Loading...
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)