Loading...
HomeMy WebLinkAboutItem 10 NOVAC Industries- Comp FlowAGENDA ITEM SUMMARY Meeting Date: 4/18/2022 Meeting Type: Regular Meeting Staff Contact/Dept.: Amanda Clinton Jeff Paschall Staff Phone No: 541-726-3825 541-726-1674 Estimated Time: Consent Calendar SPRINGFIELD Council Goals: Maintain and Improve CITY COUNCIL Infrastructure and Facilities ITEM TITLE: REQUEST TO AWARD THE COMPREHENSIVE FLOW MONITORING PLAN, BASED ON PROPOSAL #2950 RECEIVED ON MARCH 9TH, 2022. ACTION REQUESTED: Approve or reject the following motion: TO AWARD THE SUBJECT CONTRACT TO NOVAC INDUSTRIES, BASED ON PROPOSAL FOR $408,000. ISSUE STATEMENT: Two proposals were received for the Comprehensive Flow Monitoring Project; a Contract award is now necessary to enable work to proceed. Proposers included: MURRAY SMITH NOVAC INDUSTRIES ATTACHMENTS: 1. Contract DISCUSSION/ FINANCIAL The Comprehensive Flow Monitoring project will maintain and advance the city IMPACT: wastewater collection system hydraulic model and flow monitoring program. Under this proposal, the monitoring will continue for three years. The scope of work includes engineering and related services including: • Coordination with Operations staff for placement of flow monitors and data collection • Data analysis and advancement of the wastewater system hydraulic model • Coordination with Engineering staff to identify capital rehabilitation projects to support the Capacity, Management, Operations, and Maintenance (CMOM) Program Novac Industries had the highest scoring proposal. Funding for this project will come from the Wastewater Capital Fund. CITY OF SPRINGFIELD CONTRACT FOR SERVICES Contract #2893 Dated: April 19th, 2022 Parties: City of Springfield "CITY" A Municipal Corporation of the State of Oregon 225 5th Street Springfield, OR 97477 and Novac Industries, LLC "Contractor" Additional Contractor Information: a) Type of Entity: ❑ Sole Proprietorship ❑ Partnership ® Limited Liability Comp ❑ Corporation b) Address: 4175 Somerset Dr. NE, Albany, OR 97322 c) Telephone: 541.990.9950 d) SSN or Fed. ID No.: 82-3727101 e) If Applicable, Listed among the Parties Excluded from Federal Procurement or Non - Procurement Programs found at: https://www.sam.gov/portal/public/SAM/: ❑Yes ❑ No City Account Number(s) To Be Charged (Include Percentages): Account Number Percentage 611-07600-8800-800005-P41064 100% In consideration of the mutual covenants contained herein, the parties agree to the following terms, provisions, and conditions, in addition to the terms and conditions in any attached addenda: 1. Services to be Delivered. Contractor shall perform the Services and deliver to the City the Deliverables specified in Attachment 1. The Statement of Work (Attachment 1) includes the delivery schedule for each phase/year of Deliverables and Services. In addition, the Contractor will perform the Services in accordance with the terms and conditions of this Contract. 2. Payment by City. The maximum, not -to -exceed compensation payable to Contractor under this Contract, which includes any allowable expenses for three years, totaling $408,000 (four hundred and eight thousand). 2:1 Attachment 1, Page 1 of 17 REV JAN 2022 2.1. The Fee schedule, which includes an hourly rate of $100 will increase by $5.00 each year of the contract. The total includes miscellaneous expenses that are required to perform the work needed to complete this project, including upkeep for a dedicated modeling license and computer use. Miscellaneous expenses will not exceed $10,000 and are included in the annual not -to -exceed amount in Attachment #2 (Pages 1-3, 1.3 on each page), 1.3. City will not pay Contractor any amount in excess of the not -to -exceed compensation of this Contract and will not pay for Services performed before the Effective Date or after the expiration or termination of this Contract. If the maximum compensation is increased by amendment of this Contract, the amendment must be fully effective before Contractor performs Services subject to the amendment. City will pay Contractor for only for completed Deliverables and Services performed according to the schedule and rates in Attachment 1. 2.2. The obligation of the City to make payments in fiscal years 2023 and 2024 is subject to annual appropriation. To the extent that funds are appropriated to make those payments for a given fiscal year, the full faith and credit of the City is pledged to the payments for such fiscal year. The obligation of the City to make those payments is not secured by the unlimited taxing power of the City and is not a general obligation of the City. The City's obligation to make those payments in any year is subject to future appropriation of funds by the City Council for the fiscal year in which the payment is due. In the event that funds are not so appropriated, this agreement will be terminated. The failure to make a payment due to non - appropriation shall not constitute a default under this Agreement. 3. Expenses. City will not pay or reimburse any expenses incurred by Contractor during the completion of the Services except as authorized in the Statement Work or elsewhere in this Contract. 4. Term. This Agreement is effective as of the date first set forth above and will continue until April 30, 2025, unless earlier terminated in accordance with the provisions of this Agreement or by mutual consent of the parties. S. Invoice. City will pay Contractor's invoices on Net 30 day terms upon City acceptance of Services performed and Goods delivered as stated in section 7. Contractor must send invoices to: Amanda Clinton, Contracts Analyst - City of Springfield, 225 Th Street, Springfield, OR 97477 or email to aclinton@springfield-or.gov. The invoice must reference this contract #2893 and approval code #760. 6. Overdue Charges. Contractor may assess overdue account charges to City on unpaid invoices only as stated in this section. Overdue account charges must be the same as the usual overdue account charges to the general clientele of the vendor. Overdue claims are only those claims that have not been paid within 45 days of: the date of the City's receipt of the invoice, the date of the initial billing statement if there is no invoice, or the date the claim is made certain by agreement of the parties or by operation of law. However, no overdue account charges will accrue on any purchases made by City during time of civil emergency or in the event of a natural disaster which prevents the timely payment of accounts. In such instances accounts shall be paid in as timely a manner as possible. The date of the check or automatic funds transfer in payment of the claims will be used to determine if the claim has been paid in a timely manner. It is a rebuttable presumption that the check was correctly dated. 7. Rejection of Deliverables. If City determines that a Deliverable does not have the characteristics or otherwise meet the acceptance criteria set forth in the Statement of Work in all material respects, City will notify Contractor in writing of City's rejection of the Deliverable(s), and describe in reasonable detail in such notice the City's basis for rejection of the Deliverable(s). Within 21 days of receiving notice of non-acceptance, the Contractor must modify or improve the Deliverables at Contractor's sole expense so that the Deliverable(s) meets the acceptance criteria in all material respects, notify the City in writing that it has completed such modifications or ?3612:11 Attachment 1, Page 2 of 17 REV JAN 2022 improvements, and re -tender the Deliverables to City. Within 21 days of Contractor's re -tender of the Deliverable(s), City will review the modified or improved Deliverable(s). Failure of the Deliverables to meet the acceptance criteria in all material respects after the second submission will constitute a default by Contractor. In the event of such default, Agency may either, (i) notify Contractor of such default and instruct Contractor to modify or improve the Deliverables as set forth in this Section, or (ii) notify Contractor of such default and pursue its remedies for default provided for by law or the terms of this Contract. 8. Contractor's Representations. Contractor represents that: 8.1. Contractor has the authority to enter into and perform according to this Contract, and that this Contract, when executed and delivered, is a valid and binding obligation of Contractor that is enforceable according to its terms; 8.2. Contractor has the skill and knowledge possessed by well-informed members of its industry, trade or profession and Contractor will apply that skill and knowledge with care and diligence and perform Services in a timely, professional, and skillful manner according to standards applicable to Contractor's industry, trade, or profession; and 8.3. Contractor is, and must be at all times during the term of this Contract, qualified, professionally competent, and duly licensed to perform Services. 9. Sourcing. RFP #S2950, Comprehensive Flow Monitoring RFP, Dated March 9th, 2022 10. First Point of Contact. CONTRACTOR: Sam Novac, Ph#541.990.9950, samuel@novacs.com. CITY: Jeff Paschell, Ph#541.726.1674 jpashchell@springfield-or.gov. 11. Indemnification and Hold Harmless. 11.1. Contractor agrees to indemnify, defend, and hold harmless the City and its officers, agents and employees from and against all claims, actions, liabilities, loss, and costs including attorney's fees and costs of defense, arising in whole or in part from the acts or omissions of Contractor, and Contractor's subcontractors, officers, agents, and employees, in performance of this contract. 11.2. In the event any such action or claim is brought against City, upon tender by City, Contractor will defend the same at Contractor's sole cost and expense, promptly satisfy any judgment adverse to City or to City and Contractor, jointly, and reimburse City for any loss, cost, damage or expense, including attorney fees, suffered or incurred by City. City shall notify Contractor, within a reasonable time, of any claim, threat of claim or legal action. 11.3. Notwithstanding subsections 11.1 and 11.2, neither Contractor nor any attorney engaged by Contractor will defend any claim in the name of the City, nor purport to act as legal representative of the City, without the prior written consent of the City Attorney's Office. CITY may, at any time and at its election, assume its own defense and settlement of any claims. City reserves all rights to pursue any claims it may have against Contractor if the City elects to assume its own defense. 11.4. This Section 11 does not include indemnification by Contractor for losses, claims, or actions resulting from the sole negligence of City or its officers, agents, and employees, whether within the scope of the Contract or otherwise. 12. Insurance. 12.1. Required Coverages. Contractor must obtain at Contractor's expense, and require its first tier contractors and subcontractors, if any, to obtain the insurance specified in this exhibit prior to performing under this Contract, and must maintain it in full force and at its own expense throughout the duration of this Contract, as required by any extended reporting period or tail coverage requirements, and all warranty periods that apply. Contractor must obtain and require its first-tier contractors and subcontractors, if any, to obtain the following 2:1 Attachment 1, Page 3 of 17 REV JAN 2022 insurance from insurance companies or entities acceptable to City and authorized to transact the business of insurance and issue coverage in Oregon. Contractor acknowledges that insurance specified in this section does not limit indemnification responsibilities specified in section 11 Indemnification. 12.1.1. General Insurance. Commercial general liability insurance covering bodily injury and property damage in a form and with coverage that are satisfactory to City. This insurance must include personal and advertising injury liability, products and completed operations, contractual liability coverage for the indemnity provided under this Grant, and have no limitation of coverage to designated premises, project or operation. Coverage must be written on an occurrence basis in an amount of not less than $2,000,000 per occurrence. Annual aggregate limit may not be less than $3,000,000. 12.1.2. Automobile Liability Insurance. Automobile liability insurance covering Contractor's business use including coverage for all owned, non -owned, or hired vehicles with a combined single limit of not less than $1,000,000 for bodily injury and property damage. This coverage may be written in combination with the commercial general liability insurance (with separate limits for commercial general liability and automobile liability). Use of personal automobile liability insurance coverage may be acceptable if Contractor provides evidence that the policy includes a business use endorsement. 12.1.3. Professional Liability. Contractor shall maintain a professional liability insurance policy reflecting limits of not less than $2,000,000 for claims for professional acts, errors or omissions arising from the Work. The policy may be written on a "claims made" form. Contractor shall maintain the professional liability insurance coverage for at least one year after the completion of the work. The policy shall contain an endorsement entitling the City not less than 60 days prior written notice of cancellation of such policy 12.1.4. Workers' Compensation. Contractor must provide and maintain workers' compensation coverage with limits not less than $500,000 for its employees, officers, agents, or partners, as required by applicable workers' compensation laws as defined in ORS 656.027 and ORS 701.035(5). If Contractor is exempt from coverage, a written statement signed by Contractor so stating the reason for exemption must be provided to the City. 12.2. Excess/Umbrella Insurance. A combination of primary and excess/umbrella insurance may be used to meet the required limits of insurance. 12.3. Additional Insured. All insurance, except for workers' compensation, professional liability, and network security and privacy liability (if applicable), required under this Contract must include an additional insured endorsement specifying the City and its officers, employees and agents as Additional Insureds, including additional insured status with respect to liability arising out of ongoing operations and completed operations, but only with respect to Contractor's activities to be performed under this Contract. Coverage must be primary and non-contributory with any other insurance and self-insurance. The Additional Insured endorsement with respect to liability arising out of Contractor's ongoing operations must be on ISO Form CG 20 10 07 04 or equivalent and the Additional Insured endorsement with respect to completed operations must be on ISO form CG 20 37 04 13 or equivalent. 12.4. Waiver of Subrogation. Contractor waives and must require its first tier contractors and subcontractors waive, rights of subrogation which Contractor, Contractor's first tier contractors and subcontractors, if any, or any insurer of Contractor may acquire against the City by virtue of the payment of any loss. Contractor must obtain, and require its first tier contractors and subcontractors to obtain, any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the City has received a waiver of subrogation endorsement from the Contractor or the Contractor's insurer(s). 12.5. Tail Coverage. If any of the required insurance is on a claims made basis and does not include an extended reporting period of at least 24 months, Contractor must maintain, and require its first tier contractors and subcontractors, if any, maintain, either tail coverage or continuous claims made liability coverage, provided the effective date of the continuous 2:1 Attachment 1, Page 4 of 17 REV JAN 2022 claims made coverage is on or before the Effective Date of this Contract, for a minimum of 24 months following the later of (i) Contractor's completion and City's acceptance of all Goods and Services provided under this Contract, or, (ii) City or Contractor termination of this Contract, or, (iii) the expiration of all warranty periods provided under this Contract. 12.6. Evidence of Insurance Coverage. Evidence of the required insurance coverages issued by an insurance company satisfactory to the City shall be provided to the City by way of a City approved certificate of insurance before any work or services commence. 12.7. Notice of Cancellation or Material Change in Coverage. The certificate of insurance shall contain a requirement that the Insurance company notify the City 30 days prior to any cancellation or material change in coverage. If the approved insurance company will not provide this 30 day notice, the Contractor shall provide written notice to the City contract manager within two days after the Contractor becomes aware that their coverage has been canceled or has been materially changed. The Contractor shall either fax 541-726-3782 said notice or email it directly to City Finance Department at purchasing@springfield-or.gov. Regardless of what circumstances cause Contractor's insurance coverage to cease or be modified, it is the Contractor's responsibility to notify the City. Failure to maintain proper insurance or provide notice of cancellation or modification shall be grounds for immediate termination of this contract. (Contractor initials) 12.8. Equipment and Material. Contractor shall be responsible for any loss, damage, or destruction of its own property, equipment, and materials used in conjunction with the work. 13. Independent Contractor Status, Tax duties and Liabilities. 13.1. Contractor will perform all Services as an independent contractor. Although City may (a) determine and modify the delivery schedule for Goods to be delivered and Services to be performed and (b) evaluate the quality of the completed performance, City cannot and will not control the means or manner of Contractor's performance. Contractor is responsible for determining the appropriate means and manner of performing any Services required under this Contract. Contractor is not an "officer," "employee," or "agent" of City as those terms are used in ORS 30.265. 13.2. Contractor shall be responsible for all federal, state, and local taxes, if any, applicable to any payments received pursuant to this Agreement, including but not limited to income tax, payroll tax, social security and self-employment tax. City will not withhold, pay, or in any other manner be responsible for payment of any taxes on behalf of Contractor. Contractor is not eligible for any social security, unemployment insurance, or workers' compensation benefits from compensation or payments paid to Contractor under this Contract. 14. Legal Representation. This Agreement was prepared by the City. Contractor has had the opportunity to have this Agreement reviewed by its own legal counsel prior to its execution. 15. Venue and Choice of Law. Venue for litigation concerning this Agreement rests exclusively with the court of the State of Oregon for Lane County. Any dispute arising under this Agreement will be governed by the law of the State of Oregon. 16. Force Majeure. If Contractor is delayed by reason of weather, fire, riot, strikes, acts of God or other circumstances beyond Contractor's reasonable control, City may terminate this Agreement in writing to Contractor after determining such delay or default will unreasonably prevent successful performance of the Contract. If City elects not to terminate the Contract, Contractor will be entitled to additional time to complete the Contract equal to that lost by an or all of the above causes. 17. Severability. If any provision of this Agreement is declared by a court to be illegal or in conflict with any law, the validity of the remaining terms and provisions will not be affected; the rights 2:1 Attachment 1, Page 5 of 17 REV JAN 2022 and obligations of the parties will be construed and enforced as if the Agreement did not contain the particular provision held to be invalid. 18. Access to Records. City and its duly authorized representatives shall have access to books, documents, papers and records of Contractor which are directly pertinent to this Agreement for the purpose of making audit, examination, excerpts and transcripts. 19. Confidentiality. During the course of performance hereunder, Independent Contractor or its agent, employees, or contractors, may receive confidential information. Independent Contractor agrees to use its best efforts to maintain the confidentiality of such information and to inform each agent and employee performing services of the confidentiality obligation that pertains to such information. 20. Waiver. Failure of City to enforce any provision of this Agreement shall not constitute a waiver or relinquishment by City of the right to such performance in the future nor of the right to enforce any other provision of this Agreement. 21. Amendments. The terms of this Agreement shall not be waived, altered, modified, supplemented or amended in any manner whatsoever, without prior written approval of City. No modification of this Agreement shall bind either party unless reduced to writing and subscribed by both parties, or ordered by a Court. 22. Termination. The performance of work under this Agreement may be terminated by City, in whole or in part, whenever for any reason City shall determine that such termination is in the best interest of City. Any such termination shall be effected by delivery to the Contractor of a Notice of Termination specifying the extent to which performance of the work under the Agreement is terminated and the date on which such termination is effective. Upon delivery to the Contractor of a Notice of Termination under this paragraph, the Contractor and City shall, by agreement, make an appropriate written modification to this Agreement governing completion of portions of the Contractor's work and payment therefore by CITY. 23. Assignment/Subcontract. Contractor shall not assign, sell, transfer, subcontract or sublet rights, or delegate responsibilities under this Agreement, in whole or in part, without the prior written approval of City. No such written approval shall relieve Contractor of any obligations of this Agreement, and any transferee or subcontractor shall be considered the agent of Contractor. Contractor shall remain liable as between the original parties to this Agreement as if no such assignment had occurred. 24. Compliance with All Government Regulations. Contractor shall comply with all Federal, State and local laws, codes, regulations and ordinances applicable to the work performed under this Agreement. Failure to comply with such requirements shall constitute a breach of contract and shall be grounds for termination of this Agreement. Damages or costs resulting from noncompliance shall be the sole responsibility of Contractor. This section includes, but is not limited to, compliance with all applicable requirements of Federal and State civil rights statutes, rules, and regulations, and all applicable provisions of the Americans with Disabilities Act of 1990, 42 USC Section 12101 et seq. and Section 504 of the Rehabilitation Act of 1973. 25. Attorney Fees. Except for defense costs and expenses pursuant to section 11, neither City nor Contractor is entitled to recover attorney's fees, court and investigative costs, or any other fees or expenses associated with pursuing a remedy for damages arising out of or relating to this Contract. 26. Construction of Agreement. This Contract shall not be construed more favorably to City due to the preparation of this Contract by City. The headings and subheadings in this Contract are for convenience, do not form a part of this Contract, and shall not be used in construing this Contract. 2:1 Attachment 1, Page 6 of 17 REV JAN 2022 27. Entire Agreement This Agreement signed by both parties is the parties` final and entire Agreement and supersedes all prior and contemporaneous oral or written communications between the parties, their agents and rc presentatiyes. There are no representations, promises, terms, conditions or obligations other than those contained herein. CITY OF SPRINGFIELD., CONTRACTOR: By: By: /"'AovAL /Nl1 aio, Lv, Name: Name: 64mVf� No Title: Title: ow Date: Date: 4/1112? REVIEWED & APPROVED AS TO FORM DATE: SPRINGFIELD CITY ATTORNEY'S OFFICE a REV JAN 2022 Attachment 1, Page 7 of 17 City of Springfield Public Contract Addendum Required Contract Terms Under ORS 2796 — Goods, Services, and Personal Services Pursuant to Oregon law, this public contract includes the following terms and conditions, when applicable: 1. The contractor must make payment promptly, as due, to all persons supplying to the contractor labor or material for the performance of the work provided for in the contract. ORS 27913.220(1). 2. The contractor must pay all contributions or amounts due the Industrial Accident Fund from the contractor or subcontractor incurred in the performance of the contract. ORS 279B.220(2). 3. That contractor must not permit any lien or claim to be filed or prosecuted against the state or a county, school district, municipality, municipal corporation or subdivision thereof, on account of any labor or material furnished. ORS 279B.220(3). 4. The contractor must pay to the Department of Revenue all sums withheld from employees under ORS 316.167. ORS 279B.220(4). 5. If the agreement is for lawn and landscape maintenance, Contractor must salvage, recycle, compost or mulch yard waste material at an approved site, if feasible and cost-effective. ORS 27913.225. 6. The contractor must promptly, as due, make payment to any person, co -partnership, association or corporation furnishing medical, surgical and hospital care services or other needed care and attention, incident to sickness or injury, to the employees of the contractor, of all sums that the contractor agrees to pay for the services and all moneys and sums that the contractor collected or deducted from the wages of employees under any law, contract or agreement for the purpose of providing or paying for the services. All employers shall comply with ORS 656.017. ORS 27913.230. 7. A person may not be employed for more than 10 hours in any one day, or 40 hours in any one week, except in cases of necessity, emergency or when the public policy absolutely requires it, and in such cases, except in cases of contracts for personal services designated under ORS 279A.055, the employee shall be paid at least time and a half pay: a. For all overtime in excess of eight hours a day or 40 hours in any one week when the work week is five consecutive days; or b. For all overtime in excess of 10 hours in any one day or 40 hours in any one week when the work week is four consecutive days, Monday through Friday; and c. For all work performed on Saturday and on any legal holiday specified in ORS 27913.020. 8. An employer must give notice in writing to employees who work on a public contract, either at the time of hire or before commencement of work on the contract, or by posting a notice in a location frequented by employees, of the number of hours per day and days per week that the employees may be required to work. ORS 27913.235(1)-(2). If the agreement is for personal services, the contract shall contain a provision that the employee shall be paid at least time and a half for all overtime worked in excess of 40 hours in any one week, except for individuals under personal services contracts who are excluded under ORS 653.010 to 653.261 or under 29 U.S.C. 201-209 from receiving overtime. ORS 279B.235(3). 10. If the contract is for services, persons employed under contracts shall receive at least time and half pay for work performed on the legal holidays specified in a collective bargaining agreement or in ORS 279B.020(1)(b)(B)-(G) and for all time worked in excess of 10 hours in any one day or in excess of 40 hours in any one week, whichever is greater. Contractor shall give notice in writing to employees who work on a contract for services, either at the time of hire or before commencement of work on the contract, or by posting a notice in a location frequented by employees, of the number hours per day and days per week that the employees may be required to work. ORS 279B.235(5). Attachment 1, Page 8 of 17 {00023612:1} Attachment #1 - Phase 1-4, Maps, Final Deliverables and Additional Services. Go� 0 I G o m,Y.mmyw�_m c a ®cYrm+�svv. . e e Yn� e B uo�ffa® Y ' 9®MOIIIISe�YYx.Y. S -^ti i G ®�YYOdra 0 O ®Yp19i G.YYYm ❑ o mOwWGYy ��r~ i".� :„~��. 1`� 'r— i . .. � _' –• 1 _' . 11. ]Lp-.n_. ■ _ - _ -�-Vv VT.Znin1' _• 1. _ _ — . ❑ e e ..ns Y.va:e D ®61w.1Y.> The screenshot above displays the original monitor install locations for the city of Springfield's sanitary sewer system that were used for the creation of the skeletal model by Novac Industries, LLC in 2018. The install locations now act as the control points for further investigation using the micro -modeling methodology described. Phase 1 After a project area has been chosen for further investigation, monitor install locations need to be chosen and field verified for practicality and safety. As stated above, previous micro -modeling study areas will be considered when deciding where to install monitors next in the system. Up to date, there have been two rounds of micro -modeling that have alreadv been performed. The screenshots below depict where these studies have taken place: ❑ o3 Gomes- - G ® Gi'men5yven o®.�Y a ®.YOYi Y.iYpn Ge euaEun 1 'li - r o ®wuQo.� - G o ®--gvaa m G 0 mw.nre.m B m4y4acn. G e mcagrwY. ■ ❑ G e uaff Y� G ®urY,b�YA. ❑ e csYY:e� r The locations above depict where monitors were installed during the 2019 micro -modeling cycle performed by Novac Industries_ LLC. Attachment 1, Page 9 of 17 i r The locations above depict where monitors were installed during the 2019 micro -modeling cycle performed by Novac Industries_ LLC. Attachment 1, Page 9 of 17 13 a 13 Sk u o�weial+� o - q �ti .1 ' 1 e -- ,i eD Fa J oID am - i uc iocatnons auove aepict wnere monitors were mstauea during the Lulu micro -modeling cycle performed Dy Novac Industries, LLC. The data obtained from the skeletal model, created by Novac Industries, LLC in 2018, shows a trend of higher I&I rates in the eastern most portions of the sanitary system and makes for a compelling argument to continue the yearly cycle of investigates in the nearby area. The area to the south of the previous micro -modeling studies would be recommended for the next study area. Once the study area is agreed upon, recommendations for install locations will be made to field crews. The install locations are placed in a way to capture all the flow entering and leaving the study area to obtain a complete look at the hydraulics present. However, field investigations of each install location will have to be made to assess the practically of entering the system and installing the flow monitoring equipment. Often, some locations are deemed impractical due to the physical characteristics of the pipes, the presence of turbulent flows that would hinder accurate flow data collection, or the lack of safety for field crews to perform their work. Field crews would then be expected to investigate nearby nodes that could serve as alternate install locations. These locations would be evaluated and if the alternate location is valid for modeling, that new location would then be the final install location for that monitor. This process would repeat until all monitors are installed in the proper areas. Proper data collection depends directly on weather patterns. To obtain proper dry weather how data, monitors must be in the ground and collecting data by August 1St of each yearly cycle and remain installed until August 31St at the earliest. Normally, flow monitors will be installed before August 1" and are left in the ground until the end of the current cycle, usually in June of the next year. Once the monitors are in the ground and collecting data, Novac Industries, LLC will constantly compile and analyze the flow data on a weekly basis to ensure quality data is being collected for modeling purposes. Springfield field crews will be required to calibrate each monitor on a weekly basis to ensure proper functionality of all equipment. Part of the data analysis will be the calculation of average dry weather flow curves for each monitor for both Attachment 1, Page 10 of 17 O ®YOIRYnia q �ti .1 ' 1 i uc iocatnons auove aepict wnere monitors were mstauea during the Lulu micro -modeling cycle performed Dy Novac Industries, LLC. The data obtained from the skeletal model, created by Novac Industries, LLC in 2018, shows a trend of higher I&I rates in the eastern most portions of the sanitary system and makes for a compelling argument to continue the yearly cycle of investigates in the nearby area. The area to the south of the previous micro -modeling studies would be recommended for the next study area. Once the study area is agreed upon, recommendations for install locations will be made to field crews. The install locations are placed in a way to capture all the flow entering and leaving the study area to obtain a complete look at the hydraulics present. However, field investigations of each install location will have to be made to assess the practically of entering the system and installing the flow monitoring equipment. Often, some locations are deemed impractical due to the physical characteristics of the pipes, the presence of turbulent flows that would hinder accurate flow data collection, or the lack of safety for field crews to perform their work. Field crews would then be expected to investigate nearby nodes that could serve as alternate install locations. These locations would be evaluated and if the alternate location is valid for modeling, that new location would then be the final install location for that monitor. This process would repeat until all monitors are installed in the proper areas. Proper data collection depends directly on weather patterns. To obtain proper dry weather how data, monitors must be in the ground and collecting data by August 1St of each yearly cycle and remain installed until August 31St at the earliest. Normally, flow monitors will be installed before August 1" and are left in the ground until the end of the current cycle, usually in June of the next year. Once the monitors are in the ground and collecting data, Novac Industries, LLC will constantly compile and analyze the flow data on a weekly basis to ensure quality data is being collected for modeling purposes. Springfield field crews will be required to calibrate each monitor on a weekly basis to ensure proper functionality of all equipment. Part of the data analysis will be the calculation of average dry weather flow curves for each monitor for both Attachment 1, Page 10 of 17 weekday and weekend flows. These average dry weather flow curves will be used in the dry weather calibration of the model within the new project area. Simultaneously, Novac Industries, LLC will also be working on adding all physical assets in the new project area. This includes pipes of any diameter and any pump/lift stations that are present. Operational data for all pumps within each pump station, if any, will be provided by city of Springfield personnel or the wastewater treatment plant operators. Average dry weather flow curves for all monitors for both weekdays and weekends will be sent to the city of Springfield for review once all are calculated properly. This phase can be completed within 2 to 3 months depending on the amount of physical data missing and needing to be measured in the field. Phase 2 During phase 2 is where the modeling work really begins. The collection and compilation of dry weather data allows for flow inputs into the model from each monitor in the form of dry weather flow calibration. Once all the physical assets are added into the model, flow data can be distributed into the system from each of the corresponding monitors. The overall goal is to make sure that the dry weather model outputs exactly match what was measured in the field. The model must be calibrated to both weekdays and weekends separately for each monitor location as the flow patterns differ widely. Updates to the dry weather calibration of the model will be regularly sent within monthly progress reports. Below is an example of a dry weather calibration from a previous micro -modeling effort: 1031 0.60 0.55 0.50 0.45 0.40 0.35 0.30 0.25 23801_73786 (23801 -> 23786) 83.67 1 1 Result I value ........-*.........,,--------------------r-------.-f-------- z ....... _-1.-.-.._ -1-..-•----J--------- -------L-------- i 09:99:09 04:00:00 08:00:00 12:00:00 "&:09:00 20:09:09 16-8-2017 Model Serres Oats Serres — lower Cal- Threshold 0.0 0.2 0.4 0.6 0.8 1.0 Correlation coefrcient R2 Max positive difference Max. negative difference Volume observed Volume modeled Volume error Peak observed value Peak modeled value Peak error 0.998 0.012 cfs -0.021 cis 38525.828 CF 38133.980 CF. -1.017 % 0.594 cta 0.577eta -2.8211% The solid black line is the model output for the daily average dry weather flow for this monitor site. The more faded data points are the average dry weather flow data that was calculated from flow data gathered in the field. The table on the right shows the fit of the curve and the accuracy of the fit. While the model is being dry weather calibrated, data collection continues in the field. Ibe overall goal of wet weather data collection is to capture 4 separate storms for each monitor location at the same time. Three of these storms will be used to wet weather calibrate the model at each monitor location and the 4t' and last storm will be used as a model check to ensure accuracy of model outputs compared to what was measured in the field. The city of Springfield crews are still expected to perform weekly monitor calibrations to ensure proper data collection. Attachment 1, Page 11 of 17 However, it may be necessary to increase the frequency of field visits depending on each monitor and how often calibration is necessary. Collected data will continue to be complied by Novae Industries, LLC to ensure quality collection of flow data. Any additional maintenance needs for the monitors will be relayed to the city of Springfield's field crew. Inversely, if technical issues arise with the monitors that require technical support, Novae Industries, LLC will be available to lend any assistance possible. This phase will take approximately 2 to 3 months to complete depending upon quality of data obtained from the field. Lastly, rainfall data acquisition also takes place during this phase. Novae Industries, LLC will coordinate with Springfield to obtain rainfall data from as many rain gauges that are currently installed and properly operating. Coordination with treatment plant operators may be necessary to obtain the proper data. Phase 3 Phase 3 is the most time consuming of all the phases and as such is started as soon as wet weather data is collected and all the dry weather calibrations have been completed. Not all the wet weather storm events need to be captured before wet weather calibration begins, only the first storm is required. The rest of the storm data can be captured simultaneously as wet weather calibration commences. The incoming data will continue to be compiled and analyzed to ensure quality data is collected throughout the season. Frequent site visits are imperative during this phase. The goal is to keep monitors in the ground for as long as possible to gather as much storm data as possible for model Calibration. Wet weather calibration within the model is not a direct input and requires approximately 1.5 to 2 weeks per monitor for lull calibration. Each monitor site is calibrated to each storm independently and the calibration is repeated as often as necessary to get good model outputs and the best precision and accuracy as possible. The wet weather calibration process is dynamic and different storm events can replace previous ones if a better model calibration can be obtained by doing so. The progress of wet weather calibrations is provided via the monthly progress reports to keep the city of Springfield up to date on changes withing the model. This phase can take anywhere from 6 to 8 months to complete depending on the difficulty of site characteristics for each monitor. Below is an example of a wet weather calibrated location within the model: Attachment 1, Page 12 of 17 1 '1 I 1 ' _ I i The blue line represents the storm data collected in the field while the black line represents the model output after full calibration. The fit should be as close as possible and checked against the 01 recorded storm event to ensure proper calibration. Phase 4 The yearly cycle is best timed from August to July, roughly 12 months for each micro -modeling study. However, planning the install locations for the monitors for the next yearly cycle is almost 1, impossible after the rain season ends, and summer begins. Proper planning ahead of time is essential to ensure a smooth transition of monitor locations in July. Phase 4 allows for planning to begin annroximately in Mav of each vear with discussions taking Mace regarding the next micro -modeling study area. This discussion is primarily centered around the city of Springfield's needs and then from recommendations made by Novac Industries, LLC based on previous years' modeling data. Between the months of May and July, while wet weather calibration is on-going, initial monitor locations can be chosen and investigated with ample time for changes to be made back and forth until proper install locations are chosen to satisfy all project requirements. Once a concrete plan is in place and all monitor install locations are fmalized, the monitors can be moved any time in June/July depending on when the rain season ends. By the time August 1St hits, everything should be ready for a simple reinstall of monitors in the new project area. Final Deliverables At the end of each yearly cycle, a detailed report will be provided that summaries everything accomplished during that yearly cycle, including dry and wet weather calibrations for each monitor location. Any outstanding issues or additional recommendations outside the scope of this RFP will be in this report as well as in the monthly progress reports as issues arise. Final recommendations for I&I rehabilitation projects will be listed for that yearly cycle and compared Attachment 1, Page 13 of 17 to previous years recommendations to continue to provide a dynamic list of I&I reduction projects. Ontional Each micro -modeling cycle does not address the re -calibration of the initial skeletal model monitor locations. It is recommended to revisit the skeletal model and recalibrate the monitors every 3-5 years to update flows throughout the entire model. This largely depends upon the number of changes to a system via construction, rehabilitation, or other changes. Due to COVID, many construction projects have been delayed and has resulted in very few major changes to the city of Springfield's sanitary system. Therefore, it is not recommended to update the skeletal model within the 3 -year time frame of this RFP, but to extend the skeletal model update to the 4' or 5' yearly cycle from now; dependent again on how many major changes take place within the first 3 yearly cycles. It is highly recommended to extend the time frame on RFP4S2950 Comprehensive Flow Monitoring Plan to 5 years to ensure maximum flexibility in the skeletal model update. Fee Proposal: A tee proposal will be available for submission within 24 hours of receiving an Intent to Award notification listing the total person -hours, hourly rates for each yearly cycle, and work task and function costs. The fee proposal will also include overhead costs, miscellaneous expenses, and upkeep fees and will provide the method used to calculate the fee. Additional Services If it is necessary for the City of Springfield to request additional services outside the scope of this RFP, Novac Industries, LLC agrees to perform the work outlined in an addendum to the Contract at the rates listed in Attachment #2 — Fee Schedule. Attachment 1, Page 14 of 17 Attachment #2 Micro -Modeling Contract 2022-2025 Fee Schedule Cycle 1/Year 1 Fee Schedule, 2022-2023 Phase Phase Description 1 Physical update of model & dry weather flow analysis 1.1 Addition of micro -basin assets into model, including pump stations if present # of Hours Direct Expenses Total Cost Staff Name Staff Title Samuel Novac Owner/Hydraulic Modeler Hourly Rate 100 50 5000 1.2 Input average dry weather flow curves Staff Name Staff Title Samuel Novac Owner/Hydraulic Modeler Hourly Rate 100 140 14000 1.3 Start of yearly cycle model Upkeep Fees Subtotal 190 10000 10000 10000 29000 2 Flow Monitoring and Model Dry Weather Calibration 2.1 Continuous analysis of wet weather flow data Staff Name Staff Title Samuel Novac Owner/Hydraulic Modeler Hourly Rate 100 40 4000 2.2 Model dry weather calibration Staff Name Staff Title Samuel Novac Owner/Hydraulic Modeler Hourly Rate 100 150 15000 Subtotal 190 0 19000 3 Model wet weather calibration 3.1 Compile and input rainfall data into model Staff Title F�7�acOwner/Hydraulic Modeler Hourly Rate 100 40 4000 3.2 Wet weather calibrate each location (15) to 3 isolated rainfall events Staff Name Staff Title Samuel Novac Owner/Hydraulic Modeler Hourly Rate 100 620 62000 Subtotal 660 0 66000 4 Micro -monitoring for Inflow & Infiltration rehab project identification 4.1 Monitor location recommendations for next yearly cycle Staff Name Staff Title Samuel Novac Owner/Hydraulic Modeler Hourly Rate 100 20 2000 4.2 Compile micro -basin average dry weather flow curves Staff Name Staff Title Samuel Novac Owner/Hydraulic Modeler Hourly Rate 100 140 14000 Subtotal 160 0 16000 Tota 11 1200 130000 Attachment 1, Page 15 of 17 Cycle 2/Year 2 - Fee Schedule, 2023-2024 Phase Phase Description 1 Physical update of model & dry weather flow analysis 1.1 Addition of micro-basin assets into model, including pump stations if present # of Hours Direct Expenses Total Cost Staff Name Staff Title Samuel Novac Owner/Hydraulic Modeler Hourly Rate 105 50 5250 1.2 Input average dry weather flow curves Staff Name Staff Title Samuel Novac Owner/Hydraulic Modeler Hourly Rate 105 140 14700 1.3 Start of yearly cycle model Upkeep Fees Subtotal 190 10000 10000 10000 29950 2 Flow Monitoring and Model Dry Weather Calibration 2.1 Continuous analysis of wet weather flow data Staff Name Staff Title Samuel Novac Owner/Hydraulic Modeler Hourly Rate 105 40 4200 2.2 Model dry weather calibration Staff Name Staff Title Samuel Novac Owner/Hydraulic Modeler Hourly Rate 105 150 15750 Subtotal 190 0 19950 3 Model wet weather calibration 3.1 Compile and input rainfall data into model Staff Name Staff Title Samuel Novac Owner/Hydraulic Modeler Hourly Rate 105 40 4200 3.2 Wet weather calibrate each location (15) to 3 isolated rainfall events Staff Name Staff Title Samuel Novac Owner/Hydraulic Modeler Hourly Rate 105 620 65100 Subtotal 660 0 69300 4 Micro-monitoring for Inflow & Infiltration rehab project identification 4.1 Monitor location recommendations for next yearly cycle Staff Name Staff Title Samuel Novac Owner/Hydraulic Modeler Hourly Rate 105 20 2100 4.2 Compile micro-basin average dry weather flow curves Staff Name Staff Title Samuel Novac Owner/Hydraulic Modeler Hourly Rate 105 140 14700 Subtotal 160 0 16800 Tota 11 1200 136000 Attachment 1, Page 16 of 17 Cycle 3/Year 3 - Fee Schedule, 2024-2025 Phase Phase Description 1 Physical update of model & dry weather flow analysis 1.1 Addition of micro-basin assets into model, including pump stations if present # of Hours Direct Expenses Total Cost Staff Name Staff Title Samuel Novac Owner/Hydraulic Modeler Hourly Rate 105 50 5250 1.2 Input average dry weather flow curves Staff Name Staff Title Samuel Novac Owner/Hydraulic Modeler Hourly Rate 105 140 14700 1.3 Start of yearly cycle model Upkeep Fees Subtotal 190 10000 10000 10000 29950 2 Flow Monitoring and Model Dry Weather Calibration 2.1 Continuous analysis of wet weather flow data Staff Name Staff Title Samuel Novac Owner/Hydraulic Modeler Hourly Rate 105 40 4200 2.2 Model dry weather calibration Staff Name Staff Title Samuel Novac Owner/Hydraulic Modeler Hourly Rate 105 150 15750 Subtotal 190 0 19950 3 Model wet weather calibration 3.1 Compile and input rainfall data into model Staff Name Staff Title Samuel Novac Owner/Hydraulic Modeler Hourly Rate 105 40 4200 3.2 Wet weather calibrate each location (15) to 3 isolated rainfall events Staff Name Staff Title Samuel Novac Owner/Hydraulic Modeler Hourly Rate 105 620 65100 Subtotal 660 0 69300 4 Micro-monitoring for Inflow & Infiltration rehab project identification 4.1 Monitor location recommendations for next yearly cycle Staff Name Staff Title Samuel Novac Owner/Hydraulic Modeler Hourly Rate 105 20 2100 4.2 Compile micro-basin average dry weather flow curves Staff Name Staff Title Samuel Novac Owner/Hydraulic Modeler Hourly Rate 105 140 14700 Subtotal 160 0 16800 Tota 11 1200 136000 Attachment 1, Page 17 of 17