prompt Payment of Withheld Funds to Subcontractors - The City may hold
retainage from the contractor and shall make prompt and regular incremental acceptances of
portions of the contract, as determined by the City, and pay retainage to the contractor based on
these acceptances. The prime contractor or subcontractor shall return all monies withheld in
retention from all subcontractors within 30 days after receiving payment for work satisfactorily
completed and accepted by the City.
20. 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.
21. 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.
22. 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 ofthe fee, commission, percentage, brokerage fees, gift, or contingent fee.
23. 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 seg..
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.
24. JURISDICTIONS AND VENUE
Any action at law or in equity brought by either of the parties for the purpose of enforcing a right
or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the
County of San Diego, State of California, and the parties waive all provisions of law providing for
a change of venue in these proceedings to any other county.
25. 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.
26. 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.
27. 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
CITY OF CARLSBAD, a municipal
corporation of the State of California
its CMD^ c^o/fh
Gity Manager or Moyor or vPepartment
Director as authorized by th^ity Manager
(print name/title)
(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 officer(s) signing to bind the corporation.
APPROVED AS TO FORM:
City Attorney
8
LSA LSA ASSOCIATES, INC.
703 PALOMAR AIRPORT ROAD BERKELEY IRVINE RIVERSIDE
SUITE 260 760.931.547 1 TEL FORT COLLINS PALM SPRINGS ROCKLIN
CARLSBAD. CALIFORNIA 9201 1 76 0.91 8.24 5 8 FAX FRESNO PT. RICHMOND SAN LUIS OBISPO
November 29, 2012
Jon Schauble, P.E.
Associate Engineer
Planning Department
City of Carlsbad
1635 Faraday Avenue
Carlsbad, Califomia 92008-7314
Subject: Additional Environmental Services for Carlsbad Rail Trail Reach 1
(LSA Project No. HCR1202)
Dear Mr. Schauble:
LSA Associates, Inc. (LSA) is pleased to submit this proposal at the City's request for additional
environmental services for the proposed Carlsbad Rail Trail Reach 1 project in the Cities of Carlsbad
and Oceanside. LSA is currently under contract with the City of Carlsbad to prepare a technical report
for a Natural Enviromrient Study (NES) and Cultural Resources Survey and Report, and to prepare an
Addendum to a Mitigated Negative Declaration. Following the October 11, 2012, field meeting
several resource and transportation agencies identified additional environmental clearances that they
will require prior to construction of the proposed project. The scope and budget for these proposed
services are discussed below. Because the necessity for Federal Clean Water Act permitting has not
been determined at this point, this scope of work does not include Federal Clean Water Act Section
404 and Section 401 permitting support.
Informal Section 7 Consultation
LSA will provide support for the informal Section 7 consultation between the United States Fish and
Wildlife Service (USFWS) and the Federal lead agency (Califomia Department of Transportation
[Caltrans] as the local assistance agency for the Federal Highway Administration [FHWA]). LSA will
prepare a letter to submit to the USFWS requesting guidance regarding potential take of federally-
listed species. LSA staff will also attend up to 3 meetings with the USFWS and will submit any
additional forms required for coordination with the USFWS.
Please refer to Table A at the end of this letter for budget details. LSA has allowed for 40 hours for
this task (15 Principal and 25 staff hours). If unanticipated requests from USFWS or Caltrans require
more time, additional budget may be required. Budget for this task does not include any foCused
surveys for federally-listed species. USFWS is not expected to require focused surveys.
11/29/12 (P:\HCR1202 - CRT Reach l\Project Management\Letter Proposal for Additional Services rev2.doc)
PLANNING 1 ENVIRONMENTAL SCIENCES 1 DESIGN
LSA ASSOCIATES, INC.
Streambed Alteration Agreement
LSA will prepare a Section 1600 et seq. Notification of Lake or Streambed Alteration form
(Califomia Department of Fish and Game [CDFG] Form 2023), as revised in July 2006 (or most
current version, if subsequently revised), including Attachments C (Water Diversion) and D (Routine
Maintenance) if applicable. LSA has budgeted for one round of revisions to the Section 1600 et seq.
form and assumes that the City will pay requisite permitting fees. Please refer to Table A at the end of
this letter for budget details.
Consolidated Coastal Development Permit
Pursuant to the Califomia Coastal Commission staffs recommendation, the City ofCarlsbad is
pursuing a consohdated Coastal Development Permit (CDP) for the proposed project. LSA will
prepare a consistency analysis for the proposed project with the policies included in Chapter 3 ofthe
Califomia Coastal Act. The Local Coastal Programs (LCPs) for the Cities of Carlsbad and Oceanside
will be incorporated as guidance.
LSA will also coordinate closely with RBF to assist the City of Carlsbad with development of any
measures needed to reduce potential impacts to biological and water resources, including best
management practices (BMPs) and low-impact approaches, as well as any measures needed to reduce
impacts related to parking and traffic demands.
This scope includes one set of revisions to the draft consistency analysis based on receipt ofa single
set of consolidated comments fi*om the City ofCarlsbad.
For purposes of this CDP, the City of Carlsbad will be responsible for preparing and submitting the
permit application, including the following:
Project description, project information, vicinity map, and project plans
Proof ofthe legal interest to the property
Declaration of campaign contributions
Verification of all other pennits, permissions, or approvals applied for or granted by public
agencies
Filing fees
Preparation of the radius map and identify the property owners and occupants within 100 feet of
the project boundary
Conduct all mailings, as required by the Califomia Coastal Commission
Post the site as required by the Califomia Coastal Commission
Attendance at any CCC hearings
11/29/12 (P:\HCR1202 - CRT Reach IVProject ManagementVLetter Proposal for Additional Services rev2.doc)
LSA ASSOCIATES, INC.
Preliminary Environmental Study - Caltrans
LSA will prepare a draft Preliminary Environmental Study (PES) form (using the standard Caltrans
form) prior to a site meeting with the consultant, project engineer, the City, and Caltrans. The draft
PES will be reviewed and revised, if needed, per discussions at the field meetmg. The PES form will
then be submitted to Caltrans for signature and distribution to the project team. LSA technical staff
(including an archaeologist and biologist) will attend one field meeting (i.e., the site visit), if
requested by Caltrans Local Assistance, to discuss possible environmental issues with Caltrans staff.
This scope includes one set of revisions to the draft PES form.
Resource Agency Coordination
In order to streamline the project schedule, LSA has coordinated with the resources agencies,
including arranging the aforementioned October 11, 2012, site visit and an additional site meeting
with the Corps on November 2, 2012. Coordination also includes correspondence and scheduling with
members of the Califomia Coastal Commission, CDFG, Corps, Regional Water Quality Control
Board (RWQCB), USFWS, and Caltrans. Additional resource agency coordination is likely to be
necessary in order to reply to inquiries related to the permitting process.
Design Revisions
During the course of the field surveys and preparation of the NES, some changes to the project aerials
required additional field surveys as well as revisions to graphic exhibits and impact analyses for the
NES and the Jurisdictional Delineation report. With any linear project, revisions to figures and impact
analyses require additional time for Geographic Information Systems (GIS) services and report
revisions.
Budget
Table A provides the anticipated budget required to complete the tasks described above.
Table A: Budget
Deliverable Fee
Informal Section 7 Consultation $ 4,000
Streambed Alteration Agreement 4,900
Coastal Development Permit 6,600
Preliminary Environmental Study 7,175
Resource Agency Coordination 5,000
Design Revisions 1,100
Reimbursable Expenses 350
Total $ 29,125
Thank you in advance for considering this proposal. LSA looks forward to a continued relationship
with the City. Although every effort has been made to anticipate your needs, LSA welcomes the
11/29/12 (P:\HCR1202 - CRT Reach IVProject ManagementXLetter Proposal for Additional Services rev2.doc)
LSA ASSOCIATES, INC.
opportunity to discuss the details of its approach. If you have any questions, please contact me at
(760) 931-5471.
Sincerely,
LSA ASSOCIATES, INC.
Mike Trotta
Principal
11/29/12 (P:\HCR1202 - CRT Reach l\Project ManagementVLetter Proposal for Additional Services rev2.doc)