Loading...
HomeMy Public PortalAboutORD14108 • BILL NO. 2006-76 SPONSORED BY COUNCILMAN Harvey ORDINANCE NO. //) 109 AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH CONSOLIDATED UTILITY SERVICES, INC., D/B/A GREAT PLAINS LOCATING SERVICES, INC. FOR UTILITY LOCATE SERVICE. WHEREAS, Consolidated Utility Services, Inc.,d/b/a Great Plains Locating Services, Inc. has become the apparent lowest and best bidder on the Utility Locate Service project; NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. The bid of Consolidated Utility Services, Inc.,d/b/a Great Plains Locating Services, Inc. is declared to be the lowest and best bid and is hereby accepted. . Section 2.The Mayor and City Clerk are hereby authorized to execute an agreement with Consolidated Utility Services, Inc.,d/b/a Great Plains Locating Services, Inc.for Utility Locate Service. Section 3. The agreement shall be substantially the same in form and content as that agreement attached hereto as Exhibit A. Section 4. This Ordinance shall be in full force and effect from and after the date of Its passage and approval. Passed:�c. i Approved �d �6 re iding Officer Mayor ATT APPR V D AS F RM: City Clerk CI ounselor • Ord Iq!oa CITY OF JEFFERSON Underground Facilities Locating and Marking Service Agreement This Agreement("Agreement")entered intoonthc ofOctober,2006,("EffectiveDate") by and between the City ofJefferson,a Missouri,a municipal corporation("City")and Consolidated Utility Services, Inc.,d/b/a Great Plains Locating Services, Inc. ("Contractor"). BACKGROUND A. City owns and operates underground facilities in the geographic area described on Attachment A to this Agreement(Contract Service Area), B. Citydesires to have Contractor provide the necessary laborand equipment to provide certain services relative to locating and marking City's underground facilities in the Contract Service Area. AGREEMENT • Based on the Background set forth above and in consideration of the mutual covenants,tenns and conditions set forth below,City and Contractor agree as follows: 1. Definitions. The following terms when used in this Agreement shall have the following meanings: 1.1 APWA means the American Public Works Association and its Underground Utility Location and Coordination Council. 1.2 At Fault Damages means Damage to City's Facilities caused by an Excavator that occurs with respect to Locatable Facilities unless Contractor can demonstrate that the Locate was done with Reasonable Accuracy. 1.3 City's Facilities means any sanitary sewer main and water main owned by City. 1.4 Damage to City's Facilities means the penetration or destruction of any protective coating,sheath,housing or other protective facility of underground plant,the partial or complete severance of underground plant, or the rendering of any underground plant partially or completely inoperable. • U.C•mrrt r�kasmire Coiuol:fnd Smka Wu,nnalliihny 10•IAb.x� 1 I • 1.5 Excavator means any person who engages directly in excavation. 1.6 High Profile Facilities means fiber cable, 900 pair or greater, switch gear cable, and G' main or greater. 1.7 Interruption of Service means an interruption in the services provided by City to its Customers arising from a Damage to City's Facilities. 1.8 Locatable Facilities means City's Facilities that can be field marked with Reasonable Accuracy by using devices designed to respond to the presence of City's Facilities, together with records of sufficient accuracy, but shall specifically not include Unidentifiable Facilities and Unlocatablc Facilities. 1.9 Locate means the completed process of having provided Locate Services at an excavation site. 1.10 Locate Service means the process of determining the presence or absence of City's Facilities, their conflict with proposed excavations, and the Marking of the proper places or routes of City's Facilities within Reasonable Accuracy limits as required. 1.11 Low Profile Facilities means any of City's Facilities that arc not High Profile Facilities. • 1.12 Marking means the use of stakes and flags, paint strips or other clearly identifiable materials at appropriate distances and at each divergence from a straight line in accordance with the current marking standards of the APWA to show the field location of Underground Facilities accurately. 1.13 One Call Centermeans the state central izcd call ccntcrthat receives information from excavators and transmits messages in the form of Tickets, about the proposed excavation, to prevent damage to underground facilities. 1.14 Project Locate means a Locate that requires Contractor to spend more than 1 '/2 hours at the excavation site. 1.15 Reasonable Accuracy means the placement of appropriate markings within twenty- four(24) inches of the outside dimensions of both sides of an Underground Facility. 1.16 Restoration Costs means the actual costs incurred by City to repair Damage to City's Facilities arising from At Fault Damages, but shall specifically exclude any Third Party Claims. Restoration Costs is equal to the actual labor,equipment and material costs incurred by City to repair the Damage to City's Facilities and shall not include consequential damages. • U:ConrM fJnamke CaluolidurJSmka N'we•�n WJ�iy 10.106 w�1 2 1.17 Services means the services to be provided by Contractor under this Agreement. 1.18 Site Surveillance means to watch over and protect City's Facilities during unusual or extensive excavation projects(i.e.road widening projects,sewer projects,etc.)and providing such continuous on-site Locate Services as may be dictated by the nature and scope of the excavations. 1.19 Third Party Claims means any claims for losses, fines, penalties, damages or expenses made by a person not a party to this Agreement arising from Damages to City's Facilities,including but not limited to,claims as a result of(a) injury or death of any person,(b)damage to, loss or destruction of any property,or(c) Interruption of Services. 1.20 Tickctmcans an underground facility locate request as defined bythe applicable state One Call Center. 1.21 Underground Facilities means any item buried or placed below ground for use in connection with the storage or conveyance of water, sewage, electronic telephonic or telegraphic communications,cablcvision,electric energy,petroleum products,gas, gaseous vapors, hazardous liquids or other substance including, but not limited to, pipes,sewers,conduits,cables,valves,wires,manholes,attachments and those parts • of poles or anchors below ground. 1.22 Unidentifiable Facilities means City's Facilities that arc neither apparent on the records provided by City or from Visual Examination. 1.23 Unlocatablc Facilities means City's Facilities whose presence is known either from records provided by City or a Visual Examination,but which cannot be field marked with Reasonable accuracy using standard procedures employed by Contractor. 1.24 Visual Examination means an attempt to determine the existence of City's Facilities at an excavation site by a reasonable visual inspection rather than from City's maps and records. 1.25 "Screening" or"screen," when referring to a Ticket, means the process of clearing (not locating)a Ticket prior to dispatching a technician,per the guidelines established by City in Exhibit B. 2. Responsibilities of Contractor 2.1 Contractor shall furnish all labor, materials and equipment necessary to perforni Locate Services for City within the Construct Service Area except for the maps and records to be provided by City under Section 3.1. Contractor will receive locate • request transmittals directly from the One Call Center for the Contract Service Area U.C001lKl libamke Connl4WrJ5mko N'dMYn Utihiy W0. .xTJ 3 i A. The minimum equipment the Contractor shall have on hand at all times will include;pick hammer,flashlight,reflective mirror,stakes or flags and shovel and probe rod to align horizontally, and laptop computer with capability of running City's Info Access Program. 2.2 Upon receipt of a request fora Locate,Contractor will determine whether a field visit to the excavation site and a Visual Examination is required to determine if a conflict exists between the City's Facilities and the proposed excavation. if Contractor determines that no field visit or Visual Examination is necessary, Contractor will proceed under section 2.4 below. 2.3 If Contractor determines that there arc Locatable Facilities present at the excavation site, it will indicate the presence of those facilities with appropriate Markings. 2.4 If Contractor determines that City's Facilities are not present at the excavation site, Contractor will either notify Excavator prior to the proposed excavation that City's Facilities arc not present or mark the excavation site in a manner to indicate that City's Facilities arc not present at the proposed excavation site. 2.5 City agrees that Contractor will have the right to screen tickets via prints. City also • agrees that Contractor will not be liable for any damages that occur because of incorrect prints. 2.6 if Contractor determines that there are Unlocatablc Facilities at file excavation site, it will notify City and City will be responsible for deternining what course of action should be followed to assure that the Unlocntable Facilities arc not damaged by Excavator. 2.7 City agrees that Contractor shall be permitted to videotape each Locate that it performs. If the Excavator refuses to allow such videotaping, Contractor shall not be required to complete the Locate but shall instead treat City's Facilities at the excavation site as Unlocatable Facilities and simply report it to City in accordance with section 2.6 above. 2.8 Any maps and records furnished by City pursuant to section 3.1 shall remain the property of City. Contractor agrees to return all copies of such maps and records to City upon City's written request or at the termination of this Agreement. Unlesssuch maps and records were previously known to Contractor free of anyobligation to keep them confidential,are given to Contractor by a third party not obligated to keep them confidential,or become public without any actor omission ofContractor,Contractor agrees to keep such maps and records confidential and shall use such maps and • records only in the performance of this Agreement except upon such terns as may U:COIIIfKl P14s M.iK CmIfIilMLId SfTIfp WYINYR UIIMII, 10-W.14 4 1 " � be agreed upon by City or as required bylaw. This obligation of confidentialityshall survive the termination of this Agreement. 2.9 Subject to the terms of section 3.2, Contractor shall perfornr the Services as an independent contractor and as such it has the right to exercise control and supervision of the work and full control over the employment, direction, compensation and discharge of all persons assisting it in performing the Services; that it will be solely responsible for the payment of its employees and for the payment of all federal,state, county and municipal taxes and contributions pertaining thereto; and that it will be responsible for its own acts. 2.10 Contractor shall not subcontract the Services or any part of the Services without the prior written approval of City, which approval City may choose to withhold in its sole direction. 2.11 Contractor shall comply with the provisions of all applicable permits and licenses relative to the services to be performed hereunder. Contractor shall comply with all laws,ordinances and regulations of the United States,the State of Missouri,and any unit of local government correctly asserting jurisdiction, applicable to the Services (including,but not limited to Workcr's Compensation,Unemployment Insuranceand Social Security). • 2.12 City may request that contractor Screen Tickets in accordance with the fees set forth on Exhibit A and this Agreement. 2.13 Performance of Screening Services (a) Contractor agrees to Screen Tickets consistently with the guidelines established by City as listed on Exhibit B. (b) Contractor retains no liability for damages caused by the inaccuracy of City records. Further,City agrees to indemnify and hold Contractor harmless for any and all damages,cost,losses and expenses caused by inaccurate records. 2.14 Contractor is to schedule a progress meeting no less frequent than every three (3) months with the City's Collections System Maintenance staff to review progress and quality of locates. At a minimum, the local personnel who perform locates and the area supervisor must attend. The Contractor must take a written record of the meeting and distribute the written record within one week of the meeting for review including any follow-up measures requested at the meeting. The meeting is to take place of the City's address, 2320 Hyde Park Road. • U:comtul 1.110 mice ceftw1i"W smic., 'W.41.0 ho) IUTAEMN 5 3. Responsibilities of City. 3.1 City agrees to provide Contractor with the necessary maps and records to permit Contractor to provide the Locate Services. 3.2 Cityagrees that it will reasonably cooperate with Contractorto revise thisAgreement so that Contractor enjoys the same protection under the laws applicable to the City regarding Third Party Claims as the City would enjoy if it were perfonning the Services, except for protection afforded by the doctrine of sovereign immunity. 3.3 City will pay Contractor for the Locate Services in accordance with the charges set forth on Exhibit A. It is expressly understood that in no event will the total compensation and reimbursement to be paid under the terms of this contract exceed Thirty Thousand Dollars ($30,000.00) for services required unless specifically and mutually agreed to in writing by both the City and Contractor. If renewal rate shall not exceed Thirty Thousand Dollars ($30,000.00) for year two and Thirty-One Thousand Five Hundred Dollars ($31,500.00) for year three. 4. Term.Termination and Exclusive Nature of Agreement 4.1 This agreement shall be effective as of October 17 , 2006, and continue for a period • of one(1)year. With the consent of both parties the agreement may be extended for two(2)additional one(1) year periods,unless sooner terminated pursuant to section 4.3. 4.2 City shall use Contractor as its non-exclusive provider of Locate Services within the Contract Service Area. 4.3 Either party to this Agreement may terminate this Agreement upon ninety(90)days prior written notice to the other. Upon such termination the only liability will be that of the City for any Services performed by Contractor prior to the effective date of termination, and Contractor for the delivery of any service or reports due before the termination date. 5. Investfi;ations of Damabc to City's Facilities 5.1 Should either party to this Agreement become aware of any Damage to City's Facilities that occurs after Contractor has been asked to perform a Locate with respect to the City's Facilities, the party learning of the Damagc to City's Facilities shall promptly notify the other party. This notification may be made orally,but shall be followed up with written documentation. Both parties to this Agreement reserve the right and shall be entitled to investigate any reports of Damage to City's • Facilities. U:COn,rul l'4e unite CnrwlUUN Smke�N'urn.Yn UtiMeY M1�06.111 6 5.2 Contractor will investigate incidents of Damage to City's Facilities and provide a written report of its findings to City. Such report will contain Contractor's determination as to whether the Damage to City's Facilities constitute At Fault Damages. City shall have thirty(30)days after receipt of Contractor's written report to contest Contractor's conclusion. Unless City notifies Contractor in writing within such period that it disputes Contractor's conclusion as to At Fault Damages, Contractor's conclusion with regard to that issue shall be deemed binding with respect to this Agreement. If City disputes Contractor's conclusion,the parties will seek to mutually resolve such dispute and if they cannot such dispute will be resolved in accordance with section 12.1. 5.3 Contractor shall be entitled to collect an investigation fee for each investigation and written report thereof, which it provides to City, unless such report concludes or the parties ultimately agree that the report involves At Fault Damages. The fee for such reports is $90.00. 5.4 City agrees that should it fail to notify Contractor as provided in section 5.1 of any Damage to City's Facilities within one (1) business day or 24 hours whichever is longer after City receives notice of the damage and Contractor is otherwise unaware of the damage within that period, then Contractor shall not be liable to City for Restoration Costs arising from that Damage to Citys' Facilities and City shall indemnify Contractor against Third Party Claims in accordance with Section 8.1, even if it is later determined that such damage constitutes At Fault Damages. G. Restoration Costs and LIMITATION OF LiABILITY 6.1 If Contractor receives a request to provide Locate Services with respect to City's Facilities or provides Site Surveillance and the Excavator then causes Damage to City's Facilities, the Contractor will be responsible for paying City's Restoration Costs if such damages constitution At Fault Damages. Contractor's liability,should it provide Site Surveillance, is limited to its liability for the accuracy of the Locates it provides during such Site Surveillance. If the Damage to City's Facilities arc not At Fault Damages, Contractor's only responsibility will be to provide whatever support to City it can reasonably provide to establish whether the Excavator or another third party is liable for such Damage to City's Facilities. 7. Indemnification of City by Contractor 7.1 Contractor shal I indemnifytmd hold City,elected and appointed officials,employees, and agents harmless from and against any and all Claims including Third Party Claims from or in connection with At Fault Damages;provided,however,Contractor • shall not indemnify City for Claims arising from Unidentifiable Facilities or U:COMW I'ik+imkrCen»1wLIN Smicn Wwrutla lltiMny IOd•06 upJ 7 Unlocatable Facilities or for Claims that arise from the active negligence or willful misconduct of City, its agents or employees. 8. Indemnification of Contractor by City 8.1 City shall indemnify and hold Contractor, its agents, employees, officers, directors and shareholders hannlcss from and against anyand all Claitns,includingThird Party Claims,arising out or resulting from Damage to City Facilities if the City's Facilities were either Unidentifiable Facilities or Unlocatable Facilities or if the Claims arose from the active negligence or willful misconduct of City, its agent or employees. 9. Price Revisions 9.1 Contractor may adjust the prices for Locate Services set for on the Exhibit A upon forty-five(45)days notice to City, provided that Contractor provides City evidence that such price increase results from either (a) an increase in Contractor costs for providing the Services that exceeds the average rate of inflation for tine period since Contractor's most recent price increase; (b)a material change in tine one-call statute effective within the Contract Service Area; or(c)a change in the mix of the number or types of Locates on which the pricing set forth in Exhibit A was based. Unless • City contests, in writing within the thirty (30) day notice period, tile evidence provided by Contractor the price increase will become effective on tine date identified in Contractor's notice. if City contests the basis for the price increase as provided above,the parties shall either negotiate a mutually agreeable resolution or resolve tine dispute as provided in section 12.1. 10. Equal Employment 10.1 Contractor acknowledges that it is an equal opportunity employer. No provisions or application of this Agreement shall cause or result in discrimination against any employee or applicant for employment in his or her hiring, tenure, or condition of employment because of race, color, religion, sex or national origin. 11. Insurance 11.1 Contractor shall service,pay for and maintain during the term original or extended, of this contract, insurance of the types and in the amounts herein specified: A. Workmen's Compensation Insurance forall of its employees to be engaged in work • under this contract. U:ComrKl rilo+mks CoruolidnldSmica H'y1MY[I lllihdy 10.1-0 %pd 8 4 . • B. Contractor's Public Liability Insurance in an anount not less than$2,000,000 for all claims arising out of a single occurrence and $300,000 for any one person in a single accident or occurrence, except for those claims governed by the provisions of the Missouri Workmen's Compensation Law, Chapter 287, RSMo., and Contractor's property Damage Insurance in an amount not less than$2,000,000 for all claims arising out of a single accident or occurrence and$300,000 for any one person in a single accident or Occurrence. C. Automobile Liability Insurance in an amount not less than$2,000,000 for all claims arising out of a single accident or occurrence and$300,000 for any one person in a single accident or occurrence. D. Subcontracts-In case any or all of this work is sublet,the Contractor shall require the Subcontractor to procure and maintain all insurance required in Subparagraphs (a),(b), and(c)hereof and in like amounts, E. Scone of Insurance and Special Hazard, The insurance required under Sub- paragraphs(b)and(c)hereof shall provide adequate protection for Contractor and its subcontractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by it, and also against any special hazards which may be encountered in the perfornnance of this contract. • 11.2 The insuring company shall deliver to the City certificates of all insurance required, signed byan authorized representative and stating that all provisions of tile following specified requirements arc complied with, All certificates of insurance required herein shall state that ten (10) days written notice will be given to the City before the policy is canceled or changed. All certifications of insurance shall be delivered to the City prior to the time that any operations under this contract arc started. All of said Contractor's certificates of insurance shall be written in an insurance company authorized to do business in the State of Missouri, 12. Dispute Resolution 12.1 The parties shall attempt in good faith to resolve all disputes(Controversy)promptly by negotiations,as follows. Any party may give the other party written notice of any Controversy not resolved in the normal course of business. Executives of both parties at levels at least one level above the personnel who have previously been involved in the Controversy shall meet at a mutually acceptable time and place within thirty days, or other mutually agreed time, after delivery of such notice, and thereafter as often as they deem reasonably necessary, to exchange relevant • information and to attempt to resolve the Controversy. If the matter has not been resolved within sixty days froth the referral of the Controversy to senior executives, U.`Comtwl-dnx ice Conwl.wtdsmkowwnnautihi,y 10-0-0e.xp,l 9 U 1 or if no meeting of senior executives has taken place within thirty days after such referral and if the Controversy is over the amount of Restoration Costs owed by Contractor to City, the parties shall simply split the difference between their respective positions. If a negotiator intends to be accompanied at a meeting by an attorney, the other negotiator shall be given at least three working days' notice of such intention and may also be accompanied by an attorney. All negotiations pursuant to this clause are confidential and shall be treated as compromise and settlement negotiations for purposes of the Federal Rulcs of Evidence and State rules of evidence. If a Controversy involves more than simply a dispute about Restoration Costs,unless otherwise agreed, the matter shall be submitted to binding arbitration. A single arbitrator engaged in the practice of law, who is knowledgeable about construction law and the construction business, shall conduct the arbitration under the current rules of the American Arbitration Association (AAA). The arbitrator shall be selected in accordance with AAA procedures from a list of qualified people maintained by the AAA. Tine arbitration shall be conducted in the AAA regional office closest to where the claim arose or at another location agreed upon by both parties, and all expedited procedures shall apply. Discovery in accordance with the Federal Rules of Civil Procedure shall be allowed fora period of ninety calendar days after filing ofthe Answer or other responsive pleading. Any discovery disputes shall be resolved by the arbitrator. The arbitrator shall have the authority to award any and • all damages available under the theory of law asserted by the parties.The prevailing party shall be entitled to an aware of its costs and reasonable arbitrators and/or attorneys fees. The arbitrator's decision and award shall be final and binding, and judgment upon the award rendered by the arbitrator may be entered in any court having jurisdiction for the purposes of enforcing the arbitrator's decision.If any party files a judicial oradministrative action asserting claims subject to arbitration,and the other party successfully stays such action and/or compels arbitration of said claims, the party filing such action shall pay the other party's costs and expenses incurred in seeking such stay and/or compelling arbitration,including reasonable attorneys' fees. 13. Miscellaneous 13.1 Neither party shall be deemed to be in default of this Agreement to the extent that any delay or failure to perform its obligations,other than the payment of money,results from any cause beyond its reasonable control and without its fault or negligence,such as acts of God, acts of civil or military authority, embargoes, epidemics, war, riots, insurrections, fires, explosions, earthquakes, floods, unusually severe weather conditions or strikes. If Contractor claims that it is delayed by such a cause, it shall notify City immediately and City shall be entitled to obtain the Services from any other person until such cause terminates as evidenced by a notice from Contractor • that such cause had ended. ❑:Cnmud li4aamkaCwmlidatN timxo N'umunn Cuhiry IPI-06.x7,1 10 13.2 This Agreement mayonly be modified or amended by a written instrument signed by • an authorized representative of Contractor and City. The term "Agreement' shall include any such future amendments or modifications. 13.3 This Agreement shall constitute the entire contract between the parties with respect to the subject matter of this Agreement. City and Contractor each represent that it has read this Contract, agrees to be bound by all terms and conditions contained in this Agreement, and acknowledge receipt of a signed, true exact copy of this Agreement. 14. Applicable Law This Agreement shall be governed by and construed in accordance with the laws of the State of Missouri. 15. Notices, All notices required to be in writing may be given by first class mail addressed to City of Jefferson, Department of Community Development, 320 East McCarty, Jefferson City, • Missouri, 65101, and Contractor at Consolidated Utility Services, Inc., d/b/a Great Plains Locating Service, Inc., 11640 Arbor Street,Omaha,Nebraska, 68144.The date of delivery of any notice shall be the second full day aflcr the day of its mailing. IN WITNESS WHEREOF,the parties hereto have caused this Agreement to be executed by their duly authorized officers or representatives. CITY OF JEFFERSON CONSOLIDATED UTILITY SERVICE INC. d/b/a GREAT PLAINS LOCATING SERVICE INC. Title; A T: ATTEST: City Clerk Title; A P ED D TO FORM: • City ounsclor U:COIIIIM FIIO NTICC CONOIMWpISmAfef,H WMMtt Ulih.y 104-06.%TA I1 EXHIBIT A SERVICE FEE Year One City does not choose to Screen Tickets: Locate Unit Price $ 6.00 Each Hourly Charge $ n/a City chooses to Screen Tickets: Locate Unit Price $ 6.00 Each Screening Charge per Ticket received from One Call Center $ n/a Hourly Charge $ n/a Year Two City does not choose to Screen Tickets: Locate Unit Price $ 6.00 Each Hourly Charge $ n/a City chooses to Screen Tickets: Locate Unit Price $ 6.00 Each Screening Charge per Ticket received from One Call Center $ n/a Hourly Charge $ n/a . • Year Three City does not choose to Screen Tickets: Locate Unit Price $ 6.30 Each Hourly Charge $ n/a City chooses to Screen Tickets: Locate Unit Price $ 6.30 Each Screening Charge per Ticket received from One Call Center $ n/a Hourly Charge $ n/a CITY OF JEFFERSON Consolidated Utility Services, Inc. d/b/a Great Plains Locating Service Inc. By: vti yi Lit, t�Nam Name: 'QIUn,J Z;"a� Title: /fY1,Gl t/�,� Title: 4, WD Date: LV L� ^ �j ��� Date: to Z11 6b • UXOMW rlla ice Cow"ted Smdealw"Mua ulfty 10.1a,"T4 12 1 1 EXHIBIT B • ' GUIDELINES FOR SCREENING TICKETS 1. If locate indicated on opposite side of street from utility(sewer); 2. If locate is in the utility area boundary but no sewer lines or service is available, 3. If no service or sewer available to the property request locate; 4. If proposed work is in rear of property and sewer is in the front or vice versa, ticket may be screened; 5. If excavation is less than 12 inches deep, such as buried dog security fence, ticket may be screened. CITY OF JEFFERSON Consolidated Utility Services, Inc, d/b/a Great Plains Locating Service Inc. Name: D t `i r— Name: D�rAr1 • c]DHr�S°� Title: Yy B&V D r Title: V p t_yo Date: r�i(/ �i OY/�(O Date: to • U.CotlrrY lilpunke ComoliJw,dSmicaN'anc.na l/i4?y 10.146.xp1 13 FINANCE DEPARTMENT PURCHASING DIVISION SUBJECT: Bid No. 2295 - Wastewater Utility Locating Services, Community Development, Wastewater Division,Opened on September 1, 2006 BIDS RECEIV8D: Year One Year Two Year Three Consolidated Utility Services, Omaha,NE $30,000.00 $30,000.00 $31,500.00 SM&P Utility Resources, Inc., Carmel IN $47,500.00 $47,500.00 $47,500.00 Central Locating Services, Willow Grove, PA no bid no bid no bid Four additional bidders were sent the request and the advertisement was published in the News Tribune and posted on the City web site. FISCAL NOTE: During the period September 1, 2005 through August 31,2006 costs for these services totaled $60,719.00 at a unit cost of $11.00 per locate. Under the new bid, the unit cost will be $6.00 per locate. Based on an estimated quantity of 5,000 locates, the annual cost under this bid • will be $30,000.00. Funds have been requested in the 2006-2007 budget in account 6400-5900- 1940-0020 to pay for these services. PAST PERFORMANCE: Consolidated Utility Services(formerly Great Plains Locating) was awarded the prior bid and has performed these services for the past three years as specified and bid. RECOMMENDATION: Approve award of the bid to the lowest responsible bidder, Consolidated Utility Services of Omaha,Nebraska and establish a contract for locating services as bid for the period October 17, 2006 through October 16, 2007. The bid carries up to two additional one year renewal periods, if the City chooses to renew the agreement. Signature 77TJZ4497--- P 4chas ig Qjnt Direct r, Commbnity Development •