Loading...
HomeMy WebLinkAboutContract 33007 CITY SECRETARY CONTRACT NO. CONTRACT NUMBER 582-5-55879 CONTRACT AMENDMENT STATE OF TEXAS § COUNTY OF TRAVIS § AMENDMENT NUMBER 2 The Texas Commission on Environmental Quality(TCEQ), and the City of Fort Worth hereby agree to amend Contract No. 582-5-55879, as shown below. This amendment will extend the contract period, increase the contract amount and revise the Scope of Work. 1. TCEQ and the City of Fort Worth agree that the total compensation possible under this contract is as follows: The Original Contract Amount $347,200.00 Contract Amendment No. 1 $ 0.00 Contract Amendment No. 2 $173,600.00 The Total Contract Amount $520,800.00 2. Article 1 of the Agreement (relating to the Scope of Work) is amended as per the attached document. 3. Article 4 of the Agreement (relating to Term of Contract) is amended to reflect the following revisions. (Displayed here in struck-out text) formerly read: -22 and shall tenninatc On Fall e b which is s — 20±�e o early ot extended in accordance with the tenns of the 60,itzaCt7. With this amendment, Article 4 now reads: This Contract shall begin on 9-22 ,2004, or date of last contract signature, whichever is later, and shall terminate on full performance, which is due on 6-30 , 20 06 , unless terminated early or extended in accordance with the terms of the Contract. _,I . �m r � -- CITY I':,7k -: r, All other conditions and requirements of Contract Number 582-5-55879 will remain unchanged. This Amendment will be effective upon 1/1/06 or the date of the last contract signature, whichever is later. PERFORMING PARTY RECEIVING AGENCY - CITY OF FORT WORTH TEXAS COMMISSION ON ENVIRONMENTAL QUALITY By: By: �- LK W orized ature Authorized Signature [..._iM( WA--rsc,) Mark R. Vickery, P.G. /Printed name Printed name Ass—, ,, C�i`� mAA1f��e('� Deputy Executive Director Title Title r Date: Date: 1 " ` - U5 Contract Number 582-5-55879 Amendment#2 2 l APPROVED AS TO FORM & LEGALITY: Bylw%r%r IL .4 0 Title: Asst. City Attorney ATTEST: By Printed Name: Marty Hendrix Title: (City Secretary Date: M & CC!-' 11j Scope of Work A. Facts/Purpose 1. The Texas Commission on Environmental Quality (TCEQ) has a need to contract for the service to operate and maintain nine (9) whole-air samplers in the Fort Worth,Texas area. 2. The proposed work must be performed in accordance with currently applicable standard operating procedures (SOP) developed by the EPA (see reference below), TCEQ, and the respective instrument manufacturers. (Ref. Compendium of Standard Operating Procedures - Bio Watch Field Monitoring Program:Ambient Air Sampling Using a Portable Sampling Unit version 2 (PSU-2); Revision No: 1.1; Date Issued: June 30, 2005) B. TCEQ Responsibilities TCEQ staff will be responsible for providing: 1. All computer hardware and software required to perform this service. 2. Specific equipment and supplies necessary to perform this service. Note that all initial training to perform this work will be provided by a "Stand-Up Team" of U.S. Department of Homeland Security/U.S.EPA/U.S. Department of Energy - Los Alamos National Laboratories (DHS/EPA/LANL). C. Contractor Responsibilities The contractor shall provide: 1. Competent personnel who, if a new hire or have not previously held a position in the BioWatch Program, must meet the following requirements: (a) Have U.S. citizenship; (b) Have undergone a "typical" background check as is usually associated with a new state/local government hire; 3 Contract Number 582-5-55879 Amendment#2 ,� �' c) Have no criminal record of felonies; and, d) Has passed an "Initial Display of Analytical Capability (IDAC)" if involved in the operation of a collector. 2. Cell phones or pagers to all appropriate BW personnel at all times during assigned working hours. 3. A vehicle to provide for all on-site services and the maintenance of an accurate mileage record reflecting all significant BioWatch-related activities. 4. All minor equipment or supply components considered both durable (e.g., hinges, locks) or consumable/disposable (e.g., fuses, wiring, wipes, gloves) that is considered normally available at a local hardware or electronics store. 5. Training of staff not present for or hired after the initial federal "Stand-Up Team" training described in B.3, above. D. Qualifications and Experience Site operators should have sufficient hands-on experience with the operation and maintenance of ambient-air particulate samplers/collectors to pass the Initial Display of Analytical Capability (IDAC) as required in C.1.(d) above. E. Description and Schedule of Deliverables All deliverables must be in accordance with currently applicable guidelines including the EPA's BioWatch Quality Assurance Project Plan (QAPP) (6/17/05; Revision 1.1), the EPA's Compendium of Standard Operating Procedures (SOP) - BioWatch Field Monitoring Program:Ambient Air Sampling Using a Portable Sampling Unit Version 2 (PSU-2); (6/30/05; Revision 1.1), and any other guidance mutually-agreed upon with TCEQ and EPA. The contractor shall provide: 1 . The collection of air monitoring samples from each active collector, seven days a week, including, but not limited to, operations, maintenance, quality assurance/quality control (QA/QC), and data review, and reporting on these activities in accordance with currently 4 Contract Number 582-5-55879 Amendment#2 applicable SOP's. 2. The delivery of the collected daily samples to the designated analytical laboratory by the laboratory's requested deadline and no later than three (3) hours following the completion of the entire daily sample-collection route. 3. Assurance that each sample meets minimum Measurement Quality Objectives (MQO) specified in the referenced EPA QAPP including meeting the sampling interval restriction of 24±3 hours. 4. Assurance of the daily completion of all appropriate paperwork and the efficient operation of the assigned Sample Management System (SMS) including the required maintenance of sample integrity and chain-of-custody. 5. A record and concatenation (linking) of the unique ID numbers of each collector with site location information and provide this information as well as any updating or revisions of such information to the TCEQ within three (3) business days of such changes (not to be confused with the 24-hour reporting deadlines applying to "exceptions" in Item 8. below). 6. A complete and accurate list of collector sites to the TCEQ. 7. The arrangement for new collector-site setups, within the jurisdiction of the contractor, including, but not limited to, property agreements, building contractor negotiations, electrical power, security (fencing), and site-access requirements (TCEQ will provide necessary support and assistance throughout the new-site setup process, particularly relating to sitings outside the jurisdiction of the contractor). 8. TCEQ notification of, as soon as possible and no later than 24 hours following, any significant "exceptions" to the normal sample-collection routine including, but not limited to: a) Collector failures or downtimes; b) Site start-up or closure (whether seasonal or permanent, planned or sudden); c) Collector relocations from an existing site address (note that consensus approval must be received from the TCEQ/EPA/LANL for any relocation of permanent BW-network collectors); d) Special-event monitoring (i.e., activation of spare collectors) (note that costs associated with special-event monitoring may not be reimbursable under this contract without special 5 Contract Number 582-5-55879 Amendment#2 .+,r_;n L:Y:I approval); e) Details regarding any breach of security including tampering, break-in, theft, defacement, or other suspicious activity; or, f) Any significant variation from standard operating procedures. 9. A complete list of persons authorized to access the SMS with a brief description of their qualifications as described in D. above. 10. The designation of persons experienced with BW operations to be available via telephone or pager on a 24/7 basis. 11. Written quarterly reports within 15 days following the end of each quarter that include the following: a) Contact information for the primary point of contact (POC) and all staff conducting operations with notation of any changes from previous reports (e.g., new hires or turnover); b) QA information as specified in the currently applicable QAPP; and, c) Collector inventory details including number of operable and non-operable collectors in reserve (i.e., spares) information on the number of filter holders in rotation and their attrition rate. 12. Invoicing on a quarterly basis accompanied by a detailed breakdown of expenditures including, but not limited to: a) Personnel (FTE) time (specifying individuals' billed hours and billing rate); b) Training; c) Equipment; d) Supplies; e) Vehicular costs; f) Travel, including mileage/transportation; g) Collector re-siting; and, 6 Contract Number 582-5-55879 Amendment#2 h) Other relevant expenses. F. Acceptance Criteria If, during any quarter, a 90% efficiency in filter delivery to the laboratory is not met (excluding missed deliveries due to acts of God or other conditions reasonably beyond the control of the contractor), payment will be adjusted accordingly. 7 Contract Number 582-5-55879 Amendment#2 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 11/15/2005 - Ordinance No. 16711-11-2005 DATE: Tuesday, November 15, 2005 LOG NAME: 52TCEQAMEND REFERENCE NO.: **C-21155 SUBJECT: Authorize Execution of Amendment Number Two to Interlocal Agreement with the Texas Commission on Environmental Quality for the Operation of Local Air Pollution Monitors RECOMMENDATION: It is recommended that the City Council: 1. Authorize the City Manager to execute Amendment Number Two to City Secretary Contract Number 30629 with the Texas Commission on Environmental Quality (TCEQ) extending the contract time through June 30, 2006 and increasing the not to exceed amount from $347,200 to $520,800; and 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Grants Fund by $173,600 in FY 2005-06, subject to a receipt of an executed amendment. DISCUSSION: In 2003 the United States Environmental Protection Agency launched a new air monitoring network. The Texas Commission on Environmental Quality has been designated as the administering agency. Since the inception of the new monitoring program, the TCEQ has contracted with the City for operation and maintenance of the monitoring equipment. The Department of Environmental Management will operate and maintain nine whole-air samplers in the Fort Worth area. The City will collect air monitoring samples, send samples daily to designated analytical laboratory and perform various maintenance activities on the equipment under the terms of the agreement. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the current operating budget, as appropriated, of the Grants Fund. TO Fund/Account/Centers FROM Fund/Account/Centers GR76 451543 052412958000 $173,600.00 GR76 5 $173,60 .00 (VARIOUS) 052412958010 Submitted for City Manager's Office b1t: Libby Watson (6183) Originating Department Head: Brian Boerner (6647) Logname: 03HRS01 Page 1 of 2 Additional Information Contact: Michael Gange (6647) Logname: 03HRS01 Page 2 of 2