Loading...
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)