Loading...
HomeMy WebLinkAboutContract 32286 STATE OF TEXAS § COUNTY OF TEXAS § CITY SECRETARY CONTRACT NO.3=), AMENDMENT NO. 3 TO CITY SECRETARY CONTRACT NO. 29129 WHEREAS, the City of Fort Worth ("City") and MWH Americas, Inc ("Engineer") made and entered into City of Fort Worth City Secretary Contract No. 29129, ("Contract") which was authorized by the City Council by M&C 19708 on the 12th day of August, 2003; and WHEREAS, the Contract involves professional services for the following project: Implementation Services Associated with the Maintenance Management System ; and WHEREAS, it has become necessary to amend the Contract to include an increased scope of work and/or revised maximum fee. NOW, THEREFORE, City and Engineer, acting herein by and through their duly authorized representatives, enter into the following agreement which amends the contract: 1. Article I Section A of the Contract is amended to include the additional engineering services specified Attachment A-2 attached hereto and incorporated herein, as authorized by the City Council in M & C 20807 on the 21s` June, 2005, a copy of which is attached hereto and incorporated herein. The cost to the City for the additional services to be performed by the Engineer shall not exceed $400,000. The cost includes a cost budget of$358,400 and a fixed fee amount of$41,600. 2. Article II of the Contract is amended to provide for an increase in the maximum fee to be paid to Consultant for all work and services under the Contract, as amended, so that the total fee to be paid by City for all work and services shall not exceed the sum of $6,563,207. The total cost includes a cost budget of$5,910,634 and a fixed fee amount of$682,573. 3. All other provisions of the Contract that are not expressly amended herein shall remain in ORIGINAL. full force and effect. Executed on this the3lJ' daY of a0A , 200_'�). ATTEST: CITY OF FORT WORTH B Marc WOtt City Secretary Assistant Cit anager APPROVED AS TO FORM CONSULTANT: MWH AMERICAS, INC 309 West 7th Street, Suite 1010 Fort Worth, TX, 76102 7 ( � By: . C���44 Assistant Oty, 1knorney Name: Donald L. jkith C M&C: -�O� a Ty Title: President Date: to S AOX CITY 4N`C11RE11Jff FT. � JF"TH, Tef. Attachment A-2 Amendment No. 3 to City Secretary Contract No. 29129 Scope of Services The role of MWH Americas Inc ("ENGINEER") and its appointed sub-consultants ("PROGRAM TEAM") under this contract amendment will be to provide Program Management, Provision of Best Practice Advice, Quality Assurance and Quality Control services. In addition, the ENGINEER and PROGRAM TEAM shall develop a series of MAXIMO custom reports, provide MAXIMO training and support services, design and implement an interface between MAXIMO and the City 's Buyspeed purchasing system and load GIS wastewater asset data for the 1-820 Loop Area into MAXIMO. The contract amendment will be executed within Phase 1 of the Water Information Technology (WIT) Program and is scheduled for completion in December, 2005. Task 14.1 - Development of Custom MAXIMO Reports—the ENGINEER and PROGRAM TEAM shall convene a workshop to identify and prioritize the required custom MAXIMO reports for the Water Department's Field Operations Division. The ENGINEER and PROGRAM TEAM shall identify and short list those custom reports that can be developed within the budget allocated for this task. The ENGINEER and PROGRAM TEAM shall gain agreement from the Water Department to the proposed custom report short list. The ENGINEER and PROGRAM TEAM shall design, configure, test and implement the agreed upon custom MAXIMO reports including all associated training. The report development effort is based on 40 hours of functional and 250 hours of technical report development. Task 14.2— GIS Pilot Studv—the ENGINEER and PROGRAM TEAM shall, in conjunction with Water Department and Engineering Department staff, provide a once — only load of the wastewater data (i.e. pipes, manholes, basins and sub-basins) for the 1- 820 Loop Area into MAXIMO. It has been assumed that the Geographic Information System (hereinafter "GIS") geodatabase will contain all relevant wastewater data (i.e pipes, manholes, basins and sub-basins), that a unique asset-id has been assigned and that all data has been reviewed and approved through the Water Department's map sheet acceptance and sign-off process (mSAP) prior to being provided to the ENGINEER and PROGRAM TEAM. The task does not include the development of a GIS to MAXIMO interface for synchronization of the wastewater assets once they have been loaded into MAXIMO. Task 14.3—MAXIMO Functional and Technical Support—the ENGINEER and the PROGRAM TEAM shall provide a mixture of on-site functional, business process, training support and technical support to Water Department Field Operations Division staff on an as-needed basis and as approved by the Water Department's Program Manager. The support is based on 160 hours of functional, business process and training support and 90 hours of technical support. Task 14.4 - Engineering Department Data Conversion Project Mana eq ment- the ENGINEER shall provide consulting services to work in-house with the Engineering Department's bulk data conversion team for up to 20 hours per week over a fifteen-week period. The services provided will include: L?1� VJA ❑ A Single GIS Technical Memorandum comprising the following: ❑ A comprehensive set of Business Rules and use cases for software development for an Asset ID Management System (80 hrs) ❑ A comprehensive set of Business Rules and use cases for software development to carry out the editing of the GIS features during the data maintenance phase (40 hrs) ❑ A memo describing the Map Publishing Strategy (16 hrs) ❑ A comprehensive set of Business Rules and use cases for any software development to achieve the necessary clarity of the individual map sheets (20 hrs) ❑ Any additional general consultation such as advice, attendance at meetings, etc (28 hrs) ❑ Advice and recommendations to conduct a GIS/MMS Data Load Pilot Study (40 hrs) ❑ An Organization Chart showing the transition from Data Conversion to Data Maintenance (16 hrs) —this will be incorporated into the Task 4 GIS Data Maintenance Technical Memorandum ❑ A Gantt chart of the overall GIS Project Schedule (60 hrs) —this will be incorporated into a separate Technical Memorandum Task 14.5—Design and Implementation of a MAXIMO to Buyspeed Interface—the ENGINEER and the PROGRAM TEAM shall design, configure, test and implement an interface between MAXIMO and the City's Buyspeed purchasing system for purchase orders only. The interface will support the Water Department's Field Operation's warehouse to eliminate double entry of purchase order information between the MAXIMO and Buyspeed systems. The task does not include the development of a MAXIMO to MARS interface for synchronization of the financial transactions or loading of historical purchase order records into MAXIMO. The City will be required to provide resources to make any necessary modifications within Buyspeed to accept data from and to push date to MAXIMO. Task 14.6 - Supplementary Services—the ENGINEER and PROGRAM TEAM will provide additional software, hardware, program management or consulting services to the Water Department upon authorized written agreement from the Water Department's Program Manager up to the amount budgeted for this Task item. �N ;a^G,r o E Via '' 'i Gil, n''"t Attachment A-2 Amendment No. 3 to City Secretary Contract No. 29129 Task 14 Budgets The following are the budget allocations for each of the tasks as defined in Attachment A-2 - Scope of Services. These budget allocations represent the ENGINEER'S estimate for each task and transfer of allocations between tasks is authorized after notification by ENGINEER to the City, providing transfers do not change the total budget amount. Changes to the total budget will be performed through amendments to the Agreement. Task# Task Title Cost Budget Allocation 14.1 MAXIMO Custom Report Development $66,400 14.2 GIS Pilot Study $51,100 14.3 MAXIMO Functional and Technical Support $83,600 14.4 GIS Data Conversion Project Management $65,400 14.5 MAXIMO to BuySpeed Interface $119,200 14.6 Supplemental Services $19,300 Total $400,000 Page 1 of 3 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 6/21/2005 - Ord. No. 16479-06-2005 DATE: Tuesday, June 21, 2005 LOG NAME: 60MWH3 REFERENCE NO.: **C-20807 SUBJECT: Authorize the Transfer of Funds, Adoption of Appropriation Ordinance and Authorize the Execution of Amendment No. 3 to Agreement with MWH Americas, Inc., for Implementation Services Associated with the Maintenance Management System RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer $400,000.00 from the Water & Sewer Operating Fund to the Water Capital Project Fund in the amount of $400,000.00; 2. Adopt appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Project Fund in the amount of$400,000.00; and 3. Authorize the City Manager to execute Amendment No. 3 to the agreement with MWH Americas, Inc. (City Secretary No. 29129) for the provision of services to develop additional Maintenance Management System (MMS) implementation and interface components for a total cost not to exceed $400,000.00. DISCUSSION: On August 12, 2003, (M&C C-19708) the City Council authorized the implementation of a series of strategic information technology systems within the Water Information Technology (WIT) Program for a contract amount not to exceed $2,803,107. The implementation includes: the migration of paper-based water and sewer data into the City's Geographic Information System (GIS), the implementation of a Customer Relationship Management (CRM) System to support customer service and billing operations and the implementation of a Maintenance Management System (MMS) that will help manage the lifecycle costs of the Water Department's assets and improve the future management and planning of water and sewer infrastructure. As of June 10, 2005, the WIT Program is approximately 95% complete with the successful implementation and deployment of the new CRM System and the MMS System for use by Water Department Customer Service and Field Operations staff. The WIT Program remains on budget and will be completed in July 2005, approximately three months ahead of schedule. In reviewing the outcomes from the MMS business process development phase of the WIT Program a number of additional system development and system interface initiatives have been identified. These initiatives would add significant value to the new MMS System implementation by further improving the efficiency of Water Department staff thereby generating significant time savings within their day-to-day work activities. Other benefits would include the more timely and efficient reporting of sewer system performances to the Texas Commission on Environmental Quality (TCEQ), assistance in an affirmative http://www.cfwnet.org/council_packet/Reports/mc_print.asp 8/26/2005 Page 2 of 3 cMOM defense to the US Environmental Protection Agency (EPA) and improved management and planning of water and sewer infrastructure. The four areas of development include: 1. Maximo Custom Report development — an initial amount of custom report development time was included in the original WIT Program scope of work; however, during the business analysis, metrics assessment and system development phases, additional custom reports were identified as being required by department staff for the day-to-day management and performance reporting associated with the water and sewer infrastructure and to assist with regulatory reporting to the TCEQ; 2. GIS Pilot project — the final MMS system will be based on the GIS asset inventory for both water and sewer facilities. In order to better coordinate the full implementation of the completed GIS system, cooperatively being developed by the Water Department and the Department of Engineering (DOE), a pilot project to incorporate sewer asset information into the MMS is being recommended. This pilot project would provide a greater understanding of collection system asset operation and performance, support the timely and efficient reporting of sewer system performance to TCEQ, assist in an affirmative cMOM defense to the EPA and improve the future management and planning of water and sewer infrastructure; 3. GIS Data Conversion Project Management—this includes the provision of a GIS consultant to work in- house at the City for a fifteen week period to assist the Water Department and DOE with management of the GIS data conversion project; and 4. Maximo to Buyspeed interface — this includes the development of a system based interface to Buyspeed to eliminate repetitive entry of inventory ordering, replenishment and receivables information into the Maximo MMS, the Buyspeed purchasing system and the MARS financial system, thereby improving the efficiency of warehouse staff and eliminating possible data entry errors within these information systems. M/WBE — A waiver of the goal for M/WBE subcontracting requirements was requested by the department and approved by the M/WBE Office because the application of the provisions of this ordinance will impose an economic risk on the City or unduly delay acquisition of the goods or services. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that upon approval and completion of recommendation 1 and the adoption of the appropriation ordinance, funds will be available in the current capital budget, as appropriated, of the Water Capital Projects Fund. TO Fund/Account/Centers FROM Fund/Account/Centers 1&2) 1) PE45 538070 0609020 $400,000.00 P162 472045 060162151030 $400,000.00 $400,000.00 2) $400,000.00 P162 531200 060162151030 P162 531200 060162151030 Submitted for City Manager's Office by: Marc Ott (8476) Originating Department Head: S. Frank Crumb (Acting) (8207) Additional Information Contact: S. Frank Crumb (Acting) (8207) http://www.cfwnet.org/council_packet/Reports/mc_print.asp 8/26/2005