Loading...
HomeMy WebLinkAboutAgenda Report - July 19, 2017 C-05TM CITY OF LODI COUNCIL COMMUNICATION AGENDA ITEM C-5 AGENDA TITLE: Adopt Resolution Awarding the Bid for Powerline Clearing and Vegetation Program Management Services to Utility Tree Service, Inc. of Stockton, and Authorizing Electric Utility Director to Execute Extensions ($750,000) MEETING DATE: July 19, 2017 PREPARED BY: Electric Utility Director RECOMMENDED ACTION: BACKGROUND INFORMATION: Adopt a resolution awarding the bid for powerline clearing and vegetation program management services to Utility Tree Service, Inc. of Stockton, and authorizing Electric Utility Director to execute extensions in an amount not to exceed $750,000 annually. To provide safe and reliable electric service to nearly 26,000 electric customers, the Electric Utility (EU) maintains approximately 125 miles of overhead 12 kV and 60 kV power lines with associated operable equipment, as well as nearly 120 miles of underground primary cable with associated appurtenances. Pursuant to State of California General Order 95, as well as industry best practice, EU must routinely patrol, clear, and remove vegetation that encroaches into its overhead 12 kV and 60 kV power lines, as well as remove vegetation that impedes access to underground appurtenances, such as pad -mounted transformers, vaults, and junction -boxes. This work is performed to minimize vegetation related outages and improve safety to the public and EU staff that must construct or reconstruct power lines. Vegetation management tasks are accomplished by using specialized labor with expertise and training in operating near and around energized electrical facilities. EU relies upon contracted labor to perform these tasks; the current contract, which was awarded by Council at its regular meeting on June 19, 2013, expired June 30, 2017. At its regular meeting on May 3, 2017, the City Council approved the specifications and authorized EU to put the contract out to public bid. Publications were tendered with bid proposals due on June 14, 2017 for a contract with an initial term of three years with an option at the City's sole discretion to extend for two additional one-year terms, with each year of the contract set at a not -to -exceed amount of $750,000. Upon satisfactory performance, if all extensions are executed, the proposed contract will provide services to the City through Fiscal Year 2021/22. The City received four bids at the June 14, 2017 bid opening that were later evaluated by staff based upon responsiveness to the bid criteria, expected annual costs, anticipated lifetime contract costs, including straight time labor and equipment expenses, in addition to potential overtime/emergency work contingencies modeled after the preceding three years. The results of staff's evaluations are attached for record as exhibits. APPROVED: 1=W ly Stephe chwablM City Manager Adopt Resolution Awarding the Bid for Powerline Clearing and Vegetation Program Management Services to Utility Tree Service, Inc. of Stockton, and Authorizing Electric Utility Director to Execute Extensions ($750,000) July 19, 2017 Page 2of2 Staff reviewed the proposals and deemed Utility Tree Service was the lowest responsive bidder compliant with the approved specifications. FISCAL IMPACT: Not to exceed $750,000 annually. There is no impact to the General Fund from this contract. FUNDING AVAILABLE: Included in FY 2017/18 Budget Account No. 50064500.72499. Oht,„ Andrew C. Keys Deputy City Manager/Internal Services Director 1i. Eliza6 t A. Kirkley Electric Utility Director PREPARED BY: Charles J. Berry, Electric Utility Superintendent EAK/CJ B/Ist Competitive Matrix Company Unit Bid Year 1 Costs Year 2 Costs Year 3 Costs Year 4 Costs Year 5 Costs Tool 5 Year Projected Cost Amount Under (Over) 5 Year Contract 3ffility_Tree Service $799 57 5609,803 71 $625,902.53 5642,426 36 $659,386 41 $676,794 22 53,214,313.24 5 535,686.76 West Coast Arborist 51,606 00 5645,350 59 5662,387.85 $679,874 89 $697,823 58 5716,246.13 $3,401,683.04 $ 348,316.96 Davey Tree Surgery Company $786 65 $781,890,55 5802,532.46 $823,719 32 $845,465 51 5867,785.80 54,121,393.63 $ (371,393.63) Azeiplit--Teee-Seeviee X93,48 5641,424,0a 5658,351.55 5675,735.11 5493757441 $711,881.81 (Bid is non-responsive) Notes 1). Maximum 5 -year aggregate contract value is (5 x 750,000) 53,750,000 2). Wright Tree Service is non-responsive as it cannot accommodate the City 9/80 work schedule without additional overtime charges to City Exception attached 3) Projected annual costs include straight time hours for labor modeled after 3 -year historical average from prior vendor and incidential overtime expenses that are weighted evenly for each bidder 4) CPI costs are negotiable on an annual basis; five year average CPI based upon BLS for San Francisco and used to inflate costs at 2 64%/year 5) Historical CPI data can be found at https://www.bls gov/regions/west/news-release/pdf/consumerpriceindex_sanfrancisco pdf Avg CP12012 - 2016 Ycar CPi % 2012 2603: 2013 2;505$ 2014 L00% 2015 23014 2016 270% 5 -Year Avg 36496 V 1IBI HX3 EXHIBIT A Historical Vendor Data FY14/15 3 -Person Crew 2 -Person Crew FY15/16 *FY16/17 3 -Person Crew 2 -Person Crew 3 -Person Crew 2 -Person Crew 1,609 2,415 901 2,485 1,695 2,211 3Year Avg Crew Hours (3 -man Crew) 1402 3Year Avg Crew Hours (2 -man Crew) 2370 GF/Supervisor Avg 1950 (Not currently provided) *Based upon available data as of June 2017. Numbers based upon timesheet submitted by vendor. EXHIBIT A Item No. Utility Tree Service Description Year 1 Year 2 Year 3 Year 4 Year 5 1 Straight -Time rate for atrial crew, including labor, overheads, equipment, disposal costs, fees, licenses, etc. 2 Straight -Time rate for manual crew, including labor, overheads, equipment, disposal costs, fees, licenses, etc. 3 Straight -Time rate for general foreman / supervisor, including labor, overheads, equipment, fees, etc. 4 Straight -Time rate for ISA certified arborist, including labor, overheads, equipment, fees, etc. (on-call as -needed). 5 Straight -Time rate for stump grinder. including overheads, fees, labor, etc. 6 Emergency/After hours rate for helper/groundman, including overheads. 7 Emergency/After hours rate for tree trimmcr, including overheads. 8 Emergetcv/Atter hours rate for crew leader, including overheads. 9 Emergency/After hours rate for general foreman / supervisor, including overheads. 10 Emergency/Atter hours rate for aerial lift, including overheads. 11 Emergency/After hours rate for chipper including overheads. 12 Emergency/After hours rate for dump truck, including overheads. 13 Emergency/After hours rate for stump grinder, including overheads. 14 Emergency/Atter hours rate for ISA certified arborist, including overheads. $110.49 3134.95 $56.45 357.86 $73.45 542.60 $57.70 $63.07 $72.28 $17.63 $3.78 511.53 $23.90 373,88 $113.41 3138.51 $57.94 $59.39 $75.39 343.72 $59.22 364.74 $74.19 $18.10 $3.88 511.83 $24.53 375.83 $116.40 3142.17 $59.47 860.96 $77.38 $44.88 $60.79 566.44 $76.15 $18.57 $3.98 $12.13 $25.18 577.83 $119.47 $145.92 $61.04 $62.56 579.42 $46.06 $62.39 $68.20 $78.16 519.06 54.09 $12.47 $25.84 579.89 $122.63 $149.78 $62.65 364.22 $81.52 $47.28 $64.04 370.00 $80.22 319.57 $4.20 $12.80 $26.53 582.00 Total Unit Price $799.57 5820.68 8842.34 $864.58 $887.41 Item No. Est. Annual Quantity 2370 1402 1950 4 100 5 32 6 200 7 100 8 200 9 100 10 100 11 100 12 100 13 32 14 32 Sub -Totals Year 1 $261,902.18 3189,132.68 $110,077.50 Sub -Totals Year 2 $268,816.40 $194,125.78 $112,983.55 Sub -Totals Year 3 $275,913.15 $199,250.70 $115,966.31 Sub -Totals Year 4 $283,197.25 3204,510.92 $119,027.82 Sub -Totals Year 5 5290,673.66 3209,910.01 $122,170.16 Sub -Total Annual ST $561,112.35 $5,786.00 32,350.40 $8,520.00 35,770.00 $12,614.00 $7,228.00 $1,763.00 $378.00 $1.153.00 3764.80 52,364.16 $575,925.72 $591,130.16 5606,736.00 5622,753.83 55,938.75 52,412.45 $8,744.93 $5,922.33 $12,947.01 57,418.82 $1,809.54 $387.98 51,183.44 $784.99 $2,426.57 $6,095.53 $2,476.14 58,975.79 $6,078.68 $13,288.81 37,614.68 $1,857.32 3398.22 $1,214.68 $805.71 $2,490.64 $6,256.46 32,541.51 $9,212.76 $6,239.15 $13,639.64 57,815.70 51,906.35 $408.73 $1,246.75 $826.99 52,556.39 56,421.63 $2,608.61 $9,455.97 $6,403.87 $13,999.72 $8,022.04 $1,956.68 3419.53 $1,279.66 5848.82 $2,623.88 Total Cost 56609,803.71 5620,902.03 $642,426.36 $659,386.41 5676,794.22 OT Assumption includes IOOhrs for 2 -man & 3 -man crews w/GF or Spvsr per Project 5 Year Cost (OT&ST) $ year. Other value-added services are estimates for comparison purpose. 5 Year Contract Value $ Under (Over) 3,214,313.24 3,750,000.00 $ 535 86.76 EXHIBIT A Item No. West Coast Arborist Description Year 1 Ycar 2 Year 3 Year 4 Ycar 5 1 Straight -Tint rate for aerial craw, including labor, overheads, equipment, disposal costs, fees, licenses, ele. 2 Straight -Time rate for manual crew, including labor, overheads, egnipmcnl, disposal costs, foes, licenses: etc. 3 Straight -Tinto rate for general foreman / supervisor, including labor, overheads, equipment, fees. etc. 4 Straight -Time rete for ISA certified arborisi, including : labor, overheads, equipment, fees etc. (on-call as -needed). 5 Straight -Time rate for slump grinder. including overheads, fees, labor. etc. 6 : Emergency/After hours rate for hclper;groundman, including overheadsl: 7 Emergency/After hours rate for tree trimmer, including overheads. 8 - - Emcrgcncv/Afer hours rate for (IOW leader, including overheads. 9 Emcrgcncv/After hours rate for general foreman / super, icor, including overheads. 10 " Emergency/After hours rate for aerial 1(3 including overheads 11 Emergency/After hours rale for chipper including overheads. 12 Emergency/After hours rate for dump truck, including overheads 13 Emergency/After hours rate for stump grinder, including overheads. 14 Emergency/After hours rate for ISA certified arborist; including overheads. Total Unit Price 589,00 $8200 $89 00 589.00 589.00 .5129.00 $129.00 $129.00 $12900 $129.00 $129 00 5129.00 $129.00 $129.00 $91.35 $9135 $91.35 591.35 $91 35 5132.41 $132.41 $132.41 $132.41 $132,41 $132 41 .,.$132.41 513241 8132.41 $93.76 $93.76 $93.70 593.70 593 76 $13590 5135.90 $13590 5135.90 $135.90 $135 90 $135.90 5135.90 5135.90 $96 24 596.24 $96.24 $96.24 $96.24 $139.49 5139.49 ...:5139.49 5139.49 '.'.5139.49 $139.49 $139.49 8139 49 5139.49 598.78 598.78 598.78 598.78 598.78 5143,17 $143.17 $143.17 $143.17 5143.17 $143.17 $143,17 $143.17 5143,17 51,606.00 01,048.40 01,691.92 81,736.58 81,782.43 Item No. Est. Annual Quantity 2370 ...1402 1950 4 100 S 32 0 200 7 100 R 200 9 (00 t(1 ...100 ".100 12 100 13 32 14 32 Sub -Totals Year 1 5210,962.93 5124,733 67 $173.550 00 Sub -Totals Year 2 $216,532.35 8128,026.63 5178.131.72 Sub -Totals Year 3 5222,248.80 5131,406.54 $182,834.40 Sub -Totals Year 4 8228,116.17 $134,075.67 $187.061 23 Sub -Totals Year 5 5234.138.44 5138,436.39 $192,615.48 Sub -Total Ammo! ST 5509,246.59 5522,090.70 5536,489.74 0550,603.07 5565,190.31 $8,900.(0) 52,848.00 $25,80(1.0(1 812,900.00 $25,800 00 512,90400 $12,900.00 51.2.900.00 512,900.00 84.128,00 $4,128.00 $9,134.96 52,923.19 820,481 12 513,240.56 826,481 12 $13,240.56 $13,240.56 513,240,56 513,240.56 $4,236.98 54,236.98 89,370 12 $3,000.36 $27.18022 $13,590.11 $27,180.22 513,590.11 $13,59(1.11 $13,590,11 513,590.11 :.'54,348.84 54,348 84 59,623.65 53,079.57 $27,897.78 $13,948.89 $27,097.78 $13948.89 $13,948.89 $1.3,948,89 $13.948.89 84,463.64 $4,463.64 $9,877.72 .83,160.87 $28634.28 $14,317.14 528,034 28 $14,317.14 514,317,14 $14,317.14 514.317.14 $4,581.48 $4.581 48 Total Cost 5645,350.59 OT Assumption includes I00hrs for 2 -man & 3 -man crews w/GF or Spvsr per 0662,387.85 5679,874,89 5697,82358 0716,246.13 Project 5 Year Cott (OT & ST) year. Other value-added services arc estimates for comparison purpose. 5 Ycar Contract Value Under (Over) $ 3,401,083 04 3,750,000 00 348,316.96 11 EXHIBIT A Item No. Davey Tree Surgery Company Description Year 1 Year 2 Year 3 Ycar 4 Year 5 1 Straight -Time rale for atrial crew, including labor, overheads, equipment, disposal costs, fees, licenses, etc. 2 Straight -Time rate for manual crew, including labor, overheads, equipment, disposal costs, fees, licenses, etc. 3 Straight -Time rate for general foreman / supervisor, including labor, overheads, equipment, fees, etc. 4 Straight -Time rate for ISA certified arborist, including labor, overheads, equipment, foes, etc. (int -call as -needed). 5 Straight -Time rate for stump grinder. including overheads, fees, labor, etc. 6 Emergency/After hours rate for helper/groundman, including overheads. 7 Emergency/After hours rate for Iran trimmer, including overheads. 8 Emergency/After hours rate for crew leader, including overheads. 9 Emergency/After hours rate for general foreman / supervisor, including overheads. 10 Emergency/After hours rate for aerial lift, including overheads. 11 Emergency/After hours rate for chipper including overheads. 12 Emergency/Alla hours rate for dump truck, including overheads. 13 Emergency/Atter hours rale for stump grinder, including overheads. 14 Emergency/Atter hours rate for ISA certified arborist, including overheads. $142.01 $145.76 5149.61 $153.56 $157.61 5191.13 5196.18 5201.35 5206.67 5212.13 865.33 567.05 568.82 $70.64 $72.51 $0.00 50.00 80.00 60.00 50.00 $26.18 $26.87 $27.58 $28.31 $29.06 565.54 567.27 569.05 570.87 572.74 $73.32 $75.26 $77.24 $79.28 $81.37 581.20 583.34 585.54 $87,80 $90.12 $81.44 $83.59 $85.80 $88.06 590.39 520.06 520.59 521.13 521.69 522.26 $3.69 53.79 $3.89 $3.99 $4.10 511.75 312.06 512.38 512.71 513.04 $25.00 525.66 $26.34 $27.03 $27.75 50.00 50.00 $0.00 50.00 50.00 Total Unit Price 5786.65 5807.42 5828.73 5850.61 5873.07 Item No. 2 Est. Annual Quantity 2370 1402 1950 4 100 32 6 200 7 100 8 200 9 100 10 100 11 100 12 100 13 32 14 32 Sub -Totals Ycar 1 $336,616.24 5267,869.05 $127.393.50 Sub -Totals Year 2 $345,502.91 $274,940.79 5130,756.69 Sub -Totals Year 3 $354,624.18 5282,199.23 5134,208.66 Sub -Totals Year 4 $363,986.26 5289,649.29 5137,751.77 Sub -Totals Year 5 $373,595.50 5297,296.03 5141,388.42 Sub -Total Annual ST 5731,878.79 $0.00 5837.76 513,108.00 57,332.00 516,240,00 58,144.00 $2,006.00 5369.00 $1,175.00 5800.00 $0.00 $751,200.39 $771,032.08 $791,387.33 $812,279.95 $0.00 $859.88 $13,454.05 $7,525.56 $16,668.74 58,359,00 $2,058.96 5378.74 $1,206.02 $821.12 $000 $0.00 $882.58 513,809.24 57,724.24 $17,108.79 58,579.68 $2,113.31 5388,74 $1,237.86 5842.80 50.00 $0.00 $905.88 $14,173.80 57,928.16 $17,560.46 58,806.18 $2,169.11 $399.00 $1,270.54 3865.05 50.00 50.00 $929.79 $14,547.99 58,137.46 518,024,06 $9,038.67 $2,226.37 5409.54 $1,304.08 $887.88 $0.00 Total Cost 5781,890.55 5802,532.46 5823,719.32 5845,465.51 5867,785.80 OT Assumption includes 100hrs for 2 -man & 3 -man crews w/GF or Spvsr per year. Other value-added services are estimates for comparison purpose. Project 5 Year Cost (OT&ST) 4,121,393.63 5 Year Contract Value = $ 3,750,000.00 Under (Over) EXHIBIT A Item No. Wright Tree Service (Bidder is non-responsive) Description Year I Year 2 Year 3 Year 4 Ycar 5 1 Straight -Time rate for aerial crcw, including labor, overheads, equipment, disposal costs, fees, licenses, etc. 2 Straight -Time rate for manual crew, including labor, overheads, equipment, disposal costs, fees, licenses, etc. 3 Straight -Time rate for general foreman / supervisor, including labor, overheads, equipment, fees, Mc. 4 Straight -Time rate for ISA certified arborist, including labor, overheads, equipment, fats, etc. (on-call as-noodod). 5 Straight -Time rate for slump grinder. including overheads, fees, labor. etc. 6 Emcrgatcy/After hours rate for helper/groundmen, including overheads. 7 Emergency/After hours rate for tree trimmer, including overheads. 8 Emergency/After hours rate for crew leader, including overheads. 9 Emergency/After hours rate for general foreman / supervisor, including overheads. 10 Emergency/After hours rate for aerial lift, including overheads. 11 Emergency/After hours rate for chipper including overheads. 12 Emergency/After hours rate for dump truck, including overheads. 13 Emergency/After hours rale for slump grinder, including overheads. 14 Emergency/After hours rate for ISA certified arborist, including overheads. $116.80 8146.55 $57.66 557.66 $71.30 $40.94 $57.10 $62.88 $64.79 515.25 $4.03 $9.61 $24.12 364.79 $119.88 8150.42 $59.18 $59.18 $73.18 $42.02 $58.61 $64.54 $66.50 815.65 $4.14 $9.86 $24.76 566.50 $123.05 8154.39 $60.74 560.74 $75.11 $43.13 $60.15 866.24 $68.26 516.07 $4.25 310.12 $25.41 568.26 $126.30 $158.47 $62.35 362.35 $77.10 $44.27 $61.74 $67.99 $70.06 816.49 $4.36 $10.39 $26.08 570,06 $129.63 8162.65 $63.99 563.99 $79.13 $45.44 $63.37 $69.79 $71.91 516.93 $4.47 $10.67 $26.77 $71.91 Total Unit Price $793.48 $814.43 $835.93 $858.00 0880.68 Item No. 2 3 Est. Annual Quantity 2370 1402 1950 4 100 5 32 6 200 7 100 8 200 9 100 10 100 11 100 12 100 13 32 14 32 Sub -Totals Year 1 $276,859.21 $205,390.10 $112,437.00 Sub -Totals Year 2 $284,168.30 $210,812.40 $115,405.34 Sub -Totals Year 3 $291,670.34 5216,377.84 5118.452.04 Sub -Totals Year 4 $299,370.44 8222,090.22 $121,579.17 Sub -Totals Year 5 $307,273.81 5227,953.40 $124,788.86 Sub -Total Aminal ST 5594,686.31 5610,386.03 5626,500.22 5643,039.83 5660,016.08 55,766.00 52,281.60 $8,188.00 55,710.00 $12,576.00 $6,479.00 $1,525.00 8403.00 $961.00 8771.84 $2,073.28 $5,918.22 52,341.83 $8,404.16 55,860.74 $12,908.01 $6,650.05 $1,565.26 $413.64 $986.37 8792.22 $2,128.01 $6,074.46 $2,403.66 $8,626.03 $6,015.47 $13,248.78 $6,825.61 $1,606.58 $424.56 $1,012.41 5813.13 $2,184.19 $6,234.83 $2,467.12 $8,853.76 56,174.28 $13,598.55 87,005.80 $1,649.00 $435.77 $1,039.14 $834.60 $2,241.86 $6,399.43 52,532.25 $9,087.50 86,337.28 $13,957.55 07,190.76 $1,692.53 $447.27 $1,066.57 5856.63 $2,301.04 Total Coat 5641,421.03 5658,354.95 5675,735.11 5693,574.51 5711,884.08 OT Assumption includes 100hrs for 2 -man & 3 -man crews w/GF or Spvsr per Project 5 Year Cost (OT&ST) $ year. Other value-added services arc estimates for comparison purpose. 5 Ycar Contract Value $ Under (Over) 3,380,970.07 3,750,000.00 369,029.93 II SECTION 4 CONTRACT POWERLINE CLEARINGNEGETATION MANAGEMENT PROGRAM SERVICES CITY OF LODI, CALIFORNIA THIS CONTRACT made by and between the CITY OF LODI, State of California, herein referred to as the "City," and , herein referred to as the "Contractor." WITNESSETH: That the parties hereto have mutually covenanted and agreed, and by these presents do covenant and agree with each other, as follows: The complete Contract consists of the following documents which are incorporated herein by this reference, to -wit: Notice Inviting Bids Information to Bidders General Provisions Special Provisions Bid Proposal Contract Contract Bonds Plans The July 1992 Edition, Standard Specifications, State of California, Business and Transportation Agency, Department of Transportation All of the above documents, sometimes hereinafter referred to as the "Contract Documents," are intended to cooperate so that any work called for in one and not mentioned in the other is to be executed the same as if mentioned in all said documents. ARTICLE I - That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the City and under the condition expressed in the two bonds bearing even date with these presents and hereunto annexed, the Contractor agrees with the City, at Contractor's cost and expense, to do all the work and furnish all the materials except such as are mentioned in the specifications to be furnished by the City, necessary to construct and complete in a good workmanlike and substantial manner and to the satisfaction of the City the proposed improvements as shown and described in the Contract Documents which are hereby made a part of the Contract. ARTICLE II - The City hereby promises and agrees with the Contractor to employ, and does hereby employ, the Contractor to provide all materials and services not supplied by the City and to do the work according to the terms and conditions for the price herein, and hereby contracts to pay the same as set forth in Section 5.600, "Measurement, Acceptance and Payment," of the General Provisions, in the manner and upon the conditions above set forth; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. Powerline Clearing_Sec4 4.1 05/22/17 ARTICLE III - The Contractor agrees to conform to the provisions of Chapter 1, Part 7, Division 2 of the Labor Code. The Contractor and any Subcontractor will pay the general prevailing wage rate and other employer payments for health and welfare, pension, vacation, travel time, and subsistence pay, apprenticeship or other training programs. The responsibility for compliance with these Labor Code requirements is on the prime contractor. ARTICLE IV - And the Contractor agrees to receive and accept the following prices as full compensation for furnishing all materials and for doing all the work contemplated and embraced in this agreement; also for all loss or damage arising out of the nature of the work aforesaid or from the action of the elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work until its acceptance by the City, and for all risks of every description connected with the work; also for all expenses incurred by or in consequence of the suspension or discontinuance of work and for well and faithfully completing the work, and the whole thereof, in the manner and according to the Plans and Contract Documents and the requirements of the Engineer under them, to -wit: Perform the work necessary to clear vegetation in and around lines and appurtenances, all as shown on the plans and specifications for "Powerline Clearing/Vegetation Management Program Services". CONTRACT ITEMS Item No. Description Unit Unit Price 1 Straight -Time rate for aerial crew, including labor, overheads, equipment, disposal costs, fees, licenses, etc. HR 2 Straight -Time rate for manual crew, including labor, overheads, equipment, disposal costs, fees, licenses, etc. HR 3 Straight -Time rate for general foreman / supervisor, including labor, overheads, equipment, fees, etc. HR 4 Straight -Time rate for ISA certified arborist, including labor, overheads, equipment, fees, etc. (on-call as -needed). HR 5 Straight -Time rate for stump grinder, including overheads, fees, labor, etc. HR 5 Emergency/After hours rate for helper/groundman, including overheads. HR 6 Emergency/After hours rate for tree trimmer, including overheads. HR 7 Emergency/After hours rate for crew leader, including overheads. HR 8 Emergency/After hours rate for general foreman / supervisor, including overheads. HR 9 Emergency/After hours rate for aerial lift, including overheads. HR 10 Emergency/After hours rate for chipper including overheads. HR 11 Emergency/After hours rate for dump truck, including overheads. HR 12 Emergency/After hours rate for stump grinder, including overheads. HR 13 Emergency/After hours rate for ISA certified arborist, including overheads. HR Powerline Clearing_Sec4 4.2 05/22/17 Annual price adjustments may be negotiated with the Electric Utility Director. However, if approved, increases will not to exceed CPI -San Francisco Area, July — June for the preceeding year, as identified by the United States Department of Labor, Bureau of Labor Statistics and total contract cost will not exceed $750,000 annually. ARTICLE V - By my signature hereunder, as Contractor, I certify that I am aware of the provisions of Section 3700 of the Labor Code, which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. ARTICLE VI - It is further expressly agreed by and between the parties hereto that, should there be any conflict between the terms of this instrument and the Bid Proposal of the Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said proposal conflicting herewith. ARTICLE VII - The City is to furnish the necessary rights-of-way and easements and to establish lines and grades for the work as specified under the Special Provisions. All labor or materials not mentioned specifically as being done by the City will be supplied by the Contractor to accomplish the work as outlined in the specifications. ARTICLE VIII - The Contractor agrees to commence work pursuant to this contract within 10 calendar days after the City Manager has executed the contract and to diligently prosecute to completion within a timely fashion as determined acceptable by the Electric Utility Director. ARTICLE IX - State of California Senate Bill 854 requires the following: • No contractor or subcontractor may be listed on a bid proposal for a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. • No contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. • This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Powerline Clearing_Sec4 4.3 05/22/17 Total Unit Price of all items $ Annual price adjustments may be negotiated with the Electric Utility Director. However, if approved, increases will not to exceed CPI -San Francisco Area, July — June for the preceeding year, as identified by the United States Department of Labor, Bureau of Labor Statistics and total contract cost will not exceed $750,000 annually. ARTICLE V - By my signature hereunder, as Contractor, I certify that I am aware of the provisions of Section 3700 of the Labor Code, which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. ARTICLE VI - It is further expressly agreed by and between the parties hereto that, should there be any conflict between the terms of this instrument and the Bid Proposal of the Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said proposal conflicting herewith. ARTICLE VII - The City is to furnish the necessary rights-of-way and easements and to establish lines and grades for the work as specified under the Special Provisions. All labor or materials not mentioned specifically as being done by the City will be supplied by the Contractor to accomplish the work as outlined in the specifications. ARTICLE VIII - The Contractor agrees to commence work pursuant to this contract within 10 calendar days after the City Manager has executed the contract and to diligently prosecute to completion within a timely fashion as determined acceptable by the Electric Utility Director. ARTICLE IX - State of California Senate Bill 854 requires the following: • No contractor or subcontractor may be listed on a bid proposal for a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. • No contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. • This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Powerline Clearing_Sec4 4.3 05/22/17 WHEN SIGNING THIS CONTRACT, THE CONTRACTOR AGREES THAT THE TIME OF COMPLETION FOR THIS CONTRACT IS REASONABLE AND THE CONTRACTOR AGREES TO PAY THE CITY LIQUIDATED DAMAGES AS SET FORTH IN SECTION 6-04.03 OF THE SPECIAL PROVISIONS. CONTRACTOR AGREES THAT THIS AMOUNT MAY BE DEDUCTED FROM THE AMOUNT DUE THE CONTRACTOR UNDER THE CONTRACT. IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands the year and date written below. CONTRACTOR: CITY OF LODI, a municipal corporation By: STEPHEN SCHWABAUER City Manager By: Date: Title Attest: JENNIFER M. FERRAIOLO City Clerk (CORPORATE SEAL) Approved As To Form: Powerline Clearing_Sec4 JANICE D. MAGDICH City Attorney 4.4 05/22/17 RESOLUTION NO 2017-129 A RESOLUTION OF THE LODI CITY COUNCIL AWARDING THE CONTRACT FOR POWERLINE CLEARING AND VEGETATION PROGRAM MANAGEMENT SERVICES TO UTILITY TREE SERVICE, INC., OF STOCKTON WHEREAS, the Electric Utility (EU) maintains approximately 125 miles of overhead 12 kV and 60 kV power lines with associated operable equipment, as well as nearly 120 miles of underground primary cable with associated appurtenances, to maintain safe and reliable electric service to nearly 26,000 electric customers; and WHEREAS, pursuant to State of California General Order 95, as well as industry best practice, the EU must routinely patrol, clear, and remove vegetation that encroaches into its overhead 12 kV and 60 kV power lines, as well as remove vegetation that impedes access to underground appurtenances, such as pad -mounted transformers, vaults, and junction -boxes; and WHEREAS, this work is performed to minimize vegetation -related outages and improve safety to the public and EU staff that must construct or reconstruct power lines; and WHEREAS, vegetation management tasks are accomplished by using specialized labor with expertise and training in operating near and around energized electrical facilities; and WHEREAS, the EU relies upon contracted labor to perform these tasks, and the current contract, which was awarded by Council at its regular meeting on June 19, 2013, expired June 30, 2017; and WHEREAS, at its regular meeting on May 3, 2017, the City Council approved the specifications and authorized the EU to put the contract out to public bid; and WHEREAS, publications were tendered with bid proposals due on June 14, 2017, for a contract with an initial term of three years with an option at the City's sole discretion to extend for two additional one-year terms, with each year of the contract set at a not -to -exceed amount of $750,000; and WHEREAS, upon satisfactory performance, if all extensions are executed, the proposed contract will provide services to the City through Fiscal Year 2021/22; and WHEREAS, the City received four bids at the June 14, 2017, bid opening, as shown on Exhibit A, attached hereto and made a part of this Resolution, that were evaluated by staff based upon responsiveness to the bid criteria, expected annual costs, anticipated lifetime contract costs, including straight -time labor and equipment expenses, in addition to potential overtime/emergency work contingencies modeled after the preceding three years; and WHEREAS, staff reviewed the proposals and deemed Utility Tree Service, Inc., was the lowest responsive bidder compliant with the approved specifications. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby award the contract for power line clearing and vegetation management services to Utility Tree Service, Inc., of Stockton, California, and authorizes the City Manager to execute the contract in an amount not to exceed $750,000 annually; and BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize the Electric Utility Director to execute two one-year contract extensions upon satisfactory performance and if in the best interests of the City of Lodi. Dated: July 19, 2017 I hereby certify that Resolution No. 2017-129 was passed and adopted by the City Council of the City of Lodi in a regular meeting held July 19, 2017, by the following vote: AYES: COUNCIL MEMBERS — Chandler, Johnson, Mounce, Nakanishi, and Mayor Kuehne NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — None ABSTAIN: COUNCIL MEMBERS — None /1)::21tQ ENNIFERJAI . FERRAIOLO City Clerk 2017-129 Competitive Matrix Company Unit Bid Year 1 Costs Year 2 Costs Year 3 Costs Year 4 Costs Year 5 Costs Total 5 Year Projected Cost Amount Under (Over) 5 Year Contract Utility Tree Service $799.57 $609,803.71 $625,902.53 8642,426.36 $659,386.41 $676,794 22 $3,214,313.24 $ 535,686,76 West t taact Arborist $1,606.00 $645,350.59 $662,387.85 $679,874.89 $697,823.58 $716,246 13 $3,401,683 04 $ 348,316.96 Davey Tree Surgery Company $786.65 $781,890.55 $802,532.46 $823,719.32 $845,465.51 $867,785 80 84,121,393.63 $ (371,393.63) WrigHETree-Serviee $793.18 $611,121.03 $658,351.55 $675,735.11 $093,571.51 $744-88488 (Bid is non-responsive) Notes 1). Maximum 5 -year aggregate contract value is (5 x 750,000) 53,750,000 2). Wright Tree Service is non-responsive as it cannot accommodate the City 9/80 work schedule without additional overtime charges to City. Exception attached 3)_ Projected annual costs include straight time hours for labor modeled after 3 -year historical average from prior vendor and incidential overtime expenses that are weighted evenly for each bidder. 14) CPI costs are negotiable on an annual basis; five year average CPI based upon BLS for San Francisco and used to inflate costs at 2 64%/year IS). Historical CPI data can be found at https://www.bls gov/regions/west/news-release/pdf/consumerpriceindex_sanfrancisco pdf Avg CP12D12 - 2016 Year CPI % 2012 260% 2013 2.6056 2.014 3.00 2015 2,30% 2014 2.70% 5 -Year Avg 16485 V 1I 91 HX3