HomeMy WebLinkAboutWoodard & Curran; 2022-05-19; PSA22-1831UTILPSA22-1831UTIL
General Counsel Approved Version 6/12/18
1
AGREEMENT FOR FUNDING SUPPORT FOR FISCAL YEAR 2022-23 SERVICES
WOODARD & CURRAN
THIS AGREEMENT is made and entered into as of the ______________ day of
___________________, 2022, by and between the Carlsbad Municipal Water District, a Public
Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of
Carlsbad, ("CMWD"), and Woodard & Curran, a Maine corporation, ("Contractor").
RECITALS
A. CMWD requires the professional services of a consultant that is experienced in
administering and supporting funding programs for water projects.
B. Contractor has the necessary experience in providing professional services and
advice related to grant and loan funding support.
C. Contractor has submitted a proposal to CMWD and has affirmed its willingness
and ability to perform such work.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein, CMWD and Contractor agree as follows:
1. SCOPE OF WORK
CMWD 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 Executive Manager may amend the Agreement to extend it for three (3) additional
one (1) year periods or parts thereof. Extensions will be based upon a satisfactory review of
Contractor's performance, CMWD needs, and appropriation of funds by the CMWD Board of
Directors. 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 forty thousand dollars ($40,000). No other compensation for the Services will be allowed
except for items covered by subsequent amendments to this Agreement. If CMWD elects to
extend the Agreement, the amount shall not exceed forty thousand dollars ($40,000) per
Agreement year. CMWD reserves the right to withhold a ten percent (10%) retention until CMWD
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: ADE66BF3-313F-4B23-B80A-6B40AC16EC25
May
19th
PSA22-1831UTIL
General Counsel 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 CMWD. Contractor will
be under control of CMWD only as to the result to be accomplished but will consult with CMWD
as necessary. The persons used by Contractor to provide services under this Agreement will not
be considered employees of CMWD for any purposes.
The payment made to Contractor pursuant to the Agreement will be the full and complete
compensation to which Contractor is entitled. CMWD will not make any federal or state tax
withholdings on behalf of Contractor or its agents, employees or subcontractors. CMWD 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 CMWD
and the City of Carlsbad within thirty (30) days for any tax, retirement contribution, social security,
overtime payment, unemployment payment or workers' compensation payment which CMWD
may be required to make on behalf of Contractor or any agent, employee, or subcontractor of
Contractor for work done under this Agreement. At CMWD’s election, CMWD 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
CMWD. If Contractor subcontracts any of the Services, Contractor will be fully responsible to
CMWD 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 CMWD. 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 CMWD.
8. OTHER CONTRACTORS
CMWD reserves the right to employ other Contractors in connection with the Services.
9. INDEMNIFICATION
Contractor agrees to indemnify and hold harmless CMWD and the City of Carlsbad, their officers,
officials, employees and volunteers from and against all claims, damages, losses and expenses
including attorneys’ 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 CMWD or the
City of Carlsbad incurs or makes to or on behalf of an injured employee under their 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
DocuSign Envelope ID: ADE66BF3-313F-4B23-B80A-6B40AC16EC25
PSA22-1831UTIL
General Counsel Approved Version 6/12/18
3
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
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 Coverages and Limits.
Contractor will maintain the types of coverages and minimum limits indicated below unless the
Risk Manager or Executive 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. CMWD, 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 CMWD 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 CMWD). $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 CMWD'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 CMWD will be named as an additional insured on Commercial General
Liability which shall provide primary coverage to CMWD.
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 CMWD sent
by certified mail pursuant to the Notice provisions of this Agreement.
10.3 Providing Certificates of Insurance and Endorsements. Prior to CMWD's execution of this
Agreement, Contractor will furnish certificates of insurance and endorsements to CMWD.
DocuSign Envelope ID: ADE66BF3-313F-4B23-B80A-6B40AC16EC25
PSA22-1831UTIL
General Counsel Approved Version 6/12/18
4
10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance
coverages, then CMWD 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 CMWD to obtain or
maintain insurance and CMWD 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. CMWD 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 CMWD
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 CMWD. 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 CMWD. 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 CMWD and
Contractor relinquishes all claims to the copyrights in favor of CMWD.
15. NOTICES
The name of the persons who are authorized to give written notices or to receive written notice
on behalf of CMWD and on behalf of Contractor under this Agreement.
For CMWD For Contractor
Name Shoshana Aguilar Name Rosalyn Prickett
Title Senior Management Analyst Title Project Manager
Dept Carlsbad Municipal Water District Address 10509 Vista Sorrento Pkwy, Ste 205
Address 5950 El Camino Real San Diego, CA 92121
Carlsbad, CA 92008 Phone 858-875-7427
Phone 442-339-2360 E-mail rprickett@woodardcurran.com
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: ADE66BF3-313F-4B23-B80A-6B40AC16EC25
PSA22-1831UTIL
General Counsel 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 that the services 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 CMWD 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
Executive Manager. The Executive 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 Executive 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, CMWD may
terminate this Agreement for nonperformance by notifying Contractor by certified mail of the
termination. If CMWD decides to abandon or indefinitely postpone the work or services
contemplated by this Agreement, CMWD 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 CMWD and all work in progress to CMWD address contained in this
Agreement. CMWD will make a determination of fact based upon the work product delivered to
CMWD and of the percentage of work that Contractor has performed which is usable and of worth
to CMWD in having the Agreement completed. Based upon that finding CMWD will determine the
final payment of the Agreement.
DocuSign Envelope ID: ADE66BF3-313F-4B23-B80A-6B40AC16EC25
PSA22-1831UTIL
General Counsel Approved Version 6/12/18
6
Either party upon tendering thirty (30) days written notice to the other party may terminate this
Agreement. In this event and upon request of CMWD, Contractor will assemble the work product
and put it in order for proper filing and closing and deliver it to CMWD. Contractor will be paid for
work performed to the termination date; however, the total will not exceed the lump sum fee
payable under this Agreement. CMWD 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, CMWD 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 CMWD 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 CMWD, 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 CMWD 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 CMWD 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 CMWD 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 CMWD, 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: ADE66BF3-313F-4B23-B80A-6B40AC16EC25
PSA22-1831UTIL
General Counsel 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 CARLSBAD MUNICIPAL WATER
DISTRICT, a Public Agency organized under
the Municipal Water Act of 1911, and a
Subsidiary District of the City of Carlsbad
WOODARD & CURRAN,
a Maine corporation
By: By:
(sign here) Vicki Quiram, General Manager
David W. Remick,
Executive Vice President & CFO
(print name/title)
If required by CMWD, 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, General Counsel
By:_____________________________
Assistant General Counsel
DocuSign Envelope ID: ADE66BF3-313F-4B23-B80A-6B40AC16EC25
PSA22-1831UTIL
General Counsel Approved Version 6/12/18
8
EXHIBIT “A”
SCOPE OF SERVICES
DocuSign Envelope ID: ADE66BF3-313F-4B23-B80A-6B40AC16EC25
9655 Chesapeake Drive
Suite 320 San Diego, California 92123 www.woodardcurran.com
T 800.426.4262
T 858.875.7400
Via Electronic Mail
May 5, 2022
Shoshana Aguilar Carlsbad Municipal Water District 1635 Faraday Avenue Carlsbad, CA 92008
Re: Revised Proposal for Fiscal Year 2022/23 Funding Support
Dear Ms. Aguilar:
Woodard and Curran, Inc. appreciates the opportunity to submit a proposal to continue to provide the Carlsbad Municipal Water District (District) with Fiscal Year 2022/23 (July 1, 2022 – June 30, 2023) Funding Support, with the option for up to three 1-year contract extensions. Currently, Woodard & Curran provides grant administration services under our Fiscal Year 2018/19 Funding Support (PSA18-442UTIL). To-date, the District has submitted over $13 million in costs to the state for its Phase III Recycled Water Project (Project) under two separate grant and loan programs. The Phase III Recycled Water Project is currently scheduled to be complete in June 2024, and funding administration expected to go through December 2024. We understand the importance of this project to the District’s water supply reliability and the essential value of utilizing available State and other funding sources. Additionally, starting in 2022, urban water suppliers are required to submit Annual Water Supply and Demand Assessments to the State each year by July 1 to remain eligible for state grant funding. As such, this proposal includes these annual reports as part of our proposed funding support services. A proposed scope and fee are described below.
SCOPE OF SERVICES
Task 1 – Funding Support
Woodard & Curran will complete funding-related tasks for the District, upon request. These tasks may include, but are not limited to:
•Continue to administer State Revolving Fund (SRF) Loan, and Proposition 1 WaterRecycling Funding Program Grant (awarded through the SRF program), for the PhaseIII Recycled Water Project. Funding administration includes, but is not limited to,preparing and/or coordinating:
o Quarterly reports,
o Disbursement requests,
o Final Budget Agreements,
o Final completion reports, and
DocuSign Envelope ID: ADE66BF3-313F-4B23-B80A-6B40AC16EC25
Carlsbad Municipal Water District 2 Woodard & Curran, Inc. Fiscal Year 2022/23 Funding Support April 29, 2022
o Invoice compilation and tracking.
• Identify funding opportunities by working with the District to understand its funding goals and expectations, and discuss projects it wishes to seek funding for.
• Review grant solicitation materials, including project qualification requirements.
• Other tasks as requested.
Task 2 – Annual Water Supply and Demand Assessment
In spring, Woodard & Curran will work with District staff to update the existing Annual Water Supply and Demand Assessment (Annual Assessment) for the current year. Woodard & Curran will provide a data request to the District for actual water demands and any changes to supplies. Based on the demand assumptions in the UWMP, demand assumptions provided by the San Diego County Water Authority, or other assumptions deemed appropriate by the District, Woodard & Curran will project demands and supplies assuming the following year is dry. Woodard & Curran will complete the five required tables and update the associated narrative. This task assumes two calls with the District – the first to review the data request and dry year assumptions, and the second to review comments on the Draft Annual Assessment Report. This task further assumes a single round of revisions based on the District review of the Draft Annual Assessment Report. Woodard & Curran will provide the District a Draft Final Annual Assessment for Board of Director approval. Following the District’s approval of the Annual Assessment, Woodard & Curran will upload the materials DWR’s online WUE database, as directed in the State’s Guidance.
Task 3 – Project Management and Meetings
Woodard & Curran will perform general project management activities, including preparation of monthly invoices and progress reports. It is anticipated that several meetings will be necessary with District staff during identification and preparation of grant and loan applications, and/or grant administration activities.
SCHEDULE
Woodard & Curran proposed to start work under this contract on July 1, 2022, with the annual budget running July 1 – June 30 of each fiscal year for which the District chooses to extend this contract. The schedule proposed here would end no later than June 30, 2026. The current agreement (PSA18-442UTIL) expires June 11, 2022. Should the District choose, this proposed work could begin immediately following the end of the current agreement. If the District so chooses, Woodard & Curran would start work under this contract June 12, 2022, with the annual budget running June 12 – June 11 of each year for which the District chooses to extend this contract, and would end no later than June 11, 2026.
BUDGET
Woodard & Curran proposes to provide the District with Fiscal Year 2022/23 Funding Support for a fee not to exceed $40,000 per year, with the opportunity for up to three 1-year extensions,
DocuSign Envelope ID: ADE66BF3-313F-4B23-B80A-6B40AC16EC25
Carlsbad Municipal Water District 3 Woodard & Curran, Inc. Fiscal Year 2022/23 Funding Support April 29, 2022
to be billed on a time and materials basis according to our standard rate sheet (attached). We are prepared to begin work on this effort immediately upon your authorization to do so.
CLOSING
We greatly appreciate this opportunity to offer our continued services for funding support. Please feel free to call me at 858-875-7421 or our Project Manager, Sally Johnson at 858-875-7427 if you have any questions regarding this proposal or require any further information.
Sincerely,
WOODARD & CURRAN, INC.
Rosalyn Prickett, AICP Senior Water Resources Planner, Principal in Charge.
cc: Sally Johnson
DocuSign Envelope ID: ADE66BF3-313F-4B23-B80A-6B40AC16EC25
STAFF TYPE HOURLY RATE
Project Assistant $120
Billing Manager $140
Designer 1 $140
Graphic Artist $140
Graphics Manager $140
Marketing Assistant $140
Marketing Manager $140
Senior Accountant $140
Senior Project Assistant $140
Software Engineer 1 $165
Designer 2 $170
Designer 3 $175
Senior Software Developer $175
Engineer 1 $180
Geologist 1 $180
Planner 1 $180
Scientist 1 $180
Senior Designer $180
Technical Specialist 1 $180
Software Engineer 2 $185
Software Engineer 3 $200
Engineer 2 $205
Geologist 2 $205
Planner 2 $205
Scientist 2 $205
Technical Specialist 2 $205
Engineer 3 $235
Geologist 3 $235
Planner 3 $235
Scientist 3 $235
Technical Specialist 3 $235
Project Engineer 1 $245
Project Geologist 1 $245
Project Planner 1 $245
Project Scientist 1 $245
Project Specialist 1 $245
Project Technical Specialist 1 $245
Project Engineer 2 $260
Project Geologist 2 $260
Project Planner 2 $260
Project Scientist 2 $260
Project Specialist 2 $260
Project Technical Specialist 2 $260
Project Manager 1 $280
Technical Manager 1 $280
Project Manager 2 $295
Technical Manager 2 $295
Senior Project Manager $315
Senior Technical Manager $315
National Practice Leader $330
Senior Technical Practice Leader $330
EXPENSES
Travel $0.585 / mile
Other Direct Costs At Cost Plus 10%
Subconsultants/Subcontractors At Cost Plus 10%
NOTES
Mileage rate will change as the federal allowable rate is modified.
Rate Schedule
Municipal Standard 2022
#5000 Page 1 of 1
DocuSign Envelope ID: ADE66BF3-313F-4B23-B80A-6B40AC16EC25
DocuSign Envelope ID: ADE66BF3-313F-4B23-B80A-6B40AC16EC25
DocuSign Envelope ID: ADE66BF3-313F-4B23-B80A-6B40AC16EC25
DocuSign Envelope ID: ADE66BF3-313F-4B23-B80A-6B40AC16EC25
DocuSign Envelope ID: ADE66BF3-313F-4B23-B80A-6B40AC16EC25