Loading...
HomeMy WebLinkAbout94-94 RESOLUTIONait AGREEMENT for OPERATIONS, MAINTENANCE AND MANAGEMENT SERVICES for the CITY OF FAYEI1'hVILLE, ARKANSAS THIS AGREEMENT is made on this day of Mb 1994 , between City of Fayetteville (hereinafter "Owner"), whose address for any formal notice is 113 West Mountain, Fayetteville, Arkansas 72701 and Operations Management International, Inc., (hereinafter "OMP") with offices at Englewood, Colorado, whose address for any formal notice is 5299 DTC Blvd., Suite 1200, Englewood, Colorado 80111-3333. Owner and OMI agree: GF.NFRAT 1.1 All definitions of words or phrases used in this Agreement are contained in Appendix A. 1.2 All grounds, facilities, equipment, and vehicles now owned by Owner or acquired by Owner shall remain the property of Owner. 1.3 This Agreement shall be governed by and interpreted in accordance with the laws of the State of Arkansas and venue shall be in Washington County, Arkansas. 1.4 This Agreement shall be binding upon the successors and assigns of each of the parties, but neither party will assign this Agreement without the prior written consent of the other party. Consent shall not be unreasonably withheld. 1.5 All notices shall be in writing and transmitted by certified mail to the address noted above. 1.6 This Agreement, including Appendices, is the entire Agreement of the parties. This Agreement may be modified only by written agreement signed by both parties. Wherever used, the terms "OMP" and "Owner" shall include the respec- tive officers, agents, directors, elected or appointed officials, and employees. agreemnt.f.fay01.wp6 1 81294 2. SCOPE OF SERVICES—OMI OMI shall: 2.1 Operate and maintain all facilities over a 24-hour per day, 7 -day per week period, under full service contract operations and, maintenance. Operations may be performed with on site staff and/or remote monitonng for all or portions of this time. 2.2 Within the design capacity and capability of the Project, manage, operate, and maintain the Project so that effluent discharged from the Project meets the requirements specified in Appendix C. 2.3 Operate and maintain the present Industrial Pretreatment Program including all monitonng, inspections, sampling, testing, reporting, and record keeping as descnbed in appendix D. Results of all industrial sampling and testing shall be made available to owner as requested. 2.4 Provide all Maintenance for the Project. Document as required to continue existing maintenance program and to provide owner requested reporting. Owner shall have the nght to inspect these records during normal business hours. 2.5 Pay all Cost incurred within the scope of normal Project operations as defined in this contract. 2.6 Staff the Project with employees who have met the certification requirements of the State of Arkansas. 2.7 Prepare all NPDES permit reports and submit these to Owner for signature and approval. Transmittal to appropnate agencies shall be done by OMI. Any fines levied because of late reports as a result of OMI's failure to complete and allow sufficient time for Owner's signature and transmittal shall be paid by OMI. Sub- mittal to the Owner by the 10th of the month following the reporting period shall be considered timely. 2.8 Provide for the disposal of screening, grit, and sludge to the existing disposal sites in compliance with permit and regulatory requirements, as long as a suitable location for such disposal is reasonably available. Should regulations and/or disposal site availability significantly change, projected costs would be revised. 2.9 Provide for monitoring and control of septage deliveries, as provided for in the Owner's sewer use ordinance. 2.10 Provide all manufacturers' warranties on new equipment purchased by the Owner and assist the Owner in enforcing existing equipment warranties and guarantees. agteemnt.f.fay0l .wp6 2 81294 f 2.11 Improve facilities such that odor shall be managed as detailed in Appendix I. 2.12 Be responsible for all laboratory testing and sampling presently required by the NPDES permit. 2.13 Provide an inventory of vehicles and equipment that are being used at the Project at the beginning of each contract year. 2.14 Provide twenty four (24) hour per day access to Project for Owner's personnel. Visits may be made at any time by any of Owner's employees so designated by Owner's Representative. Keys for Project shall be provided Owner by OMI All visitors to the Project shall comply with OMI's operating and safety procedures. 2.15 Provide for the maintenance of existing Owner- owned rolling stock such as dump trucks and sludge tank trucks necessary for the operations and maintenance of the facilities. 2.16 Provide training for personnel in areas of operation, maintenance, safety, supervisory skills, laboratory, and energy management. Continue the current Project Safety Program with updates as necessary. 2.17 Provide computerized maintenance, process control, and laboratory management systems. 2.18 Comply with the requirements of Owner regarding affirmative action provisions for minonty hinng. 2.19 Provide Owner with a full accounting of all expenditures at intervals and in sufficient detail as may be determined by Owner and assist Owner in preparation of annual operating budgets. Owner shall be allowed to conduct or have conducted audits of all accounting related to the direct contract operations of this Agreement at times to be determined by Owner. 2.20 Provide Owner with full documentation that preventive maintenance is being performed on all Owner -owned equipment in accordance with manufacturer's recommendations at intervals and in sufficient detail as may be determined by Owner. Maintenance program shall include documentation of corrective and preventive maintenance and a spare parts inventory. 2.21 Provide for repairs as described in the Appendix A.5 2.22 Maintenance of the S.C.A.D.A (Supervisory Control and Data Acquisition) system as described in Appendix B.1. agreemnt. f. fay0l . wp6 3 81294 • 2.23 Venfy the capacity and efficiency of each pump in the sewage pump stations in year one (1) of the contract and to repeat the operation once every three (3) years thereafter. 2.24 Travel expenses and labor to provide visits and consultation with regulatory agencies for all items within the scope of this contract. 2.25 Provide recommendations for Capital Improvements with a schedule for improve- ments and expenditures within thirty (30) days of contract renewal and in the month of January of each successive contract year. A five (5)year schedule will be presented for all capital improvements and ten (10) year projections will be made for major improvements. These recommendations will be based on require- ments determined from facility operations and does not include detailed engineering studies. In addition, OMI will prepare the required forms and documentation required during budgetand capital improvements budget preparation time each year. OMI shall meet deadlines as set forth in the budget and CIP preparation manual Except for the improvements requiring an engineering study, the follow- ing will be included for each project: • • • • • Improvement needed Justification of improvements Cost of improvements Any projected increase or decrease in O&M costs created by the Project Proposed expenditure schedule Proposed capital recovery schedule Impact of early termination 2.26 Perform other services that are incidental to the Scope of Services upon written notification by Owner. Such services will be invoiced to Owner at OMI's Cost plus eighteen percent (18%). 2.27 Provide Owner with oral and written reports as requested. 2.28 Operate and maintain all existing wastewater lift station facilities including build- ings and grounds. However, maintenance of inlet and outlet pipeworks shall termi- nate at the wall of lift station. Should the owner add in excess of Six (6) additional lift stations a corresponding change of scope would be negotiated. 2.29 OMI will comply with present and future, federal, state and local laws in performing their obligations under the terms of this agreement. egreemnt.f.fey01.wp6 4 81294 3. SCOPE OF SERVICE—OWNER Owner shall: 3.1 Provide for all Capital Expenditures except for the Projects that Owner may authorize OMI to implement subject to mutually agreeable terms and conditions of repayment. 3.2 Maintain all existing Project warranties, guarantees, easements, permits and licenses that have been granted to Owner. 3.3 Pay all property, franchise or other taxes associated with the Project. 3.4 Provide OMI within a reasonable time after request any piece of Owner's heavy equipment that is available so that OMI may discharge its obligations under this Agreement in the most cost-effective manner. 3.5 Provide all licenses for vehicles used in connection with the Project. 3.6 Provide for OMI's use all vehicles and equipment presently in use at the Project, including the vehicles descnbed in Appendix E. 3.7 Pay for all Lift Station electncal power and other utilities. 3.8 Pay for all gasoline and diesel. 4. COMPENSATION 4.1 For services rendered during the first year of this agreement owner shall pay to OMI the actual cost of services performed plus a management fee of Seventy Thousand Dollars ($70,000). Said fee and estimated cost (base fee) shall be paid in twelve (12) equal monthly installments. 4.2 OMI and Owner agree that at the end of each three (3) months OMI will perform a reconciliation of estimated to actual cost and submit the reconciliation within thirty (30) days after the end of the period. The year end reconciliation will be performed following OMI's annual audit and will be submitted within one hundred twenty (120) days of the end of the contract year Any difference due to Owner or OMI will be paid within thirty (30) days of quarterly and annual reconciliation completion. 4.3 OMI estimates that cost for services, on an annual basis, under this agreement for the remainder of 1994 shall be Two Million Six Hundred Sixty Six Thousand Four Hundred Eighty One Dollars ($2,666,481). For calendar year 1995 OMI esti- mates are Two Million Seven Hundred One Thousand One Hundred and Seventy Seven Dollars (2,701,177) annually. Details of said cost are shown in agrcemnt.f.fay01.wp6 5 81294 Appendix J. The base fee shall be negotiated each year in September, beginning in 1995 for calendar year 1996. Should Owners and OMI fail to agree, the base fee will be determined by the application of the base fee adjustment formula shown in Appendix F. Should the actual expenditures exceed estimated expen- ditures by more than Twenty Thousand Dollars ($20,000), in any year of this agreement, specific approval will be obtained from the owner. 4.4 An administrative fee of 35 percent is added to personnel services, 5 percent to electricity, and 10 percent to all other costs for administration, support, manage- ment and overhead. 4.5 In order to provide an incentive for OMI to operate in a manner that will result in actual costs below estimated cost, Owner will pay OMI an additional fee when actual costs are below estimated cost. Said fee will be 12.5 percent of the amount actual cost are below estimated cost to a maximum amount of Seventy Five Thousand Dollars ($75,000). 4.6 Owner will pay as additional compensation to OMI any increase in electricity costs that are a result of electrical rate increases that occur during any Agreement year and have not been reflected in previous negotiations. OMI will invoice any such cost increase annually based on the calculated difference between previous and current rates. 4.7 In the event that a change in the scope of services provided by OMI occurs, Owner and OMI will negotiate a commensurate adjustment in estimated annual cost. 5. PAYMF.NT OF COMPF.NSATION 5.1 One Twelfth (1/12) of the base fee for the current year shall be due and payable on the first of the month for each month that services are provided. 5.2 All other compensation to OMI is due upon receipt of OMI's invoice and payable within thirty (30) days. 6. INDEMNITY, I IARII.ITY ANI) INSTJRANCF 6.1 OMI shall be liable for damages, injury, or loss which may arise from OMI's negligent operations or intentional acts under this Agreement, to the proportion such negligence or act contributed to the damages, injury, or loss, whether such negligent operation or intentional act be by OMI or by a subcontractor of OMI. 6.2 OMI shall be liable for those fines or civil penalties, which may be imposed by a regulatory agency for violations of the effluent quality requirements specified in . Article 2.2, that are a result of OMI's negligent operation. Owner will assist OMI to contest any such fines in administrative proceedings and/or in court prior to any payment by OMI. OMI shall pay the costs of contesting any such fines. agreemm.f.fay01.wp6 6 81294 r 6.3 Each party shall obtain and maintalh insiitance coverage of a type and in the amounts described in Appendix G Each party shall name the other party as an additional insured on all insurance policies covering the Project and shall provide the other party with satisfactory proof of insurance. 6.4 It is understood and agreed that, in seeking the services of OMI under this Agreement, Owner is requesting OMI to undertake uninsurable obligations for Owner's benefit involving the presence or potential presence of hazardous substances. Therefore, Owner agrees to hold harmless, indemnify, and defend OMI from and against any and all claims, losses, damages, liability, and costs including, but not limited to, costs of defense ansing out of or in any way connected with the presence, discharge, release, or escape of hazard substances of any kind, excepting only such liability as may arise out of the negligence or in- tentional act of OMI in the performance of services under this Agreement. 6.5 Nothing contained herein shall constitute a waiver of any statutory, legal or equitable defenses the owner may have as a municipality, including but not limited to tort immunity under State statue. 7. TERM AND TERMINATION; DFFATTI.T REMEDIES 7.1 The initial term of this Agreement shall be five (5) years and 4 (four) months co- mmencing on September 1,1994 and ending on December 31, 1999, followed by two (2) successive five (5) year options, each option renewable at the sole discre- tion of the owner. Each option can be made effective by written notification from the Owner to OMI ninety (90) days prior to the expiration of the previous contract period. All contract penods and renewals are subject to and contingent upon year- ly budget approval by the owner. 7.2 Either party may terminate this Agreement for a material breach of the Agreement by the other party after giving written notice of breach and allowing the other party thirty (30) days to correct the breach. Neither party shall terminate this Agreement without giving the other party thirty (30) days written notice of intent to terminate after failure of the other party to correct the breach within thirty (30) days. 7.3 Upon notice of termination by Owner, OMI shall assist Owner in resuming operation of the Project. OMI will provide Owner at the date of termination the quantities of chemicals shown in Appendix H. Owner will pay OMI for the Cost of quantities in excess of the quantities shown in Appendix H. If additional Cost is incurred by OMI at request of Owner, Owner shall pay OMI such Cost in accordance with Article 5.2. 8. LABOR DTSPTTTFS4 FORCE. MATFTTRF 8.1 In the event activities by Owner's employee groups or unions cause a disruption in OMI's ability to perform at the Project, Owner, with OMI's assistance or OMI, agreemnt.f.fay01.wp6 7 81294 • at its own option, may seek appropriate injunctive court orders. During any such disruption, OMI shall operate the facilities on a best-efforts basis until any such disruptions cease. 8.2 Neither party shall be liable for its failure to perform its obligations under this Agreement if performance is made impractical, abnormally difficult, or abnormally costly, due to any unforeseen occurrence beyond its reasonable control. The party invoking this Force Majeure clause shall notify the other party immediately by verbal communication and in writing by certified mail of the nature and extent of the contingency within ten (10) working days after its occurrence. 9 ARBITRATION 9.1 Any controversy between the parties to this agreement involving the construction or application of any of the terms, covenants or conditions of this agreement shall, on the written request of one party served on the other within thirty (30) days after the dispute arises, be submitted to arbitration, and such arbitration shall comply with and be governed by the Arkansas Uniform Arbitration Act (A.C.A.§16-108- 201 et seq.). 9.2 The parties to this agreement may agree on one arbitrator, but in the event that they cannot agree, there shall be three (3) arbitrators, one named in writing by each of the parties within fourteen (14) days after demand for arbitration, and a third to be chosen by the two so named. 9.3 If there is one arbitrator, his or her decision shall be binding and conclusive on the parties. If there are three arbitrators, the decision of any two shall be binding and conclusive. Both parties indicate their approval of this Agreement by their signatures below. Authorized signature: Authorized signature: Hen ✓Huff red Hanna, Jr. Titl . District Manager Title: Mayor OPERATIONS MANAGEMENT INTERNATIONAL, INC. Date: agreemnt.f.fay01.wp6 CITY OF FAYETTEVILLE Date. g_i- Gt14 81594 Appendix A DEFINITIONS A.1 The "Project" means all equipment, vehicles, grounds and facilities described in Appendix B and where appropriate, the management, operations and maintenance of such. A.2 "Capital Expenditures" means any expenditures for (I) the purchase of new equipment or facility items that cost more than One Thousand Dollars ($1,000.00); or (2) mayor repairs which significantly extend equipment or facility service life and cost more than Five Thou- sand Dollars ($5,000.00); or (3) expenditures that are planned, nonroutine and budgeted by Owner. A.3 "Cost" means the total of all costs determined on an accrual basis in accordance with generally accepted accounting principles including but not limited to direct labor, labor overhead, chemicals, matenals, supplies, utilities, equipment, maintenance, repair, and outside services. A.4 "Maintenance" means the cost of those routine and/or repetitive activities required or recommended by the equipment or facility manufacturer or OMI to maximize the service life of the equipment, sewer, vehicles, and facility. A.5 "Repairs" means the cost of those nonroutine/nonrepetitive activities required for operational continuity, safety, and performance generally due to failure or to avert a failure of the equipment, sewer, vehicle, or facility or some component thereof; cost less than Five Thousand ($5,000.00); and are not included in definition A.2 of this Appendix. *Excludes cost of repair parts caused by storm damage to the S.C.A.D.A system. A.6 "Out of scope services" will include "capital expenditures" (A.2 this Appendix). Added or modified regulatory requirements (that are not contained in the NPDES permit) changes to improve efficiency and/or generate income. Or other services not described in the con- tract and requested by the Owner. These services shall be performed as stated in 2.26. Should "Out of Scope Services" become a permanent and on going requirement OMI will immediately submit a change of scope request in accordance with 4.7. A.7 "Biologically Toxic Substances" means any substance or combination of substances contained in the plant influent in sufficiently high concentrations so as to interfere with the biological processes necessary for the removal of the organic and chemical constituents of the wastewater required to meet the discharge requirements of Owner's NPDES permit. Biologically toxic substances include but are not limited to heavy metals, phenols, cyanides, pesticides, and herbicides. A.8 "Adequate Nutrients" means plant influent nitrogen, phosphorus and iron contents proportional to BOD5 in the ratio of five (5) parts nitrogen, one (1) part phosphorus, and one half (0.5) part iron for each one hundred (100) parts BOD5. agrcemnt.f.fay0i.wp6 9 81294 Appendix B LOCATION OF PROJECT B.1 OMI agrees to provide the services necessary for the management, operation and maintenance of the following: a) All equipment, vehicles, grounds and facilities now existing within the present property boundaries of or being used to operate Owner's Wastewater Treatment Plant located at : 1500 Fox Hunter Rd. Fayetteville, Arkansas b) All equipment, grounds and facilities now existing within the present property boundaries of pump stations described as follows: WW1 978 E Zion Road WW2 Unknown (Timber Creek subdivision) WW3 Removed from service WW4 691 W Poplar WW5 3896 N Gregg Avenue WW6 3021 N Old Wire Road WW7 2034 N County Road 877 WW8 729 W North Street WW9 1336 N Porter Road WW10 716 N Futrall Drive WWII 4412 W 6th Street WW12 398 N Double Springs Road WW13 878 S Stonebridge Road WW14 1820 S Armstrong Road WW15 203 E 29Th Circle WW16 3917 S McCollum Road WW17 4394 S School Avenue WW18 202 N Sandy WW19 988 S Mally Wagnon Road WW20 3212 N Garland WW21 1687 S Happy Hollow Road WW22 630 N Double Springs Road c) All equipment, vehicles, grounds and facilities now existing within the present property boundaries of or being used to operate Owner's Sludge Management Site located east of the White River. d) The potable water S.C.A.D.A system at the following locations: agreemnt. f.fay01.wp6 11 81294 SITE W1 W2 W3 W4 W5 W6 W7 W8 W9 W10 agreemnt.f.fay01.wp6 ADDRESS 215 W 24Th St 844 N Crossover Rd 4938 E Mission Blvd 1016 E Ash St 707 E Rogers Dr 456 E Baxter Ln 707 E Rogers Dr 113 N Sang 1170 E South Skyline 1044 E. Township Rd 100 A N. Rock 1475 Cato Springs • DESCRIPTION Pump Station Pump Station Pump Station Pump Station Pump Station Ground Stg.Tank Ground Stg.Tank Elevated Stge. Tank Elevated Stge. Tank Elevated Stge. Tank Police Dept. Water & Sewer Operations Center 12 81294 C.1 Appendix C NPDES PERMIT AND PROJECT CHARACTERISTICS OMI will operate Project so that effluent will meet the requirement of NPDES permit No.AR0020010 (copy attached). OMI shall be responsible for meeting the effluent quality requirements of Owner's NPDES permit unless one or more of the following occurs; (1) the Project influent does not contain Adequate Nutrients to support operation of Project biological processes and/or contains Biologically Toxic Substances which cannot be removed by the existing process and facilities; (2) The flow, influent BOD5, and/or suspended sohds exceeds the Project design parameters which are: 30 Million Gallons Per Day (MGD) maximum; 17 MGD average weekly maximum flow; 12 MGD average monthly maximum; 25,700 pounds of BODS per day; 21,300 pounds of suspended solids per day. C.2 In the event any one of the Project influent charactenstics, suspended solids, BOD5, or flow, exceeds the parameters listed above, OMI shall return the plant effluent to the characteristics required by the NPDES permit in accordance with the following schedule after Project influent charactenstics return to within design parameters. Characteristics Exceeding T.isted Parameters Ry 10% or Less Above 10% Less than 20% 20% and Above Recovery Period Maximum 5days 10 days 30 days Not withstanding the above schedule if the failure to meet effluent quality limitations is caused by the presence of Biologically Toxic Substances or the lack of Adequate Nutrients in the influent, then OMI will have a thirty (30) day recovery period after the influent is free from said substances or contains Adequate Nutrients. C.3 OMI shall not be responsible for fines or legal action as a result of discharge violations within the period that influent exceeds design parameters, does not contain Adequate Nutrients, contains Biologically Toxic Substances (that exceed process inhibiting levels or creates concentrations exceeding application or discharge limitations), and the subsequent recovery period. agreemnt.f.fay01.wp6 13 81294 • C.4 The estimated Costs for services under this Agreement are based upon the following Project characteristics: Flow 12 million gallons per day BOD 14,582 pounds per day TSS 12,512 pounds per day Phosphorus 541 pounds per day The above characteristics are the actual twelve (12) months average prior to the date services are first provided under this Agreement. Any change of ten percent (10%) or more in any of these characteristics, based upon a twelve (12) month moving average, will constitute a change in scope. agreemnt.f.fay01.wp6 14 81294 Appendix D INDUSTRIAL WASTE DISCHARGERS AND MONITORING PROGRAM D.1 OMI shall: Administer the Industrial Pretreatment Program in accordance with 40 CFR 403. Administration shall include: a) Maintain the industnal waste sampling and analysis program for pretreatment and surcharge, as descnbed in D.3. b) Monitor the compliance status of the current nine (9) Significant Industrial Users (SIU's) through sampling, analysis, inspection, and record reviews. Issue notices of violation when appropriate, and recommend appropriate enforcement action to Owner. c) Receive, review and act upon reports and notification from industrial users. d) Track, determine, and publish industrial users in significant noncompliance. e) Issue, revise, and renew industrial waste discharge permits for the nine (9) SIU's. f) Conduct an Industnal Waste Survey periodically to identify new, or significant, industrial users in Fayetteville and in cities with which Fayetteville has intequris- dictional agreements for waste treatment. g) Assist Owner with review and revision of local limits, the sewer use ordinances, the pretreatment program, and intequrisdictionai agreements. h) Prepare and submit the Industrial Pretreatment annual report. i) Maintain all industrial monitoring records for at least three years. j) Maintain open communication with the SIU's. k) Keep Owner informed of pretreatment activities and changes in regulatory requirements. D.2 Significant costs due to new or changed Federal, State or local regulations shall cause a change of contract scope. agreemnt.f.fay01.wp6 15 81294 D.3 Industnal Waste Dischargers and Monitoring Program City of Fayetteville, AR: agreemnt.f. fay0l .wp6 16 81294 Industry Parameters Analyzed Frequency Campbell Soup Company 1100 W. 15th Street Fayetteville, AR 72701 Mr Fred McLane 443-3451 ext. 216 BOD, TSS, Phos, Ph, O&G 1 week/mo 1/yr Tyson Foods, Inc. 2615 S. School Fayetteville, AR 72701 Mr. Michael Rush 521-0677 BOD, TSS, Phos, Ph O&G 1 week/mo 1/yr Mexican Original 1851 E. Huntsville Rd. Fayetteville, AR 72701 Mr Bill Parker 521-4306 BOD, TSS, Phos, Ph, O&G 1 week/mo 1/yr Hiland Dairy 301 E. 15th Street Fayetteville, AR 72701 Mr. Dale Schoen 521-1707 BOD, TSS, Phos, Ph, O&G 1 week/mo 1/yr *Ozark Mountain Smokehouse 1725 Smokehouse Road Fayetteville, AR 72701 Mr. Jim Rogers 267-3567 BOD, TSS, Phos, Ph 1 week/mo R 2000 Fayetteville, 442-7551 Elkhart 3265 Fayetteville, 443-2367 & P Electroplating Pump Station Road AR 72701 Mr. Ron Shumate Products Corporation Hwy 71 S. AR 72701 Mr. James Hill Cd, Cr, Cu, Pb, Ni, Ag, Zn, TSS, CN, TTO, Total Metals, Ph Cr, Cu, Pb, Ni, Zn, O&G, TSS, Ph 1/yr 1/yr agreemnt.f. fay0l .wp6 16 81294 agreemnt.f.fay01.wp6 17 81294 Industry Parameters Analyzed Frequency Baldwin Piano & Organ Co. 1101 Beechwood Avenue Fayetteville, AR 72701 Mr. Harry Norman 442-5356 Cd, Cr, Cu, Pb, Ni, Ag, Zn, CN, TTO, Total Metals, pH 1/yr K -D Tools 2900 City Lake Road Fayetteville, AR 72701 Mr. Steve Shaw 751-8500 ext. 236 Cd, Cr, Cu, Pb, Ni, Ag, Zn, CN, TTO, O&G, pH 1/yr Superior Industries 1901 Commerce Dnve Fayetteville, AR 72701 Mr. Dana Pierce 443-7870 Cd, Cr, Cu, Pb, Ni, Ag, Zn, CN, TTO, pH 1/yr *Ozark Mountain Smokehouse only. is a "potential" SIU and is monitored for this reason agreemnt.f.fay01.wp6 17 81294 Appendix F VEHICLE AND MOBILE EQUIPMENT DESCRIPTION VEH 11 MAKE MODEL DESCRIPTION YEAR 62 Bandit Unknown Utility vehicle Unknown 76 Catapillar Unknown Articulating Tanker 1988 77 Catapillar Unknown Articulating Tanker 1988 164 Ford Crown Victona Passenger car 1990 203 GMC Jimmy Passenger car 1987 204 Chevy CIO (1/2 Ton) Pickup truck 1985 212 GMC 10 (1/2 Ton) Pickup truck 1986 231 Ford F250 Pickup truck 1988 262 Chevy 3/4 Ton 4X4 Pickup truck 1988 278 Ford F350 Utility truck 1991 518 John Deer 2955 Tractor 1988 519 Ford 5900 Tractor 1988 520 Case 1896 Tractor 1990 528 Ford 7810 Tractor 1991 529 Ford 3930 Tractor 1991 530 Ford 7810/7840 Trailer/loader 1991 531 Ford 7810 Tractor 1991 532 Ford 1310 Tractor Unknown 539 Ford CM224 Mower 1994 627 Ford Unknown Backhoe 1994 701 Ford 8000/S/A Dump truck 1983 712 Ford F-800 Tractor 1983 804 John Deer 450C Bulldozer 1983 906 Toyota 42-4F-625 Fork Lift 1984 agreemnt.f.fay01.wp6 18 81294 VEH H MAKE MODEL DESCRIPTION YEAR 908 Honda Foreman ATV 1987 924 New Holland 411 Discbine 1991 926 New Holland 575 Baler 1991 927 Parker 43 Generator Trailer 1991 928 Gehl RB1470 Baler 1991 929 Belshe T18 Backhoe trailer 1991 931 Gehl RB1470 Baler 1991 932 Yamaha Unknown Golf cart 1991 944 Polans Unknown A T V 1993 P.O. New Holland 465 Rotary mower 1994 P.O. New Holland 465 Rotary mower 1994 P.O. Walton WT21 Rotary tedder 1994 P.O. Ford F250 4X4 Pickup truck 1995 ANCILLARY EQUIPMENT Quantity of 6 military surplus generators Quantity 1 1986 Marlow 6" gasoline pump agreemnt.f.fay01.wp6 19 81294 4 • Appendix F BASE. FEE ADJUSTMENT Not to .exceed the change in the Consumer Price Index for All Urban Consumers (U.S. City Average) as published by U.S. Department of Labor, Bureau of Labor Statistics in the CPI DetailedReport for the three (3) months pnor to the beginning of the period for which an adjusted base fee is being calculated, and the three (3) months prior to OMI beginning service under this Agreement. • Electncal costs will be adjusted by actual increases from power supplier. agreemnt.f.fay01.wp6 20 81294 Appendix (1 INSURANCE COVERAGE OMI shall maintain: 1. Statutory workers' compensation for all of OMI's employees at the Project as required by the State of Arkansas. 2. Comprehensive general liability insurance in an amount not Less than $5,000,000.00 combined single limits for bodily injury and/or property damage. Owner shall maintain: 1. Property damage insurance, as required for municipalities by A.C.A.§21-9-303, for all property including vehicles and equipment owned by Owner and operated by OMI under this Agreement. Any property including vehicles not properly or fully insured shall be the financial responsibility of Owner. 2. Automobile liability insurance, as required for municipalities by ACA§21-9-303, for all vehicles and equipment owned by Owner and operated by OMI under this Agreement. agreemnt.f.fay01.wp6 21 81294 4- - ODOR MANAGEMENT Black and Veatch, Inc contracted with The City of Fayetteville to perform a sludge disposal and odor management study that was completed in December, 1992. OMI will provide financing, engineering, labor and contract administration necessary to implement the recommendations of this odor management study in phases designed to provide the most economical, effective solution. OMI will also coordinate research incorporating innovative chemical additions. First stage: Domes on digester one and two with chemical odor management Second stage: (Only if first stage tests unsatisfactory) Domes on digester one and two with odor management equipment. ANNUAL COST FOR ODOR MANAGEMENT 10 YEAR ANNUAL STAGE AMORTIZATION OPERATING COST FIRST $62,288 $65,000 SECOND $86,737 $45,000 Amortization of all capital cost will be based on a ten (10) year schedule even though only a five (5) year contract is proposed. If for any reason the contract option renewal is not made, or the contract is terminated prior to the completion of capital cost amortization, the Owner will pay to OMI the remaining capital improvement principal amount, in full, within 30 days following contract termination. Should the above stages both prove to provide insufficient odor management, the Owner and OMI will negotiate future stages of the Black and Veatch study until the odors are ade- quately managed. OMI will prepare or obtain plans, specifications and permits required for installation of the necessary capital improvements to complete the outlined phases of the odor management study. All plans and specifications will have Owner review and approval. OMI estimates odor management implementation on the following schedule with times based on a period following contract renewal. Time for Owner approvals not included: agreemnt.f.fay0l.wp6 23 81294 , ' ' J y, Completion time* Completion Item 6 months Research odor management utilizing chemical addition with digester domes. 9 months Complete plans for dome installation. 18 months Utilization of domes 24 months Completion of first or second stage *OMI has allowed time for regulatory approval of plans and specifications. Should regulatory approval be unnessarily lengthy the time frames would be extended accordingly. OMI will not be responsible for delays for circumstances beyond its control. egreemm.f.fayO1.wp6 24 81294 COST DETAIL. The proposed annual estimated cost for the remainder of 1994 and for 1995 were calculated as follows: Annual Estimated Cost 1994* 1995 Direct labor and benefits $1,080,012 $1,080,012 Labor overhead @ 35% $ 378,004 $ 378,004 Utilities $ 573,124 $ 573,124 Utilities overhead @5% $ 28,656 $ 28,656 All other direct costs $ 479,083 $ 479,083 Administrative overhead 10% $ 47,908 $ 47,908 Odor Management - Chemicals $ 45,000 $ 45,000 Odor Management - Amortization Sub -total $2,666,481 $2,701,177 /Fixed Fee % 70,000 $-70,000 Total Budget $2,736,481 $2,771,177 *These amounts are based on a one (1) year operation. The actual cost for each remaining month of 1994 would be the 1994 cost divided by 12. The following are some of the major additions to the current contract scope: 1. Operation and maintenance of the SCADA System for water and wastewater facilities. 2. The hay harvesting operation. 3. Nutrient addition to optimize hay production. 4. Repairs under. $5,000. 5. Toxicity monitoring under the current permit. 6. Implementation of the odor management and sludge disposal study completed by Black and Veatch. 7. Expanded operations and maintenance of the sludge management site. agmemnt.f.fay01.wp6 25 0 ATTN: PATRICIA FRAHM 15114-01234 OMI23 OMI OPERATIONS MANAGEMENT INTERNATIONAL, INC. 5299 DTC BOULEVARD SUITE 1200 ENGLEWOOD, CO 80111 04/01/95 THE CERTIFICATE HOLDER. THIS CERTIFICATE OR ALTER THE COVERAGE AFFORDED BY THE COMPANIES AFFORDING COVERAGE COMPANY LETTER A ZURICH INSURANCE COMPANY COMPANY LETTER B NATIONAL UNION FIRE INSURANCE COMPANY COMPANY c LETTER COMPANY LETTER COMPANY LETTER THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED 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 ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO LT11 TYPE OF INSURANCE POUCYNUMBER POLICYEFFECTIVE DATE (MM/DD/Y POLICYEKPIRATION DATE (MMWOD/YY) UMITS A GENERALLIABIUTY COMMERCIAL GENERALLIABIUTY CLAIMSMADEI X IOCCUR. OWNER'S & CONTRACTORS PROT. $250,000 SIR SIRU053608 04/01/95 04/01196 GENERAL AGGREGATE $ 2,000,000 X PRODUCTS{:OMP/OPAGG. $ 2,000,000 PERSONAL&ADV. INJURY $ 750,000 EACH OCCURRENCE $ 750,000 X FIRE DAMAGE (Anyone fire) $ 750,000 MED.EXPENSE(Anyoneperson $ A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS GARAGE LIABILITY BAU053605 BAU053606(TX) 04/01/95 04/01/95 04101/96 04/01196 COMBINED SINGLE LIMIT $ 1,000,000 X BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ B EXCESS LJABIUTY X I UMBRELLA FORM BE3096334 104/01/95 104101196 _ WnRKER'SCOMPENS_ATION - - WCU992020 04/01/95 04/01/96 AND EMPLOYERS' LABILITY WCU053609 (CA) I 04/01/95 04/01/96 AGGREGATE I$ X STATUTORYUMITS EACH ACCIDENT ts DISEASE—POUCY UMIT DISEASE —EACH EMPLOYEE $ DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLESISPECIAL ITEMS OPERATION, MAINTENANCE AND MANAGEMENT SERVICES FOR THE CITY OF FAYETTEVILLE. CERTIFICATE HOLDER NAMED AS ADDITIONAL INSURED AS THEIR INTEREST MAY APPEAR AS RESPECTS AUTOMOBILE LIABILITY, UMBRELLA LIABILITY AND AS PER BLANKET ENDORSEMENT TO GENERAL LIABILITY POLICY. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL ENDEAVOR TO CITY OF FAYETTEVILLE MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE ATTN PEGGY BATES ROUTE 5 BOX 106 LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR FAYETTEVILLE AK 72701 LIABILITY OF ANY K1ND UPON THE COP,wtw. 9BGENTS OR REPRESENTATIVES. AUTNORI D REREGNTAT1VE .h IO Z La PILE W1 12ES. q4 -q4 ON1r 1001 q(o CE)eTIFICAT- OF INS, '""� r `T DATE(MM/DDNYI ACOItU. CERTIFICATE OF INSURANCE 297 cJ a,o/o��ssr� PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION JOHNSON & HIGGINS OF COLORADO, INC. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 1225 17TH STREET, SUITE 2100 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR DENVER, CO 80202-5534 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE ATTN: LAVONNE EARNEST COMPANY 15114-01234 OMI3M OMI A ZURICH INSURANCE COMPANY INSURED COMPANY OPERATIONS MANAGEMENT B NATIONAL UNION FIRE INSURANCE COMPANY INTERNATIONAL, INC. _. 5299 DTC BOULEVARD COMPANY SUITE 1200 C AMERICAN GUARANTEE AND LIABILITY INSURANCE CO. ENGLEWOOD, CO 80111 COMPANY D' GOVERAES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED 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 ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO �rypE OF iNSUAANCE- - -PODGY NUMBER - POUCYEFFECTIVE POLICYEXPIRATION UNITS LT11 - - �- DATE (MMlDDM1 DATE (MLI11313r ) '• - - - GENERAL LIABILITY GENERAL AGGREGATE $ 2,000,000 A X COL iMERGAL GENERALLIABIUTY GL08378563 04/01/96 04/01/97 PRODUCTS-COMP/OPAGG $ 2,000,000 j CLAIMS MADE X OCCUR PERSONAL&ACV INJURY $ 750,000 OWNERS& CONTRACTOR'S PROT EACH OCCURRENCE $ 750,000 X $250,000 SIR FIRE DAMAGE (Any one are) $ 750,000 MED EXP (Any one person) $ A AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ .1,000,000 X ANYAUTTO BAP8378516 (AOS) 04/01/96 04/01/97 ALL'OWNED AUTOS TAP8378560 (TX) 04/01/96 04/01/97 BODILY INJURY SCHEDULEDAUTOS BAP8378561 (VA) 04/01/96 04/01/97 er person) (P $ HIRED AUTOS MA8378562 (MA) 04/01/96 04/01/97 BODILY INJURY $ NON -OWNED AUTOS (Per accident) PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY -EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY EACH ACCIDENT $ AGGREGATE $ B EXCESS LIABILITY EACH OCCURRENCE $ 3,000,000 X UMBRELLA FORM 6E3096392 04/01196 04101/97 AGGREGATE $ 3,000,000 OTHER -THAN UMBRELLA FORM. _ _ _ __ __ -__ _ _ ._-. .—_. _. _ . __ _- _._ .$. - WORKERS COMPENSATION AND X STATUTORYUMITS A EMPLOYERS' LIABILITY WC8378566 04/01/96 04/01/97 EACH ACCIDENT $ 1,000,000 A THE PROPRIETOFV X INCL WC8378565 04/01/96 04/01197 DISEASE -POLICY UNIT $ 1,000,000 PARTNEP"IEXECUTIVE C OFFICE:^ARE: EXCL WC8378564 (CA) 04/01/96 04101197 DISEASE -EACH EMPLOYEE $ 1,000,000 OTh ER DESCRIPTION OF OPERATIONS/LOCATIONSIVEHICLES/SPECIAL ITEMS (UNITS MAYBE SUBJECT TO RETENTIONS) OPERATION, MAINTENANCE AND MANAGEMENT SERVICES FOR THE CITY OF FAYETTEVILLE. CERTIFICATE HOLDER NAMED AS ADDITIONAL INSURED AS THEIR INTEREST MAY APPEAR AS RESPECTS AUTOMOBILE LIABILITY, UMBRELLA LIABILITY AND AS PER BLANKET ENDORSEMENT TO GENERAL LIABILITY POLICY. .. ::. ,. CE# 171CAT GLi7q ClANCELtJ►T1ON SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE .NTY OF FAYETTEVILLE EXPIRATION DATE THEREOF, Tilt ,SSUING. COMPANY WILL ENDEAVOR TO MAIL ATTN PEGGY BATES 113 WEST MOUNTAIN STREET 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, FAYETTEVILLE AK 72701 BUT FAILURE TO MflL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND N THE COMPANY, ITS AGENTS OR -RE ESENTATIVES. AUTHORIZED REPR TATIVE f ACQIiD� �? STAFF REVIEW FORM AGENDA REQUEST XX CONTRACT REVIEW GRANT REVIEW For the Council meeting of _ FROM: MICROFILMED Kevin Crosson Public Works Director Public Works Name Division Department ACTION REQUESTED: Operations Management International (OMI) has submitted a request to amend our agreement for their services to operate, maintain, and manage the City's Wastewater Treatment Plant. Please see attached documentation. COST TO CITY: $ 3,017.557 Cost of this request 5400-5100-5328.00 Account Number Project Number BUDGET REVIEW: $ 3122.149.00 Category/Project Budget $ 253,437.58 Funds Used to Date $ 2,868,711.42 Remaining balance CONTRACT/GRANT/LEASE REVIEW: Wastewater Treatment Category/Project NAME Services and Charges Program Name Water and Sewer Fund Budget Adjustment Attached Administrative Services Director visio e'g`ret Date/I11 Cross Reference __ New Item: Yes No DepartmentDirectorDate '/1/17 x'1/17 Prev Ord/Res #: 7C-eS. Admfn. rvi s e t� 7/D/aa a �1 Orig Contract Date: Mayg Date FAYETTE`'I LLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE TO: Fred Hanna, Mayor FROM: Kevin Crosson, Director of Public Works DATE: January 23,1996 SUBJECT: OMI - Contract Amendment Operations Management International (OMI) has submitted a request to amend our agreement for their services to operate, maintain, and manage the Wastewater Treatment Plant. The City currently pays OMI $3,054,251 annually, paid monthly, for their services. Amendment 2, as submitted by OMI, will decrease the annual fee to $3,017,57. The City entered into an agreement with OMI in August of 1994. The agreement defines the contract period as five years with renewal options. In February 1996, the City approved Amendment 1 to the agreement which expanded OMI's scope of services to include odor management and enhancement services. Amendment I also increased the annual fees paid to OMI to $3,054,251. The cost detail, Appendix J, in Amendment 2 details the costs of our agreement by category. OMI is proposing to increase the direct operation and management costs by $87,293, which is an approximate 3% increase. OMI relates this cost increase mostly to the management and operation of our odor control and sludge enhancement programs. OMI is, however, reducing the odor management amortization costs by $110,372. This is due to the City electing to payoff the outstanding odor management capital costs, approximately $925,000, in 1997. The amendment will also reduce the fixed, management fees to $76,260, which is a $615 reduction. Amendment 2 will reduce the yearly fee, as approved in the 1997 budget, by $36,694 per year. The Mayor's approval is all that is required for this amendment because it is under the $20,000 signature limit. I have attached proposed Amendment 2 for your consideration and approval. I have also attached a copy of our original contract with Amendment 1 for reference purposes. Should you have any questions about the amendments or contract, please call me. I appreciate your time and consideration. OMI3 WPD AMENDMENT NO. 2 TO THE AGREEMENT FOR OPERATIONS, MAINTENANCE, AND MANAGEMENT SERVICES FOR THE CITY OF FAYETTEVILLE, ARKANSAS WASTEWATER TREATMENT PLANT THIS AGREEMENT, entered into this 2.1 day of 1997, by and between the City of Fayetteville, Arkansas (hereinafter "Owner"), whose addre for any formal notice is 113 W. Mountain St, Fayetteville, Arkansas 72701 and Operations Management International, Inc., (hereinafter "OMI") with offices at 5299 DTC Boulevard, Suite 1200, Englewood, Colorado 80111-3333 is made and entered into for purposes of amending certain provisions of the "Agreement for Operations, Maintenance, and Management Services for the City of Fayetteville's Wastewater Treatment Plant," dated August 16, 1994 (the "Agreement") to prevent the facilities covered by the Agreement from being deemed to be used in the trade or business of OMI pursuant to Section 141 (b) of the Internal Revenue Code of 1986, as amended. This is Amendment No. 2 to the Agreement dated the 16th day of August, 1994, between Owner and OMI. NOW THEREFORE, Owner and OMI agree to amend the Agreement as follows: Article 4.1 is hereby deleted in its entirety and replaced with the following Article 4.1: 4.1 For services rendered during the third year of this agreement owner shall pay to OMI the actual cost of services performed plus a management fee of Seventy Six Thousand Two Hundred and Sixty Dollars ($76,260). Said fee and estimated cost (base fee) shall be paid in twelve (12) equal monthly installments. The management fee for subsequent years will be determined proportional to the increase in estimated cost. 2. Article 4.3 is hereby deleted in its entirety and replaced with the following Article 4.3: 4.3 OMI estimates that cost for services for calendar year 1997 shall be Three Million Seventeen Thousand Five Hundred and Fifty Seven Dollars($3,017,557) annually. Details of said cost are shown in Appendix J. The base fee shall be negotiated each year in September, beginning in 1997 for calendar year 1998. Should Owners and OMI fail to agree, the base fee will be determined by the application of the base fee adjustment formula shown in Appendix F. Should the actual expenditures exceed estimated expenditures by more than Twenty Thousand Dollars ($20,000), in any year of this agreement, specific approval will be obtained from the owner. Appendix J is hereby deleted in its entirety and replaced with the attached Appendix J All other terms and conditions remain in effect in accordance with the Agreement referenced in this Amendment. Both parties indicate their approval of this Amendment to the Agreement by their signatures below as of the date shown above. Authorized Signature: Bernard A. Miller Title: Chief Operating Officer OPERATIONS MANAGEMENT INTERNATIONAL, INC. Date:2/21/cr? Authorized Signature: Fred anna, Jr. Title: Mayor CITY OF FAYETTEVILLE Date: a -/a -97 .a Appendix J COST DETAIL The proposed annual estimated costs for 1996 were calculated as follows: Annual Estimated Cost Proposed 1996 1997 Direct labor and benefits $1,184,029 $1,238,608 Labor overhead@35% 35% $ 414,410 $ 433,512 Electricity $ 605,000 $ 605,000 Electric overhead @ 5% $ 30,250 $ 30,250 All other direct costs $ 412,443 $ 424,817 Other direct costs overhead 10% $ 41.244 $ 42.482 Sub -Total $2,687,376 $2,774,669 Odor Management - Chemicals $ 75,000 $ 75,000 Sludge Enhancement Electrical $ 50,000 $ 50,000 Odor Management - Amortization 152.000 $ 41,628 Sub -total $2,964,376 $2,941,297 Fixed Fee $ 76.875 $ 76.260 Total Budget $3,041,251 $3,017,557 The following are some of the major reasons for cost circumstances: 1. Projected payoff of approximately $925,000 outstanding odor management capital costs by the City in March 1997. 2. Continued need for electricity, chemicals, and labor to operate and maintain the sludge enhancement/odor control equipment. FILE W/ 12ES. 84-04 - e -, MICROFILM ^ , EFIc ar-25t .or I 0ZM+ 2 -q7Ns:' Achli . CERTIFICATE OF INSURANCE DATE (MM/DD YV _... _.. ... ._ .. 02,25/97 PRODUCERTHIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION JOHNSON & HIGGINS OF COLORADO, INC. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 1225 17TH STREET, SUITE 2100 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR DENVER, CO 80202-5534 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE ATTN: PAULA DELEON COMPANY 15114-01234 OMI3M OMI A ZURICH INSURANCE COMPANY INSURED COMPANY OPERATIONS MANAGEMENT B NATIONAL UNION FIRE INSURANCE COMPANY INTERNATIONAL, INC. 5299 DTC BOULEVARD COMPANY SUITE 1200 C AMERICAN GUARANTEE AND LIABILITY INSURANCE CO. ENGLEWOOD, CO 80111 COMPANY D COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED 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 ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER POUCYEFFECTIVE POUCYEXPIRATION UMITS LTR DATE (MM/DO/YY) DATE (MM/DDIVY) GENERAL LIABILITY GENERAL AGGREGATE $ 2,000,000 A X COMMERCIAL GENERAL LIABILITY GLO8378563 04/01/96 05/01/97 PRODUCTS-COMP/OP AGG S 2,000,000 CLAIMS MADE ❑X OCCUR PERSONALBADV INJURY $ 750,000 OWNER'S&CONTRACTOR'S PROT - EACH OCCURRENCE $ 750,000 X $250,000 SIR FIRE DAMAGE (Any one fire) S 750,000 MED EXP (Any one person) $ A AUTOMOBILE LIABILITY COMBINED SINGLE OMIT S 1,000,000 X ANVAUTO BAP8378516 (AOS) 04/01/96 05/01197 ALL OWNED AUTOS TAP8378560(TX) 04/01/96 05(01/97 BOWLYINJURY S SCHEDULED AUTOS BAP8378561 (VA) 04/01196 05/01197 (Per person) HIRED AUTOS MA8378562 (MA) 04/01/96 05/01/97 BODILY INJURY $ NONOWNED AUTOS (Per accident PROPERTY DAMAGE S GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT S AGGREGATE $ B EXCESS UABIUTY - EACH OCCURRENCE $ 3,000,000 XUMBRELLA FORM 8E3096392 04/01/96 05101/97 AGGREGATE $ 3,000,000 -- OTHER THAN UMBRELLA FORM S WORKERS COMPENSATION AND X STATUTORY UMRS A EMPLOYERS' LIABILITY WC8378566 04101196 05/01197 EACH ACCIDENT $ 1,000,000 A THE PROPRIETOR/ X INCL WC8378565. 04/01/96 05101/97 DISEASE -POLICY OMIT S 1,000,000 PAR NERSIEXECUTIVE C OFFICERS ARE: EXCL WC8378564 (CA) 04/01/96 05/01/97 DISEASE - EACH EMPLOYEE $ 1,000,000 OTHER DESCRIPTION OF OPERATIONSM1OCATIONSNEHICLES/SPECIAL ITEMS (UNITS MAYBE SUBJECT TO RETENTIONS) OPERATION, MAINTENANCE AND MANAGEMENT SERVICES FOR THE CITY OF FAYETTEVILLE. CERTIFICATE HOLDER NAMED AS ADDITIONAL INSURED AS THEIR INTEREST MAY APPEAR AS RESPECTS AUTOMOBILE LIABILITY, UMBRELLA LIABILITY AND AS PER BLANKET ENDORSEMENT TO GENERAL LIABILITY POLICY. eEnh1tIcA1rE HOLDER t CANC LAC1gN CITY OF FAYETTEVILLE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE ATTN PEGGY BATES EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 113 WEST MOUNTAIN STREET 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, FAYETTEVILLE AK 72701 BUT FAILURE TO L SUCH NOTICE SHALL I POSE P4 OBUGATION OR LIABILITY OF ANY KIND U N THE CO ANY, I ADEN " OR REPRES TA YES. AUTHORIZED REPR �ATNE ACORD 25' S ice? '-k .: ' 6 ACORD3CORPORATION 1993; Mi Res. 99 9y om/ s]iVii Z AI:III IIS C RT1FICATE flE JNSURANCE 702182 ATE(M 9;D "" PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION JOHNSON & HIGGINS OF COLORADO, INC. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 1225 17TH STREET, SUITE 2100 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR DENVER, CO 80202-5534 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE ATTN: PAULA DELEON COMPANY 15114-01234 OMI3M OMI A ZURICH INSURANCE COMPANY INSURED COMPANY OPERATIONS MANAGEMENT B NATIONAL UNION FIRE INSURANCE COMPANY INTERNATIONAL, INC. 5299 DTC BOULEVARD COMPANY "' SUITE 1200 - -- .- C - AMERICAN GUARANTEE AND LIABILITY INSURANCE CO. ENGLEWOOD, CO 80111 COMPANY D COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED 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 ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY D(PIRATIO:I LIMITS - LTH DATE (MM/DDNY) DATE (MM/DD/YY) GENERAL LIABILITY GENERAL AGGREGATE $ 2,000,000 A X CCN.MERCIAL GENERAL LIABILITY GLO8378563 05/01/97 05/01/98 PRODUCTS-COMP/OPAGG S 2,000,000 CLAIMS MADE X OCCUR -PERSONAL&ADV INJURY S 850,000 OWNER'S& CONTRACTOR'S PROT EACH OCCURRENCE $ 850,000 X $150,000 SIR FIRE DAMAGE(Any one fire) $ 850,000 . MED EXP (Any one person) $ A AUTOMEBILE LIABILITY i• • COMBINED SINGLE LIMIT $ 1,000,000 X ANY AUTO"" BAP8378516 (AOS) 05/01/97 05/01/98 ALLOWNEDAUTOS TAP8378560 (TX) 05/01(97 05101/98 BODILY INJURY $ SCHEDULEDAUTOS BAP8378561 (VA) 05/01!97 05101/98 (Per person) HIRED AUTOS MA8378562 (MA) 05/01!97 05/01/98 - BODILY INJURY NON -OWNED AUTOS (Per accident) $ PROPERTY DAMAGE S GARAGE LIABILITY AUTO ONLY -EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY EACH ACCIDENT $ AGGREGATE $ B EXCESS LIABILITY EACH OCCURRENCE $ 3,000,000 X UMBRELLA FORM- E932243._. ---------05/01/97 05/01/97 05/01/98 AGGREGATE $ 3,000,000 ' OTHER THAN UMBRELLA FORM $ WORKERS COMPENSATION AND X STATUTORY LIMITS A EMPLOYERS'LIABILITY WC8378566 05/01!97 05/01/98 EACH ACCIDENT $ 1,000,000 A THE PROPRIETOR! X INCL WC8378565 05/01!97 05/01/98 DISEASE -POLICY LIMIT $ 1,000,000 PARTNE'S�IEXECUTIVE C OFFICERS ARE: ExcL WC8378564 (CA) 05/01!97 05101/98 DISEASE - EACH EMPLOYEE $ 1,000,000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS (LIMITS MAYBE SUBJECT TO RETENTIONS) OPERATION, MAINTENANCE AND MANAGEMENT SERVICES FOR THE CITY OF FAYETTEVILLE. CERTIFICATE HOLDER NAMED AS ADDITIONAL INSURED AS THEIR INTEREST MAY APPEAR AS RESPECTS AUTOMOBILE LIABILITY, UMBRELLA LIABILITY AND AS PER BLANKET ENDORSEMENT TO GENERAL LIABILITY POLICY. CERCI ICATEHOLD R CATICEL₹ATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE E CITY OF FAYETTEVILLE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR ATTN WEST MOUNTAIN BATESEXPIRATION STREET 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE. EFT, 113 FAYETTEVILLE AK 72701 BUT FAILURE TO IL SUCH NOTICE SHALL IMPOSE OBLIGATION OR LLIIA LIT? OF ANY KIN PON THE COMPANY, AGE TS OR REPRESENTATIVES. AUTHORIZED REP E NTATIVE AC�:Rp25 S i3)?33) t�ACORl3 C;7RPPRA.TO .5993:: a. r RESOLUTION NO. 21- 9 9 A RESOLUTION APPROVING AMENDMENT NO. 4 TO THE OMI CONTRACT FOR THE OPERATION OF THE PAUL NOLAND TREATMENT PLANT, AND APPROVAL OF A BUDGET ADJUSTMENT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby approves Amendment No. 4 to the contract with OMI for the operation of the Paul Noland Treatment Plant in the amount of $3,632,992 for 1999; and authorizes the Mayor and City Clerk to execute said contract amendment. A copy of the contract amendment is attached hereto marked Exhibit "A" and made a part hereof. Section 2. The City Council hereby approves a budget adjustment in the amount of $55,941 increasing PCP Operation Contract, Acct. No. 5400 5100 5328 00 decreasing Use of Fund Balance, Acct. No. 5400 0940 4999 99. A copy of the budget adjustment is attached and made a part hereof PASSED AND APPROVED this 2nd day of Few, 1999. APPROVE : By: Fred Hanna, Mayor ATTEST: B /�U≤ y: _ Heather Woodruff, City Cler p. UL{ EXHIBIT A AMENDMENT NO. 4 TO THE AGREEMENT FOR OPERATIONS, MAINTENANCE, AND MANAGEMENT SERVICES FOR THE CITY OF FAYETTEVILLE, ARKANSAS WASTEWATER TREATMENT PLANT THIS AMENDMENT, entered into this day of %L�Pr4At ' , 1999, by and between the City of Fayetteville, Arkansas (hereinafter "Owner"), whose address for any formal notice is 113 West Mountain Street, Fayetteville, Arkansas 72701 and Operations Management International, Inc. (hereinafter "OMI"), with offices at 6060 South Willow Drive, Suite 200, Greenwood Village, Colorado 80111-5142 is made and entered into for purposes of amending certain provisions of the "Agreement for Operations, Maintenance, and Management Services for the City of Fayetteville's Wastewater Treatment Plant," dated August 16, 1994 (the "Agreement") to prevent the facilities covered by the Agreement from being deemed to be used in the trade or business of OMI pursuant to Section 141 (b) of the Internal Revenue Code of 1986, as amended. This is Amendment No. 4 to the Agreement dated the 16th day of August 1994, between Owner and OMI. NOW THEREFORE, Owner and OMI agree to amend the Agreement as follows: 1. Article 4.1 is hereby deleted in its entirety and replaced with the following Article 4.1: 4.1 For services rendered during the fifth year of this agreement owner shall pay to OMI the actual cost of services performed plus a management fee of Eighty Five Thousand Four Hundred and Ninety Five Dollars ($85,495). Said fee and • estimated cost (base fee) shall be paid in twelve (12) equal monthly installments. The management fee for subsequent years will be determined proportional to the increase in estimated cost. 2. Article 4.3 is hereby deleted in its entirety and replaced with the following Article 4.3: 4.3 OMI estimates that cost for services for calendar year 1999 shall be Three Million Six Hundred Thirty Two Thousand, Nine Hundred and Ninety Two Dollars ($3,632,992) annually. Details of said cost are shown in Appendix J. The base fee shall be negotiated each year in September, beginning in 1999 for calendar year 2000. Should Owners and OMI fail to agree, the base fee will be determined. by the application of the base fee adjustment formula shown in Appendix F. Should the actual expenditures exceed estimated expenditures by more than Twenty Thousand Dollars ($20,000), in any year of this agreement, specific approval will be obtained from the owner. YAMIDNW WPDATAI geemnn\FlPoyctIcvillc # oc - 1 - 01/19 /99 3. Appendix J is hereby deleted in its entirety and replaced with the attached Appendix J. 4. Appendix K is hereby added to the Agreement. All other terms and conditions remain in effect in accordance with the Agreement referenced in this Amendment. Both parties indicate their approval of this Amendment to the Agreement by their signatures below as of the date shown above. Authorized Signature: Bernard A. Miller Title: Chief Operating Officer OPERATIONS MANAGEMENT INTERNATIONAL, INC. Date: I ¶ (44 I Authorized Signature: Fre Hanna, Jr. Title: Mayor CITY OF FAYETTEVILLE Da MMIDNVM\WPDATASUgttmn 'Yycticrillt W.Ett -2- 01/19/99 I ' RESOLUTION NO_ _ _ A RESOLUTION AUTHORI'LINCi THE MAYOR AND CITY CLERK TO EXI:CLTE A CONTRACT WITH OPERATIONS MANAGEMENT INTERNATIONAL„ INC. (OMI) TO OVERSEE THE OPERATION OF THE WASITWATER TREATMENT PLANT 1'OR A FIVE YEAR PERIOD BEGINNING SEPTEMBER 1, 1994 AND ENDING DECEMBER 31, 1999. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. The City Council hereby authorizes the Mayor and City Clerk to execute a contract with Operations Management International, Inc. (OMI) to oversee the operation of the wastewater treatment plant for a five year period beginning September 1, 1994 and ending December 31, 1999, with an option of renewal for two (2) consecutive five year periods. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 16th day of Aul. 1994. APPROVED: By:• Fred Hanna, Mayor ATTEST: By: Z Q.C.c� / i Traci Paul, City Clerk