HomeMy WebLinkAbout128-99 RESOLUTION•
•
RESOLUTION NO.128-99
A RESOLUTION RENEWING A CONTRACT WITH
OPERATIONS MANAGEMENT INTERNATIONAL (OMI) FOR
AN ADDITIONAL FIVE YEAR PERIOD BEGINNING JANUARY
1, 2000.
•
WHEREAS, by Resolution No. 94-94 the City of Fayetteville entered into a contract with
OMI to oversee the operation of the Wastewater Treatment Plant for a five year period beginning
September 1, 1994 and ending December 31, 1999, and:
WHEREAS, under Section 7 of said contract two successive five (5) year options are
possible, each option renewable at the sole discretion of the owner, and;
WHEREAS, the owner, City of Fayetteville, Arkansas wishes to exercise the first of said
options and renew the contract with OMI for an additional five year period.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF FAYETTEVILLE, ARKANSAS:
Section 1. That the City of Fayetteville, Arkansas hereby exercises its option as owner
under Section 7 of the Agreement for Operations, Maintenance and Management Services dated
August 16, 1994 with Operations Management International, Inc. (OMI) and hereby renews said
contract for an additional five year period beginning January 1, 2000.
Section ? Pursuant to 7.1 of the abovementioned agreement, all contract periods and
renewals are subject to and contingent upon yearly budget approval by the City of Fayetteville.
PASSED AND APPROVED this_5Lh day of October , 1999.
ATTEST:
SAa
I,•,Heather Wo
a. ( FpYf,1
,
•
y°IG%c ‘:
sem,,
iff, City Clerk
APPROVED.
By.
14
Fred Hanna, Mayor
AGENDA REQUEST FO I mail-047=0� OLS s, (` 17 a CooCc-
FROM Don Bunn Public Works Admin Public Works
Name
Division Department
ACTION REQUIRED Approval of a resolution giving notice of renewal of the
OMI contract for Operations, Maintenance, and Management Services for an
additional 5 year term beginning agrbalset January 1, 2000, subject to and
contingent upon yearly budget approval by the City of Fayetteville.
COST TO CITY
Cost of this Request
Account Number
Project Number
Category/Project Budget Category/Project Name
Funds Used to Date Program Name
$
Funds Remaining
Fund Category
BUDG'T/CO CT REVIEW Budgete to Budget Adz. Attached
9-2q-99 MEM
Admin Se ices Director Date
Bud se oor.inator Date
4 awey
Date
ate
q x4.911
Date
44nAJb 000rdinDate
nal Auditor Date
STAFF RECOMMENDATION The Staff recommends approval of the resolution
extending the OMI contract for Operations, Maintenance, and Management
Services for an additional 5 year term subject to yearly budget approvals
by tty.
9-24-99
Date
1 -Z7 -S5
artment Director
Date (� New Item: Yes No
i" + �� �gJ Prev Ord/Res # 94-94
Cross Reference CITY OFFAYETTEVLLLE
CITY CLERK'S OFFICE
RECEIVED
SEP 2 S 1999
A in a icesDirecor
f
Mayor
Dat
Date
Orig. Contract #
Orig. Contract Date 8-16-94
COMMENT SHEET
Project: OMI Contract Renewal
Engineer/Contractor: N/A
Notes to Reviewers: This resolution approves a contract renewal of 5 years, however, it
does not obligate any funds. The Council must still approve a yearly budget for operation
of the treatment plant.
park: SL4i'. &tits /" I
iota CRT-RAJ-C.cSc1,� �L iI K-oA4Ytt�.lei L-tes++ 1
�o tt
SAL-cct-i c ��
.[k w ri�.. `tka cost sSa.Lhe_d bat
tiLta. 411��ii
r)-- icor
Q U /maw &/ J 6AYu c-ne ( eu ,1 .&ACL
FAYETTEVI LLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Fayetteville City Council
From: Don Bunn, Assistant Public Works Director
Thru: Charles Venable, Public Works Director
Fred Hanna, Mayor
September 24, 1999
Subject: OMI Contract for Operations, Maintenance, and Management
Contract Renewal
The City's contract for operation of the Noland Wastewater Treatment Facility and other
management and maintenance services was executed on August 16, 1994. The contract
calls for an initial 5year, 4 month contract period running through December 31, 1999. The
contract also allows the City to exercise options for two additional 5 year contract periods.
The attached resolution for your review and approval gives OMI notification of renewal for
one additional 5 year contract period as provided for in the contract. Such renewal is subject
to and contingent upon yearly budget approval by the City of Fayetteville.
It is the recommendation of the Staff that the Council approve the resolution exercising the
City's option to renew the OMI Operations Contract for an additional 5 year period.
•
•
•
•
AGREEMENT
for
OPERATIONS, MAINTENANCE AND
MANAGEMENT SERVICES
for the
CITY OF FAYEi IEVILLE, ARKANSAS
9.17
THIS AGREEMENT is made on this 1 day of G6u�T 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 "OMI") 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:
1. f;FNFRAT
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 pnor 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 "OMI" and "Owner" shall include the respec-
tive officers, agents, directors, elected or appointed officials, and employees.
agnemm.LAy01,wp6
61294
•
9.18
2. SCOPE OFSERVICES—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 monitoring 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
monitoring, inspections, sampling, testing, reporting, and record keeping as
described 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 right 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 clone 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
m 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.
agrcemm.tfay01.wp6
2 81294
•
•
•
9.19
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 computenzed maintenance, process control, and laboratory management
systems.
2.18 Comply with the requirements of Owner regarding affirmative action provisions
for mmonty hiring.
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.0 A.D.A (Supervisory Control and Data Acquisition) system
as described in Appendix B.1.
egreemm.f.fiy01.wp6
3 81294
•
1
9.20
•
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 budget and 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 requinng 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 tenni-
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.
•greemm.LGy01.wp6
4 81294
•
•
•
1
•
•
•
9.21
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 described in Appendix E.
3.7 Pay for all Lift Station electrical power and other utilities.
3.8 Pay for all gasoline and diesel.
4. COMPPNSATinN
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
ag,emmu.tGy01.9476
5 61294
•
•
9.22
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 (575,000).
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. PAYMFNT f)F COMPFNSATTf)N
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. JNI)FMNITY, I TARIT ITV ANTI TNSTTRANCF
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.
.a w.f.t rol.wp6
6 11294
•
•
1
•
•
9.23
•
6.3 Each party shall obtain and maintain insurance 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 arising 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. TFRM AND TFRMTNATTC)N' DFFATTT T RFMFDTFS
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 periods 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.
73 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. I AROR DTSPTTTFS; FnRrF 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,
agcecmm.f.f001.1wp6
7 81294
9.24
•
at its own option, may seek appropnate 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 wnting 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 tit 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:
44/1
!Huff red Hanna, Jr.
Ti District Manager Title: Mayor
OPERATIONS MANAGEMENT CITY OF FAYETTEVILLE
INTERNATIONAL, INC.
Date:
P//s 'v
agneemnt.f.fay01.wp6
Date: 8 -1-1- a4
3 81594
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 F fteaA,t,( , 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:
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.
YOM (QN VNf W PDATAMpe.w.rOV.,n¢dlle M.M
t - 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: Authorized Signature:
Bernard A. Miller
Title: Chief Operating Officer
Fre alpx_ne
Hanna, Jr.
Title: Mayor
OPERATIONS MANAGEMENT CITY OF FAYETTEVILLE
INTERNATIONAL, INC.
Date: 15 1A-#4 15'5.4 Date:
\`O.NIDNVNT PDATASNitscemeniTlaynireille H.M
01/19/99
•
Appendix J
COST DETAIL
The proposed annual estimated costs for 1999 were calculated as follows:
Direct labor and benefits
Labor overhead @ 35%
Electncity
Electric overhead @ 5%
All other direct costs
Other direct costs overhead 10%
Sub -Total
Fixed Fee
Total Operating Budget
SCADA Upgrade - Phase 1
Total 1999 Budget
Projected
1998
$1,267,408
$ 443,593
$ 579,956
$ 28,998
$ 779,688
$ 77.969
$3,177,612
,$ 82.666
$3,260,278
Budgeted
1998
$1,290,521
$ 451,682
$ 540,000
$ 27,000
$ 799,257
$ 79.926
$3,188,386
$ 82.665
$3,271,051
The following are some of the major reasons for cost circumstances:
Proposed
1999
$1,329,586
$ 465,355
$ 600,000
$ 30,000
$ 793,233
$ 79 32.}
$3,297,497
$ 85.49,
$3,382,992
$ 250,000
$3,632,992
1. Projected increase in electrical usage and demand due to increased loading, and the
requirement to begin part-time utilization of the second aeration basin.
\O MI DN
Continued increase in the cost of providing skilled professional labor in Northwest
Arkansas' highly competitive job market.
➢W IDATAPAYRnemM1Wpa1C10f 4.4
- 3 - 01/19/99
Appendix K
SCADA UPGRADE - PHASE 1 - SCOPE OF WORK
The following SCADA upgrade tasks will be performed by OMI during the calendar year 1999.
1. Replacement of 41 (now discontinued) existing remote terminal units with OMI -
developed remote terminal units at each SCADA remote location, including all existing
SCADA-equipped wastewater lift stations, water tanks, and water pump/booster stations.
(This project specifically excludes costs associated with installations of new SCADA
equipment at locations not presently so equipped. This project also specifically excludes
replacement of the existing Motorola radios associated with each remote terminal unit)
2. Replacement of existing human/machine interface software with Y2K compliant
`Lookout' v3.8 by National Instruments.
3. Replacement of two remaining existing central computers (out of the original four) with
five updated and modernized versions for improved access and redundancy. These
computers will be IBM compatible with minimum 350 MHz processors.
4. Upgrade of systemic remote control and monitoring capability with the replacement of
existing mobile computer and addition of three mobile computers and the implementation
of point-to-point protocol (PPP) dial-up networking.
VOMIONVNT W?OATA$ Ayeeni mrrl,me.ilN 4 Jut
01/19/99
AGENDA REQUEST FORM
XXX AGENDA REQUEST, City Council meeting of February
FROM: Don Bunn
Name
Public Works Admin Public Works
Division Department
ACTION REQUIRED: A resolution authorizing the execution of Amendment No!{",% to
our contact with OMI for the operation of the Paul Noland Treatment Plant,
and the approval of a budget adjustment. The amendment provides for a total
of $3,632,992 for operations services during 1999.
COST TO CITY:
$ 250,000.00
$ 3,382,992.00
Cost -This Request
5400-5700-5315-00
5400-5100-5328-00
Account Number
99033
N/A
Project Number
$ 250,000.00
$ 3,327,051.00
Category/Project Budget
Funds Used To Date
250,000.00
$ 3,3270051.00
Funds Remaining
BUDGET/CONTRACT REVIEW:
Budge Coordinator
Accouirin/4
er
City Atto? e
V
Purchasing Officer
XX Budgeted
Date
Date
Date
—a5-99
Date
em
Water/Sewer Imp'v'ts
PCP Operations
Category/Project Name
Program Name
Water/Sewer Fund
Fund Category
X Budget Adj. Attached
Administrative
Services Director
Date
Date
l 26: 7v
In ernal Auditor Date
STAFF RECOMMENDATION: It is the recommendation of the Staff that the
Council approve Amendment No. "(in the amount of $3, 632,992.00 and a
budgetaadjustment. �{-
/V4
Public F{6rks Director
Fil!
).partment Director
I♦ . 1' WW1..
Admin
Nay c
ervices
•
Erector
1-22-99
Date
Date
25jAle
Date
/b,
Date
Cross Reference
New Item: Yes No
Prov Ord/Res N:
Orifi Contract Date: Aug 16, 1994
•
FAYETTEVILLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Don Bunn, Assistant Public Works Director
From: Heather Woodruff, City Clerk
Date: October 12, 1999
Attached is a copy of the resolution approving the contract with OMI. The original will be
microfilmed and filed with the City Clerk.
cc. Yolanda Fields, Internal Auditor.