Loading...
HomeMy WebLinkAboutPW Biological Monitoring; Francisco MUPAGREEMENT FOR PROFESSIONAL SERVICES FOR BIOLOGICAL MONITORING FOR THE FRANCISCO BLVD WEST MULTI -USE PATH PHASE -1 CONSTRUCTION PROJECT This Agreement is made and entered into this _ _ day of � , 20 _ by and between the CITY OF SAN RAFAEL (hereinafter "CITY"), and LSA Associates, Inc. (hereinafter "CONTRACTOR"). RECITALS WHEREAS, CITY requires professional biological resources surveying and monitoring services in connection with the construction of the Francisco Blvd. West multi -use pathway between Andersen Drive and Rice Drive in San Rafael; and WHEREAS, CONTRACTOR is well qualified to provide the required biological resources consultant services; AGREEMENT NOW, THEREFORE, the parties hereby agree as follows: PROJECT COORDINATION. A. CITY'S Project Manager. The CITY's Assistant Director of Public Works/City Engineer, Kevin McGowan, is hereby designated the PROJECT MANAGER for the CITY, and said PROJECT MANAGER shall supervise all aspects of the progress and execution of this Agreement. B. CONTRACTOR'S Project Director. CONTRACTOR shall assign a single PROJECT DIRECTOR to have overall responsibility for the progress and execution of this Agreement for CONTRACTOR. Laura Lafler is hereby designated as the PROJECT DIRECTOR for CONTRACTOR. Should circumstances or conditions subsequent to the execution of this Agreement require a substitute PROJECT DIRECTOR, for any reason, the CONTRACTOR shall notify the CITY within ten (10) business days of the substitution. 2. DUTIES OF CONTRACTOR. CONTRACTOR shall perform the duties and/or provide services as follows: CONTRACTOR shall perform the duties and/or provide services outlined in the CONTRACTOR'S proposal for "Biological Monitoring for the Francisco Blvd West Multi -Use Path Phase -I Construction" dated June 22, 2018, marked as Exhibit "A," attached hereto, and incorporated herein. 3. DUTIES OF CITY. CITY shall pay the compensation as provided in Paragraph 4, and perform the duties as ORIGINAL q -�)-12u described in Exhibit "A" attached hereto and incorporated herein. 4. COMPENSATION. For the full performance of the services described herein by CONTRACTOR, CITY shall pay CONTRACTOR as follows: On a time and materials basis for services rendered at the hourly rates shown in CONTRACTOR'S Hourly Billing Rates and LSA In-house Direct Expenses Schedules, effective June 22, 2018, included within Exhibit "A" and incorporated herein, in a total contract amount not to exceed $26,385.00. Payment will be made monthly upon receipt by PROJECT MANAGER of itemized invoices submitted by CONTRACTOR. TERM OF AGREEMENT. The term of this Agreement shall be for one (1) year commencing on the date of this Agreement and ending one year later. Upon mutual agreement of the parties, and subject to the approval of the City Manager the term of this Agreement may be extended for an additional period of one (1) year. 6. TERMINATION. A. Discretionary. Either party may terminate this Agreement without cause upon thirty (30) days written notice mailed or personally delivered to the other party. B. Cause. Either party may terminate this Agreement for cause upon fifteen (15) days written notice mailed or personally delivered to the other party, and the notified party's failure to cure or correct the cause of the termination, to the reasonable satisfaction of the party giving such notice, within such fifteen (15) day time period. C. Effect of Termination. Upon receipt of notice of termination, neither party shall incur additional obligations under any provision of this Agreement without the prior written consent of the other. D. Return of Documents. Upon termination, any and all CITY documents or materials provided to CONTRACTOR and any and all of CONTRACTOR's documents and materials prepared for or relating to the performance of its duties under this Agreement, shall be delivered to CITY as soon as possible, but not later than thirty (30) days after termination. OWNERSHIP OF DOCUMENTS. The written documents and materials prepared by the CONTRACTOR in connection with the performance of its duties under this Agreement, shall be the sole property of CITY. CITY may use said property for any purpose, including projects not contemplated by this Agreement. 8. INSPECTION AND AUDIT. Upon reasonable notice, CONTRACTOR shall make available to CITY, or its agent, for inspection and audit, all documents and materials maintained by CONTRACTOR in connection with its performance of its duties under this Agreement. CONTRACTOR shall fully cooperate with CITY or its agent in any such audit or inspection. 9. ASSIGNABILITY. The parties agree that they shall not assign or transfer any interest in this Agreement nor the performance of any of their respective obligations hereunder, without the prior written consent of the other party, and any attempt to so assign this Agreement or any rights, duties or obligations arising hereunder shall be void and of no effect. 10. INSURANCE. A. Scope of Coverage. During the term of this Agreement, CONTRACTOR shall maintain, at no expense to CITY, the following insurance policies: 1. A commercial general liability insurance policy in the minimum amount of one million dollars ($1,000,000) per occurrence/two million dollars ($2,000,000) aggregate, for death, bodily injury, personal injury, or property damage. 2. An automobile liability (owned, non -owned, and hired vehicles) insurance policy in the minimum amount of one million dollars ($1,000,000) dollars per occurrence. 3. If any licensed professional performs any of the services required to be performed under this Agreement, a professional liability insurance policy in the minimum amount of one million dollars ($1,000,000) per occurrence/two million dollars ($2,000,000) aggregate, to cover any claims arising out of the CONTRACTOR's performance of services under this Agreement. Where CONTRACTOR is a professional not required to have a professional license, CITY reserves the right to require CONTRACTOR to provide professional liability insurance pursuant to this section. 4. If it employs any person, CONTRACTOR shall maintain worker's compensation insurance, as required by the State of California, with statutory limits, and employer's liability insurance with limits of no less than one million dollars ($1,000,000) per accident for bodily injury or disease. CONTRACTOR's worker's compensation insurance shall be specifically endorsed to waive any right of subrogation against CITY. B. Other Insurance Requirements. The insurance coverage required of the CONTRACTOR in subparagraph A of this section above shall also meet the following requirements: 1. Except for professional liability insurance or worker's compensation insurance, the insurance policies shall be specifically endorsed to include the CITY, its officers, agents, employees, and volunteers, as additionally named insureds (for both ongoing and completed operations) under the policies. 2. The additional insured coverage under CONTRACTOR'S insurance policies shall be primary with respect to any insurance or coverage maintained by CITY and shall not call upon CITY's insurance or self-insurance coverage for any contribution. The "primary and noncontributory" coverage in CONTRACTOR'S policies shall be at least as broad as ISO form CG20 0104 13. 3. Except for professional liability insurance or worker's compensation insurance, the insurance policies shall include, in their text or by endorsement, coverage for contractual liability and personal injury. 4. By execution of this Agreement, CONTRACTOR hereby grants to CITY a waiver of any right to subrogation which any insurer of CONTRACTOR may acquire against CITY by virtue of the payment of any loss under such insurance. CONTRACTOR agrees to obtain any endorsement that may be necessary to effect this waiver of subrogation, but this provision applies regardless of whether or not CITY has received a waiver of subrogation endorsement from the insurer. 5. If the insurance is written on a Claims Made Form, then, following termination of this Agreement, said insurance coverage shall survive for a period of not less than five years. 6. The insurance policies shall provide for a retroactive date of placement coinciding with the effective date of this Agreement. 7. The limits of insurance required in this Agreement may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and noncontributory basis for the benefit of CITY (if agreed to in a written contract or agreement) before CITY'S own insurance or self-insurance shall be called upon to protect it as a named insured. 8. It shall be a requirement under this Agreement that any available insurance proceeds broader than or in excess of the specified minimum insurance coverage requirements and/or limits shall be available to CITY or any other additional insured party. Furthermore, the requirements for coverage and limits shall be: (1) the minimum coverage and limits specified in this Agreement; or (2) the broader coverage and maximum limits of coverage of any insurance policy or proceeds available to the named insured; whichever is greater. C. Deductibles and SIR's. Any deductibles or self-insured retentions in CONTRACTOR's insurance policies must be declared to and approved by the PROJECT MANAGER and City Attorney, and shall not reduce the limits of liability. Policies containing any self-insured retention (SIR) provision shall provide or be endorsed to provide that the SIR may be satisfied by either the named insured or CITY or other additional insured party. At CITY's option, the deductibles or self-insured retentions with respect to CITY shall be reduced or eliminated to CITY's satisfaction, or CONTRACTOR shall procure a bond guaranteeing payment of losses and related investigations, claims administration, attorney's fees and defense expenses. D. Proof of Insurance. CONTRACTOR shall provide to the PROJECT MANAGER or CITY'S City Attorney all of the following: (1) Certificates of Insurance evidencing the insurance coverage required in this Agreement; (2) a copy of the policy declaration page and/or endorsement page listing all policy endorsements for the commercial general liability policy, and (3) excerpts of policy language or specific endorsements evidencing the other insurance requirements set forth in this Agreement. CITY reserves the right to obtain a full certified copy of any insurance policy and endorsements from CONTRACTOR. Failure to exercise this right shall not constitute a waiver of the right to exercise it later. The insurance shall be approved as to form and sufficiency by PROJECT MANAGER and the City Attorney. 11. INDEMNIFICATION. A. Except as otherwise provided in Paragraph B., CONTRACTOR shall, to the fullest extent permitted by law, indemnify, release, defend with counsel approved by CITY, and hold harmless CITY, its officers, agents, employees and volunteers (collectively, the "City Indemnitees"), from and against any claim, demand, suit, judgment, loss, liability or expense of any kind, including but not limited to attorney's fees, expert fees and all other costs and fees of litigation, (collectively "CLAIMS"), arising out of CONTRACTOR'S performance of its obligations or conduct of its operations under this Agreement. The CONTRACTOR's obligations apply regardless of whether or not a liability is caused or contributed to by the active or passive negligence of the City Indemnitees. However, to the extent that liability is caused by the active negligence or willful misconduct of the City Indemnitees, the CONTRACTOR's indemnification obligation shall be reduced in proportion to the City Indemnitees' share of liability for the active negligence or willful misconduct. In addition, the acceptance or approval of the CONTRACTOR's work or work product by the CITY or any of its directors, officers or employees shall not relieve or reduce the CONTRACTOR's indemnification obligations. In the event the City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising from CONTRACTOR'S performance of or operations under this Agreement, CONTRACTOR shall provide a defense to the City Indemnitees or at CITY'S option reimburse the City Indemnitees their costs of defense, including reasonable attorneys' fees, incurred in defense of such claims. B. Where the services to be provided by CONTRACTOR under this Agreement are design professional services to be performed by a design professional as that term is defined under Civil Code Section 2782.8, CONTRACTOR shall, to the fullest extent permitted by law, indemnify, release, defend and hold harmless the City Indemnitees from and against any CLAIMS that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of CONTRACTOR in the performance of its duties and obligations under this Agreement or its failure to comply with any of its obligations contained in this Agreement, except such CLAIM which is caused by the sole negligence or willful misconduct of CITY. In no event shall the cost to defend charged to the design professional exceed the design professional's proportionate percentage of fault. C. The defense and indemnification obligations of this Agreement are undertaken in addition to, and shall not in any way be limited by, the insurance obligations contained in this Agreement, and shall survive the termination or completion of this Agreement for the full period of time allowed by law. 12. NONDISCRIMINATION. CONTRACTOR shall not discriminate, in any way, against any person on the basis of age, sex, race, color, religion, ancestry, national origin or disability in connection with or related to the performance of its duties and obligations under this Agreement. 13. COMPLIANCE WITH ALL LAWS. CONTRACTOR shall observe and comply with all applicable federal, state and local laws, ordinances, codes and regulations, in the performance of its duties and obligations under this Agreement. CONTRACTOR shall perform all services under this Agreement in accordance with these laws, ordinances, codes and regulations. CONTRACTOR shall release, defend, indemnify and hold harmless CITY, its officers, agents and employees from any and all damages, liabilities, penalties, fines and all other consequences from any noncompliance or violation of any laws, ordinances, codes or regulations. 14. NO THIRD PARTY BENEFICIARIES. CITY and CONTRACTOR do not intend, by any provision of this Agreement, to create in any third party, any benefit or right owed by one party, under the terms and conditions of this Agreement, to the other party. 15. NOTICES. All notices and other communications required or permitted to be given under this Agreement, including any notice of change of address, shall be in writing and given by personal delivery, or deposited with the United States Postal Service, postage prepaid, addressed to the parties intended to be notified. Notice shall be deemed given as of the date of personal delivery, or if mailed, upon the date of deposit with the United States Postal Service. Notice shall be given as follows: TO CITY's Project Manager: Kevin McGowan, Assitant Director of Public Works City of San Rafael 1400 Fifth Avenue P.O. Box 151560 San Rafael, CA 94915-1560 TO CONTRACTOR's Project Director: Laura Laf7er LSA Associates 157 Park Place Point Richmond, CA 94801 16. INDEPENDENT CONTRACTOR. For the purposes, and for the duration, of this Agreement, CONTRACTOR, its officers, agents and employees shall act in the capacity of an Independent Contractor, and not as employees of the CITY. CONTRACTOR and CITY expressly intend and agree that the status of CONTRACTOR, its officers, agents and employees be that of an Independent Contractor and not that of an employee of CITY. 17. ENTIRE AGREEMENT -- AMENDMENTS. A. The terms and conditions of this Agreement, all exhibits attached, and all documents expressly incorporated by reference, represent the entire Agreement of the parties with respect to the subject matter of this Agreement. B. This written Agreement shall supersede any and all prior agreements, oral or written, regarding the subject matter between the CONTRACTOR and the CITY. C. No other agreement, promise or statement, written or oral, relating to the subject matter of this Agreement, shall be valid or binding, except by way of a written amendment to this Agreement. D. The terns and conditions of this Agreement shall not be altered or modified except by a written amendment to this Agreement signed by the CONTRACTOR and the CITY. E. If any conflicts arise between the terms and conditions of this Agreement, and the terms and conditions of the attached exhibits or the documents expressly incorporated by reference, the terms and conditions of this Agreement shall control. 18. SET-OFF AGAINST DEBTS. CONTRACTOR agrees that CITY may deduct from any payment due to CONTRACTOR under this Agreement, any monies which CONTRACTOR owes CITY under any ordinance, agreement, contract or resolution for any unpaid taxes, fees, licenses, assessments, unpaid checks or other amounts. 19. WAIVERS. The waiver by either party of any breach or violation of any term, covenant or condition of this Agreement, or of any ordinance, law or regulation, shall not be deemed to be a waiver of any other term, covenant, condition, ordinance, law or regulation, or of any subsequent breach or violation of the same or other term, covenant, condition, ordinance, law or regulation. The subsequent acceptance by either party of any fee, performance, or other consideration which may become due or owing under this Agreement, shall not be deemed to be a waiver of any preceding breach or violation by the other party of any term, condition, covenant of this Agreement or any applicable law, ordinance or regulation. 20. COSTS AND ATTORNEY'S FEES. The prevailing party in any action brought to enforce the terms and conditions of this Agreement, or arising out of the performance of this Agreement, may recover its reasonable costs (including claims administration) and attorney's fees expended in connection with such action. 21. CITY BUSINESS LICENSE / OTHER TAXES. CONTRACTOR shall obtain and maintain during the duration of this Agreement, a CITY business license as required by the San Rafael Municipal Code CONTRACTOR shall pay any and all state and federal taxes and any other applicable taxes. CITY shall not be required to pay for any work performed under this Agreement, until CONTRACTOR has provided CITY with a completed Internal Revenue Service Form W-9 (Request for Taxpayer Identification Number and Certification). 22. APPLICABLE LAW. The laws of the State of California shall govern this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement as of the day, month and year first above written. CIT OF SAN RA AEL JIM "TZ' City r ATTEST: 9( �%� LINDSAY LARA, City Clerk APPROVED AS TO FORM: L jv. ac ROBERT F. EPSTEIN, Oity Ati6ey CONTRACTOR By: Name: j Imp k y -p Title of Corporate Officer:RYsipnL Title of Corporate Officer: GAO EXHIBIT A June 22, 2018 David Nicholson, P.E. Department of Public Works, Engineering/CIP City of San Rafael 111 Morphew Street San Rafael, California 94901 Subject: Biological Resources Consulting Services Francisco Boulevard Multi -Use Pathway: 2nd Street to Anderson Street San Rafael, Marin County Dear Mr. Nicholson: CARLSBAD FRESNO IRVINE LOS ANGELES PALM SPRINGS POINT RICHMOND RIVERSIDE ROSEVILLE SAN LUIS OBISPO Consistent with the Mitigation Monitoring and Reporting Program (MMRP) for the project and the relevant conditions within the California Department of Fish and Wildlife (CDFW) Lake or Streambed Alteration Agreement (LSAA; Notification No. 1600-2018-0041; dated May 18, 2018), LSA is providing a scope of work and fee for the biological resources surveys and monitoring during construction for the project. SCOPE OF WORK Task 1- Submit Qualifications of LSA Biologists to CDFW for Approval In accordance with Wildlife Protection and Prevention Condition 2.24 of the LSAA, LSA will submit the qualifications of the LSA biologists to CDFW for approval to work on the project. Task 2 - Conduct Training Session for Personnel In accordance with Wildlife Protection and Prevention Condition 2.25 of the LSAA, an LSA qualified biologist will conduct an education program for all persons employed on the project prior to performing covered activities. Instruction will consist of a presentation that will include a discussion of the biology and general behavior of any sensitive species that may be in the area, how they may be encountered within the work area, and procedures to follow when they are encountered. The status of special -status species including legal protection, penalties for violations and project - specific protective management measures will be discussed. If needed, LSA will provide interpretation for non-English speaking workers. During the monitoring visits, LSA will provide the same presentation for any new workers who did not attend the original training session. LSA will prepare and distribute a factsheet handout containing this information for workers to carry on-site. Upon completion of the program, workers will sign an affidavit stating they attended the program and understand all protection measures. 6/22/18 (L:\PR0P05AL\-2018 PR0P05AL5\CSR1801.P\Francisco MUP Bio Proposal.dou) 157 Park Place, Pt. Richmond, California 94801 510.236.6810 www.Isa.net P�: Task 3 - Conduct Pre -construction Survey for Nesting Birds In accordance with Mitigation Measure BIO -2a and 810-4 of the MMRP and Wildlife Protection and Prevention Measure 2.31 of the LSAA, an LSA qualified biologist will conduct a pre -construction survey for nesting birds within 7 days prior to the beginning of project -related activities. In accordance with Wildlife Protection and Prevention Measure 2.33 of the LSAA, if an active nest is found during the survey, LSA will consult with CDFW and the U.S. Fish and Wildlife Service (USFWS) regarding the appropriate action and to establish an appropriately sized exclusion buffer zone. In accordance with Reporting Measure 4.6 of the LSAA, LSA will submit the results of the nesting bird survey to CDFW (by email to James Hansen) prior to the start of work. Task 4 - Conduct Pre -construction Survey for Roosting Bats In accordance with Mitigation Measure 1310-2b of MMRP and Wildlife Protection and Prevention 2.29 of the LSAA, an LSA qualified biologist will conduct a pre -construction survey for roosting bats at all suitable bat roosting habitat (bridges, trees, culverts and other structures, etc.) within the project area within 15 days prior to the beginning of project -related activities. If bat roosts are found, LSA will notify CDFW within 24 hours and consult CDFW to determine appropriate avoidance and minimization measures. In accordance with Reporting Measure 4.5 of the LSAA, LSA will submit the results of the roosting bat survey to CDFW prior to the start of work. Task 5 - Conduct Pre -Construction Survey for Western Pond Turtle In accordance with Mitigation Measure 1310-2b of the MMRP, an LSA qualified biologist will conduct a pre -construction survey for western pond turtles no more than 30 days prior to construction along the drainage ditch within the project corridor, including beneath all crossings. If western pond turtles are found in work areas, LSA will consult CDFW regarding approval to relocate the turtles. LSA will provide the methods and results of the survey within a brief letter report. Task 6 - Revise Mitigation and Monitoring Plan In accordance with Compensatory Measure 3.1 of the LSAA, LSA will update and submit the Mitigation and Monitoring Plan (MMP; prepared by LSA, dated May 2018) to CDFW for review and acceptance at least 30 days prior to project construction. The updated MMP will address additional recovery or enhancement of at least 6,624 square feet of riparian habitat to mitigate for shading impacts at a 1:1 ratio. The updated MMP will include a map showing the additional restoration locations and area dimensions, an updated plant palette of species/quantity, and updated performance standards. Task 7 - Conduct Nest Monitoring (If Needed) In accordance with Wildlife Protection and Prevention Measure 2.33 of the LSAA, if active bird nests are found during the pre -construction surveys, LSA will monitor the behavior of the birds (adults and 6/22/18 (L:\PROPOSAL\-2018 PROPOSALS\CSR1801.P\Francisco MUP Blo Proposal.docx) LSA young, when present) at the nest site to ensure that they are not disturbed by project work. LSA will monitor the bird nest during project work until the young have fully fledged (have completely left the nest site and are no longer being fed by the parents). LSA assumes 16 hours of nest monitoring may be needed as part of this task. Task 8 - Conduct Weekly Monitoring Visits In accordance with Wildlife Protection and Prevention 2.23 (Biological Monitor On-site), LSA will conduct 20 weekly site visits to monitor on-site compliance with all conditions of the LSAA. LSA will summarize the methods and results of the monitoring visits within a monitoring report. SPECIFICATIONS • This proposal includes one round of preconstruction surveys to be conducted during the same site visit and includes one training session, but additional surveys and training can be conducted during LSA's weekly monitoring visits, as needed. • This proposal includes 20 weekly monitoring visits of hours per visit, which will include weekly general inspections for permit compliance, ongoing surveys for nesting birds, and monitoring of active bird nests, if present. If additional weekly monitoring visits are required, LSA can provide this service at $400 per day. • This scope of work does not include daily monitoring visits. LSA assumes that CDFW would approve an LSA -trained biological monitor (such as a City staff representative or inspector) to conduct the daily inspections for compliance of LSAA conditions. If an LSA biologist is required to conduct the daily inspections, LSA can provide this service at $400 per day. BUDGET AND TERMS The above scope of work is estimated at an hourly plus expenses amount of $26,385. We suggest an additional 10 percent be reserved as contingency in case of construction delays or other unforeseen issues, such as the discovery of special -status species, bat roosts, or bird nests that require additional monitoring. Additional services beyond those specified above will be provided upon your request on a time plus expenses basis. This budget will not be exceeded without your specific authorization. Additional services beyond those specified above will be provided upon your request on a time plus expenses basis according to the attached billing rates. Our Schedule of Standard Contract Provisions is attached to this proposal and incorporated by reference. If these terms are acceptable, you may authorize this work by returning a signed copy of this proposal to us or by providing your own form of authorization. 6/22/18 (L:\PR0P05AL\-2018 PR0P05AL5\C5R1801.P\Franc1sco MUP Blo Proposal.docx) JUNE 2018 SCHEDULE OF STANDARD CONTRACT PROVISIONS L S A AND BILLI ND RATES HOURLY BILLING RATES EFFECTIVE JUNE 2018 Job Classification Hourly Unit Cost Description Unit Cost Reproduction (8.5 x 11) B/W $0.07 per page GPS Unit Rate Planning Environmental Transportation Air/Noise Cultural Resources Biology GIS Rangel,' Principal Principal Principal Principal Principal Principal Principal $165-350 Associate Associate Associate Associate Associate Associate Associate $105-245 Senior Senior Senior Senior Air Senior Cultural Senior Biologist/ Senior GIS $95-180 Planner Environmental Transportation Quality/Noise Resources Manager Botanist/Wildlife Specialist $25.00 per day Mileage Planner Planner/ Specialist $50.00 per unit per night Biologist/Ecologist/ Engineer Soil Scientist/ Herpetologist/ Arborist Planner Environmental Transportation Air Quality/Noise Cultural Resources Biologist/Botanist/ GIS Specialist $85-150 Planner Planner/ Specialist/ Manager, Wildlife Biologist/ Engineer Climate Change Archaeologist/ Ecologist/Soil Specialist Architectural Scientist/ Historian Herpetologist/ Arborist Assistant Assistant Assistant Air Quality/Noise Cultural Resources Assistant Biologist/ Assistant GIS $75-100 Planner Environmental Transportation Analyst Analyst Botanist/Wildlife Specialist Planner Planner/ Biologist/Ecologist/ Engineer Soil Scientist/ Herpetologist/ Arborist Field Services Senior Field Crew/Field Crew $75-100 Office Services Graphics $115-130 Marketing $75-120 Office Assistant $65-105 Project Assistant $70-105 Research Assistant/Intern $50-70 Word Processing/Technical Editing $95-110 ' 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 ofjob 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 EXPENSES EFFECTIVE JUNE 2018 L:\CORP\Contract rev 060118.docx .05/31/18» 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 L:\CORP\Contract rev 060118.docx .05/31/18» CONTRACT ROUTING FORM INSTRUCTIONS: Use this cover sheet to circulate all contracts for review and approval in the order shown below. TO BE COMPLETED BY INITIATING DEPARTMENT PROJECT MANAGER: Contracting Department: DPW Project Manager: Dave Nicholson Extension: 3454 Contractor Name: LSA Associates Contractor's Contact: Laura Lafler Contact's Email: Laura.Lafler@lsa.net ❑ FPPC: Check if Contractor/Consultant must file Form 700 Step RESPONSIBLE DESCRIPTION COMPLETED REVIEWER DEPARTMENT DATE ('lick here tc Check/Initial ❑ 1 Project Manager a. Email PINS Introductory Notice to Contractor enter a date. b. Email contract (in Word) & attachments to City 6/25/2018 Atty c/o Laraine.Gittens@cityofsanrafael.org 2 City Attorney a. Review, revise, and comment on draft agreement 6/26/2018 N LG and return to Project Manager 6/26/2018 N LG b. Confirm insurance requirements, create Job on Project Manager PINS, send PINS insurance notice to contractor 3 Forward three (3) originals of final agreement to Click here to N contractor for their signature enter a date. 4 Project Manager When necessary, * contractor -signed agreement N N/A agendized for Council approval *PSA > $75,000; or Purchase > $35,000; or Or Public Works Contract > $175,000 Date of Council approval ter a da PRINT CONTINUE ROUTING PROCESS WITH HARD COPY 5 Project Manager Forward signed original agreements to City 7/5/18 Attorney with printed copy of this routing form Review and approve hard copy of signed 7A 6 City Attorney agreement K� 7 City Attorney Review and approve insurance in PINS, and bonds (for Public Works Contracts) (D 8 City Manager/ Mayor Agreement executed by Council authorized official n —1 9 City Clerk Attest signatures, retains original agreement and forwards copies to Project Manager y-3 -12,LP