HomeMy WebLinkAbout063052-R1 - General - Contract - Alan Plummer and Associates, Inc. dba Plummer Associates, Inc.CSC No. 63052-R1
CITY OF FORT WORTH
CONTRACT RENEWAL NOTICE
March 4, 2026
Alan Plummer and Associates INC. DBA Plummer Associates,
Inc. Attn: Eddie Wilcut - Principal, Water & Energy Efficiency
1320 S. University Drive, Suite 300
Fort Worth TX, 76107
Re: Contract Renewal Notice —1st Renewal
For Water Audits, ICI Conservation
Contract CSC No.63052 (M&C 25-0101)
Original Contract Amount: $200,000
The above referenced contract with the City of Fort Worth is eligible for renewal. This
letter is to inform you that the City has appropriated funding and is exercising its right to renew
the contract in the original contract amount, which will be effective upon execution by the
designated Assistant City Manager. All terms and conditions of the contract remain unchanged.
Please verify that the original payment, performance and maintenance bonds, if any, remain active
or if retired, provide updated bonds when you return this letter. Please sign in the space indicated
below and return this document, along with a copy of your current insurance certificate, to
the undersigned.
Please log onto PeopleSoft Purchasing at http://fortworthtexas.gov/purchasing to ensure
that your company information is correct and up-to-date.
If you have any questions concerning this Contract Renewal Notice, please contact me at
the telephone number listed below.
Sincerely,
Water Conservation Manager
Micah Reed
817-392-8211
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Contract Renewal Purchase of Goods (4.02.25) Pagel of 2
ACCEPTED AND AGREED:
CITY OF FORT WORTH
By:
Name
Title:
Jesica McEachern
Assistant City Manager
Date: 03/20/2026
APPROVAL RECOMMENDED:
By; C'••nstopher Harder (M 13. 2�26 G856000T,
Name: Chris Harder, P.E.
Title: Director, Water Department
4.odvvvnb
ATTEST: a4F FORT Ilia
09 o.l d
,p Pvo=�
%> 4PQ*o o°° o °
By: nEXA?o9b
Name: Jannette S. Goodall
Title: City Secretary
CONTRACTOR:
By: Eddi� Wlc~ (Mar 12. 2026 17:42:29 EDT)
Name: Eddie Wilcut
Title: Principal, Water & Energy Efficiency
03/12/2026
Date:
CONTRACT COMPLIANCE MANAGER:
By signing I acknowledge that I am the person
responsible for the monitoring and administration
of this contract, including ensuring all
performance and reporting requirements.
By:
Name
Title:
Micah Reed
Water Conservation Manager
APPROVED AS TO FORM AND LEGALITY:
By: Douglas Black (Mar 16, 2026 15:04:22 CDT)
Name: Douglas. W. Black
Title: Sr. Assistant City Attorney
AUTHORIZATION:
M&C: 25-0101
Date Approved: 02/11/2025
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Contract Renewal Purchase of Goods (4.02.25) Page 2 of 2
FORT WORTH.
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name: Alan Plummer and Associates, Inc., DBA Plummer Associates INC.
Subject of the Agreement: Renewal one (1) of CSC 63052 - M&C 25-0101
Industrial, Commercial, Institutional, and Multifamily (ICIM) Water Conservation Audit Services
M&C Approved by the Council? * Yes ❑✓ No ❑
If so, the M&C must be attached to the contract.
Is this an Amendment to an Existing contract? Yes ❑ No ❑✓
If so, provide the original contract number and the amendment number.
Is the Contract "Permanent"? *Yes ❑ No ❑✓
If unsure, see back page for permanent contract listing.
Is this entire contract Confidential? *Yes ❑ No ❑✓ If only specific information is
Confidential, please list what information is Confidential and the page it is located.
Effective Date: 04/04/2026
If different from the approval date.
Expiration Date: 04/03/2027
If applicable.
Is a 1295 Form required? * Yes ❑ No ❑✓
*If so, please ensure it is attached to the approving M&C or attached to the contract.
Project Number: If applicable.
*Did you include a Text field on the contract to add the City Secretary Contract (CSC)
number? Yes ❑✓ No ❑
Contracts need to be routed for CSO processing in the followingorder:
rder:
1. Katherine Cenicola (Approver)
2. Jannette S. Goodall (Signer)
3. Allison Tidwell (Form Filler)
1Indicates the information is required and if the information is not provided, the contract will be
returned to the department.
Permanent Contracts
Advanced Funding Agreements
Architect Service
Community Facilities
Completion Agreement
Construction Agreement
Credit Agreement/ Impact Fees
Crossing Agreement
Design Procurement
Development Agreement
Drainage Improvements
Economic Development
Engineering Services
Escrow Agreement
Interlocal Agreements
Lake Worth Sale
Maintenance Agreement/Storm Water
Parks/Improvement
Parks/Other Amenities
Parks/Play Equipment
Project Development
Property/Purchase (Property owned by the City)
Property/Sales (Property owned by the City)
Property/Transfers (Property owned by the City)
Public Art
Sanitary Sewer Main Replacements
Sanitary Sewer Rehabilitations
Settlements (Employees Only)
Streets/Maintenance
Streets/Redevelopment
Streets/Repairs
Streets/Traffic Signals
Structural Demolition (City owned properties)
Utility Relocation
Water Reclamation Facility
Water/Emergency Repair
Water/Interceptor
Water/Main Repairs
Water/Main Replacement
Water/Sanitary Sewer Rehabilitation
Water/Sewer Service
Water/Storage Tank
CSC No. 63052
CITY OF FORT WORTH, TEXAS
STANDARD AGREEMENT FOR GENERAL PROFESSIONAL SERVICES
This agreement ("Agreement") is between the City of Fort Worth, a Texas home -
rule municipality ("City"), and Alan Plummer and Associates INC., DBA Plummer
Associates, Inc. authorized to do business in Texas ("Consultant"), for a project generally
described as: Industrial, Commercial, Institutional, and Multifamily (ICIM) Water
Conservation Audit Services ("Project") — M&C 25-0101.
Article I
(1) Consultant hereby agrees tocp ea of Seprvi es
rform ro�essional services as set forth in this
Agreement and the Scope of Services, attached hereto as Attachment "A"
("Services"). These Services shall be performed in connection with the Project.
(2) Additional services, if any, will be memorialized by an amendment to this Agreement.
(3) All reports, whether partial or complete, prepared under this Agreement, including
any original drawings or documents, whether furnished by City, its officers, agents,
employees, consultants, or contractors, or prepared by Consultant, shall be or
become the property of City, and shall be furnished to the City, prior to or at the time
such services are completed, or upon termination or expiration of Agreement.
Article II
Compensation
Consultant shall be compensated an amount up to $200,000.00 ("Contract Amount") in
accordance with the Fee Schedule shown in Attachment "B". Payment shall be considered
full compensation for all labor (including all benefits, overhead and markups), materials,
supplies, and equipment necessary to complete the Services.
Consultant shall provide monthly invoices to City. Payments for services rendered shall be
made in accordance with the Texas Prompt Payment Act (Texas Government Code Ch.
2251).
Acceptance by Consultant of said payment shall release City from all claims or liabilities
under this Agreement for anything related to, performed, or furnished in connection with the
Services for which payment is made, including any act or omission of City in connection with
such Services.
Article III
Term
Time is of the essence. The term of this Agreement shall commence on the Effective Date and
shall continue until the expiration of the funds or completion of the subject matter pursuant to
the schedule, whichever occurs first, unless terminated in accordance with the terms of this
City of Fort Worth, Texas [Industrial, Commercial, Institutional, and Multifamily (ICIM) Water Conversation Audit Services,
Standard Agreement for Professional Services 13P RFP 24-0282 ICIM AUDIT SERVICES AO WTR- M&C 25-0101
Revision Date: December 8, 2023
Page 1 of 21
Agreement. Unless specifically otherwise amended, the original term shall not exceed five
years from the original effective date.
Article IV
Independent Contractor
Consultant shall operate hereunder as an independent contractor and not as an officer, agent,
servant, or employee of City. Consultant shall have exclusive control of and the exclusive right
to control the details of the work to be performed hereunder and of all persons performing
same, and shall be solely responsible for the acts and omissions of its officers, agents,
employees, contractors and subcontractors. The doctrine of respondent superior shall not
apply as between City and Consultant, its officers, agents, employees, contractors, and
subcontractors, and nothing herein shall be construed as creating a partnership orjoint venture
between City and Consultant.
Article V
Professional Competence
Work performed by Consultant shall comply in all aspects with all applicable local, state and
federal laws and with all applicable, standards, codes, rules and/or regulations promulgated
by local, state and national boards, bureaus and agencies. Approval to proceed by City of
Consultant's work or work product shall not constitute or be deemed to be a release of the
responsibility and liability of Consultant or its officers, agents, employees, contractors and
subcontractors for the accuracy and competency of its performance of the Services.
Article VI
Indemnification
CONSULTANT, AT NO COST TO THE CITY, AGREES TO INDEMNIFYAND HOLD CITY,
ITS OFFICERS, AGENTS, SERVANTS AND EMPLOYEES, HARMLESS AGAINST ANY
AND ALL CLAIMS, LAWSUITS, ACTIONS, COSTS AND EXPENSES OF ANY KIND,
INCLUDING, BUT NOT LIMITED TO, THOSE FOR PROPERTY DAMAGE OR LOSS
(INCLUDING ALLEGED DAMAGE OR LOSS TO CONSULTANT'S BUSINESS AND ANY
RESULTING LOST PROFITS) AND/OR PERSONAL INJURY, INCLUDING DEATH, THAT
MAY RELATE TO, ARISE OUT OF OR BE OCCASIONED BY CONSULTANT'S BREACH
OF (i) ANY OF THE TERMS OR PROVISIONS OF THIS AGREEMENT OR (ii) ANY
NEGLIGENT ACT OR OMISSION OR INTENTIONAL MISCONDUCT OF CONSULTANT,
ITS OFFICERS, AGENTS, ASSOCIATES, EMPLOYEES, CONTRACTORS (OTHER
THAN THE CITY) OR SUBCONTRACTORS RELATED TO THE PERFORMANCE OR
NON-PERFORMANCE OF THIS AGREEMENT. THIS SECTION SHALL SURVIVE ANY
TERMINATION OR EXPIRATION OF THIS AGREEMENT.
City of Fort Worth, Texas [Industrial, Commercial, Institutional, and Multifamily (ICIM) Water Conversation Audit Services,
Standard Agreement for Professional Services 13P RFP 24-0282 ICIM AUDIT SERVICES AO WTR- M&C 25-0101
Revision Date: December 8, 2023
Page 2 of 21
Article VII
Insurance
Consultant shall not commence work under this Agreement until it has obtained all insurance
required under Attachment F and City has approved such insurance.
Article Vill
Force Majeure
City and Consultant shall exercise their best efforts to meet their respective duties and
obligations as set forth in this Agreement, but shall not be held liable for any delay or
omission in performance due to force majeure or other causes beyond their reasonable
control, including, but not limited to: acts of the public enemy, fires, strikes, lockouts, natural
disasters, epidemics/pandemics, wars, riots, material or labor restrictions by any
governmental authority and/or any other similar causes.
Article IX
Transfer or Assignment
Consultant, its lawful successors and assigns, shall not assign, sublet or transfer any interest
in this Agreement without prior written consent of City.
Article X
Termination of Contract
(1) City may terminate this Agreement for convenience by providing written notice to
Consultant at least 30-days prior to the date of termination, unless Consultant agrees
in writing to an earlier termination date.
(2) Either City or Consultant may terminate this Agreement for cause if either party fails
to substantially perform, through no fault of the other and the nonperforming party
does not commence correction of such nonperformance within 5 days after receipt of
written notice or thereafter fails to diligently pursue the correction to completion.
(3) If City chooses to terminate this Agreement, upon receipt of notice of termination by
Consultant, Consultant shall discontinue Services on the date such termination is
effective. City shall compensate Consultant for such services rendered based upon
Article II of this Agreement and in accordance with Exhibit "B".
Article XI
Right to Audit
(1) Consultant agrees that City shall, until the expiration of three (3) years after final
payment under Agreement, have access to and the right to examine any directly
pertinent books, documents, papers and records of Consultant involving transactions
relating to Agreement. Consultant agrees that City shall have access during normal
City of Fort Worth, Texas [Industrial, Commercial, Institutional, and Multifamily (ICIM) Water Conversation Audit Services,
Standard Agreement for Professional Services 13P RFP 24-0282 ICIM AUDIT SERVICES AO WTR- M&C 25-0101
Revision Date: December 8, 2023
Page 3 of 21
working hours to all necessary facilities and shall be provided adequate and appropriate
workspace in order to conduct audits in compliance with the provisions of this section.
City shall give Consultant reasonable advance notice of intended audits.
(2) Consultant further agrees to include in all its subcontracts hereunder, a provision to
the effect that the subcontractor agrees that City shall, until the expiration of three (3)
years after final payment under the subcontract, have access to and the right to
examine any directly pertinent books, documents, papers and records of such
subcontractor(s), involving transactions to the subcontract, and further, that City shall
have access during normal working hours to all subcontractor facilities, and shall be
provided adequate and appropriate work space in order to conduct audits in
compliance with the provisions of this article. City shall give Consultant and any
subcontractor reasonable advance notice of intended audit.
(3) Consultant and subcontractor(s) agree to photocopy such documents as may be
requested by City. 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.
Article XII
Business Equity Participation
City has goals for the full and equitable participation of minority business and/or women
business enterprises in City contracts greater than $100,000. In accordance with City's
Business Equity Ordinance No. 25165-10-2021 (as codified in Chapter 20, Article X of the
City's Code of Ordinances, as amended, and any relevant policy or guidance documents),
Consultant acknowledges the MBE and WBE goals established for this Agreement and its
execution of this Agreement is Consultant's written commitment to meet the prescribed MBE
and WBE participation goals. Any misrepresentation of facts (other than a negligent
misrepresentation) and/or the commission of fraud by 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.
Article XIII
Observe and Comply
Consultant shall at all times observe and comply with all federal, state, and local laws and
regulations and with all City ordinances and regulations which in any way affect 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 or its
subcontractor(s).
City of Fort Worth, Texas [Industrial, Commercial, Institutional, and Multifamily (ICIM) Water Conversation Audit Services,
Standard Agreement for Professional Services 13P RFP 24-0282 ICIM AUDIT SERVICES AO WTR- M&C 25-0101
Revision Date: December 8, 2023
Page 4 of 21
Article XIV
Immigration Nationality Act
Consultant shall verify the identity and employment eligibility of its employees and
employees of all subcontractor(s) who perform work under Agreement, including completing
the Employment Eligibility Verification Form (1-9). Upon request by City, Consultant shall
provide City with copies of all 1-9 forms and supporting eligibility documentation for each
employee who performs work under Agreement. Consultant shall adhere to all Federal and
State laws as well as establish appropriate procedures and controls so that no services will
be performed by any Consultant employee who is not legally eligible to perform such
services. CONSULTANT SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM
ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS
PARAGRAPH BY CONSULTANT, CONSULTANT'S EMPLOYEES,
SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Consultant,
shall have the right to immediately terminate Agreement for violations of this provision by
Consultant.
Article XV
Venue and Jurisdiction
If any action, whether real or asserted, at law or in equity, arises on the basis of any provision
of Agreement, venue for such action shall lie in state courts located in Tarrant County, Texas
or the United States District Court for the Northern District of Texas — Fort Worth Division.
Agreement shall be construed in accordance with the laws of the State of Texas.
Article XVI
Contract Construction/No Waiver
The parties acknowledge that each Party and, if it so chooses, its counsel, have reviewed
and revised Agreement and that the normal rule of contract construction, to the effect that
any ambiguities are to be resolved against the drafting party, must not be employed in the
interpretation of Agreement or any amendments or exhibits hereto.
The failure of City or Consultant to insist upon the performance of any term or provision of
this Agreement or to exercise any right granted herein shall not constitute a waiver of City's
or Consultant's respective right to insist upon appropriate performance or to assert any such
right on any future occasion.
Article XVII
Severability
The provisions of Agreement are severable, and if any word, phrase, clause, sentence,
paragraph, section or other part of Agreement or the application thereof to any person or
circumstance shall ever be held by any court of competent jurisdiction to be invalid or
City of Fort Worth, Texas [Industrial, Commercial, Institutional, and Multifamily (ICIM) Water Conversation Audit Services,
Standard Agreement for Professional Services 13P RFP 24-0282 ICIM AUDIT SERVICES AO WTR- M&C 25-0101
Revision Date: December 8, 2023
Page 5 of 21
unconstitutional for any reason, the remainder of Agreement and the application of such
word, phrase, clause, sentence, paragraph, section, or other part of Agreement to other
persons or circumstances shall not be affected thereby and Agreement shall be construed
as if such invalid or unconstitutional portion had never been contained therein.
Article XVIII
Notices
Notices regarding Articles IX or X are to be provided to the other Party by hand -delivery or
via U.S. Postal Service certified mail return receipt requested, postage prepaid, to the
address of the other Party shown below:
City of Fort Worth
Attn: Micah Reed
Water Department- Water Conservation
100 Fort Worth Trail
Fort Worth, Texas 76102
Consultant:
Alan Plummer and Associates, Inc., DBA
Plummer Associates INC.
Attn: Eddie Wilcut
1320 S. University Drive, Suite 300
Fort Worth, TX, 76107
All other notices may be provided as described above or via electronic means.
Article XIX
Prohibition On Contracts With Companies Boycotting Israel
Consultant, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of
the Texas Government Code, if Consultant has 10 or more full time -employees and the
contract value is $100,000 or more, the City is prohibited from entering into a contract with
a company for goods or services unless the contract contains a written verification from the
company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of
the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed
to those terms in Section 808.001 of the Texas Government Code. By signing this
contract, Consultant certifies that Consultant's signature provides written verification
to the City that if Chapter 2271, Texas Government Code applies, Consultant: (1) does
not boycott Israel; and (2) will not boycott Israel during the term of the contract.
City of Fort Worth, Texas [Industrial, Commercial, Institutional, and Multifamily (ICIM) Water Conversation Audit Services,
Standard Agreement for Professional Services 13P RFP 24-0282 ICIM AUDIT SERVICES AO WTR- M&C 25-0101
Revision Date: December 8, 2023
Page 6 of 21
Article XX
Prohibition on Boycotting Energy Companies
Consultant acknowledges that in accordance with Chapter 2276 of the Texas Government
Code, the City is prohibited from entering into a contract for goods or services that has a
value of $100,000 or more, which will be paid wholly or partly from public funds of the City,
with a company (with 10 or more full-time employees) unless the contract contains a written
verification from the company that it: (1) does not boycott energy companies; and (2) will not
boycott energy companies during the term of the contract. The terms "boycott energy
company" and "company" have the meaning ascribed to those terms by Chapter 2276 of the
Texas Government Code. To the extent that Chapter 2276 of the Government Code is
applicable to this Agreement, by signing this Agreement, Consultant certifies that
Consultant's signature provides written verification to the City that Consultant: (1)
does not boycott energy companies; and (2) will not boycott energy companies
during the term of this Agreement.
Article XXI
Prohibition on Discrimination Against Firearm and Ammunition Industries
Consultant acknowledges that except as otherwise provided by Chapter 2274 of the Texas
Government Code, the City is prohibited from entering into a contract for goods or services
that has a value of $100,000 or more which will be paid wholly or partly from public funds of
the City, with a company (with 10 or more full-time employees) unless the contract contains
a written verification from the company that it: (1) does not have a practice, policy, guidance,
or directive that discriminates against a firearm entity or firearm trade association; and (2)
will not discriminate during the term of the contract against a firearm entity or firearm trade
association. The terms "discriminate," "firearm entity" and "firearm trade association" have
the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code. To
the extent that Chapter 2274 of the Government Code is applicable to this Agreement,
by signing this Agreement, Consultant certifies that Consultant's signature provides
written verification to the City that Consultant: (1) does not have a practice, policy,
guidance, or directive that discriminates against a firearm entity or firearm trade
association; and (2) will not discriminate against a firearm entity or firearm trade
association during the term of this Agreement.
Article XXII
Headings
The headings contained herein are for the convenience in reference and are not intended to
define or limit the scope of any provision of Agreement.
Article XXIII
City of Fort Worth, Texas [Industrial, Commercial, Institutional, and Multifamily (ICIM) Water Conversation Audit Services,
Standard Agreement for Professional Services 13P RFP 24-0282 ICIM AUDIT SERVICES AO WTR- M&C 25-0101
Revision Date: December 8, 2023
Page 7 of 21
Attachments, Schedules and Counterparts
This Agreement may be executed in one or more counterparts and each counterpart shall,
for all purposes, be deemed an original, but all such counterparts shall together constitute
but one and the same instrument.
The following attachments and schedules are hereby made a part of Agreement:
Attachment A - Scope of Services
Attachment B — Compensation
Attachment C — Insurance Requirements
Duly executed by each party's designated representative to be effective on the date subscribed
by the City's designated Assistant City Manager.
BY:
CITY OF FORT WORTH
Jesica McEachern
Assistant City Manager
ATTEST:
Jannette S. Goodall
City Secretary
APPROVAL RECOMMENDED:
chl-1 tonhey ttGiYal2Y
Y-Christopher Har er (Mar 24, 2025 14:48 CDT)
Christopher Harder, PE
Director, Fort Worth Water
BY:
CONSULTANT Alan Plummer and Associates,
Inc., DBA Plummer Associates INC.
Eddie Wilcut
Principal, Water & Energy Efficiency
Practice Leader
City of Fort Worth, Texas [Industrial, Commercial, Institutional, and Multifamily (ICIM) Water Conversation Audit Services,
Standard Agreement for Professional Services 13P RFP 24-0282 ICIM AUDIT SERVICES AO WTR- M&C 25-0101
Revision Date: December 8, 2023
Page 8 of 21
APPROVED AS TO FORM AND LEGALITY
4&-Or� M&C No.: 25-0101
BY: Douglas Black (Mar 27, 2025 10:59 CDT) M&C Date:2/11 /2025
Douglas W Black
Sr. Assistant City Attorney
Contract Compliance Manager:
By signing, I acknowledge that I am the person responsible for the monitoring and
administration of this contract, including ensuring all performance and reporting
requirements.
wAul-I
Micah Reed
Water Conservation Manager
City of Fort Worth, Texas [Industrial, Commercial, Institutional, and Multifamily (ICIM) Water Conversation Audit Services,
Standard Agreement for Professional Services 13P RFP 24-0282 ICIM AUDIT SERVICES AO WTR- M&C 25-0101
Revision Date: December 8, 2023
Page 9 of 21
Attachment A
Scope of Work
SCOPE OF SERVICES
The City of Fort Worth (City) is requesting proposals from qualified firms to establish a
contract to: promote city-wide Industrial, Commercial, Institutional and Multi -family Water
Conservation goals and initiatives, conduct a comprehensive property water audit for
Industrial, Commercial, Institutional and Multi -family properties, present a detailed written
report with audit results, water saving recommendations, and a return on investment projection
to audit customers, provide recommendations to audit customers for participation in Fort Worth
Water Conservation program resources, solicitation of audits to Fort Worth Industrial,
Commercial, Institutional and Multi -family properties, (6) Assistance in engaging, promoting
and assisting audit customers in applying for conservation awards for the City of Fort Worth
Department per descriptions and specifications listed in this RFP.
The City of Fort Worth has an estimated spend of $200,000.00 Operating Fund available for
the initiatives outlined in this Request for Proposal.
1.0 PROPOSER REQUIREMENTS - Proposer shall:
1.1 Have a minimum of 3 (three) years of experience performing tasks similar or
related to the Scope of Services.
1.2 Have and operate a full-time, permanent business address with the ability to
be reached by email and telephone.
2.0 PROPOSER RESPONSIBILITIES — Scope of Work:
2.1 General Instructions and Startup:
2.1.1 The selected Consultant shall report to the Water Conservation
Manager and shall provide independent, objective and expert
guidance, recommendations, and assistance concerning implementing
and work in all aspects of the City's Water Conservation initiatives
relating to Industrial, Commercial, Institutional and Multifamily (ICIM)
customers of the City.
2.1.2 The Consultant should follow this process to conduct a
comprehensive property water audit for ICIM customers and:
2.1.2.1 Schedule the water usage assessment at the customer's
convenience
2.1.2.2 Complete walk through of the facility or site, associated with
City of Fort Worth, Texas [Industrial, Commercial, Institutional, and Multifamily (ICIM) Water Conversation Audit Services,
Standard Agreement for Professional Services 13P RFP 24-0282 ICIM AUDIT SERVICES AO WTR- M&C 25-0101
Revision Date: December 8, 2023
Page 10 of 21
the water usage assessment— within two weeks
2.1.2.3 Complete audit report for City review —within 15 days
2.1.2.4 Make any City requested revisions and schedule wrap-up
meeting with customer —within 2 weeks of report approval.
Audits are considered payable once the customer meeting
has been conducted.
2.1.2.5 Follow up with customer to determine what measures, if any,
were implemented from the report — within six months of initial
customer meeting.
2.1.2.6 Follow ups should be conducted with previous program
participants to see if any additional recommendations from
prior years have been implemented. This information will be
captured and used to promote the Award Program.
2.1.3 The Consultant shall employ a personal computer based relational
customer database, fully compatible with Microsoft Office software to
compile results of audits (i.e. data and information from sites,
customers and equipment). No proprietary software accepted.
2.1.4 The Consultant shall identify potential ICIM audit customers and rank
and prioritize customers according to water usage and savings
potential. The list shall include owners/operators, contact information,
and type of property.
2.1.5 The list shall include owners/operators, contact information, and type
of property.
2.1.5.1 The Consultant shall develop and employ a standard auditing
and reporting protocol and format, as well as forms, and
checklists.
2.1.5.2 The Consultant shall obtain, from City of Fort Worth Water
Department, information regarding water rates, as well as
historical water use by Customer. Comparisons may also
require energy rate data from other sources.
2.1.5.3 The Consultant shall develop notification letter, with City
approval prior to notifying the customer, that a representative
must be present during audit.
2.1.5.4 The Consultant shall assist the City in the development of
program literature, including letters, brochures and application
forms.
City of Fort Worth, Texas [Industrial, Commercial, Institutional, and Multifamily (ICIM) Water Conversation Audit Services,
Standard Agreement for Professional Services 13P RFP 24-0282 ICIM AUDIT SERVICES AO WTR- M&C 25-0101
Revision Date: December 8, 2023
Page 11 of 21
2.1.5.5 The Consultant shall develop a monthly report format and a
yearly report format for reporting Consultant's efforts in
facilitating the City of Fort Worth Water Department ICIM
Audit Program. City staff must approve format.
2.1.5.6 The Consultant shall be responsible for identifying and
soliciting applicants for audits.
2.1.5.7 The Consultant shall provide equipment for monitoring,
measuring, leak detection, testing and other necessary tools
or equipment to perform the required tasks.
2.1.5.8 The Consultant shall set aside time as requested to meet with
city staff and attend various meetings where their expertise is
deemed a benefit to City of Fort Worth Water Department.
2.1.5.9 The Consultant shall assist and participate in annual
stakeholder meetings.
3.0 TASK ONE (1) SCOPE OF WORK FOR STANDARD AUDITS AND
DELIVERABLES
3.1 Task I: Standard Audits -will be broken into three (3) different subtypes
based on the complexity of water fixtures at a property. Sub -type 1:
properties with standard plumbing fixtures and minimal water consuming
equipment. Sub -type 2: properties with an increased number of plumbing
fixtures and more complex water -consuming fixtures. Sub -type 3: properties
with industrial -grade water -consuming equipment and fixtures. Sub -type 4:
properties with increased number of plumbing fixtures, highly complex
industrial -grade water -consuming equipment and fixtures with multiple
industrial buildings. Water using fixtures will be audited using a standard
process of evaluation to include a detailed report, that includes return on
investment, analysis summary of water use, recommended processes or
fixtures for retrofitting, of all water entering into the system and how it is
utilized. The audit should highlight all inefficiencies and losses. Water using
fixtures include, but are not limited to, fountains, production processes,
toilets, faucets, sprayers, ice machines, dishwashers, laundry equipment,
pools (swimming and decorative), etc.
3.1.1 The Consultant shall identify the location of water meters and or any
other metering devices on the site.
3.1.2 The Consultant shall identify and evaluate the general condition of all
water using fixtures and note the findings. Must at least include the
location, years in use, hours of use, quantity of fixtures by type, note
the standard usage amount ratings with current usage amounts, and
City of Fort Worth, Texas [Industrial, Commercial, Institutional, and Multifamily (ICIM) Water Conversation Audit Services,
Standard Agreement for Professional Services 13P RFP 24-0282 ICIM AUDIT SERVICES AO WTR- M&C 25-0101
Revision Date: December 8, 2023
Page 12 of 21
estimated savings if retrofits are completed.
3.1.3 The Consultant shall monitor for, detect and identify leaks existing in
all water using fixtures and note the losses with quantification.
3.1.4 The Consultant shall identify any opportunities to optimize existing
out-flow/use fixtures by adjusting settings or equipment and
opportunities where maintenance practices could be enhanced.
3.1.5 The Consultant shall identify high water use activities at the site,
patterns of use, as well as, seasonal peak usage.
3.1.6 The Consultant shall be responsible for coordinating an irrigation audit
with City staff and will include findings in final report.
3.1.7 The Consultant shall evaluate customer's water -use practices
regarding processes or activities and determine if the potential exists
to educate, restructure or find an alternative method that could provide
savings to the customer.
3.2 Task I: Deliverables
3.2.1 The Consultant shall provide an electronic copy of each individual
audit report to both City of Fort Worth Water Department and the
Customer for which the audit was conducted within 15 calendar days
of audit completion date.
3.2.2 The Consultant shall conduct pre -audit and post audit meetings online
or in person with Customer to discuss process and results of audit
report and recommendations for implementation of water conservation
measures.
3.2.3 The Consultant shall develop and incorporate a plan for following up
with audit customers in order to evaluate the effectiveness of the audit
in bringing about change and to encourage the customer to
incorporate the specific recommendations.
3.2.4 The Consultant shall perform a brief cost/benefit analysis based on
the specific audit recommendations that will help the end user in
making the proper decisions.
3.2.5 The Consultant shall follow up with the customer within 6 months of
changes
4.0 TASK TWO (II) SCOPE OF WORK FOR COOLING TOWER EFFICIENCY
ASSESMENT AND DELIVERABLES
4.1 Task II: Cooling Towers —Consultant shall identify potential sites; arrange
City of Fort Worth, Texas [Industrial, Commercial, Institutional, and Multifamily (ICIM) Water Conversation Audit Services,
Standard Agreement for Professional Services 13P RFP 24-0282 ICIM AUDIT SERVICES AO WTR- M&C 25-0101
Revision Date: December 8, 2023
Page 13 of 21
individual audits, and complete inspections and evaluations (in terms of
water efficiency) of all water processes employed by any requesting City of
Fort Worth Water Department Commercial and Industrial class water
customer. Consultant will provide a professional audit and will generate a
detailed audit report containing no less than the following parameters:
4.1.1 The Consultant shall determine long-term average cycles of
concentration (ratio of cooling tower makeup water to blowdown
water) and identify potential water savings
4.1.2 The Consultant shall identify and evaluate any past and present
problems experienced with current process and impacts on water use;
4.1.3 The Consultant shall provide a measurement of the cooling tower's
"heat balance" or "approach dew point" to include chlorine and
hardness cycles to develop a percent for scale retardation;
4.1.4 The Consultant shall determine current cycles of concentration, plus
the raw water baseline to assess water consumption and opportunity
for reducing water consumption (with adjustment to cycles of
concentration being dependent upon municipal water quality);
4.1.5 The Consultant shall develop an estimate of expected cycles from City
water quality data.
4.1.6 The Consultant shall provide the Technical Data Sheet (TDS) and pH
of the makeup and Blowdown water; Consultant shall assess condition
of the makeup and Blowdown meters (if any);
4.1.7 The Consultant shall note the presence or absence of automatic
instrumentation for controlling the blowdown rate of conductivity, as
well as the equipment's efficiency in carrying out system
requirements:
4.1.8 The Consultant shall provide the name, address, and telephone
number of the current vendor providing chemical service for the
cooling tower system, plus a description of the current chemical
treatment methodology to include biological control measures;
4.1.9 The Consultant shall provide a description of the cooling tower design,
to include manufacturer and estimate of numbers of years that the
tower has been in service;
4.1.10 The Consultant shall note the tower control and fan motor operation
(multi -speed or variable speed) and the presence or absence of a by-
pass operation;
4.1.11 The Consultant shall provide a description of the type of filtration used
City of Fort Worth, Texas [Industrial, Commercial, Institutional, and Multifamily (ICIM) Water Conversation Audit Services,
Standard Agreement for Professional Services 13P RFP 24-0282 ICIM AUDIT SERVICES AO WTR- M&C 25-0101
Revision Date: December 8, 2023
Page 14 of 21
(if any);
4.1.12 The Consultant shall identify the type of cooling tower packing/fill
used, and any deterioration, blockage, clogging, or other conditions
observed. This information will be provided as part of an evaluation of
the overall cooling tower condition;
4.1.13 The Consultant shall evaluate the general condition of the cooling
tower and associated pumps and any corrosion problems with piping
or equipment. As necessary, this evaluation can be extended to
internal piping;
4.1.14 The Consultant shall inspect the operation of the cooling tower basin
level control valve for proper operation and shall note any defects
associated with the valve;
4.1.15 The Consultant shall note the presence of any leaks, overflows or
other observed conditions to include carryover and drift;
4.1.16 The Consultant shall develop and provide initial short and long-term
recommendations for modified operating procedures, better chemical
treatment, blowdown reuse, repairs and maintenance, or
instrumentation and control/equipment upgrade that will accomplish
water conservation;
4.1.17 The Consultant shall provide recommendations for condensate
recovery, where feasible, for cooling tower make-up;
4.1.18 The Consultant shall provide recommendations for the recovery of
cooling tower blowdown for landscape irrigation purposes;
4.1.19 The Consultant shall provide recommendations for any minor, on the
spot modifications, adjustments or simple repairs that will immediately
enhance the efficiency of the cooling tower's operation from the
standpoint of water conservation;
4.1.20 The Consultant shall evaluate chillers and all system components
associated with the tower where modifications to equipment or
procedures can directly impact both water and energy consumption
4.2 Task II Deliverables
4.2.1 The Consultant shall provide a copy of each individual audit report to
both City of Fort Worth Water Department and the owner of the
cooling tower for which the audit was conducted within 15 calendar
days of audit completion date;
4.2.2 The Consultant shall conduct pre -audit and post audit meetings online
City of Fort Worth, Texas [Industrial, Commercial, Institutional, and Multifamily (ICIM) Water Conversation Audit Services,
Standard Agreement for Professional Services 13P RFP 24-0282 ICIM AUDIT SERVICES AO WTR- M&C 25-0101
Revision Date: December 8, 2023
Page 15 of 21
or in person with Customer to discuss process and results of audit
report and recommendations for implementation of water conservation
measures.
4.2.3 The Consultant shall provide City of Fort Worth Water Department
with a monthly report detailing its efforts in facilitating the City of Fort
Worth's Water Conservation Department ICIM Audit Program;
4.2.4 The Consultant shall as a result of efforts under Task II services,
assist City of Fort Worth Water Department in developing a
cost/benefit analysis for future engineering analyses at each site;
4.2.5 The Consultant shall develop and incorporate a plan for following up
with audit customers in order to evaluate the effectiveness of the audit
in bringing about change and to encourage the customer to
incorporate the specific recommendations.
4.2.6 The Consultant shall perform a brief cost/benefit analysis, based on
the specific audit recommendations that will help the end user in
making the proper decisions.
4.3 Task II Additional Cooling Tower Evaluation —If requested by City of Fort
Worth Water Department, as a follow-up task to the on -site audit, Consultant
shall conduct an Engineering Evaluation and prepare a report for a selected
property for the purpose of evaluating the effectiveness of a particular
treatment method or technology in controlling scale, corrosion & biological
contamination. The Evaluation will be custom -designed for each property,
based on the recommendations contained in the On -Site Audit Report. Such
analyses shall be authorized by City of Fort Worth Water Department on a
case -by -case basis, and a fee determined based on complexity of the
Evaluation and the Consultant Fee Schedule.
5.0 TASK THREE (III) SCOPE OF WORK FOR IRRIGATION SYSTEM AND
DELIVERABLES
5.1 Task III: Irrigation System Evaluation
The Consultant shall conduct an irrigation audit of on -site irrigation systems.
5.1.1 On site audit should activate and visually inspect each irrigation zone
for efficiency, leaks and water waste. Audit should evaluate and
identify irrigated area, rain/freeze sensors, run times, distribution
uniformity, and pressure readings at the head including pump
readings, if applicable. Meters should be checked to ensure proper
operation.
City of Fort Worth, Texas [Industrial, Commercial, Institutional, and Multifamily (ICIM) Water Conversation Audit Services,
Standard Agreement for Professional Services 13P RFP 24-0282 ICIM AUDIT SERVICES AO WTR- M&C 25-0101
Revision Date: December 8, 2023
Page 16 of 21
5.1.2 Note and record type and number of meters, controllers, number of
irrigation zones, potential for reuse or alternative water sources.
5.2 Task III: Deliverables
5.2.1 The Irrigation Evaluation will include the following elements and
information.
5.2.2 Evaluation of system source, meter and controller settings, sprinkler
spacing, precipitation rate, total square footage of irrigated area, water
consumption, soil/root zones, slope and distribution uniformity,
evaluation of run-times, identifying broken or malfunctioning irrigation
components
5.2.3 Photos and charts highlighting any issues observed during the visual
inspection (leaks, breaks, system inefficiencies). Pressure readings,
flow measurements, sprinkler location, rain/freezer sensors (make &
model), types of equipment (make & model), etc. should also be
included.
5.2.4 Proposed irrigation recommendations should include the following as
applicable: cycle & soak, drip irrigation, automatic shut-off devices,
evapotranspiration smart controllers, pressure regulating devices,
hydro zoning, spray head upgrades, drip irrigation, and proper
maintenance guidelines.
5.2.5 Consultant should identify and make scheduling adjustments or
recommendations considering soil improvements, existing plant
requirements with suggestions for more efficient plantings, and other
possible water sources or reuse. Applicable drought and salt tolerant
plants should be suggested for future landscape upgrades.
6.0 TASK FOUR (IV) SCOPE OF WORK FOR ADDITIONAL RELATED WORK
6.1 Task IV: Additional Related Work
6.1.1 Consultant shall assist the City with developing and implementing
technical seminar events. These seminars will be designed to educate
ICIM audit customers.
6.1.2 The Consultant may be asked to aid in developing educational
materials such as presentations, literature, brochures, and
City of Fort Worth, Texas [Industrial, Commercial, Institutional, and Multifamily (ICIM) Water Conversation Audit Services,
Standard Agreement for Professional Services 13P RFP 24-0282 ICIM AUDIT SERVICES AO WTR- M&C 25-0101
Revision Date: December 8, 2023
Page 17 of 21
hand-outs
6.1.3 The Consultant may be asked to speak with special interest
groups or others in relation to ICIM audits.
6.1.4 The Consultant may be asked to design demonstrations,
models or other visual representations.
6.1.5 Vendor may perform additional services related to ICIM
customers for the City of Fort Worth.
City of Fort Worth, Texas [Industrial, Commercial, Institutional, and Multifamily (ICIM) Water Conversation Audit Services,
Standard Agreement for Professional Services 13P RFP 24-0282 ICIM AUDIT SERVICES AO WTR- M&C 25-0101
Revision Date: December 8, 2023
Page 18 of 21
Attachment B
Compensation
24-028- RFP INDUSTRIAL,
COMMERCIAL, INSTITUTIONAL AND
MULTIFAMILY
(ICIM)
WATER
CONSERVATION AUDIT SERVICES
The total annual contract shall not exceed 200,000.00.
Success: All data is valid!
PLUMMER
Numeric
Text
jurF
Unit Price
Brand and
Make
Success: All values provided #6-1
Hospital Non -Fixture Audit(0-300 beds)
Each
1
$3,000.00
N/A
$3,000.00
Success: All values provided #6-2
Hospital Non -Fixture Audit (301-50 beds)
Each
1
$4,000.00
N/A
$4,000.00
Success: All values provided #6-3
Hospital Non -Fixture Audit(751 -> beds)
Each
1
$2,000.00
N/A
$2,000.00
Success: All values provided #7-1
Non -Industrial Non -Fixture Audit (0-50,000 sf)
Each
1
$1,300.00
N/A
$1,300.00
Success: All values provided #7-2
Non -Industrial Non -Fixture Audit (51-100,000 sf)
Each
1
$2,000.00
N/A
$2,000.00
Success: All values provided #7-3
Non -Industrial Non -Fixture Audit (increments of 50 sf over
Each
1
$2.00
N/A
$2.00
>100,000 sf)
Success: All values provided #8-4
Industrial Non -Fixture Audit (0-50,000 sf)
Each
1
$3,000.00
N/A
$3,000.00
Success: All values provided #8-5
Industrial Non -Fixture Audit (51-100,000 sf)
Each
1
$3,000.00
N/A
$3,000.00
Success: All values provided #8-6
Industrial Non -Fixture Audit (increments of 1,000 sf over
Each
1
$2.00
N/A
$2.00
>100,000 sf)
Success: All values provided #9-1
Development of Planning Documents
Hour
1
$ 250.00
N/A
$ 250.00
Success: All values provided #9-2
Customer Data Analysis
Hour
1
$ 250.00
N/A
$ 250.00
Success: All values provided #9-3
Program Development, Management, and/or Analysis
Hour
1
$ 250.00
N/A
$ 250.00
Success: All values provided #9-4
Information Dashboard Development
Hour
1
$ 250.00
N/A
$ 250.00
Success: All values provided 49-5
Solicitation of Participants for Water Conservation Programs
Hour
1
$ 250.00
N/A
$250.00
Success: All values provided #9-6
Developing Recommended Balances for Large Water
Hour
1
$ 250.00
N/A
$250.00
tWaater
sers
Success: All values provided #9-7
City Council Support for Conservation Related Initiatives
Hour
1
$ 250.00
N/A
$ 250.00
Success: All values provided #9-8
Development of Water Conservation Ordinances
Hour
1
$ 250.00
N/A
$ 250.00
City of Fort Worth, Texas [Industrial, Commercial, Institutional, and Multifamily (ICIM) Water Conversation Audit Services,
Standard Agreement for Professional Services 13P RFP 24-0282 ICIM AUDIT SERVICES AID WTR- M&C 25-0101
Revision Date: December 8, 2023
Page 19 of 21
Success:
Success:
Success:
All values
All values
All values
provided
provided
provided
99-9
#9-10
49-11
Data Research and Reporting
Customer Support
Grant Writing
Hour 1 $250.00
Hour 1 $250.00
Hour 1 $250.00
N/A
$250.00
N/A
$250.00
$250.00
N/A
City of Fort Worth, Texas [Industrial, Commercial, Institutional, and Multifamily (ICIM) Water Conversation Audit Services,
Standard Agreement for Professional Services 13P RFP 24-0282 ICIM AUDIT SERVICES AO WTR- M&C 25-0101
Revision Date: December 8, 2023
Page 20 of 21
Attachment C
� & CERTIFICATE OF LIABILITY' INSURANCE A�2J l2?2
"IS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMENC. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING NSURER(S}, AUTHORIZED
REPRESENTATIVE OR PROCUCER. AND THE CERTIFICATE HOLDER_
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(iesl must have ADDr11ONAL INSURED provisions or be endorsed
ff SUBROGATION IS WAIVED, subject to the teens and conditions of the policy; certain policies may require an endorsement. A staternerlt on
this certificate does not confer rights to the Certificate holder in lieu of such endorsement(s).
PRt7OUCER
CONTACT
Joe B n-
Risk Strate�ies
12801 NCentral Expy- Suite 1725
Nor?
ME {214)a234502 FAX wm: 2ta 503,3899
ADDRIEES: RSCCGe Uest rsk-sra_ IeS.Com
Dallas, TX 75243
IN&I1RER E AFFORDING COVERAGE
NA1Ci
NSMIER A: XLIty Insurance Company
379M
wauRED
Plummer Associates, Inc-
1320 South University Drive
Ste_300
NNNlEB a: Hartford Undermi[ers Insurance Cornparry
301D4
NSIIPERc: Hartford Accidentarid Indemnity Comparw
22357
NSWtERa: Twin CAV Fire Insurance Com
29459
Fort Worth T)C 76107
Nmw ER E : ACE American Insurance Corryany
22667
N5 RF
COVERAGES CERTIFICATE NUMBER: B3004172 REVISION NUMBER-
-MIS IS TO CERTIFY THAT THE POLJCIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED N4MED,SBOVE FOR THE POLICY PERIOD
INDICATED.. NOTWITHSTANDING ANY REQUIRENENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TC WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN- THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. UMMS SHOWN MAY HAVE BEEN RED-CED BY PAIDCLPJMS_
MMR
Lm
TYPE OF INSURANCE
POLICYNUHBER
POLICY EFF
IIIIIIIINDIDYYYYJ
P JcyE
"MY"MYT
LwrrE
B
COYN9[CIALBJ_INERALLIAB1LnT
1'
f
B4SBWAHBX07
a-M2024
go:J M25
E-ZHOCCURREYCE
4I,DOD;0130
CWMSiaS�➢E C.::CUR
PR@.1I3E6,ES Qa,orenie.,
41,DOD. 300
r'r
MED EXP (Any Gnr PrJSM?
s I RODE
XCU Cmeram
it
Contractual Liability
PERBONALaA 'INJURY
S1,D0D.D00
GENrLAGGREGATE UMm APFLE3 PER
GENERALAGGREGUE
42.00D.DCD
PCLK:Y®CT LOC
SE
moouCTS-Cowj1 ACiCl
47.,00D.DC.D
Valuable Papers.
4Fi10.3CI]
on—
C
Au7OYDBB.EuABILnY
f
84UE6'3111-4697
W=24
WB 26
I �Id"65SINGLE LMn
i 1 .Cl--3.3CL
BCDILY INJURY P..
i
+F
AHYA'rr9
O!r OS ALTOSEDUED
Y41lTOS DRILY Mm78
FATLY INJURY ¢n e¢ItlerN,
i
ROPERTY Od4AlAGE
IP�jErr,YD
S
HIRED NON-ORHED
AUTOS ONLY Alfli]B ONLY
i
B
UMBRELLA LICE
f'
DOOUP
f
1 'F'18 7
RMM24
ar3UM25
E-ICHOCCVRRHNCE
i5,0OD,0DO
AGGREGATE
iS DfID iIDO
EkCEdE LUU3
CLAIMSiA/,DE
DEC f RETE.NTON 10,000
i
D
WORMERS CCWNPENbAnON
AND EYPLOYER.E'LIABILrrY YiN
MTMPROPiETLcRPARTHERsxec. TwE ❑
Or'FwR.ME]R 62EI[{iLCr�? h
N i A
B4WEG8.42E4C
Ar30f2024
/
J iATL TE ERµ
E- EACF ACC 7E."n
i 1 "000
Ev. O:3E DIE-Ek EMP_OYE
i
lm—datC yIn NHJ
rr ins. 'WIM �rAer
,DE:CRIPTIONOFOPERATIONBb,4—
EL.DISEASE-POUGYUMIT
3I,W0.0D0
A
Liability8
j
D�R5026745
5AW2024
5A 5
Per Claim $3,000,DOD
[rofessicnal
bllution Liability
Annual Aggregate y3,000.006
E
Cyber Liability
DO-7400959
I &25r2D24
SJ25A25
Limit of Liability $2,ODD,DOD
DE.iCRPTIGN OF OPERATIONS l LOCATNONN; J VEHICLE* 4ACORD 101. Addff—I Fbww P 3ohad b, aAy bs Hw Md N morn qm- A. rny,9nd1
The daims made professional liability arraage is the total regate, limit k)r all dai ms Pesented violin the annual policy Period and is subject
to a deductide-Thirty (30) day notice of cancellation in favc:of certificate holder on all pdides.
RE: Plumrner # W 1 H-007-0-2203, Fort Worth RFP 24-0282 - Industrial. Conmoaeraal, Institutional and Multifamily (IC IM I Water C'cnsenration Jodi[ Services_
CERTIFICATE HOLDER CANCELLATION
Cif of Fart Worth
i
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
Attn: Purchasing Division
THE EXPIRATION DATE THEREOF- NOTICE WILL BE DELIVERED IN
ACCORDANCE WF H THE POLICY PROVISIONS,
100 Fort Worth Trail
Fort Worth TX 76102
AUTHORIIEDREPREIENTATNE
Joe Bryant
619g$-2015 ACORD CORPORATION_ All rights reserved_
ACORD 25 (2.D16103) The ACORD name and logo are registered marks of ACORD
E301,4172 I 24J2E PL ant Cy71ar QLJAW1IC/1]1 15]VS t MMQII I. 12112J2024 E: i7:11 AN IM71 122g& 1 DE 2
City of Fort Worth, Texas [Industrial, Commercial, Institutional, and Multifamily (ICIM) Water Conversation Audit Services,
Standard Agreement for Professional Services 13P RFP 24-0282 ICIM AUDIT SERVICES AO WTR- M&C 25-0101
Revision Date: December 8, 2023
Page 21 of 21
DATE: 2/11/2025 REFERENCE **M&C 25-
NO.: 0101
CODE: P TYPE: CONSENT
13P RFP 24-0282 ICIM
LOG NAME: AUDIT SERVICES AO
WTR
PUBLIC NO
HEARING:
SUBJECT: (ALL) Authorize Execution of Agreement with Alan Plummer and Associates, Inc.
for Industrial, Commercial, Institutional, and Multifamily Water Conservation Audit
Services in an Annual Amount Up to $250,000.00 for the Initial Term and Authorize
Four One -Year Renewal Options for an Annual Amount Up to $200,000.00 for the
Water Department
RECOMMENDATION:
It is recommended that the City Council authorize execution of an agreement with Alan
Plummer and Associates, Inc. for industrial, commercial, institutional, and multifamily water
conservation audit services in an annual amount up to $250,000.00 for the initial term and
authorize four one-year renewal options for an annual amount up to $200,000.00 for the
Water Department.
DISCUSSION:
The Water Department approached the Purchasing Division to authorize the execution of an
agreement with Alan Plummer and Associates, Inc. for industrial, commercial, institutional and
multifamily water conservation audit services. Under the proposed agreement the vendor will:
promote city-wide industrial, commercial, institutional and multi -family water conservation goals
and initiatives; conduct comprehensive water audits; present a detailed written report with audit
results, water saving recommendations, and a return on investment projection; provide
recommendations for participation in Fort Worth Water Conservation program resources;
and assist in engaging, promoting and assisting City in applying for conservation awards.
Purchasing Staff issued Request for Proposal (RFP) Number 24-0282. The RFP consisted of
detailed specifications describing the responsibilities and requirements to provide these
services. The RFP was advertised in the Fort Worth Star -Telegram on October 11, 2024,
October 16, 2024, October 23, 2024, October 30, 2024, and November 6, 2024. The City
received one (1) response.
An evaluation panel consisting of representatives from the Water Department, Diversity and
Inclusion Department, and Environmental Services Department reviewed and scored the
submittal using Best Value criteria. The individual scores were averaged for each of the criteria
and the final scores are listed in the table below.
Ian Plummer and Associates,
Inc.
Best Value Criteria
Evaluation Factors
a b c d e Total
Score
i
13.1316.513.13 24.75 20 87.5
a. Length of minimum experience
b. Experience doing heavy industrial and commercial water use audits for diverse industries
c. Ability to produce reports to audit clients and City of Fort Worth
d. Ability to meet the City's needs
e. Cost
After evaluation, the panel concluded that Alan Plummer and Associates, Inc. presents both
the best value and the necessary experience for the water audit services; therefore, the panel
recommends that Council authorize an agreement with Alan Plummer and Associates, Inc. No
guarantee was made that a specific amount of services would be purchased. Staff certifies that
the recommended vendor's bid met specifications.
FUNDING: The maximum annual amount allowed under this agreement will be $250,000.00;
however, the actual amount used will be based on the needs of the department and available
budget. Funding is budgeted in the General Operating & Maintenance category in the Water &
Sewer Fund for the Water Department.
BUSINESS EQUITY: The Business Equity Division placed a 14.83\% business equity goal on
this solicitation/contract. Alan Plummer and Associates, Inc., will be exceeding the goal at
15\%, meeting the City's Business Equity Ordinance. Any changes in subcontractors will be
reviewed by the Business Equity Division.
AGREEMENT TERMS: This agreement shall begin upon execution and expire one year from
that date.
RENEWAL TERMS: This Agreement may be renewed at the City's option for four one-year
terms. This action does not require City Council approval provided that the City Council has
appropriated sufficient funds to satisfy the City's obligations during the renewal terms.
ADMINISTRATIVE CHANGE ORDER: An administrative change order or increase may be
made by the City Manager up to the amount allowed by relevant law and the Fort Worth City
Code and does not require specific City Council approval as long as sufficient funds have been
appropriated.
FISCAL INFORMATION/CERTIFICATION:
The Director of Finance certifies that funds are available in the current operating budget, as
previously appropriated, in the Water & Sewer Fund to support the approval of the above
recommendation and execution of the agreement. Prior to any expenditure being incurred, the
Water Department has the responsibility to validate the availability of funds.
BQN\\
TO
Fund Department Account Project Program Activity Budget Reference # Amount
L—ID �1111) Year (Chartfield 2)
FROM
Fund Department Account Project Program Activity Budget Reference # Amount
L—ID ID Year (Chartfield 2)
Submitted for City Manager's Office by:
Originating Department Head:
Reginald Zeno (8517)
William Johnson (5806)
Reginald Zeno (8517)
Christopher Harder (5020)
Additional Information Contact: Brandy Hazel (8087)
Aiyanna Owens (8317)