Loading...
HomeMy WebLinkAboutContract 53759 RECEIVED v.1 APR —3 2020 v.s.(Apr 3,2020) cmroV FORT WO PROFESSIONAL SERVICES AGREEMENT CSC NO. 53759 C1`tY SEC�ETA�Y This PROFESSIONAL SERVICES AGREEMENT ("Agreement") is made and entered into by and between the CITY OF FORT WORTH (the "City"), a home rule municipal corporation situated in portions of Tarrant, Parker, Denton, and Wise Counties, Texas, as executed by Dana Burghdoff, its duly authorized Assistant City Manager, and NewGen Strategies & Solutions, LLC ("Consultant'), a Limited Liability Corporation, as executed by Dave S. Yanke, its duly authorized Managing Director — Environmental Practice, each individually referred to as a "party" and collectively referred to as the "parties." CONTRACT DOCUMENTS: The Contract documents shall include the following: 1. This Agreement for Professional Services 2. Exhibit A—Scope of Services and Schedule of Compensation All Exhibits attached hereto are incorporated herein and made a part of this Agreement for all purposes.In the event of any conflict between the documents,the terms and conditions of this Professional Services Agreement shall control. 1. SCOPE OF SERVICES. Consultant hereby agrees to provide the City with Fiscal Year 2021 Wholesale Water and Wastewater Cost of Service and Rate Study.Attached hereto and incorporated for all purposes incident to this Agreement is Exhibit"A," Scope of Services,more specifically describing the services to be provided hereunder. Consultant warrants that it will exercise reasonable skill, care and diligence in the performance of its services and will carry out its responsibilities in accordance with customarily accepted professional practices and applicable laws. 2. TERM. This Agreement shall commence upon the date of full execution ("Effective Date") and shall expire September 30,2020,unless terminated earlier or extended in accordance with the provisions of this Agreement or agreed upon by written amendment to this Agreement by both parties. 3. COMPENSATION. The City shall pay Consultant an amount not to exceed $65,340 in accordance with the provisions of this Agreement and the Payment Schedule shown in Exhibit"A"which is incorporated for all purposes herein. Consultant shall not perform any additional services for the City not specified by this Agreement unless the City requests and both parties approve in writing the additional scope, schedule, and costs for such services. Either party may seek a change order for a change in scope schedule and costs related thereto, which must be agreed upon by both parties by a written amendment to this Agreement. The City shall not be liable for any additional expenses of Consultant not specified by this Agreement unless the City first approves such expenses in writing. If there is any conflict between the terms of Exhibit "A" and this Section 3, this Section 3 shall prevail. OFFICIAL RECORD CITY SECRETARY FT. WORTH,TX 4. TERMINATION. 4.1. Written Notice. The City or Consultant may terminate this Agreement at any time and for any reason by providing the other party with 30 days written notice of termination. 4.2 Non-appropriation of Funds. In the event no funds or insufficient funds are appropriated by the City in any fiscal period for any payments due hereunder,City will notify Consultant of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to the City of any kind whatsoever,except as to the portions of the payments herein agreed upon for which funds shall have been appropriated. 4.3 Duties and Obligations of the Parties. In the event that this Agreement is terminated prior to the Expiration Date,the City shall pay Consultant for services actually rendered up to the effective date of termination and Consultant shall continue to provide the City with services requested by the City and in accordance with this Agreement up to the effective date of termination. 5. DISCLOSURE OF CONFLICTS AND CONFIDENTIAL INFORMATION. Consultant hereby warrants to the City that Consultant has made full disclosure in writing of any existing conflicts of interest related to Consultant's services under this Agreement. In the event that any conflicts of interest arise after the Effective Date of this Agreement, Consultant hereby agrees promptly to make full disclosure to the City in writing upon its first knowledge of such conflict. Consultant, for itself and its officers, agents and employees,further agrees that it shall treat all information provided to it by the City as confidential and shall not disclose any such information to a third party without the prior written approval of the City, except to the extent that such disclosure is required by applicable law or court order and then only after prior notice to and consultation with the City. Consultant shall store and maintain City Information in a secure manner and shall not allow unauthorized users to access, modify, delete or otherwise corrupt City Information in any way. Consultant shall notify the City promptly if the security or integrity of any City information has been compromised or is believed to have been compromised. 6. RIGHT TO AUDIT. Consultant agrees that the City shall, until the expiration of three (3)years after final payment under this Agreement, have access to and the right to examine at reasonable times any directly pertinent books, documents, papers and records of the Consultant involving transactions relating to this Agreement at no additional cost to the City. Consultant agrees that the City shall have access during normal working hours to all necessary Consultant facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give Consultant at least five (5)business days' advance notice of intended audits. Consultant further agrees to include in all its subcontractor agreements hereunder a provision to the effect that the subcontractor agrees that the City shall,until expiration of three(3)years after final payment of the subcontract, have access to and the right to examine at reasonable times any directly pertinent books, documents, papers and records of such subcontractor involving transactions related to the subcontract, and further that City shall have access during normal working hours to all subcontractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this paragraph. City shall give subcontractor reasonable notice of intended audits. 2 The audit rights conferred by this section shall not permit the City to access records related to the pricing of fixed-price or lump sum amounts, the build-up of agreed rates or unit prices, or Consultant's estimating records. 7. INDEPENDENT CONTRACTOR. It is expressly understood and agreed that Consultant shall operate as an independent contractor as to all rights and privileges granted herein, and not as agent, representative or employee of the City. Subject to and in accordance with the conditions and provisions of this Agreement, Consultant shall have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its officers, agents, servants,employees, contractors and subcontractors. Consultant acknowledges that the doctrine of respondeat superior shall not apply as between the City, its officers, agents, servants and employees, and Consultant, its officers, agents, employees, servants, contractors and subcontractors. Consultant further agrees that nothing herein shall be construed as the creation of a partnership or joint enterprise between City and Consultant. 8. LIABILITY AND INDEMNIFICATION. CONSULTANT SHALL RELEASE, DEFEND, INDEMNIFY AND HOLD HARMLESS CITY AND ITS OFFICERS,AGENTS AND EMPLOYEES FROM AND AGAINST ALL DAMAGES, CLAIMS, LOSSES, DEMANDS, SUITS, JUDGMENTS AND COSTS, INCLUDING REASONABLE ATTORNEY'S FEES AND EXPENSES, FOR PERSONAL INJURIES (INCLUDING DEATH) AND THIRD-PARTY PROPERTY DAMAGE TO THE EXTENT CAUSED BY THE NEGLIGENT ACT OR OMISSION OF CONSULTANT, ITS OFFICERS, AGENTS, EMPLOYEES, OR SUBCONTRACTORS IN THE PERFORMANCE OF SERVICES UNDER THIS AGREEMENT.THE CONSULTANT SHALL NOT BE OBLIGATED OR LIABLE TO THE CITY FOR ANY CLAIM ARISING IN CONNECTION WITH THIS AGREEMENT EXCEPT ITS OWN NEGLIGENCE THAT IS THE FAULT OF THE CONSULTANT, AND/OR ITS AGENTS, EMPLOYEES, OR SUBCONTRACTORS,OR OTHERS FOR WHOM CONSULTANT IS LEGALLY RESPONSIBLE. NOTWITHSTANDING THE FOREGOING, CONSULTANT AGREES, TO THE FULLEST EXTENT PERMITTED BY LAW, TO INDEMNIFY AND HOLD HARMLESS CITY AND ITS OFFICERS, AGENTS AND EMPLOYEES AGAINST COSTS, DAMAGES, OR LOSSES, INCLUDING REASONABLE ATTORNEYS'FEES AND EXPENSES,RESULTING FROM CLAIMS BY THIRD PARTIES FOR PERSONAL INJURIES (INCLUDING DEATH) OR PROPERTY DAMAGE TO THE EXTENT CAUSED BY THE NEGLIGENT ACTS OR OMISSIONS OF CONSULTANT, ITS OFFICERS, AGENTS, EMPLOYEES, OR SUBCONTRACTORS IN THE PERFORMANCE OF PROFESSIONAL DESIGN AND ENGINEERING SERVICES UNDER THIS AGREEMENT. CONSULTANT SHALL NOT BE OBLIGATED TO DEFEND OR INDEMNIFY CITY AND ITS OFFICERS, AGENTS AND EMPLOYEES FOR THEIR RESPECTIVE NEGLIGENCE OR WILLFUL MISCONDUCT. 9. ASSIGNMENT AND SUBCONTRACTING. Consultant shall not assign or subcontract any of its duties,obligations or rights under this Agreement without the prior written consent of the City. If the City grants consent to an assignment, the assignee shall execute a written agreement with the City and the Consultant under which the assignee agrees to be bound by the duties and obligations of Consultant under this Agreement, and Consultant shall have no further liability or obligations under the assigned portion of the Agreement. If the City grants consent to a subcontract, the Consultant shall require such subcontractor to execute a written agreement with the Consultant referencing this 3 Agreement and requiring subcontractor to be bound by duties and obligations substantially similar to those of the Consultant under this Agreement as such duties and obligations may apply to the subcontractor's scope of services. The Consultant shall provide the City with a fully executed copy of any such subcontract upon request,with any financial and proprietary information redacted. 10. INSURANCE. Consultant shall provide the City with certificate(s)of insurance documenting policies of the following coverage limits that are to be in effect prior to commencement of any services pursuant to this Agreement: 10.1 Coverage and Limits (a) Commercial General Liability $1,000,000 Each Occurrence $2,000,000 Aggregate (b) Automobile Liability $1,000,000 Each accident on a combined single limit basis or $250,000 Bodily injury per person $500,000 Bodily injury per occurrence $100,000 Property damage Coverage shall be on any vehicle used by the Consultant, its employees, agents, representatives in the course of the providing services under this Agreement. "Any vehicle"shall be any vehicle owned,hired and non-owned. (c) Worker's Compensation Statutory limits Employer's liability $100,000 Each accident/occurrence $100,000 Disease-per each employee $500,000 Disease-policy limit This coverage may be written as follows: Workers' Compensation and Employers' Liability coverage with limits consistent with statutory benefits outlined in the Texas workers' Compensation Act(Art. 8308— 1.01 et seq., Tex. Rev. Civ. Stat.) and policy limits for Employers' Liability of $100,000 each accident/occurrence,$500,000 bodily injury disease policy limit and$100,000 per disease per employee. (d) Professional Liability(Errors&Omissions) $1,000,000 Each Claim Limit $1,000,000 Aggregate Limit Professional Liability coverage may be provided through an endorsement to the Commercial General Liability (CGL) policy, or a separate policy specific to Professional E&O. Either is acceptable if coverage meets all other requirements. Coverage shall be claims-made, and maintained for the duration of the contractual 4 agreement and for two(2)years following completion of services provided.An annual certificate of insurance shall be submitted to the City to evidence coverage. 10.2 Certificates. Certificates of Insurance evidencing that the Consultant has obtained all required insurance shall be delivered to the City prior to Consultant proceeding with any services pursuant to this Agreement. All policies except Workers' Compensation and Professional Liability shall be endorsed to name the City as an additional insured thereon, as its interests may appear. All policies except Professional Liability and Employer's Liability shall contain a Waiver of Subrogation for the benefit of the City of Fort Worth.The term City shall include its employees, officers, officials, agent, and volunteers in respect to the contracted services. Any failure on the part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirement. A minimum of thirty (30) days' notice of cancellation of coverage shall be provided to the City. Ten (10) days' notice shall be acceptable in the event of non-payment of premium. Such terms shall be endorsed onto Consultant's insurance policies.Notice shall be sent to the Risk Manager,City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102, with copies to the City Attorney at the same address. 10.3 Waiver of Subrogation for Property Insurance. The City and Consultant waive all rights against each other and their officers,officials, directors, agents, or employees for damage covered by builder's risk insurance during and after the completion of Consultant's services. If the services result in a construction phase related to the project, a provision similar to this shall be incorporated into all construction contracts entered into by the City,and all construction contractors shall be required to provide waivers of subrogation in favor of the City and Consultant for damage or liability covered by any construction contractor's policy of property insurance, including builder's risk provided by such contractor,if applicable. 11. COMPLIANCE WITH LAWS,ORDINANCES,RULES AND REGULATIONS. Consultant agrees to comply with all applicable federal, state and local laws, ordinances, rules and regulations. If the City notifies Consultant of any violation of such laws, ordinances, rules or regulations, Consultant shall promptly desist from and correct the violation. 12. NON-DISCRIMINATION COVENANT. Consultant, for itself, its personal representatives, assigns, subcontractors and successors in interest, as part of the consideration herein, agrees that in the performance of Consultant's duties and obligations hereunder, it shall not discriminate in the treatment or employment of any individual or group of individuals on any basis prohibited by law. 5 13. NOTICES. Notices required pursuant to the provisions of this Agreement shall be conclusively determined to have been delivered when(1)hand-delivered to the other party, its agents, employees, servants or representatives, (2) delivered by facsimile with electronic confirmation of the transmission, or(3)received by the other party by United States Mail,registered,return receipt requested,addressed as follows: To The CITY: To CONSULTANT: City of Fort Worth NewGen Strategies&Solutions,LLC Attn: Chris Harder,Water Department Director Attn: Dave Yanke,Managing Director 200 Texas Street 3420 Executive Center Drive, Suite 165 Fort Worth TX 76102-6311 Austin,TX 78731 Facsimile: (817) 392-8654 Facsimile: (512)479-7905 14. GOVERNMENTAL POWERS. It is understood and agreed that by execution of this Agreement,the City does not waive or surrender any of its governmental powers. 15. NO WAIVER. The failure of the City or Consultant to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of the City's or Consultant's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 16. GOVERNING LAW/VENUE. This Agreement shall be construed in accordance with the internal laws of the State of Texas. If any action,whether real or asserted, at law or in equity, is brought on the basis of this Agreement,venue for such action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas,Fort Worth Division. 17. SEVERABILITY. If any provision of this Agreement is held to be invalid,illegal or unenforceable,the validity,legality and enforceability of the remaining provisions shall not in any way be affected or impaired. 18. FORCE MAJEURE. The City and Consultant shall exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement, but shall not be held liable for any delay or omission in performance due to force majeure or other causes beyond their reasonable control (force majeure), including, but not limited to, compliance with any government law, ordinance or regulation, acts of God, acts of the public enemy, fires, strikes, lockouts, natural disasters, wars, riots, material or labor restrictions by any governmental authority, transportation problems and/or any other similar causes. 19. HEADINGS NOT CONTROLLING. Headings and titles used in this Agreement are for reference purposes only and shall not be deemed a part of this Agreement. 6 20. REVIEW OF COUNSEL. The parties acknowledge that each party and its counsel have reviewed and revised this Agreement and that the normal rules of construction to the effect that any ambiguities are to be resolved against the drafting party shall not be employed in the interpretation of this Agreement or exhibits hereto. 21. AMENDMENTS/MODIFICATIONS/EXTENSIONS. No extension, modification or amendment of this Agreement shall be binding upon a party hereto unless such extension, modification, or amendment is set forth in a written instrument, which is executed by an authorized representative and delivered on behalf of such party. 22. ENTIRETY OF AGREEMENT. This Agreement contains all of the covenants, statements, representations and promises agreed to by the parties. To the extent of any conflict,this Agreement supersedes the terms,conditions,and representations set forth in the City's Request for Proposals, Consultant's Proposal and revised cost. No agent of either party has authority to make, and the parties shall not be bound by, nor liable for, any covenant, statement, representation or promise not set forth herein. The parties may amend this Agreement only by a written amendment executed by both parties. 23. SIGNATURE AUTHORITY. The person signing this agreement hereby warrants that he/she has the legal authority to execute this agreement on behalf of the respective party,and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the entity. The other party is fully entitled to rely on this warranty and representation in entering into this Agreement. 24. PROHIBITION ON CONTRACTING WITH COMPANIES THAT BOYCOTT ISRAEL Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it:(1)does not boycott Israel;and(2)will not boycott Israel during the term of the contract. The terms"boycott Israel"and "company"shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that Contractor:(1)does not boycott Israel;and(2)will not boycott Israel during the term of the contract. IN WITNESS WHEREOF,the parties hereto have executed this Agreement in multiples this 30{1%day of MQYC,h, ,2020. CITY OF FORT WORTH RECCOMENDED BY: Lim B r h a q4n f,.4rJeY Dana Burghd off ar30,2020) Chris Harder(Mar 30,2020) Dana Burghdoff Chris Harder,P.E. Assistant City Manager Fort Worth Water Director OFFICIAL RECORD 7 CITY SECRETARY ATTEST: Mary Kayser �' w\�� f City Secretary Date: 3-31-2020 APPROVED AS TO FORM AND LEGALITY: ca- /'h�a g 40LZ4-�&v I- By: Christa R.Lopez-Reynold (Mar30,2020) Christa R. Lopez-Reynolds Sr. Assistant City Attorney No M&C Required Contract Compliance Manager: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. 14 4:VU_4 Wk Name of Employee Sr Utility Rate Analyst Title \EN%'(;EN STRATEGIES& S A-TIONS.LLC Dave S_.'�'ankc Managing Director—Envirol\11144al Practice Date: 3" 2 _ L.G) WITNESS: By: a. Print:- OFFICIAL RECORD 8 CITY SECRETARY FT. WORTH,T EXHIBIT A Scope and Compensation SCOPE OF SERVICES For each cost of service and rate study, NewGen customizes its approach based on our client's operating environment, goals, and objectives. We have developed an approach that incorporates a number of elements that we believe are critical to a successful outcome from the consulting services that are being sought by the City. Prior to commencing the project,the specific approach will be discussed with key stakeholders and tailored to meet the goals and objectives of the study. Project Understanding Based upon the City's Request for Proposal, it is our understanding that the City desires a qualified consultant to perform a wholesale water and wastewater cost of service and rate study using the utility basis method as prescribed in the uniform wholesale contracts with the City's wholesale water and wastewater customers. Specifically,the City is requesting that the consultant perform the following: ■ Establish the cost to provide wholesale water and wastewater service including operating expense, depreciation expense,and return on investment; ■ Allocate the cost of providing wholesale water and wastewater service to the appropriate functions and cost components; ■ Design water and wastewater rates in adherence with the uniform wholesale contracts; ■ Conduct periodic status meetings and presentations with the Wholesale Customer Advisory Committee [WCACI,designated Rate Sub-Committee members,and Fart Worth staff;and ■ Complete project by July 2,2020. Based on our understanding of the City's goals and objectives for this project,we have developed the following Work Plan to assist the City in achieving these goals and objectives. Proposed Work Plan Task 1 — Initiation of Data Request The Project Team will develop an initial data request that we will need to adequately begin the review and evaluation of the cost to provide wholesale water service. This data will include,but is not limited to,operating, financial, management, and policy data. In addition,we will provide a study plan with corresponding schedule and graph detailing the timeline and milestones to ensure the project's completion by July 2,2020. We will issue the initial data request upon receiving notice to proceed on the project. Task 2— Data and Information Assessment Once the City has submitted the requested data, we will review it and be prepared to discuss the supplied information during the project kick-off meeting. Data received by the Project Team will be sampled and tested for accuracy. We will conduct informal interviews with City staff during our review of the historical data to ensure that the Project Team understands the information provided. 9 EXHIBIT A Scope and Compensation Task 3 — Project Kick-off Meeting Upon receiving the information requested,we will work with the City to schedule a kick-off meeting the week of March 9,2020 to review and discuss the schedule and study plan for the project. The primary reason for the kick- off meeting is to allow the key Project Team consultants and participants from the City to be introduced and lay the general framework for how the study will be conducted. This meeting will allow for the finalization of the work plan,as well as discuss and clarify the information analyzed in Task 2. Task 4— Determination of Revenue Requirement As required by the uniform wholesale contracts, the revenue requirement will be determined using the utility basis method identifying the appropriate operation and maintenance expense,depreciation expense,and return on investment. Project Team members are thoroughly versed in the utility basis methodology, having provided expert witness testimony on numerous occasions before all three rate regulatory agencies within the State, including the Public Utility Commission of Texas(PUCT) and Texas Commission on Environmental Quality(TCEQ) involving the utility basis. Once developed, the members of the Project Team will conduct an on-site meeting with City staff to review and finalize the water revenue requirements. Task S — Functionalixation of Revenue Requirement Functionalization of the revenue requirement is the homogenous grouping of expense and capital related costs by the service function provided. The Project Team will review the current determination of those costs that are specific to the water and wastewater systems, as well as common costs incurred by the water and wastewater systems(e.g.,administration)for reasonableness and consistency with cost causal relationships. Task 6— Allocation of Revenue Requirement The Project Team will review the allocations of shared,or common-to-all,costs and direct costs from the previous cost of service study for reasonableness to determine if any modifications or adjustments are required. Any modifications or adjustments will be based on substantiated cost causal relationships. Task 7— Classification of Revenue Requirement Based on the agreed to wholesale water and wastewater contracts,the Project Team will classify the water and wastewater revenue requirements using the standards promulgated by the American Water Works Association and Water Environment Federation. Our Project Team includes experts that have testified regarding this industry standard methods and will ensure that these methods are applied in a defensible manner. Task 8— Distribution of Revenue Requirement The Project Team will analyze the usage patterns of the wholesale customer class in the above context and in relation to the City's retail customers. The classified revenue requirements will then be distributed to the wholesale customer class in reflection of the associated and applicable service characteristics. 10 EXHIBIT A Scope and Compensation Task 9— Development of Rate Design The wholesale rates will be developed in accordance with the current uniform wholesale contracts. Once developed,the members of the Project Team will conduct an on-site meeting with City staff to review and finalize the cost of service and rates. Task 10 — Draft Report Preparation The Project Team will develop a draft report summarizing findings and recommendations of the wholesale water and wastewater rate study. NewGen is committed to ensuring that the City and WCAC thoroughly understands the recommendations in the draft report and will be available to discuss findings,answer questions,and receive input. The Project Team will present the findings to City staff and the Wholesale Advisory Subcommittee and ensure that these individuals have enough time to address their concerns and/or questions. Task 11 — Final Report Preparation and Presentation Upon receipt of input and comments on the draft report,the Project Team will make appropriate changes and provide the City with an electronic copy and up to fifty(50)hard copies of the final report. peliverables If engaged for this study,and given the timely receipt of the requested data and draft comments,we will provide the City with the following: ■ By May 14,2020,an electronic copy of the preliminary report will be provided for the Rates Sub-Committee meeting and Cost of Service Process Workshop for review and comment. ■ By June 11,2020, an electronic copy of the draft report will be provided,and we will be available to present to the WCAC. ■ By June 25, 2020, an electronic copy of the second revised draft report (if needed) will be provided and we will be available to present to the Rate Sub-Committee(if needed). ■ By July 2,2020,an electronic copy and up to fifty(50)signed hard copies(if requested)of the final report will be provided to the City and WCAC,given the timely receipt of the City's comments on the revised draft report. ■ Our proposed project budget reflects a total of up to four(4) presentations, including two(2) presentations to the Rates Sub-Committee and two (2) presentations to the Wholesale Customer Advisory Committee. Additional presentations will be provided on a time and expense basis. 11 EXHIBIT A Scope and Compensation FEE FOR SERVICES NewGen Strategies and Solutions,LLC will commit to a price not-to-exceed$65,340(inclusive of all professional fees and travel expenses). Fees for services under this project will be based on actual hours of services furnished multiplied by NewGen's billing rates (shown below) as of the date of its monthly invoice plus all reasonable expenses directly related to the services provided under the scope of services detailed herein. Any additional services outside the scope of work identified in this proposal will be billed based on the hourly billing rates provided below, with a scope of services provided to the City and approval received from the City prior to commencing any out-of-scope work. NewGen Strategies&Solutions, LLC 2020 Billing Rates Project Team Member Title Project Role Billing Rate Dave Yanke Managing Director- Project Manager $300 Environmental Practice Jack E.Stowe Jr. Executive Consultant QNQC $315 Chris Ekrut CFO Assistant Project Manager $290 Stephanie Crain Senior Consultant Analyst $185 Megan Kirkland Staff Consultant Analyst $145 Line Item Budget A detailed breakdown of the budget including labors hours and cost by task and personnel is shown in the following table. .12 u` Total Hours Total Cost Personnel 530D 3315 $290 $185 3MIIIIIII NeWGW Task 1 Initiation of Data Request 0.5 0.0 0.5 0.0 1.0 2.0 $440 2 Data and Information Assessment 2.0 0.0 2.0 0.0 4.0 8.0 $1,760 3 Project Ki c k-off M eeti n g 4.0 0.0 4.0 4.0 0.0 12.0 $3J00 4 Determination of Revenue Requirement 4.0 2.0 4.0 8.0 160 34.0 $6,790 5 Functionalization of Revenue Requirement 2.0 2.0 4.0 6.0 8.0 22.0 $4,660 6 Allocation of Revenue Requirement 2.0 2.0 4.0 8.0 160 32.0 $6,190 7 Classification of Revenue Requirement 2.0 2.0 4.0 8.0 160 32.0 $6,190 8 Distribution of Revenue Requirement 4.0 2.0 4.0 8.0 160 34.0 $6,790 9 Development of Rate Design 4.0 2.0 4.0 8.0 160 34.0 $6,790 19 Draft Report Preparation 4.0 2.0 4.0 16.0 20.0 46.0 $8,850 11 Final Report P rep aration and Presentation 24.0 0.0 16.0 4.0 0.0 44.0 $12,580 Labor Hours 52.5 14.9 50.5 70.0 113.0 300.9 Labor Subtotal $15,750 $4,410 $14,645 $12,950 $16,385 $64,140 Out-of-pocket Expenses $1,200 Total Proposed Budget $65,340 12