Loading...
HomeMy WebLinkAbout32558 / 83-08August 4, 1983 ll 8 RESOLUTION (CARRIED LOST LAID OVER WITHDRAWN ) PURPOSE: APPROVE COMPUTER SYSTEM FOR WASTEWATER TREATMENT PLANT INITIATED BY: DEPARTMENT OF PtTBLIC WORKS WHEREAS, the City of Oshkosh is under orders from the State of Wisconsin, Department of Natural Resources, to monitor the waste treated at the Oshkosh Wastewater Treatment Plant, and WHEREAS, in order to monitor said waste, it is necessary that the City acquire a computer system to analyze the treated waste, and WHEREAS, the City's consulting engineer firm of Howard Needlzs Tammen & Bergendoff have analyzed the various computer systems available for this moni- toring and have concluded that the system developed by Aquatrol Corporation is most suitable for the City of Oshkosh's Wastewater Treatment Plant, and WHEREAS, it is eminently important that the City install and have on line the computer system as quickly as possible, NOW, THEREFORE, BE IT RESOLVED by the Common Council of the City of Oshkosh that the proper City officials are hereby authorized and directed to enter into negotiations with Aquatrol Corporation for the purchase of a com- puter system replacement for the Oshkosh Wastewater Treatment Plant. BE IT FURTHER RESOLVED that the proper City officials are authorized and directed to enter into appropriate contracts with Howard Needles Tammen & Bergendoff to secure the aforementioned computer system. BE IT FURTHER RESOLVED that the agreement with Howard Needles Tammen & Bergendoff shall provide for professional services not to exceed �9,000. Money for this purpose is hereby appropriated from Account No. 919-191, Sewer Construction in Progress. - 8 - SUBMITTED BY �PPROJED RESOLUTION # 8 HOWARO NEEOLES TAMMEN 8 BERGENOOFP July 29, 1983 Mr. i�lilliem D. Frueh City Manager City of Oshkosh 215 Church Avenue Oshkosh, Yiaconsin 54901 Re: Negotiations rith Vendor for Computer System at Wastexater Treatment Plant Dear Mr. Frueh: Prebid qualifications and proposals for a computer aystem replacement at the Oshkoah Vastewater Treatment Plant xere received in Oshkosh and in our office on Friday, July 22, 1983. Submittals were preaented by Aquatrol Corporation, Fiacher � Porter Company, Kamp & Associstes, Inc., and Zimpro. Theae are summarized on Table I, attached. Although ve de`.er- mined that all four vendora are quslified to provide an acceptable com- puter system, you asked for our recommendation of a vendor to negotiate a contract for the computer replacement at the Oshkosh Wastexater Treatment Plant. From our review of the submitted proposals, we recommend that the City negotiate with Aquatrol Corporation, based on the folloxing determina- tions: 1. I,oxest cost of minimal required computer aystem� 2. Lorest cost of total apecified aystem, 3• Lowest cost of future expansion of system, 4• Moat responsive and complete proposal, and 5• Good recent eaperience with similar equipment by this vendor. in anoth�r xastewater treatment plant designed by HNTB. In negotiations xith Aquatrol Corporation, xe suggest that all construc- tion installation, and atartup eervices and labor be included in the contract for the computer replacement. MeMl�cla En9ineen Glannen 6815 Wesl CapitW Drive, Mi1MauYe�, Wiuomin A216. tl� �61Y310 V�rin�n James F Fmn PE. Paul L Heineman GE. Gerara F Fot "E. Browmng Crow PE CRa�I¢s T Hennigan PE EOgar B Jonnson PE. �aniH J Wa"+�^s PE Damel J Spiga� PE. Jonn L. GoVOn PE. Francis X. Hall PE. Fo�ert S. Coma PE Donald A Dupies PE. W�liam Love AIA. Wiil�am C Mer¢dtn pE. RoSert D H,'ir. Gi James L T�VIe. J� PE ' bwel�iw Daniei J qppel PE Robetl W. R¢�ards PE Oon R Oh PE FreCe��ck H. $IerO^nz PE Ro�er� B Nollmar PE. Kendaii 7 I.mcom CPq �act P S�eCC PE Robetls W SmiMem PE Jack G. TpomOSOn pE. R¢ha�0 D Beckman PE Jonn q Egpen Aiq, narry p Bertossa FE Raipn E Ro�ison PE. Ceci � Goun:s PE. SieO�en G Go0Ca�0 GE. Harvey K Hammon0. J� PE SianleV � Mast PE. Pobert W Anna PE Marmn G Gers�en FE. Wry C Goodman AiA. Walte- S�a�xo FE Gortlon H. $laney. Jr. VE. James O Russell PE. Hug� E$c�all PE. Rolantl Watlswo�N Jr PE Ross L. Jensert FranX T �amm PE. Aie�an�e. F S��a�y �E Jo�n W Wig�t PE Tnomas K. Dyer PE Otllcn Aleaanena. VA. Allanta. GA, Baton Rouge. lA. Bosron. MA. Cape Coral. Fl, Casper. WY. Gnanesmn. SG Cnaneslort WV. Cnicago IL C�eveianA OH, Oa:�dS T% Denve! GO. Fdillielp, NJ. MOU510n. TX.IntliandpoLS.IN. Kdn5d5 Ci�y. M0. LeeingtOn MA, Los AngeIQS. CA. Miami. Fl. Milwaukee. W �. Minneap045 MN N¢wd�M.OE. N2w YJrG N V Orlando. FL. Overiand Gark. KS, P�ila0el0��a. PR. V�oenin. AZ. Seatlle. WA. TamOa FL, Tucson. P2. Tulsa. ON. Penang Ma�ays�a. Rio de Janemo Braz�� - 8A - Mr. William D. Frueh RESOLUTION # 8 July 29, 1983 Page 2 HNTB computer ezperts are available to assist the City during the contract negotiation on an as-needed basis. We propose to provide the follorr:ng additional professional services as may be required under Section 2 of the Agreement xith the City dated April 11, 19s3: E. Provide technical asaiatance during contract negotiations raith the vendor for a Computer System Replacement. F. Reviex Shop Draxings during construction of the Computer Syatem fleplacement. Our profeasional services, relative to the computer system for the vaste- water treatment plaat, have been provided in accordance xith the descrip- tion of xork outlined in Items A through C, under Section 2 of our Agree- ment rith the Cit� dated April 11, 1983. Aa of this date, the cost o.° our aervices has reached the limit of our. authorized payment amount of $6,000.00. We hereby request authorization for a revised "not to exceed" payment amount for the additional services outlined above. Payment for these addit:�onal aervices will be in accordance Kith Section 5 of the Agreement, on a direct labor coats plus expense basis, for a"no; to exceed" payment amount of $3,000. If these additional professional services are desired by the City, please indicate your approval for the revised "not to esceed" total payment amount of $9,000, by aigning the acceptance on this letter, and returning a signed copy to us. Very truly yours, HOWARD NEEDLES TAMMEN & BERGENDOFF � � v�� (�, t��1.J��� ' J� �l'/�1:�'l���! ;'�;John W. Curtis, P.E. Harvey K. Hammand, P.E. vPrincipal Engineer Aasociate Enclosure: Table I cc: :K^. John W. Pence, City Attoraay ACCEPTANCE BY THE CITY OF OSHKOSH, WISCONSIN By Title Date HNTB No. 7906-21-00 (MUNI 1/22) - 8B - � TABLE I RESOL'JTION # 8 Computer System E=plaaement ?roposals Oehkoe`_. �isconsin Proposals Re===-=_: July 22, 1983 Deecription Detailed I�nctional Deacription Detailed Deacription of Hard�ard Softvare Description List of Operatiag Systems Nearest Serv:ce Facility Cost oY System as Specified Cost of System for Minimal Required Computer Input/Output Costs for I�ture Ezpension No*es: Aquatrc'_ � Fie^— 3 � Kamp & Co --. i Yor=- �o. � Associates Yea Yee Yes Yes Yes I� :es j iE3 � � i i i � Yes � � _ Yes Yes i ; Yea � Yes i i � . Yes Zimpro Yes Yes Yes Yes Ye s , $ 71 „��' � Sto3,0004'S, : 105,900 ; $ t12,250 � S 56,700 + $100,8004'�; $ 59,900 � $ 106,9� t � i � i ADD i ADD i NOT � ADD $ 40,200 � $ 95,000 GIVEN { $ 77,55oZ �Includes back-up panel. 2Does not include capacity to re---- --. --� flor es:s from 25 remote meteriag etationa. 3Does no: include back-up panel. 4Includes installation labor and atartur. SDeduct $18,500 for black and vhite CRT. HNTB Ho. 7906-21-00 (MUNI 1/24) - 8C - � � �"�' � �� �C - C � � ^ - cr � � r � ^ u �� . N � \� p� '�L.� �. � ?y� �J . \ � 0 cr F'• � �3 O � a O 't3 ct C] a a� �C H m [n � ty ,-. rn �a �� ch �$ m o ( ;; � (Cp � d (D n ` t 'S O •'� H'� '^1 �i G (D cl' � � N N U� �1+ � �C • ch V� �+ � ro m �� w w �M r o �s