HomeMy WebLinkAbout15-79 RESOLUTION•
•
•
RESOLUTION NO. j S ] R
•
•
•
•
•
•
A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN
AGREEMENT FOR DATA PROCESSING SERVICES.
BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
That the Mayor and City Clerk are hereby authorized and directed
to execute an agreement with A. G. Sullenburger, Henry C. Thibault, and
Ronald E. Hoyt for Data Processing Services. A copy of said Contract
if attached hereto, marked Exhibit A, and made a part hereof.
PASSED AND APPROVED this
ATTEST •_p�-+y
.,
it j ( G;
seete
;CITY -'C ERK42
a/1-7
ice.. .
N. 0 --t'- j
(Wale,
day oflite/tad , 1979.
APPROVED:
MAYOR
L ��i a 1979
DA7E
REEL��—
MICRQFI
•
. C a .
•
•
•
•
•
AGREEMENT
This agreement executed this /ay of �� , 1979,
between the City of Fayetteville, Arkansas, and A. G. Sullenberger,
Henry C. Thibault, and Ronald E. Hoyt, hereinafter called the
Consultants.
In consideration of the mutual convenants contained herein,
the City and the Consultants agree as follows:
1. The Consultants agree to perform data processing consulting
services for the City. The specific services to be performed by
Consultants are set out in the project outline attached hereto,
mark Exhibit A, and made a part hereof.
2. Consultants agree to perform their obligations hereunder
within 120 days from the date of execution of this agreement.
3. For services rendered by Consultants hereunder, the City
agrees to pay Consultants a total fee of $7,500.00 plus expenses
for visiting installation sites and vendor demonstrations not to
exceed $750.00. Payment of expenses shall be made by the City within
10 days from presentation of paid receipts. Payment of the contract
price shall be made by the City within 10 days from completion of
all of Consultants obligations hereunder.
4. Consultants shall provide the City with 5 copies of all
written documents prepared by Consultants under this agreement.
All such documents shall become the exclusive property of the City.
The City shall become the exclusive owner of any software program
recommended by Consultants and implemented by the City.
5. Consultants shall execute an affidavit of non -collusion
in substantially the same form as the affidavit attached hereto,
marked Exhibit B, and made a part hereof.
6. Consultants shall execute a certification of non -segregated
facilities in substantially the same form as the certificate
attached hereto, marked Exhibit C, and made a part hereof.
7. Consultants agree that all activities conducted under this
agreement shall be performed in compliance with the provisions of
Title VIII of the Civil Rights Act of 1968 and Title VI of the
Civil Rights Act of 1964.
•
•
•
8. Consultants certify that they have no direct or indirect
financial interest in any company manufacturing or distributing
computer hardware or software which could create an actual or
apparent conflict of interest insofaras Consultants recommendations
to the City are concerned.
9. This agreement may be terminated by either party by
7 days written notice in the event of substantial failure to perform
in accordance with the terms of this agreement through not fault
of the terminating party. If this agreement is terminated, the
Consultants shall be paid for services performed to the termination
notice date, including reimburseable expenses.
10. This agreement represents the entire agreement between the
City and the Consultants and supersedes all prior negotiations,
representations, or agreements, either written or oral. This agree-
ment may be ammended only by written instrument signed both by the
City and Consultants.
11. This agreement shall be binding upon and inure to the benefit
of the City and the Consultants and their respective successors,
assigns, and legal representatives. Neither the City nor the Consul-
tants shall assign or otherwise transfer his interest in this agree-
ment without the written consent of the other party.
IN WITNESS WHEREOF, the parties has executed this agreeement on
the date first of written.
s
ATTEST
` ^ `ta
n0.~.
':*'CITY C
•
e `demes,
CITY OF FAYETTEVILLE
By
MAYOR
•
•
▪ •
•
•
PROJECT OUTLINE
•
•
• i rR
1. Introduction
The project will be approached in three phases:
1.1 Problem Definition: The current system, the city's data pro-
cessing needs, and how they are related.
1.2 Sy tem Design: Prioritize data processing objectives, systems
flow, the characteristics of machinery and programs, organiza-
tional and personnel considerations.
1.3 Vendor Relations Support: RFQ ("Request for Quote") develop-
ment, evaluation of Bids from vendors.
Successful completion will depend largely on the cooperation we receive
at all levels. Therefore we need unrestricted authority to Interview
personnel, observe operations, gather documents, etc., with the under-
standing that we will avoid disrupting work wherever possible.
The following sections describe how we propose to accomplish each phase.
2. Problem Definition
This phase Includes the following steps:
2.1 Collect Information.
2.1 1 Existing documentation will be gathered as available
from all departments. This will extend to manual pro-
cedures that might possibly be computerized.
2.1.2 Personal interviews will be conducted at virtually all
levels of each department. Interviews with lower -
level personnel often provide the details needed to •
ensure successful conversion. Such interviews also
reduce anxiety about the conversion and lessen
resistance to change.
2.1.3 Written questionnaires will be used to save time in pro-
viding basic items of information, as well as assisting
in preparing for interviews.
2.1.4 Direct observation of operations will be done to verify
Information collected by other means.
2.2 Analyze the Information.
2.2 1 Compile and organize the information.
2.2 2 Describe the current system, based on the collected and
compiled information, in the form of a written descrip-
tion and a summary flowchart, to inejude both computer
and manual data processing operations.
2.2.3 Identify possible future applications suggested by analysis
of the information.
2.2.4 Summarize the relationship between the city's data pro- F
cessing needs and its current and future applications of
computers and manual techniques.
ti
•
i
•
•
3. System Design
3.1 Identify the objectives the city needs to achieve in the
evolution of its data processing systems.
3.2 Assign priorities to objectives so an orderly progression in
future systems development can be maintained.
3.3 Develop a general systems flowchart to show the relationships
between various segments of the system and the movement of
data through the system.
3.4 Design computer program functions within each segment of the
flowchart.
3.5 Define software support needs (compilers, operating systems,
utilities, data management, etc.), to facilitate program deve-
lopment and reduce the amount of program re -writing.
3.6 Specify hardware characteristics (main memory, multiprogramming
options, printers, remote terminals, card readers, peripheral
storage) needed to support the programs.
3.7 Detail personnel considerations in terms of functions of
existing personnel, any needs for new personnel, and possible
effects of conversion on personnel.
3.8 Analysis system security needs to protect the system itself,
to guard confidential information, and to facilitate restoration
of service in the event of large-scale disruption.
3.9 Determine maintenance requirements to ensure that a satisfactory
balance will be achy eved between system availability and main-
tenance costs.
3.10 Develop a conversion timetable based on the priorities assigned
to system objectives.
4. Vendor Relations Support
4.1 Write RFQ's to be sent to vendors. Since different vendors
use different technology to accomplish the same task, this
allows each vendor to offer the equipment and software from his
line that he believes will best fit the city's needs. The
competitive atmosphere will help ensure that the vendors bid
systems that are adequate without being excessively costly.
(It should be noted that vendors will not be asked to supply
"canned" systems. We feel that the City will be best served
by a general-purpose system that can be adapted as needs
develop.)
4.2 Discussiond clarification of RFQ's with vendors while they
are putting together their responses.
4.3 Evaluation of bids from vendors in terms of satisfaction of
objectives, cost-effectiveness, reliability, ease of conversion,
etc. to assist the City in deciding vihieh bid to accept.
•
•
•
•
NON-COLLUQi 1O:I
Stato of.04s4r
S3
County of. i4 .
•CI SI -a/4 A e
sworn, deposes and say. teat.
of
Bid
(1) He is
rr vAA
, being first duly
(owner, p:.:•tra:, OaiY(:Or, reprGaGnt:at VO, Or agont)
tho Biddor tnat haa submitted the attached
(2) He is fully informed raapooting tho preparation and
contents of the attachod Bid and of all portinont circuratancoa
respecting such Bid;
(3) Such Bid is gonuino and is not a colluaivo or sham bid;
(Lt) Neithor tho caid Biddor nor any of its officoro, p:.rtncro,
ownora, agents, reprosontativoa, omployoot or partioa in intorort
including this affiant, naa in any way colludod, conapirod,
connived or agreed, diroctly or indiroctly, with any othor Biddor,
firm or porton to submit a colluaivo or anam Bid in connoction
with the Contract for which tho attached Bid has boon oubmittcd
or to refrain from bidding in connoction with ouch Contract, or
has in any manner, diroctly or indiroctly, sought by agrocmont
of collusion or communication or conforonco with any othor
Biddor, firm or person to fix tho price or pricoa in tho attacaod
Bid or of any othor Biddor, or, to fia any overhoad, profit or
cost element of the bid• price or tho bid prico of any•othor
Biddor, or to secure through any collusion, conspiracy, connivcnco
or unlawful agreement any cdvanta„o against tho
CITY OF FAYETTEVILLE, ARKANSAS, or any person interested
in the proposed Contract; and
(5) The price or pricos quotod in the attacnod Bid aro fair
and proper and aro not tainted by any collusion, conspiracy,
connivance or unlawful agroomont on the part of tiie Biddor or any
of its agents, ropresontativoa, owners, employees, or partioa in
interest, inclu4"g, this affiant.
•
(Signod)
(Title)
Subscribed and sworn to bofore mo this
19 '7Q .
My commission expires
day of YYQhC,I
h.Q '
er
UA-C;241
.
Title=_
/2 1982_
:.74
ter.AWre
�� _
E
•
4
•
•
t
CERTIFICATION OF NON -SEGREGATED FACILITIES `
//C
The contractor certifies that he does not maintain or provide for
his employees any segregated facilities at any of his establishments,
and that he does not permit his employees to perform their services
at any location under his control where any segregated facilities are
maintained. The contractor certifies further that he will not maintain
or provide for his employees any segregated facilities at any of his
establishments, and that he will not permit his employees to perform
their services at any location under his control where segregated
facilities are maintained. The contractor agrees that a breach of this
certification will be a violation of the Equal Opportunity clause in any
contract resulting from acceptance of this bid. As used in this certifi-
cation, the term "segregated facilities" means any waiting rooms, work
areas, restrooms and washrooms, restaurants, and other eating areas,
timeclocks, locker rooms and other storage or dressing areas, parking
lots, drinking fountains, recreation or entertainment areas, transporta-
tion, and housing facilities provided for employees which are segregated
by explicit directive or are in fact segregated on the basis of race,
color, religion, or national origin, because of habit, local custom or
otherwise. The contractor agrees that (except where he has obtained
identical certifications from proposed subcontractors for specific time
periods) he will obtain identical certifications from proposed subcontractors
prior to the award of subcontracts exceeding $10,000 which are not exempt
from the provisions of the Equal Opportunity clause, and that he will retain
such certifications in his files.
Date /4i4 -t4 -7--
i By�j--
J Title