Loading...
HomeMy WebLinkAboutContract 33590 City Secretary Contract No.� M&C No. C-21426 CITY OF FORT WORTH, TEXAS AGREEMENT FOR CONSULTANT SERVICES This AGREEMENT is between the City of Fort Worth ("CITY") and Water Prospecting and Resource Consulting, LLC, ("CONSULTANT"), for a PROJECT generally described as: CONSERVATION AND OPTIMIZATION PROJECT PHASE 2 Article I Scope of Services A. The Scope of Services is set forth in Attachment A. Article Il Compensation A. The CONSULTANT'S compensation is set forth in Attachment B. Article III Terms of Payment Payments to the CONSULTANT will be made as follows: A. Invoice and Payment (1) The CONSULTANT shall provide the CITY sufficient documentation to reasonably substantiate the invoices. (2) The CONSULTANT will issue monthly invoices for all work performed under this AGREEMENT. Invoices are due and payable within 30 days of receipt. (3) Upon completion of services enumerated in Article I, the final payment of any balance will be due within 30 days of receipt of the final invoice. (4) In the event of a disputed or contested billing, only that portion so contested will be withheld from payment, and the undisputed portion will be paid. The CITY will exercise reasonableness in contesting any bill or portion thereof. No interest will accrue on any contested portion of the billing until mutually resolved. 0FFK1_;1lM PKEND �S� RIGIRIA�. 06-06-06 P12 :0-4 1 N .�. �.,a.Ln �, �7 (5) If the CITY fails to make payment in full to CONSULTANT for billings contested in good faith within 60 days of the amount due, the CONSULTANT may, after giving 7 days' written notice to CITY, suspend services under this AGREEMENT until paid in full, including interest. In the event of suspension of services, the CONSULTANT shall have no liability to CITY for delays or damages caused the CITY because of such suspension of services. Article IV Obligations of the CONSULTANT A. General The CONSULTANT will serve as the CITY's professional consulting services representative under this AGREEMENT, providing professional consultation and advice and furnishing customary services incidental thereto. B. Standard of Care The standard of care applicable to the CONSULTANT's services will be the degree of skill and diligence normally employed in the State of Texas by professional consultants performing the same or similar services at the time such services are performed. C. Minority and Woman Business Enterprise (M/WBE) participation In accord with City of Fort Worth Ordinance No. 15530, the CITY has goals for the participation of minority business enterprises and woman business enterprises in City contracts. CONSULTANT acknowledges the M/WBE goal established for this contract and its commitment to meet that goal. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the CONSULTANT may result in the termination of this AGREEMENT and debarment from participating in City contracts for a period of time of not less than three (3) years. D. Right to Audit (1) CONSULTANT agrees that the CITY shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the CONSULTANT involving transactions relating to this contract. 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 Agreement w 3 i'. „„�� j1 WPRC MKI-JAI'd N(41 J�:� 2 of 10 .NSSpp�77�'�1 S f�Y HQ,�(Y CONSULTANT reasonable advance notice of intended audits. (2) 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 the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract, and further, that the 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 article together with subsection (3)hereof. CITY shall give subcontractor reasonable advance notice of intended audits. (3) CONSULTANT and subcontractor agree to photocopy such documents as may be requested by the CITY. The CITY agrees to reimburse CONSULTANT for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. E. Consultant's Insurance (1) Insurance coverage and limits: CONSULTANT shall provide to the CITY certificate(s) of insurance documenting policies of the following coverage at minimum limits that are to be in effect prior to commencement of work on the PROJECT: Commercial General Liability $1,000,000 each occurrence $2,000,000 aggregate Automobile Liability $1 ,000,000 each accident (or reasonably equivalent limits of coverage if written on a split limits basis). Coverage shall be on any vehicle used in the course of the PROJECT. Worker's Compensation Coverage A: statutory limits Coverage B: $100,000 each accident $500,000 disease - policy limit $100,000 disease - each employee Professional Liability $1,000,000 each claim/annual aggregate (2) Certificates of insurance evidencing that the CONSULTANT has obtained all required insurance shall be delivered to the CITY prior to CONSULTANT Consultant Agreement WPRC 3 of 20 proceeding with the PROJECT. (a) Applicable policies shall be endorsed to name the CITY an Additional Insured thereon, as its interests may appear. The term CITY shall include its employees, officers, officials, agents, and volunteers as respects the contracted services. (b) Certificate(s) of insurance shall document that insurance coverage specified according to items section K.(1) and K.(2) of this AGREEMENT are provided under applicable policies documented thereon. (c) Any failure on part of the CITY to request required insurance documentation shall not constitute a waiver of the insurance requirements. (d) A minimum of thirty (30) days notice of cancellation or material change in coverage shall be provided to the CITY. A 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 respective Department Director (by name), City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102. (e) Insurers for all policies must be authorized to do business in the state of Texas or be otherwise approved by the CITY; and, such insurers shall be acceptable to the CITY in terms of their financial strength and solvency. (f) Deductible limits, or self insured retentions, affecting insurance required herein shall be acceptable to the CITY in its sole discretion; and, in lieu of traditional insurance, any alternative coverage maintained through insurance pools or risk retention groups must be also approved. Dedicated financial resources or letters of credit may also be acceptable to the CITY. (g) Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects the PROJECT. (h) The CITY shall be entitled, upon its request and without incurring expense, to review the CONSULTANT's insurance policies including endorsements thereto and, at the CITY's discretion; the CONSULTANT may be required to provide proof of insurance premium payments. (i) The Commercial General Liability insurance policy shall have no exclusions by endorsements unless the CITY approves such Consultant Agreement WPRC 4 of 10 exclusions in writing. (j) The Professional Liability insurance policy, if written on a claims made basis shall be maintained by the CONSULTANT for a minimum two (2) year period subsequent to the term of the respective PROJECT contract with the CITY unless such coverage is provided the CONSULTANT on an occurrence basis. (k) The CITY shall not be responsible for the direct payment of any insurance premiums required by this AGREEMENT. It is understood that insurance cost is an allowable component of CONSULTANT's overhead. (1) All insurance required in section K., except for the Professional Liability insurance policy, shall be written on an occurrence basis in order to be approved by the CITY. (m) Subcontractors to the CONSULTANT shall be required by the CONSULTANT to maintain the same or reasonably equivalent insurance coverage as required for the CONSULTANT. When subcontractors maintain insurance coverage, CONSULTANT shall provide CITY with documentation thereof on a certificate of insurance. Notwithstanding anything to the contrary contained herein, in the event a subcontractor's insurance coverage is canceled or terminated, such cancellation or termination shall not constitute a breach by CONSULTANT of the AGREEMENT. F. Independent Consultant The CONSULTANT agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. G. Disclosure The CONSULTANT acknowledges to the CITY that it has made full disclosure in writing of any existing conflicts of interest or potential conflicts of interest, including personal financial interest, direct or indirect. The CONSULTANT further acknowledges that it will make disclosure in writing of any conflicts of interest that develop subsequent to the signing of this AGREEMENT and prior to final payment under this AGREEMENT. Article V Obligations of the City A. City-Furnished Data Consultant Agreement WPRC JHIChti pam 5 of 10 CITY SKI!Ip r•:nn rt 0 The CITY will make available to the CONSULTANT all technical data in the CITY's possession relating to the CONSULTANT'S services on the PROJECT. The CONSULTANT may rely upon the accuracy, timeliness, and completeness of the information provided by the CITY. B. Access to Facilities and Property The CITY will make its facilities accessible to the CONSULTANT as required for the CONSULTANT'S performance of its services. C. Timely Review The CITY will examine the CONSULTANT'S studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as the CITY deems appropriate; and render in writing decisions required by the CITY in a timely manner in accordance with the project schedule in Attachment A. D. Prompt Notice The CITY will give prompt written notice to the CONSULTANT whenever CITY observes or becomes aware of any development that affects the scope or timing of the CONSULTANT'S services or of any defect in the work of the CONSULTANT. E. Changes The CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect the CONSULTANT's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT with appropriate CITY approval. Article VI General Legal Provisions A. Reuse of Project Documents All studies, reports, manuals, designs, drawings, specifications, documents, and other work product materials of the CONSULTANT, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. Reuse, change, or alteration by the CITY or by others acting through or on behalf of the CITY of any such instruments of service without the written permission of the CONSULTANT will be at the CITY's sole risk. The final designs, drawings, specifications and documents shall be owned by the CITY. Consultant Agreement RC 6 Pof 10 9 U � B. Force Majeure The CONSULTANT is not responsible for damages or delay in performance caused by acts of God, strikes, lockouts, accidents, or other events beyond the control of the CONSULTANT. C. Term Unless terminated pursuant to Article VI, Section (D) of hereof, this AGREEMENT shall be completed within 2 years from the date of its execution. D. Termination (1) This AGREEMENT may be terminated only by the CITY for convenience on 30 days' written notice. This AGREEMENT may be terminated by either the CITY or the CONSULTANT for cause if either party fails substantially to perform through no fault of the other and does not commence correction of such nonperformance with 5 days of written notice and diligently complete the correction thereafter. (2) If this AGREEMENT is terminated for the convenience of the CITY, the CONSULTANT will be paid for termination expenses as follows: a.) Cost of reproduction of partial or complete studies, plans, specifications or other forms of CONSULTANT'S work product; b.) Out-of-pocket expenses for purchasing storage containers, microfilm, electronic data files, and other data storage supplies or services; c.) The time requirements for the CONSULTANT'S personnel to document the work underway at the time the CITY'S termination for convenience so that the work effort is suitable for long time storage. (3) prior to proceeding with termination services, the CONSULTANT will submit to the CITY an itemized statement of all termination expenses. The CITY'S approval will be obtained in writing prior to proceeding with termination services. E. Suspension, Delay, or Interruption to Work The CITY may suspend, delay, or interrupt the services of the CONSULTANT for the convenience of the CITY. In the event of such suspension, delay, or interruption, an equitable adjustment in the PROJECT's schedule, commitment and cost of the CONSULTANT's personnel and subcontractors, and CONSULTANT's compensation will be made. F. Indemnification Consultant Agreement WPRC 7 of 10 CITY B`73 j�lS I'\Vl�l � K1111 (1) The CONSULTANT shall indemnify and hold the CITY and its officers, agents, employees, and volunteers harmless for any loss, damage, liability or expense for damage to property and injuries, including death, to any person, including but not limited to officers, agents or employees of the CONSULTANT or subcontractors which may arise out of any negligent act, error or omission in the performance of CONSULTANT's professional services. CONSULTANT shall defend at its own expense any suits or other proceedings brought against the CITY its officers, agents and employees, or any of them resulting from such negligent act, error or omission; and shall pay all expenses and satisfy all judgments which may be incurred by or rendered against them or any of them in connection therewith resulting from such negligent act, error or omission. (2) In addition to the indemnification requirement above, CONSULTANT releases the CITY from any liability for injury or property damage incurred during this AGREEMENT, unless such injury or property damage was the result of intentional conduct committed by an employee of the CITY. CONSULTANT shall not permit any employee, officer, subcontractor, or agents of the CONSULTANT or any employees, officers or agents of any subcontractor to perform any activity under this AGREEMENT without first executing a release containing such provisions. G. Assignment Neither party will assign all or any part of this AGREEMENT without the prior written consent of the other party. H. Interpretation Limitations on liability and indemnities in this AGREEMENT are business understandings between the parties and shall apply to all the different theories of recovery, including breach of contract or warranty, tort including negligence, strict or statutory liability, or any other cause of action, except for willful misconduct or gross negligence for limitations of liability and sole negligence for indemnification. Parties mean the CITY and the CONSULTANT, and their officers, employees, agents, and subcontractors. I. Jurisdiction The law of the State of Texas shall govern the validity of this AGREEMENT, its interpretation and performance, and any other claims related to it. Should any action, whether real or asserted, at law or in equity, arise out of the terms of this AGREEMENT, venue for said action shall be exclusively in the District Court in Tarrant County, Texas. J. Severability Consultant Agreement p( 8 Pof 10 URFapIA BOB CITY Wl-,-Effly F1 W� RTH, TEX. If any of the provisions contained in this AGREEMENT are held for any reason to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability will not affect any other provision, and this AGREEMENT shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein. K. Observe and Comply CONSULTANT shall at all times observe and comply with all federal and State laws and regulations and with all City ordinances and regulations which in any way affect this AGREEMENT and the work hereunder, and shall observe and comply with all orders, laws, ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. CONSULTANT agrees to defend, indemnify and hold harmless CITY and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees. L. Contract Construction The parties acknowledge that each party and, if it so chooses, its counsel have reviewed and revised this Agreement and that the normal rule of construction to the effect that any ambiguities are to be resolved against the drafting party must not be employed in the interpretation of this Agreement or any amendments or exhibits hereto. M. No Third-Party Beneficiaries This Agreement shall inure only to the benefit of the parties hereto and third persons not privy hereto shall not, in any form or manner, be considered a third party beneficiary of this Agreement. Each party hereto shall be solely responsible for the fulfillment of its own contracts or commitments. N. Notices Notices to be provided hereunder shall be sufficient if forwarded to the other party by hand-delivery or via U.S. Postal Service certified mail, postage prepaid, to the address of the other party shown below: CITY: CONSULTANT: City of Fort Worth Water Department Water Prospecting and Resource Attn: Director Consulting, LLC Consultant Agreement � '!� b1 � rp WPRC V IC 1Gpy'M dS py 9 of 10 1000 Throckmorton St. Attn: Andrew Chastain-Howley, Director Fort Worth, Texas 76102 100 E. 15th Street, Suite 310 Fort Worth, Texas 76102 Article VII Attachments, Schedules, and Signatures This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A - Scope of Services Attachment B - Compensation Executed this the / ' day of , 2006. ATTEST: CITY OF FORT WORTH: B : Marty Hendrix Marc A. Ott City Secretary Assistant City Manager APPROVED AS TO FORM RECOMMENDED: AND LEG ITY: - S. Frank Crumb Amy J' RqiKsWater Department, Director Assistant City Attorney CONSULTANT ATTEST: Contract Authorization �1 Water Prospecting and ----� (a Date Resources Consulting, LLC ILBy: Andrew Ch tain-Howley Director Consultant Agreement 1p IpyW/! 1v0 PRC 10 091 CIA ROD CRY ���1EARY FT. NITH, TEX. Attachment A Scope of Work Conservation and Optimization Project Phase 2 ProposedScope of Work .................................................................................................... 1 Conservation and Optimization Project Phase 2................................................................. 1 TASK 1.0 Public Education......................................................................................... 2 1.1 Conservation Advisory Committee Meetings................................................... 2 1.2 Aid City Staff with Development of Materials................................................. 2 1.3 Review BMPs, Develop Fort Worth Manual.................................................... 2 TASK 2.0 Meter Replacement..................................................................................... 2 TASK 3.0 Indoor and Outdoor Residential Water Use Analysis................................. 2 3.1 Conduct Metered Analysis of Selected Residences.......................................... 2 3.2 Evaluate Indoor and Outdoor Water Savings and Cost Benefits...................... 3 TASK 4.0 System Demand Analysis ........................................................................... 4 TASK 5.0 Leak Detection—District Metered Areas (DMAs) and Pressure Management Zones (PMZs) ............................................................................. 4 5.1 Develop a Leak Detection and Repair Plan...................................................... 4 5.2 hnplementation of Three pilot DMAs .............................................................. 6 5.3 Transmission Main Asset Condition Assessment and Leak Detection ............ 7 5.4 Implementation of one Pressure Management Zone (PMZ)............................. 8 5.5 Fort Worth staffing and infrastructure considerations...................................... 8 5.6 Deliverables ..................................................................................................... 9 5.7 Schedule............................................................................................................ 9 TASK6.0 System Audit............................................................................................... 9 TASK 7.0 Irrigation System Analysis.......................................................................... 9 TASK8.0 Final Report ................................................................................................ 9 QFFIvIWI �i'EM10iD C1Rj 6EC"-REYXP"' Water Prospecting and Resource Consulting Page 1 of 11 Attachment A TASK 1.0 Public Education This section will be conducted throughout the project to develop interaction with the customer base and will involve the following sections: 1.1 Conservation Advisory Committee Meetings • Attend Conservation Advisory Committee (CAC) and subcommittee meetings; • Assist in Preparing for meetings; • Present when necessary. 1.2 Aid City Staff with Development of Materials • Contract with Enviromedia to prepare conservation materials for use by the City; • Evaluate and enhance the City bill inserts; • Develop targeted materials for high users in third tier of rate structure; • Prepare analyses of billing. 1.3 Review BMPs, Develop Fort Worth Manual • Evaluate TWDB and TCEQ requirements as related to Fort Worth specific conservation issues • In conjunction with analysis and review with the CAC, prepare a dedicated Fort Worth BMP document outlining the BMPs to be used for Fort Worth. Alter the Texas Conservation Task Foce BMP's where necessary, to relate the document to Fort Worth rather than the State of Texas. TASK 2.0 Meter Replacement • Target meter replacement pilot study using GIS; • Test selection of targeted water meters and random sample in situ; • Evaluate cost-benefit for water meter replacement. TASK 3.0 Indoor and Outdoor Residential Water Use Analysis 3.1 Conduct Metered Analysis of Selected Residences Analyze system billing data to update the GIS meter usage maps. Develop an initial model for estimating risk of low-reading meters and determine areas of high risk of poorly reading meters. Work with operations, customer service, and meter specialists to evaluate meter issues and to reduce connections without a meter and poorly functioning meters. Analyze and report on metered data a j�� C A CIV Water Prospecting and Resource Consulting Pa Attachment A 3.2 Evaluate Indoor and Outdoor Water Savings and Cost Benefits Conduct meter logging of selected residences to determine a Fort Worth-specific usage pattern. This will be conducted over at least three separate weeks to evaluate winter and summer indoor usage patterns. Choose residences based on knowledge of types of indoor fittings, age of residence and other factors including whether the residence has a lawn irrigation system. Conduct meter logging of these residences. After this baseline is created, evaluate the cost-benefit of retro-fitting low-flow fixtures to the residences which did not have low-flow fittings at the beginning of the test. As additional services, possibly conduct these retrofits and continue to evaluate the customer data. • Review locations to find at least one area with total coverage of irrigation systems and at least one area where there is no coverage of irrigation systems. In addition it would be preferred to find an area which was built prior to the 1992 plumbing code changes. • Review locations for study to incorporate a low, mid and high income area if possible • Work with neighborhood organizations to determine best locations for study areas and to aid with surveying of water use and outdoor irrigation systems. • Conduct meter logging of selected residences (suggest up to 10 in each area) and evaluate and report on data. As additional services conduct retrofits of low-flow fixtures in residences without these units installed and continue to monitor the changes in water use. This would be costed dependant upon the number of residences to be retrofitted. � 1ilk, Water Prospecting and Resource Consulting ragR r�' Attachment A TASK 4.0 System Demand Analysis Review historical system data. Prepare and predict system demands for selected pressure planes within the Fort Worth service area. Review existing demand for the Northside 2 pressure plane and predict maximum day demands for this pressure plane. Analyze other system demands as determined by City staff. TASK 5.0 Leak Detection - District Metered Areas (DMAs) and Pressure Management Zones (PMZs) The leak detection services will include conducting actual detection within the City service area using active leak detection practices (acoustic listening equipment and dedicated field staff) as well as developing DMAs and PMZs. 5.1 Develop a Leak Detection and Repair Plan Conduct leak detection on selected areas of the Fort Worth distribution system. Record all known leaks and areas surveyed. Prepare a report reviewing current planning as well as recommend and update the methodology for system leak detection and repair. 5.1.1 Equipment to be used Leak detection equipment will be provided by WPRC and will include: 1. 50 Acoustic noise loggers (Permalog and Gutermann units) 2. Leak noise correlator(Fluid Conservation Systems) 3. Ground microphones (Fluid Conservation Systems) 5.1.2 Acoustic leak noise logger installations and evaluation The leak detection will include at least 200 non-permanent leak noise logger installations of each type of noise logger. Valid data will be collected from at least 95% of the loggers. All the areas evaluated by leak noise loggers will be followed up with leak noise correlator and ground microphones will be used to verify suspected leaks. These technologies will be tested in Fort Worth-specific situations to determine which works most effectively. The sounding devices will be checked on at least a weekly basis. Leak reports will be prepared during this study. An example report is attached below as Figure 1. els n Water Prospecting and Resource Consulting Page 4 of 11 Attachment A Water Prospecting k?YRTLc, _ �1YRTtg &Resource Consulting,LLC M --- YR _ 100 E.15d:Street Suhe 710 �ftme:E17-A5-S#08 Faa ReorF.7exns 76102 Fex: 617-335-517T Leak Detection Report Leak at Meter 1620 Hurley North of Allen x } w ...-. __. ._....... Leak at l.!ete- f a� Figure 1. Example leak detection report 5.1.3 Best management practice development The current field operations practices, staffing and equipment will be analyzed and a best management practice will be developed with input from field operations. This will be conducted in concert with the other leak detection work including District Metered Areas and Pressure Management Zones. OFFICIAL RECUND R WORTH, TEX Water Prospecting and Resource Consulting Page 5 of 11 Attachment A 5.2 Implementation of Three pilot DMAs • Conduct review of distribution system to determine possible locations for DMA testing. • Identify pressure reduced or pumped areas to define DMAs based on existing pressure regimes. • Make use of any existing network models of the area. • Identify minor pipework alterations required for establishment of DMA. Seek liaison engineer's approval for any deviation from standard installation. • Conduct initial review of DMAs with insertion flow meter to prove DMA. • Carry out a pressure zero test on the critical property with the lowest pressure in the DMA in conjunction with local network and Customer Service staff. Provide advance communication of pressure/water quality changes to affected customers, key account customers, and the Fire Department. 5.2.1 DMA size DMAs will be chosen for areas with between 500 and 2000 properties. At least four areas will be evaluated and three will be taken to implementation. 5.2.2 DMA form and reporting An example DMA format is shown below as Figure 2. The DMAs will be initially evaluated using GIS. The reporting will include all maps and diagrams associated with the setup of the DMA, plus the boundary valve, meter logging, and pressure logging records. IN QRAMpy `'00H, TEX. Water Prospecting and Resource Consulting Page 6 of 11 Attachment A 04 --� a, J i`° PipesAP t - ........_...-all other values' 1 _ DMA VaivesAP DMA /tt •Ss • Boundary i VW3 ,• � ( yV,� • VCIsAP ! •'� 0431 Properties /sM 411 Properties Figure 2. Example DMA visual report format 5.3 Transmission Main Asset Condition Assessment and Leak Detection Conduct overview assessment using system knowledge, GIS, and water metering and audit techniques to assess transmission main locations suitable for asset condition assessment. 5.3.1 Condition Assessment Use asset management consultant to evaluate failure risk analysis and evaluate the combination of analytical techniques for analysis of pre- stressed concrete cylinder pipe. Organization of specific pre-stressed concrete cylinder pipe condition assessment to target condition issues and probability of failure. This will only cover 8 miles (or approximately 4%) of the 207 miles of PCCP which is of a size greater than 24" in diameter. The final report will include the development of a strategy to assess all the city's transmission main system. `1FFIC-111A MORW 5.3.2 Field Investigation Ciff ��� RRY Conduct initial assessment pilot study on a portion of 8 miles of (North beach line) or a similar pipeline as determined by FWWDLIn plus assessment and reporting of results. This is intended to be the first test of technologies prior to determining a strategy for the city to conduct assessment on all of their pipelines. This will include the trial of Remote Water Prospecting and Resource Consulting Page 7 of 11 Attachment A Field Eddy Current, and Sahara leak detection equipment of approximately 3 miles of the transmission system reviewed in section 5.3.1. 5.4 Implementation of one Pressure Management Zone (PMZ) • Identify pressure reduced or pumped areas to define PMZ based on existing pressure regimes. Make use of any existing network models of the area. • Conduct setup similar to DMA, but include design and implementation of pressure-reducing valve and flow and pressure controller. • The pressure management zone will be developed in exactly the same manner as a DMA, except for the pressure-reducing infrastructure and the analysis and reporting of data, which will include pressure analysis as well as flow analysis. 5.5 Fort Worth staffing and infrastructure considerations A project manager within the Field Operations unit should be assigned as the point of contact for all the work in TASK 5. In addition the City will be responsible for purchasing and installing the infrastructure for the DMA, and the PMZ. Installation will be organized around normal crew schedules and is not expected to impact normal operational needs. It is anticipated that existing meters in the Field Operations inventory may be used for these installations. The additional costs associated with this program will be in the crew hours to construct the meter installation, and the cost of monitoring the system after they are operational. It is estimated that each installation will take 2 to 5 days to construct. WPRC will provide the insertion probe for the initial flow testing of the DMAs and PMZ prior to full-time installation. WPRC will also provide the initial monitoring loggers to test the system. Full operation will require an insertion or in- line meter, monitoring loggers and a method of returning the information to a SCADA or similar system. Currently Field Operations has all the equipment necessary except a flow modulating controller for the PMZ, and (possibly) a pressure reducing valve that can interface with this controller. If all items were to be purchased directly for this project the infrastructure cost would be approximately $8,000 for each DMA and $18,000 for the PMZ. However, it is likely that most of the equipment is already available. WPRC will provide staffing for all the leak detection and initial DMA and PMZ design, and analysis until the systems are fully operational. The condition assessment will be conducted by subcontractors, the only additional City infrastructure and staffing considerations for section 5.3 will be dependant upon the possible need to provide extra access points to the transmission mains. Water Prospecting and Resource Consulting Page 8 of 11 Attachment A 5.6 Deliverables 1. Technical memos outlining the work conducted in each of the subtasks 5.1 through 5.4; 2. Leak Detection Reports of leaks found during study; 3. Best Management Practice report dedicated to Fort Worth Operations; 4. Three (3) operational District Metered Areas; 5. One (1) operational Pressure Management Zone; 6. Asset Condition Assessment report with analysis of data from pilot project and strategy for reducing risk of failure within the transmission main system. 5.7 Schedule Estimated project schedule is as outlined below: 2006 2007 APR MAY JUN JUL AUG SEP OCT NOV DEC JAN FEB MAR APR TASK Description 5 Leak Detection 5 1 Leak Detection Plan ........................................ 5..2 Pilot DMAs EvUaii .:::::::::::..:.... .... . bra.. ..:::::::>:::.... :>:>: ::::..::Testing 64 Pressure Management Zone Elrstw} ;>r ..... >' >:; ;: Testing 5.3 Transmission Main Asset Conran TASK 6.0 System Audit Prepare 2006 audit as per requirements of TWDB to be completed by March 2006. (This may only be necessary if the Water Department does not have approval by City auditors prior to the TWDB deadline.) Aid with the development of an internal System Audit and Leak Detection Review Committee. Conduct an annual review of updated audit details with the internal audit committee TASK 7.0 Irrigation System Analysis Interface with the Irrigation Standards Subcommittee of the Water Conservation Customer Advisory Committee. Conduct a City ordinance review and prepare new sections, if necessary. Conduct metering of selected sites to determine real-time Fort Worth data on which to base reporting. Aid with development of internal and external methodologies for irrigation audits and with preparation of a manual of best practice. 0016Mw. ROAD TASK 8.0 Final Report CITY 61K�0APY FT UK@ Report upon all areas of conservation planning developed above. Analyze cost4benerit relationships for each of the TASKS. Water Prospecting and Resource Consulting Page 9 of 1 I Attachment 2006 2007 APR MAY JUN JUL AUG SEP OCT NOV DEC JAN FEB MAR APR N TASK Description 1 Public Education 1.1 Meetings 12 Development of Materials 13 Develop BMP manual 2 Meter Replacement J Residential Water Use Analysis 31 Metered Analysis 32 Evaluate Water 3aAngm 4 System Demand Analysis 5 Leak Detection 51 Leak Detection Plan ........................... 52 Pi|o|D�Ao Testing �4 Pesoum�mnaOememZnne T�o�ig 5.3 Transmission Main Asset Condn U System Audit 7 Irrigation System Analysis U Reporting IrIFH6,`^1JAI Won, Water Prospecting and Resource Consulting Page lOofll Attachment A Deliverables 1. Task technical memos for each TASK in electronic format. 2. Final Report and all Interim TASK reports. 10 hardcopies and 1 electronic copy 3. All tables and spreadsheets developed for the project in electronic format 4. Technical memos outlining the work conducted in each of the subtasks 5.1 through 5.4; 5. Leak Detection Reports of leaks found during study; 6. Best Management Practice report dedicated to Fort Worth Operations; 7. Three (3) operational District Metered Areas; 8. One (1) operational Pressure Management Zone; 9. Asset Condition Assessment report with analysis of data from pilot project and strategy for reducing risk of failure within the transmission main system. 10. Dedicated Fort Worth Best Management Practices document for conservation planning 11. Pilot study results for meter accuracy 12. System Demand projections for Northside II area � 1CNN Water Prospecting and Resource Consulting Page 11 of 11 Attachment B TABLE 1. COST ESTIMATES AND SCHEDULE TASK Budget Estimate Proposed Completion TASK 1 $51,000 Up to October 2007 TASK 2 $28,250 October 2006 TASK 3 $54,150 May 15, 2006 TASK 4 $24,900 April 30, 2006 TASK 5 $198,800 October 2006 TASK 6 $9,600 March 15, 2006 TASK 7 $37,700 October 2006 TASK 8 $21,200 October 2006 TOTAL $425,600 END CITY JE,`-j2FMy R W"Na l 0. Water Prospecting and Resource Consulting Page 1 of 1 Page 1 of 2 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 5/2/2006 DATE: Tuesday, May 02, 2006 LOG NAME: 60WATER SYSTEM REFERENCE NO.: **C-21426 SUBJECT: Authorize Execution of Agreement with Water Prospecting and Resource Consulting, LLC, for the Water System Optimization Program, Phase II RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute an agreement with Water Prospecting and Resource Consulting, LLC, to conduct Phase II of the Water System Optimization Program in an amount not to exceed $425,600. DISCUSSION: Fort Worth, working with the Tarrant Regional Water District, has developed a long-range water supply plan to meet anticipated water demands for the next 50 years. The high cost of future sources of our water supply makes conservation of existing supplies a priority. If customers are being asked to use water efficiently, the Water Department should also take steps to optimize its operations. In July 2002, (M&C C-19146) the City Council authorized an Engineering Agreement with Lockwood, Andrews and Newnam, Inc. to review the City's residential water rate structure to provide for recovery of higher incremental costs water during peak periods in a fair and equitable manner; to identify economically- achievable leak reduction measures; to develop a model to optimize costs, revenues, and supply; and to develop a public education program to encourage the efficient use of water. This project will implement on a pilot scale some of the leak reduction measures identified in the Phase I study. The primary purpose is to provide for better management of existing supplies by using available technology to reduce leakage. Water Prospecting and Resource Consulting, LLC, has the expertise and capability to design and implement the optimization program and will complete the following tasks: Conduct a target meter replacement pilot study; Analyze indoor and outdoor residential water; Conduct a System Demand Analysis; and Conduct leak detection activities in identified areas and establish District Metered Areas (DMAs) and Pressure Management Zones (PMZs) as methods to control leakage; -Provide transminssion main condition assessment and leak detection; -Prepare system water audit in accordance with Texas Water Development Board requirements; -Conduct metering of selected irrigation sites to determine real-time Fort Worth data on which to base http://www.cfwnet.org/council_packet/Reports/mc_print.asp 8/25/2006 Page 2 of 2 reporting and aid with development of internal and external methodologies for irrigation audits and with preparation of a manual of best practice; and -Provide support for Water Conservation Advisory Committee meetings and activities. Water Prospecting and Resource Consulting, Inc., is in compliance with the City's M/WBE Ordinance by committing to 28% M/WBE participation. The City's goal on this project is 23%. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Water Capital Projects Fund. TO Fund/Account/Centers FROM Fund/Account/Centers P162 539120 060162151040 $425,600.00 Submitted for City Manager's Office by: Marc Ott (8476) Originating Department Head: S. Frank Crumb (8207) Additional Information Contact: Mary Gugliuzza (8253) http://www.cfwnet.org/council_packet/Reports/mc_print.asp 8/25/2006