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