Loading...
HomeMy WebLinkAboutLSA Associates Inc; 2021-06-28; PSA21-1523TRANPSA21-1523TRAN City Attorney Approved Version 6/12/18 1 AGREEMENT FOR CARLSBAD STATE BEACH OUTFALL REPLACEMENT SERVICES LSA ASSOCIATES, INC. THIS AGREEMENT is made and entered into as of the ______________ day of _________________________, 2021, 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 construction monitoring. B. Contractor has the necessary experience in providing professional services and advice related to construction monitoring. C. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement’s terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of one (1) year from the date first above written. The City Manager may amend the Agreement to extend it for one (1) additional one (1) year periods 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 shall not exceed ten thousand five hundred fifty dollars ($10,550). 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 ten thousand five hundred fifty dollars ($10,550) 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: 26FB2A4E-226D-4402-8F77-D7AED04BE307 June 28th PSA21-1523TRAN 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 line insurer on the State of California’s List of Approved Surplus Line Insurers (LASLI) with a rating DocuSign Envelope ID: 26FB2A4E-226D-4402-8F77-D7AED04BE307 PSA21-1523TRAN City Attorney Approved Version 6/12/18 3 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: 26FB2A4E-226D-4402-8F77-D7AED04BE307 PSA21-1523TRAN 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 Rd, Ste 280 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. 760-331-7399 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: 26FB2A4E-226D-4402-8F77-D7AED04BE307 PSA21-1523TRAN 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: 26FB2A4E-226D-4402-8F77-D7AED04BE307 PSA21-1523TRAN 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: 26FB2A4E-226D-4402-8F77-D7AED04BE307 PSA21-1523TRAN 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, as authorized by the City Manager 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: _____________________________ Assistant City Attorney DocuSign Envelope ID: 26FB2A4E-226D-4402-8F77-D7AED04BE307 PSA21-1523TRAN City Attorney Approved Version 6/12/18 8 EXHIBIT “A” SCOPE OF SERVICES DocuSign Envelope ID: 26FB2A4E-226D-4402-8F77-D7AED04BE307 LSA is a business name of LSA Associates, Inc.        CARLSBAD FRESNO IRVINE LOS ANGELES PALM SPRINGS POINT RICHMOND RIVERSIDE ROSEVILLE SAN LUIS OBISPO 703 Palomar Airport Road, Suite 280, Carlsbad, California  92011     760.931.5471     www.lsa.net  February 19, 2021  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 for the Carlsbad State Beach  Outfall Replacement Project  Dear Mr. Zimny:  LSA hereby submits this proposal to provide environmental consulting services in support of the  Carlsbad State Beach Outfall Replacement Project (project) in the City of Carlsbad (City), San Diego  County, California. Specifically, LSA proposes to perform a pre‐clearance nesting bird survey, confirm  the limits of vegetation to be cleared, monitor the initiation of vegetation‐clearing activities, prepare  a biological resources Daily Observation Report for the removal work, and provide biological and  archaeological resources monitoring and reporting during outfall facility construction.  SCOPE OF WORK  Task 1: Pre‐clearance Nesting Bird Survey and Clearance Monitoring  Because project‐related vegetation clearing will occur during the bird breeding season (February 1  through September 15), an LSA biologist will conduct a nesting bird survey prior to the  commencement of vegetation‐clearing activities to identify active nests in the clearance area and/or  in the vicinity. The survey will be conducted no more than 72 hours before vegetation‐clearing  activities commence.  During this visit, LSA will also confirm the limits of the vegetation to be cleared and will monitor the  initiation of clearing activities. The results of the nesting bird survey and monitoring effort will be  included in a Daily Observation Report to be prepared following the monitoring visit.  Deliverable  One Daily Observation Report detailing the nesting bird survey and vegetation‐clearing monitoring.  Task 2: Biological Resources Monitoring and Reporting during Replacement  An LSA biologist will periodically monitor outfall facility construction activities during an anticipated  five days of ground‐disturbing activities. The LSA biologist will visit the site daily for up to a half day,  if necessary. LSA will prepare and submit to the City a Daily Observation Report for each monitoring  visit. Budget for each monitoring visit includes Daily Observation Report preparation and submittal  time and travel time and mileage to and from the project site.  DocuSign Envelope ID: 26FB2A4E-226D-4402-8F77-D7AED04BE307   2/19/21 (C:\Users\JMorales\OneDrive ‐ LSA Associates\Desktop\Proposals\AAA617‐Carlsbad State Beach Outfall Replacement.docx)  2  Deliverable  Daily Observation Reports summarizing the results of biological resources monitoring during outfall  facility ground‐disturbing activities.  Task 3: Cultural Resources Monitoring and Reporting during Replacement  LSA will provide an archaeological monitor who will work under the direct supervision of the  Qualified Archaeologist and who will be present during project ground‐disturbing construction  activities. Ground‐disturbing construction activities are estimated to last up to five days. This  proposal is based on negative findings of cultural resources or human remains during project  construction activities. At the conclusion of the monitoring program, LSA will prepare and submit to  the City a Daily Observation Report for each monitoring visit. Budget for each monitoring visit  includes Daily Observation Report preparation and submittal time and travel time and mileage to  and from the project site.  If archaeological or other cultural resources are discovered during project construction activities, the  monitor will be empowered to halt and divert construction activity away from the find until it has  been identified and evaluated for potential importance by the Qualified Archaeologist. Work shall  be allowed to continue in the area away from the find while potential resources are evaluated.  Human Remains  If human remains are encountered, State Health and Safety Code Section 7050.5 and CEQA  Guidelines Section 15064.5(e)(1) state that no further disturbance shall occur to the area of the find  until the County Coroner has made a determination of origin and disposition of the remains  pursuant to Public Resources Code Section 5097.98. The County Coroner must be notified of the find  immediately and shall make their determination within two working days of being notified. If the  remains are determined to be Native American, the County Coroner shall notify the Native American  Heritage Commission (NAHC) by phone within 24 hours, and the NAHC shall then immediately  determine and notify a Most Likely Descendant (MLD). With the permission of the landowner or  his/her authorized representative, the MLD may inspect the site of the discovery. The MLD shall  complete the inspection and make recommendations or preferences for treatment of the remains  within 48 hours of being granted access to the site. The MLD recommendations may include  scientific removal and nondestructive analysis of human remains and items associated with Native  American burials, preservation of Native American human remains and associated items in place,  relinquishment of Native American human remains and associated items to the descendants for  treatment, or any other culturally appropriate treatment.  Deliverable  Daily Observation Reports summarizing the results (negative findings) of cultural resources  monitoring during outfall facility ground‐disturbing activities.  DocuSign Envelope ID: 26FB2A4E-226D-4402-8F77-D7AED04BE307   2/19/21 (C:\Users\JMorales\OneDrive ‐ LSA Associates\Desktop\Proposals\AAA617‐Carlsbad State Beach Outfall Replacement.docx)  3  ESTIMATED BUDGET  LSA proposes to conduct the services described above on a time‐and‐materials basis. LSA estimates  that these services can be completed for $10,550 in accordance with the following table. LSA will  not exceed this amount without your prior authorization.  Tasks Estimated Cost  Task 1: Pre‐clearance Nesting Bird Survey and Clearance Monitoring $800  Task 2: Biological Resources Monitoring and Reporting during Replacement $3,750  Task 3: Cultural Resources Monitoring and Reporting during Replacement $6,000  TOTAL $10,550  If you are in agreement with the terms and conditions of this proposal, please provide written  authorization to proceed.  Sincerely,  LSA ASSOCIATES, INC.  Jaime Morales  Senior Biologist    Attachment: Billing Rates  DocuSign Envelope ID: 26FB2A4E-226D-4402-8F77-D7AED04BE307 JUNE 2020 SCHEDULE OF STANDARD CONTRACT PROVISIONS AND BILLING RATES L:\CORP\Contract rev 060120.docx «06/01/20» 4 HOURLY BILLING RATES EFFECTIVE JUNE 2020 Job Classification Hourly Rate Range1,2 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. 2 Hourly rates are subject to review at least annually, on or about June 1 of each year, and may be adjusted to reflect changing labor costs at LSA’s discretion at that time. LSA IN-HOUSE DIRECT COSTS EFFECTIVE JUNE 20201 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: 26FB2A4E-226D-4402-8F77-D7AED04BE307