Loading...
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.