Loading...
HomeMy WebLinkAbout55-84 RESOLUTIONRESOLUTION NO. 55-84, A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT WITH NTE TRANSIT. MANAGEMENT AND CONSULTING C017'INC.TFOR MANAGEMENT OF THE CITY SHOP. 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 a contract with NTE Transit,Management and Consulting Co., Inc. for the management of the City Shop. A copy of the contract authorized for execution hereby is attached hereto, marked Exhibit "A", and made a part hereof. • VArtti PASSED AND APPROVED this 17th day of April, 1984. APPROVED: By:61-SelY Mayor •••• MANAGEMENT AND ADVISORY AGREEMENT T IS AGREEMENT, is made and entered into the /74k -day of 19 If , by and between the City of Fayetteville, Arkan s (hereinafter referred to as "CITY"), a municipal corporation, appearing herein through its Mayor who is duly authorized to act in these presents, and NTE Transit Management & Consulting Co. Inc. (hereinafter referred to as "NTE"), a Texas corporation appearing herein by its duly authorized re- presentative. WITNESSETH WHEREAS, the CITY has determined that it requires the man- agement, consulting and advisory services of a professional management company for the Maintenance Department owned and operated by the CITY in its area of municipal jurisdiction; and WHEREAS, the undersigned officer of the CITY is authorized to enter into a contract for these services with an appropriate, qualified management company, and WHEREAS, NTE is engaged in the business of providing manage- ment and advisory services for municipal departmental operations and has trained, experienced personnel available for that pur- pose, and is desirous of providing management and advisory ser- vices to the CITY; and WHEREAS, the CITY has reviewed the qualifications of NTE and determined that NTE is qualified to provide the desired services, and has also determined that employment of NTE on the terms and conditions herein stated would serve the -best inter- ests and welfare of the CITY, NOW THEREFORE, in consideration of the foregoing and the covenants hereinafter set forth, the CITY and NTE agree as follows: err The CITY shall and does hereby engage NTE to provide day- to-day management, direction, and supervision and to consult with and advise the City Manager and his designees with respect to management of the Maintenance Department operated by the City of Fayetteville, Arkansas. Such management service, con- sultation and advice shall be given, received and paid for on the following terms and conditions. 11 NTE will furnish a full-time, diligent, qualified profes- sional person to serve as Coordinator of Maintenance Operations (hereinafter referred to as "Manager") in the CITY. The duties of the Manager shall be to manage, direct and supervise the day-to-day operation and to consult and advise the City Manager and his designees regarding the management of the Maintenance Department. The Manager shall be subject to the direction and control of the City Manager of the City of Fayetteville and at all times shall operate in compliance with applicable regula- tions and procedures which are not in conflict with federal, state and local laws. The initial appointment of the Manager will be made with the advice and consent of the CITY. It is specifically under- stood and agreed that in the event the Manager so assigned is proven to be incapable of performing his duties in a manner acceptable to the CITY, then NTE will be so notified by the CITY, and a successor, acceptable to the CITY, will be designated and assigned at no additional cost to the CITY. 111 In addition to furnishing a Manager, NTE will furnish such executive consulting personnel and technical personnel as may be reasonably required during the term of this agreement to provide suitable and satisfactory management, supervisory and consulting services. These executive and technical personnel shall provide services including but not limited to, the following: -2- (a) Consultation with the City Manager or his staff regarding supervision of maintenance personnel, including the Superintendent of the Maintenance Department. (b) Assistance in the recruiting and training of sufficient personnel (c) Maintenance of personnel training programs. (d) Maintenance of appropriate maintenance and and repair records. (e) Establishment and implementation of a viable preventive maintenance and equipment repair program. (f) Maintenance of equipment and facilities. (g) Establishment and maintenance of inventory control, parts ordering, stock levels, and outside repair procedures. (h) Assistance in development of equipment specifications. (i) Guidance on purchases of capital and opera- ting supplies. (j) Monitoring of maintenance policies and pro- cedures, and recommending and implementing changes as appropriate. • (k) Recommendations on the rates to be charged by the department. (1) Establishing and maintaining an appropriate image. Whenever necessary and practical, the CITY will allow NTE use of the services of its existing departments. The consulting services provided by NTE, however, will in no way interfere with -3- • :the CITY's right to utilize any of its own departments or personnel. IV NTE, at its sole cost and expense, shall furnish to CITY all necessary fidelity and surety bonds to protect, save, hold harmless and indemnify CITY from and against dishonesty, fraud or theft occasioned by an officer, agent, or employee of NTE. Coverage of each such employees shall be in an amount not less than One Hundred Thousand Dollars ($100/000.00). V CITY agrees to indemnify NTE for any civil liability, except tort liability, which NTE may suffer as a result of judgments against it arising from performance of this contract; provided, CITY shall not be liable for any punitive damages assessed against NTE, and CITY shall not be liable for legal fees, costs and expenses incurred by, or assessed against, NTE. CITY shall have tort immunity as provided by Ark. Stat. Ann. §12-2901. NTE shall be named as a coinsured under CITY's motor vehicle liability insurance policy. VI In the performance of this contract and agreement, NTE shall not discriminate against any individual with respect to compensation terms or privileges of employment by reason of such individual's race, color, religion, sex, or national origin. VII NTE warrants and represents that it has no interests, direct or indirect, which conflict with its efficient, diligent and faithful performance of the terms of this contract and agreement, and it shall not acquire any such interests during the term of this agreement. VIII NTE, its officers, agents and employess shall maintain close contact and cooperation with the CITY through the City Manager or his designee, and shall furnish to said person such regular reports on the operations of the Maintenance Department as may be required. IX NTE shall assist with the preparation and submission of a budget for the operation of the Maintenance Department for the same fiscal year on which the CITY operates. Such proposed budget shall be prepared and submitted with a schedule approved by the City Manager or duly authorized representative. The proposed budget shall conform with all accounting procedures established by CITY. X All services rendered by NTE under this Agreement shall be subject to the reasonable supervision and control of the CITY. NTE shall make recommendations, or the CITY may request infor- mation or recommendations, as to any areas of operation which are deemed appropriate and proper, but the decision of the CITY shall be binding and final in regards thereto. XI This Agreement may not be assigned, transferred, hypothe- cated, or pledged by NTE without prior written consent of the CITY. XII This Agreement shall be effective for the period of May 1, 1984 through April 30, 1985. It may be extended for the 4 -5- 1 period of May 1, 1985 through April 30, 1986 at the option of the CITY. Further, it may be renewed on an annual basis thereafter with the mutual consent of the parties.. As compensation for the services performed under this Agreement, CITY shall pay NTE as follows: (a) A lump sum of $8,004.00 upon the execution of this Agreement. (b) A monthly fee of $2,833.00 during the period beginning on the first day of this Agreement and continuing through April 30, 1985. r(c) A monthly fee of $2,833.00 during the optional period beginning on the first of May, 1985 and continuing through April 30, 1986. (d) During any subsequent renewal period or periods, such fee as shall be mutually agreeable to the CITY and NTE. (e) Additionally, during the optional period of May 1, 1985 through April 30, 1986 and any subsequent renewal period or periods, the CITY shall reimburse NTE for travel and sub- sistence expenses incurred by non-resident personnel while performing work for the CITY, billed at cost and fully documented, provided however, that such reimbursement shall not exceed One Thousand Five Hundred Dollars during any such one year period without prior written approval of the CITY. (f) NTE will submit an invoice to CITY for services performed under this Agreement on the 15th day of each month. Payment will be made by CITY to NTE on or before the end of each month. -6- • XIV CITY agrees to furnish to NTE all necessary offices, office furniture, equipment, materials, supplies, rolling stock, maintenance and storage facilities, and equipment which may be required in the performance of this Agreement. XV In the event of default for nonperformance hereunder by either party, the non -defaulting party will give the defaulting party written notice of the event of default, setting forth the facts of default in reasonable detail. Following receipt of such notice, the defaulting party shall have thirty (30) days in which to remedy the default (or in case of defaults which require a longer period to remedy, to commence upon such remedy within said thirty (30) day period and thereafter to diligently proceed with the same to completion). If the defaulting party shall fail to timely remedy the default, or commence the appro- priate remedy, then this Agreement may be terminated at the option of the non -defaulting party. This Agreement will also be ter- minable by the CITY, at its option, if NTE is adjudicated a bankrupt, or subjected to insolvency or other bankruptcy pro- ceedings or is subjected to the appointment of a receiver, or becomes insolvent, or for a period of sixty (60) days is unable to pay its debts as the same mature. XVI NTE will nermit the authorized representative of the CITY to inspect and audit all data and records relating to perfor- mance under the contract. A. Notice to NTE means notice in writing addressed to the President of NTE and mailed or delivered to its principal office in the State of Texas. B. Notice to CITY means notice in writing addressed to City Manager of the CITY and mailed or delivered to the office of City Manager. -7- • • •••• Should any part of this agreement be declared to be uncon- stitutional, invalid or beyond the authority of either party, such decision will not affect the validity of the remainder of this Agreement, which will continue in full force and effect. XIX This contract shall be governed and interpreted by the laws of the State of Arkansas. XX This contract contains the entire understanding of the parties and may not be modified or amended by oral agreement. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their duly authorized representatives. This Agreement will enure to and be binding on the successor or assigns of the respective parties. WITNESSES: .•110 CITY OF FAYETTEVILLE, ARKANSAS By Its L-Inaci THUS DONE AND SIGNED before me, a Notary Public duly commissioned andqua1ified2ifl and for the County of Washington. State of Arkansas, therein residing and in the presence of the witnesses hereinabove named and undersigned onCtifia, the /1441-- day of 19 FL[ s- i • YNe,„ -8- Notary Publ - 90 STATE OF ARKANSAS COUNTY OF WASHINGTON X NTE TRANSIT MANAGEMENT & CONSULTING CO., INC. This : strument was acynowledged a day of /..'ye./ by of NTE TRANSIT MANAGEMENT & CONSULTING on behalf of said corporation. fore me the 60 CO. INC. a TeXcas e." / My Commission Expires.' -9-- • .1"." ...•ter g ;et: A% - •_ .te• t'ts ..... frelgr'n ••• • dN. orOration, a F.. oz:44.7 r b1/427.212:- tary Publ e •••• 1#4,r • froi; - .. .. cv.• ' iticord,1 fut 11 INSURANCE ISSUE DATE (MMAXVYY) 4-9-85 PRODUCER Wm. Rigg Company 444 West 7th Street Fort Worth, Texas 76102 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE amr A Hartford Insurance Company INSURED NTE Transit Management & Consulting Co., Inc. P. 0. Box 24006 Fort Worth, Texas 76112 1.2121Mij COMPANY or. LMMM n US Fire Insurance Company COMPANY c LETTER COMPANY D LETTER COMPANY c LETTER m= THIS IS TO CERTIFY THAT POUCIES OF INSURANCE USTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO AU. THE TERMS, EXCLUSIONS, AND CONDI-_ TIONS OF SUCH POLICIES. -7 CO LTR TYPE OF INSURANCE POUCY NUMBER POLICY EFFECTIVE DATE (MWDDA0) POLICY ESIPATION DATE PAWCONY) LIABIUTY UMITS IN THOUSANDS EACH AGGREGAM MWMENCE A GENERAL LIABILITY ICOMPREHENSIVE FORM i PREMISES/OPERATIONS UNDERGROUND EXPLOSION Si COLLAPSE HAZARD 1 PRODUCTS/COMPLETED OPERATIONS -R CONTRACTUAL INDEPENDENT CONTRACTORS ---, IBROAD FORM PROPERTY DAMAGE PERSONAL INJURY 46CWD8689 4-1-85 4-1-86 BODILY $ INJURY PROPERTY @ DAMAGE iS el & PD COMBINED $ 500 $500 PERSONAL INJURY $500 AUTOMOBILE LIABILITY A ANY AUTO ALL OWNED AUTOS (PRIV. PASS.) ALL OWNED AUTOS (NrpTAHAN) _X HIRED AUTOS X NON-OVVNED AUTOS GARAGE LIABILTIY 46CWD8689 4-1-85 4-1-86 MOLY %AIRY (FEB PERSON} $250 nay MORT (PER ACCIDOTI) $500 PROPERTY DAMAGE $100 BI & PD COMBINED WORKERSCOMPENSATION AND EMPLOYERS' LIABILITY STATUTORY renewal of 46WECHV7561 4-01-85 4-01-86 [-- (EACH ACCIDENT) (DI EASE -POLICY LIMIT) (DISEASE -EACH EMPLOYEE) TMTloyee Dishonesty Bond 600 045962 4 4-26-85 4-26-86 DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS City of Fayetteville, Arkansas is interest in work performed by the $100,000 agree. $1 nnn An/Turf-Me. additional insured as respects their insured. CERTIFICATEHOLDER City of Fayetteville, Arkansas ACORD.254(2/8411 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX. PIRATIEM DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL v DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHOR. R NTATIVE Bill Meadows IIR/ACORD CORPORATION 1984 EXCESS UABIUTY UMBRELLA FORM OTHER THAN UMBRELLA FORM - ' .." ...- -. . ... BISPD T COMBINED id, 41 $ WORKERSCOMPENSATION AND EMPLOYERS' LIABILITY STATUTORY renewal of 46WECHV7561 4-01-85 4-01-86 [-- (EACH ACCIDENT) (DI EASE -POLICY LIMIT) (DISEASE -EACH EMPLOYEE) TMTloyee Dishonesty Bond 600 045962 4 4-26-85 4-26-86 DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS City of Fayetteville, Arkansas is interest in work performed by the $100,000 agree. $1 nnn An/Turf-Me. additional insured as respects their insured. CERTIFICATEHOLDER City of Fayetteville, Arkansas ACORD.254(2/8411 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX. PIRATIEM DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL v DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHOR. R NTATIVE Bill Meadows IIR/ACORD CORPORATION 1984 AGREEMENT AMCROFLta:d THIS AGREEMENT, is made and entered into the 1C4k day of 7ANUAk1 , 19 84 , by and between the CITY of Fayetteville, Arkansas (hereinafter referred to as "CITY"), a municipal corporation, appearing through its City Manager who is duly authorized to act in these presents, and NTE • Transit Management & Consulting Co. Inc. (hereinafter referred to as "NTE"), a Texas Corporation appearing herein by its duly authorized representative. The CITY has determined that it requires the services of a consultant to conduct an evaluation of the Maintenance Department owned and operated by the CITY in its area of municipal jurisdiction. NTE is engaged in the business of providing consulting services and has trained, experienced personnel available, and is desirous of providing consulting service to the CITY. The CITY does hereby engage NTE to provide consulting services and conduct an evaluation of the Maintenance Department. NTE shall provide consulting services as detailed in the Scope of Work presented to CITY under cover of letter dated January 14, 1984. CITY shall pay NTE an amount not to exceed $2,490.00 upon completion of Phase 1 work and upon submission of • • • Page two of Agreement appropriate documentation of expenses incurred by NTE in performing said work. Work performed and expenses incurred by NTE will be in accordance with the Level of Effort and Costs presentecrto CITY under cover of letter dated Januiry 14, 1984. • V q CITY OF FAYETTEVILLE, AkANSAS =r, BY 196-tL ; as)1 ts1ger • • to\ 'RG Pt. NTE TRANSIT MANAGEMENT "))) tta r•• • • CONSULTING CO., INC. •"." •--.1 • ^ , , e It Vice President .CCie. ••••.- 2%_<•%". ZS, Tht • e _ - 4.0.1• •IerwAdog.:— • s'zik NTE TRANSIT MANAGEMENT & CONSULTING CO.. INC. P. 0. Box 24006 Fort Worth, Texas 76124-1006 (817) 451-1543 January 14, 1984 Mr. Scott C. Linebaugh Finance Director City of Fayetteville Fayetteville, Arkansas 72701 Dear Mr. Linebaugh: It was a real pleasure to meet with you, Mr. Grimes and other City officials yesterday. As a result of our discussion and per your request, I am for- warding a recapitulation of the scope of work, estimated hours and projected costs for a study to be performed by our firm relative to the Maintenance Department of the City of Fayette- ville. I am also forwarding a brief agreement between the City of Fayetteville and NTE pertaining to the study. Said agreement is adequate as far as we are concerned but may require some modifications if you feel a more formal agreement is nec- essary. As we discussed, a detailed study of the complete maintenance operation probably should be conducted in two phases. Phase I would entail a general overview of the operation as well as in-depth evaluations of certain areas of interest prioritized by the City of Fayetteville. Upon completion of Phase I and presentation of the results, the City of Fayetteville may elect to ask our firm to perform additional work (Phase II) during which more detailed evaluations would be accomplished in those areas of interest identified during Phase I as major problem areas or those deserving more attention. Accordingly, the purpose of this correspondence is to present the primary work to be accomplished during Phase I. Hopefully, you will find the information presented herewith in adequate detail and acceptable form so that you may direct us 5 Mr. Scott C. Linebaugh -2- January 14, 1984 to proceed with the work either Monday or Tuesday of next week. Mr. Bell is prepared to be on-site in Fayetteville, ready to commence work, either Tuesday afternoon or Wednesday morning. The actual day and time will be dictated by our receipt of your notice to proceed. We look forward to working with the City of Fayetteville and appreciate the confidence placed in our firm. Please contact me if you need additional information or have any questions pertaining to the enclosed information. Sincerely, John R. Wolfe Vice President JRW:db Encl. as •-• • • SCOPE OF WORK PHASE I - MAINTENANCE EVALUATION CITY OF FAYETTEVILLE, ARKANSAS I. NTE proposes to conduct an evaluation of the operation of the Maintenance Department of the City of Fayetteville, Arkansas. The scope of work to be performed by NTE shall include, but not be limited to comprehensive and detailed evaluations of the following areas: A. Organizational structure. B . Staffing levels and the experience, qualifications and capabilities of existing personnel. Classifi- cation of employees. C. Lines of authority and responsibility. D . Supervisory practices and procedures including control and utilization of labor. E . Administrative management procedures. F. Lines of communication and adequacy thereof. G . Working relationships (internal and external). H. Problems being experienced by users of equipment maintained by the department and desired priorities. I. Availability or lack of proper repair and test equipment/tools. J . Break down repair and preventive maintenance program/ procedures. K . Inventory levels and inventory control/security procedures. L . Ordering/purchasing procedures. M. Fuel accountability and controls. N . Cost effectivensss of major repair procedures i.e. inside vs. outside repairs. 0. Employee training program. P . Record keeping, internal controls, etc. II. In addition to the above a general overview will be conducted of the following areas: A. Adequacy, organization and workability of physical facility (building and grounds). 13. Safety. C. Age and condition of rolling stock. D . Work flow. E . Cost allocation procedures. • •••• • )0 • F. Purchasing procedures of major items i.e. tires, batteries, etc. G . Major equipment acquisition procedures and speci- fication preparation (to enhance repair and inventory levels). H Utilization of outside repairs as well as parts suppliers. III. NTE will prepare a comprehensive report containing recom- mendations with emphasis on improving productivity, effi- ciency, effectiveness and reducing the cost of the main- tenance operation. The report shall contain: A. Observations. B . Evaluations and conclusions. C. Recommendations. IV. Upon completion of the work and the report NTE will make a verbal presentation to appropriate City officials. V. After City review of Phase I work and the report pertain- ing thereto NTE will, if desired by the City, perform additional work (Phase II) in those areas selected by the City. ..••"`••••••••••• PROJECTED SCHEDULE INTENANCE EVALUATION CITY OF FAYETTEVILLE, • February 13 January 30 - February 3 es.1 Presentation • - LEVEL OF EFFORT AND COSTS PHASE 1 - MAINTENANCE EVALAUTION CITY OF FAYETTEVILLE, ARKANSAS 1. PROJECTED LABOR AND COSTS Individual Hours Rate Total Van Bell 60 $15 $ 900 John Wolfe 24 $20 480 Administrative 20 $ 7 140 TOTAL LABOR COSTS 2. ESTIMATED EXPENSES Lodging and per diem Travel and incidental TOTAL ESTIMATED EXPENSE $1,520 $ 495 475 $ 970 NOTE: Lodging and per diem estimated at $50 per day; travel @ actual coach air fare and $.21 per mile POV; incidental at documented out-of-pocket expenses. 3. MAXIMUM TOTAL COST FOR PHASE I: $2,490.00