HomeMy WebLinkAboutAgenda Report - January 18, 2023 C-05CITY OF
CALIFORNIA
AGENDA ITEM
C-5
COUNCIL COMMUNICATION
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Change Order No. 2 with Westech
Industries, Inc. of Escalon for Directional Drilling, Excavation and Conduit Installation
Services for State of California Natural Gas Power Plant Project ($1,690,000)
MEETING DATE: January 18, 2023
PREPARED BY: Electric Utility Director
RECOMMENDED ACTION: Adopt a resolution authorizing the City Manager to execute Change Order
No. 2 with Westech Industries, Inc. of Escalon for directional drilling,
excavation and conduit installation services for the State of California
Natural Gas Power Plant Project in an amount not to exceed $1,690,000.
BACKGROUND INFORMATION: Lodi Electric Utility (LEU) utilizes the services of Westech Industries, Inc.
(Westech) for directional drilling, excavation and conduit installation
services as it relates to distribution system maintenance and repairs as well
as infrastructure work for new development.
In June 2018, City Council awarded a three-year contract to Westech in the amount of $700,000 annually. In
May 2021, City Council authorized Change Order No. 1 to extend the contract with Westech to June 30, 2023
for an additional $2 million for a total contract price of $4.1 million.
In December 2022, the State of California Department of Water Resources notified the City of their intention
to install a natural gas power plant at 2001 West Turner Road. The purpose of this project is to achieve the
objectives of California Assembly Bill 205, which created a State -led Strategic Reliability Reserve (SRR) to
address electric grid reliability. Construction will begin by spring 2023 and will have a duration of four to six
months,
LEU will build the distribution line that will connect the generator with the adjacent city -owned McLane
Substation. Westech's services are needed prior to utility crew installation of the underground cable. The State
of California will reimburse all costs associated with building the distribution line, including costs associated with
Westech's services.
Therefore, staff recommends authorizing the City Manager to execute Change Order No. 2 to add this
additional work to the existing contract with Westech for an additional $1,690,000 million through June 30,
2024 for a total contract price of $5,790,000.
APPROVED: ojru&� Xvgoj
Stephen Schwabauer, City Manager
Adopt Resolution Authorizing City Manager to Execute Change Order No. 2 with Westech Industries, Inc. of Escalon for Directional
Drilling, Excavation and Conduit Installation Services for State of California Natural Gas Power Plant Project ($1,690,000)
January 18, 2023
Page 2
FISCAL IMPACT: Additional $1,690,000 reimbursed by the State of California.
FUNDING AVAILABLE: Funds for this specific change order are budgeted as part of the State of
California Natural Gas Power Plant Project (EUCP-23002. Contracts).
Andrew Keys
Andrew Keys
Deputy City Manager/Internal Services Director
f_- Ute! L! —Vk
JrilIed W1 mir, 1 14r 1. 11-J I i 1'•i7 PMI
Jeff Berkheimer
Electric Utility Director
CITY OF LODI
PROPOSED CHANGE ORDER
PROJECT:
Directional Drilling, Excavation and Conduit Installation CO No.: 1
Services
CONTRACTOR: PCD No.:
Westech Industries, Inc. RF1 No.:
ARCHITECT/ENGINEER: F/ No.:
City of Lodi Submit Proposal Within 15 Days Upon Receipt of This Request
Brief Description Of Work
Change Order #1: 2 -Year Extension of Existing Contract to June 30, 2023 for a total 2 -year not -to -exceed
extension amount of $2 million covering the period of July 1, 2021 - June 30, 2023.
Request, Proposal, Recommendation AnCApproval
Requesting Official: Jeff Berkheimer Request Date: 4/1/2021 Schedule Impact: See Below Days
Contractor Proposal Date: N/A Add Amount: See Below Deduct Amount $0.00
Reason For Change: Mutually agreed upon extension by City and Contractor Account: 50199000.77020 (Various Projects)
CONTRACTOR AGREES TO FURNISH ALL LABOR AND MATERIALS AND PERFORM ALL WORK REQUIRED TO COMPLETE THE ABOVE DESCRIBED
WORK CHANGE IN ACCORDANCE WITH THE REQUIREMENTS FOR SIMILAR WORK COVERED BY THE CONTRACT EXCEPT AS OTHERWISE
STIPULATED HEREIN FOR THE STATED CONSIDERATION. TO PERFORM THE CHANGES FOR THE AMOUNT INDICATED WHICH INCLUDES ANY
1 X'I'ENDED OR JOBSITE OVERHEAD, DISRUPTION, RIPPLE EFFECT AND OTHER IMPACT COSTS. NO WORK WILL BE STARTED UNTIL THIS
PROPOSAL IS ACCEPTED. IF THE CONTRACTOR DOES NOT SIGN ACCEPTANCE OF THIS ORDER, THE CONTRACTOR SHOULD REFER TO SECTION 4-
1.03A OF TI IE STANDARD SPECIFICATIONS REGARDING FILING A WRITTEN PROTEST WITHIN THE SPECIFIED TIME,
ORIGINAL CONTRACT: 7/1/18-8/30/21 $2,100,000.00
PREVIOUS ADDS: $0.00
'Wayne McCurley, President - Westech Date
PREVIOUS DEDUCTS: $0.00
Industries, Inc.
THIS CHANGE ORDER: 711121-6/30/23 $2,000,000.00
�'•-
Jeff Berkheimer, Lodi Electric Utility Director Date
TOTAL CONTRACT AMOUNT
INCLUDING ALL CHANGE ORDERS: $4,100,000.00
Stephen Schwabauer, Lodi City Manager Date
ORIGINAL COMPLETION DATE: 6/3012021
.ADJUSTED CONTRACT 6/30/2023
COMPLETION DATE:
5-19-21 Westech CCO 1 Extension (004) 4/8/2021
SECTION 4
CONTRACT
DIRECTIONAL DRILLING, EXCAVATION AND CONDUIT INSTALLATION 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 WESTECH INDUSTRIES, INC., 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 (allows:
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 Brands
Plans
The July 1992 Edition,
Standard Specifications,
State of California,
Business and Transportation Agency,
Dapartrnent 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.
ART CLI= 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 data wlth 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 Il - 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.
DdIlinp_seril 4.1
05122116
ARMI_t~ III - The Contractor agrees to conform to the provisions of Chapter 1, Part 7,
Divislon 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 aforesa#d 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
Rs 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 directional drill, excavate, install conduit, appurtenances,
and other field directed work on an as -need basis as directed by City.
DdIIInV_8.a4 4.2 0612219
ITEM NO,
Trench
1
2
3
4
5
6
7
8
Conduit
9
10
11
12
13
14
15
Bore
16
17
18
19
20
21
22
23
24
Misc.
25
26
27
28
CQNTPIACT ITEMS
DESCRIPTION
Mainline Trench SNan-Joint Use}
Secondary Trench (Non -Joint Trencl
Compact ,Backfill Mainline Trench
Cam act/Backfill Seconda Trench
Remove/Replace Concrete
Remove/Re lace Asphalt _
.Remove/Replace landsca Ing (Sod)
Trench Plate Install/Remove (Includ
Assemble and install 6" Conduit
Assemble and Install 4" Conduit
Assemble and install 3" Conduit 4
Assemble and Install 2" Conduit
Assemble and Install 1" Conduit
Assemble and Install 3/411 Conduit
Install Each Additional Conduit
Bore and Install 6" Conduit
Bore and Install 4" Conduit
Sore and Install 3" Conduit
Bore and Install 2" Conduit
Bore and Install 1" Conduit
Bore and Install 3/4" Conduit
Send/Receive Pit Per lob) _
Install Each Additional Conduit
Disposal of Excess Material
EU Field Directed Work
Construction Notification (Per Pro ectl
Hourl /Stand-by Rate for Crew
Total Sum Unit Price of all Line Items (excludes Item
25)
UNIT I PRICE
LF
49.50
LF
59.25
LF
16.20
LF
16.20
SF
35.50
SF
30.50
SF
15.00
EA
0
LF
2.50
LF
2.04
LF
2.00 u�
LF
2.00
LF
,10
LF
.05
LF
1.50
LF
65,00
LF
50.00
LF
48.00
LF
48.00
IF
36.00
LF
5.00
EA
0
LF
� 14.20 4
EA
0
CY
0
As Needed_
EA
0
HR
300.00
$798.54
DHIML&CA 4.3
OBlZZ119
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
Preceding year, as Identified by the United Slates Department of Labor. Bureau of Labor
Statistics and total contract cost will not exceed $700,000 per fiscal year.
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 cold proposal conflicting herewith.
6R1!9—LE—JV! - 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 Ilsted on a bid proposal for a pubtic 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
pubtic 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.
DMIllnp 6604 4.4 06/22N5
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: icl� I -L
STEPHEN SC14WABAUER
City Manager
By; Date:
P;Ae.r4-.R Attest:
Title
yy), �aL�
E 1VIFEFZ . ERRAiOLD
I y Clerk
(CORPORATE SEAL) Approved As To Form:
l JANICE D. MAGDICH • .
City, Atto�ey
Drllllno 800
4.5 alx6HB
SECTION 1
NOTICE INVITING BIDS
DIRECTIONAL DRILLING, EXCAVATION AND CONDUIT INSTALLATION SERVICES
CITY OF LODI, CALIFORNIA
Sealed proposals will be received by the Purchasing Officer, Lodi Finance Department,
310 West Elm Street, P.O. Box 3006, Lodi, California, 95241-1910, until 11 a. m. on
April 4, 2018. At that time, the proposals will be publicly opened and read In the Public
Works Conference Room, Lodi City Hall, 221 W. Pine Street, for performing the
following described work.
The work consists of:
Performing the necessary tasks to drill, excavate and install conduit, appurtenances and
ancillary field directed work on an as -needed basis in an amount not to exceed
$700,000 annually.
A General Foreman or Supervisor will be on property during normal Lodi Electric Utility
work hours and perform the functions of pre -inspecting all work, scheduling and
coordinating with customers and building inventory so as to keep work scheduled in
advance. Work will be performed as -needed and directed by the Electric Utility Director
or designee.
Bilingual services will be provided at no additional charge and other incidental and
related work, all as shown on the plans and specifications for the above project are
1 GI I GI included in the unit bid price.
� }3 t j� O The annual cost of this contract will not exceed $700,000 and can be extended for an
y 1 -��r r 1 �� I' J additional two one-year terms at the discretion of the City. The Initial three-year term will
l v. (43111-+ begin July 1, 2018 and conclude June 30, 2021. When executed, contract ext rasions
),12- will conclude no later than- June 30,
The Contractor agrees to commence work within 10 calendar days after both parties
have signed the contract and to complete the work within a timely fashion as determined
acceptable by the Electric Utility Director. Upon signing the contract, Contractor agrees
that length of time of the contract is reasonable.
Per Senate Bill 854, contractors and listed subcontractors must be registered with the
Department of Industrial Relations (DIR) prior to submitting bids to any public work
contracts. Failure to comply will make bids non-responsive. No contractor or
subcontractor may be awarded a contract for public work on a public works project
unless registered with DIR pursuant to Labor Code Section 1725.5.
In accordance with the provisions of Section 1770 of the Labor Code, the Director of
Department of Industrial Relations of the State of California has determined the general
prevailing rates of wages and employer payments for health and welfare, pension,
vacation, travel time, and subsistence pay as provided for in Section 1773.8,
apprenticeship or other training programs authorized by Section 3093 and similar
purposes applicable to the work to be done. Said wages are available online at
www.dir.ca.gov/DLSR/PWD. The Contractor and any subcontractor shall pay each
Drilling—Seal 1 .1 8/14/2010
employee engaged in the trade or occupation not less than the hourly wage rate. As the
wage determination for each craft reflects an expiration date, it shall be the responsibility
of the prime contractor and each subcontractor to ensure that the prevailing wage rates
of concern are current and paid to the employee.
The Contractor shall make travel and subsistence payments to each worker needed to
execute the work as such travel and subsistence payments are defined in the applicable
collective bargaining agreements in accordance with Section 1773.8 of the Labor Code.
If a craft or classification used on the project is not shown on the wage determination,
the Contractor may be required to pay the wage rate of that craft or classification most
closely related to it as shown in the general determinations.
The City of Lodi hereby notifies all bidders that it will affirmatively ensure that in any
contract entered into pursuant to this advertisement, minority business enterprises will
be afforded full opportunity to submit bids in response to this invitation and will not be
discriminated against on the grounds of race, color, sex or national origin in
consideration for an award.
For any moneys earned by the Contractor and withheld by the City of Lodi to ensure the
performance of the contract, the Contractor may, at Contractor's request and expense,
substitute securities equivalent to the amount withheld in the form and manner and
subject to the conditions provided in Section 22300 of the Public Contract Code of the
State of California.
The Contractor shall submit copies of payroll records.
The project is funded by Electric Utility Capital Account EUCP14006.Exti_abor.l=xtLabor.
Minimum wage rates for this project as predetermined by the Secretary of Labor are set
forth in the Federal Register and included in the Specifications, if there is a difference
between the minimum wage rates predetermined by the Secretary of Labor and the
prevailing wage rates set forth in Resolution No. 4222 for similar classifications of labor,
the Contractor and its subcontractors shall pay not less than the higher wage rate.
The contract documents are available to download for free at www.ciplist.com.
Registration with the website is free and is required to download the documents.
Companies downloading the documents will automatically be added to the plan holder's
list.
No bid will be considered unless it is submitted on a proposal form furnished by the City
of Lodi within the full set of contract documents.
The City Council reserves the right to reject any or all bids and to waive any informality
in the completion of such forms, and to award to the lowest responsible bidder.
The prime contractor on this project shall possess a valid State of California Class A
or C-10 contractor's license.
The list of plan holders and the bid results will be available on the ciplist.com website.
Bid results will be available four hours after the bid opening.
Drilling Sect 1.2 9/14/2018
By Order of the City Council
JENNIFER M. FERRAIOLO
City Clerk
Ddlling Sect 1.3 8114/2016
SECTION 2
INFORMATION TO BIDDERS
DIRECTIONAL DRILLING, EXCAVATION AND CONDUIT INSTALLATION SERVICES
2.100 BID OPENING
The Purchasing Officer will receive sealed bids at the Lodi Finance Department,
310 West Elm Street, Lodi, California, 95240, until the time for opening bids as noted in
the "Notice Inviting Bids". Bidders or their authorized agents are invited to be present.
The proposal shall be submitted as directed In the "Notice Inviting Bids" under sealed
cover, plainly marked as a proposal and Identifying the project to which the proposal
relates and the date of the bid opening therefor. Proposals which are not properly
marked may be disregarded. Only proposals actually received by the Purchasing
Officer by the time set for the bid opening will be accepted.
2,200 EXAMINATION OF CONTRACT DOCUMENTS AND SIT>F OF WO
The bidder is required to examine carefully the site, Information to Bidders, Bid
Proposal, Contract, General Provisions, Speclal Provisions and the plans for the work
contemplated, and it will be assumed that the Bidder has investigated and is satisfied as
to the conditions to be encountered, as to the character, quality and quantities of work to
be performed and materials to be furnished and as to the requirements of the General
Provisions, the Special Provisions and the Contract. It is mutually agreed that
submission of a bid proposal shall be considered prima facie evidence that the bidder
has made such examination.
If omissions, discrepancies or apparent errors are found in the plans and specifications
prior to the date of bid opening, the bidder shall submit a written request for a
clarification, which will he given in the form of addenda to all bidders if time permits.
2.3110 REGISTRATIQN OF CQNTRACTORS
Before submitting bids, contractors shall be licensed in California in accordance with the
provisions of Chapter 9 of Division III of the Business and Professions Cada.
2.400 BIDDING DOCUMENTS
A. ro s I For r - All proposals must be made on the forms prov[ded with this set of
specifications. Bids not presented in this form shall be disregarded. All proposals
must be signed by the Bfdder. If the bidder Is a corporation, the corporation's seal
must be used.
The bidder shall set forth for each un{t basis item of work a unit price and a total for
the item, and for each lump sura item a total for the item, all in c;early legible figures
in the respective spaces provided for that purpose. In the case of unit basis items,
the amount set forth under the "Total Price" column shall be the product of the unit
price bfd and the estimated quantity for the item.
Drflllng-5ec2 2.1 08104/10
In case of discrepancy between the unit price and the total set forth for a unit basis
item, the unit price shall prevail, except as provided in 1) or 2), as follows:
1. if the amount set forth as a unit price is unreadable or otherwise unclear, or is
ornitted, or Is the same as the amount of the entry in the Item total column, then
the amount set Forth In the "Total Price" column for the item shall prevail and
shali be divided by the estimated quantity for the item and the price thus
obtained shall he the unit prlce;
2. (Decimal Errors) If the product of the entered unit price and the estimated
quantity is exactly off by a factor of ten, one hundred, etc., or one-tenth, or one-
hundredlh, etc. from the entered total, the discrepancy will be resolved by using
the entered unit price or item total, whichever most closely approximates
percentagewise the unit price or total price in the Engineer's Estimate prepared
by the City.
Each proposal shall Include all addenda or clarifications issued during the bidding
period acknowledged by the bldder's signature thereon. Failure to so include or
acknowledge an addendum or clarification may result in the proposal being rejected
as not responsive.
B. Ust of Proposed Subcontractors - Any subcontractor doing work In excess of 112 of
1 percent of the total contract price shall be designated on the form provided in
accordance with Sections 4100 et seq. of the Public Contract Code.
C. Bidder's Guarantee - All bids shall be presented under sealed cover and shall be
accompanied by cash, cashiers check, certified check, or bidder's bond made
payable to the City of Lodi for an amount equal to at least 10% of the amount of said
bid and no bid shall be considered unless such cash, cashier's check, certified
check, or bidder's bond is enclosed. A bidder's bond may be on a form provided by
the bonding company.
All bldder's guarantees will be returned to the respective bidders after the contract
has been awarded except for those bid.guarantees of bidders who may be given
further consideration if the low bidder does not elect to execute the contract. After
the award, if the contractor awarded the bid does not execute the contract, the
bidder's guarantee will be forfeited. All bidder guarantees of unsuccessful bidders
will be returned upon receiving the executed contract.
2.500 REJECTION OF PROPQSALS CONTAINING ALTERATIONS, ERASURi_A OR
IRREGULARITIES
Proposals may be rejected if they show any alterations of form, additions not called for,
conditional or alternative bids, incomplete bidls, erasures or irregularities of any kind.
The right is reserved to reject any and all proposals.
2.600 PRE AILING WAGE RATESIL BOR CODE REQUIREMENTS
A. Pre_v_allinu Wagg Rates
Bidders are notified that the contractor to whom the contract is awarded, and any
subcontractor under them, must pay the general prevailing wage rates as ascertained
from time to time by resolution of the City Council. In accordance with the provisions
DtlIIInLSw2 2.2 06/04110
Df Section 1773 of the Labor Code, the Director of the Department of Industrial
Relations of the StAte of California has determined the general prevailing rates of
wages and employer payments for health and welfare, pension, vacation, travel time.
and subsistence pay as provided for In Section 1773.8, apprenticeship or other
training programa authorized by Section 3039, and similar purposes applicable to the
work to be done. Said rates are available online at www.�ii
Division of Labor Standards Enforcement, and the Division of Apprenticeship
Standards of the Department of Industrial Relations.
c. A certified copy of all payroll records enumerated in subdivision (1) shall
be made available upon request by the public for Inspection or copies thereof
matte; provided, however, that a request by the public shall be made through
the City, the DIVIsion of Apprenticeship Standards, or the Division of labor
Standards Enforcement, If the requested payroll records have not been
provided pursuant to paragraph 1), the requesting party shall, prior to being
provided the records, reimburse the costs of preparation by the contractor,
subcontractors, and the entity through which the request was made. The
public shall not be given access to the records at the principal office of the
contractor.
3. Each contractor shall file a certified copy of the records enumerated in
subdivision (1) with the entity that requested the records within 10 days after
receipt of a written request.
Any copy of records made available for inspection as copies and furnished upon
request to the public or any public agency by the City, the Division of
Apprenticeship Standards, or the Division of Labor Standards Enforcement shall
be marked or obliterated in such a manner as to prevent disclosure of an
individual's name, address, and social security number. The name and address
of the contractor awarded the contract or performing the contract shall not be
marked or obliterated.
5. The contractor shall inform the City of the location of the records enumerated
under subdivision (1), Including the street address, city and county, and shall,
within five working days, provide a notice of a change of location and address.
6. In the event of noncompliance wlth the requirements of this section, the
contractor shall have 10 days in which to comply subsequent to receipt of written
notice specifying in what respects the contractor must comply with this section.
Should noncompliance still be evident after the 10 -day period, the contractor
shall, as a penalty to the State or political subdivision on whose behalf the
contract is made or awarded, forfeit twenty-five dollars ($25) for each calendar
day, or portion thereof, for each worker, until strict compliance is effectuated.
Upon the request of the Division of Apprenticeship Standards or the Division of
Labor Standards Enforcement, these penalties shall be withheld from progress
payments then due.
2,700 AWARD OF CONTRACT
The award of the contract, if it be awarded, will be to the lowest responsible bidder
whose bid proposal complies with all the requirements described.
In case of tie bids, the tie will be broken by a coin toss, conducted by the City
Purchasing Officer. Tie bidders will be notified and may be present,
"Lowest responsible bidder" refers to not only the attribute of trustworthiness, but a#so to
the quality, fitness, and capacity of the low monetary bidder to satisfactorily perform the
proposed work, If the Councli determines to award a contract to other than the lowest
monetary bidder, the City shall:
1. Notify the lowest monetary bidder;
Drilling Sect 2.4 05/04118
2. Give the lowest monetary bidder an opportunity to know the reason why he/she
Is not considered the lowest responsible bidder;
3. Give the lowest monetary bidder an opportunity to ask for a pre -award hearing
before the City Council.
Where alternate bids are received, the City Council reserves the right to select the bid
most advantageous to the City. The award, if made, will be made within sixty (60) days
after the opening of the bids. All bids will be compared on the basis of the Engineer's
Estimate of quantities of work to be done.
2.800 EXECUTION OF CONTRACT
The contract shall be signed by the successful Bidder and returned, together with the
contract bonds, within ten (10) working days after the Bidder has received notice that
the contract has been awarded. No proposal shall be considered binding upon the City
until the execution of the contract.
Failure to execute a contract and file acceptable bonds as provided herein within ten
(10) working days after the Bidder has received notice that the contract has been
awarded shall be just cause for the annulment of the award and the forfeiture of the
proposal deposit. The City may elect to adjust the start of working days as described in
Section 6-04.03 to account for delays In executing the contract.
The successful bidder acknowledges, upon signing the contract, that the time of
completion of the contract is reasonable.
2.900 CONTRACT' 13ONDS
The Contractor shall furnish two good and sufficient bonds, executed by an "admitted
surety insurer" as defined by California Code of Civil Procedure section 995.120(a), for
review and approval by the City, in the forms attached hereto and as follows:
A faithful performance bond In the amount of one hundred percent (100%) of
the contract price; and
2. A direct contractor that I$ awarded a public works contract shall, before
commencement of work, provide a labor and materials payment bond to be
approved by the City of Lodi. Such labor and materials payment bond shall be
in the amount of one hundred percent (100%) of the contract price.
As set forth in Title 3 (commencing with Section 9000) of Part a of Division 4
of the California Civil Code and the attached bond form, the labor and
materials payment bond shall provide that If the direct contractor or a
subcontractor faits to pay any of the obligations set forth in Civil Code section
9550(b)(1)-(3), with respect to the work, labor, and materials, the surety will
pay the obligation and, in addition if an action is brought to enforce the liability
on the bond, reasonable attomey's fees, to be fixed by the court. The payment
bond shall be conditioned for the payment in full of the claims of all claimants
and by its terms inure to the benefit of any person authorized under California
law to assert a claim against a payment bond so as to give a right of action to
that person or that person's assigns to pursue an action to enforce the liability
on the gond.
odlllnp Satz 2.5 06104115
These bonds will be required at the time the signed contract is returned to the City and
before the commencement any worst. Pursuant to California Civil Code section 9552,
the City shall not audit, allow, or pay a claim of the direct contractor pursuant to the
contract if a payment bond is not given and approved as required herein.
2.1009 NOTIFiCAMM Or SURETY COMPANIES
The surety companies shall familiarize themselves with all the provisions and conditions
of the contract. It is understood and agreed that they waive the right of special
notification of any modifications or alterations, omissions or reductions, extra or
additional work, extensions of time or any other act or acts by the City of Lodi or its
authorized agents under the terms of the contract; and failure to so notify the surety
companies of such changes shall in no way relieve the surety or sureties of their
obligations under this contract.
2.1100 INSURANCE CERTIFICATE
The Contractor small furnish a certificate of insurance to the City of Lodi in accordance
with Section 5.413, "Public Liability and Property Damage Insurance", and Section
5.414, "Compensation Insurance", of the General Provisions at the time the signed
contract is returned to the City.
2.11200 WORKERS' COM4'ENSATION INSURANCE
The Contractor shall provide proof of full Workers' Compensation Insurance coverage
for all persons employed in carrying out the work, including proof of coverage of
subcontractor's emptayees, under this contract In accordance with the "Workers'
Compensation and Insurance Act", Division IV of the Labor Code of the State of
Califomia and any acts amendatory thereof,
odmnq�sOx 2.6 08104/19
DIRECTIONAL DRILLING, EXCAVATION AND CONDUIT
INSTALLATION SERVICES
SECTION 3, PAGE 1
BID PROPOSAL
CITY OF LODI, CALIFORNIA Bidder: es ec nus ries, Inc. M
Date: April 3, 2018
To the Lodi City Council
C/o Purchasing Officer
flUglivered U FedEx, UH. of cc r r; d II a ed by mail):
310 West Elm Straet P.O. Box 3006
Lodi, CA 95240 Lodi, CA 95241-1910
The undersigned declares that the site has been carefully examined, Information to Bidders,
Contract, General Provisions, Special Provisions and the Plans for the construction of various
items required for the above-named project and submits this schedule of prices for the Items of
the bid.
If awarded the Contract, the undersigned agrees to furnish all labor, material and equipment
necessary to complete said work for this project, excepting those items supplied by the City of
Lodi, in strict accordance with the Plans, Information to Bidders, General Provisions, Special
Provisions and Contract form adopted for the same and the requirements under thorn of the
Electric Utility Director, and will take In full payment therefor the following unit and total prices,
to -wit;
Performing the necessary tasks to drill, excavate and install conduit, appurtenances and
ancillary field directed work on an as -needed basis in an amount not to exceed $700,000
annually.
3-1
DIRECTIONAL DRILLING, EXCAVATION AND CONDUIT
INSTALLATION SERVICES
BIC] I. iEMS
SECTION 3, PAGE 2
ITEM NO.
DESCRIPTION
UNIT
PRICE �$)
Trench
1
Mainline Trench Non -joint Use)LF
49.50
2
Secondary Trench (Non -Joint Trench
LF
59.25
3
Compact/Backfill Mainline Trench
LF
16.20
4
Compact/Backfill Secondary Trench
LF
16.20
5
Remove/Replace Concrete
SF
35,54
fi
Remove/Re lace Asphalt
SF
30.50
7
Remove/Replace Ian dsca In Sod)
SF
15.00
8
Trench Plate Install Remove Includln Pre)
EA
0
Conduit
9
Assemble and Install 6" Conduit
LF
2.50
10
Assemble and install 4" ConduitLF
274
11
Assemble and install 3" Conduit
LF
2.00
12
Assemble and Install 2" Conduit
LF
2.00
13
Assemble and Install 1" Conduit
LF
14
Assemble and Install 3/4" Conduit
Lp
.10
.05
15
Install Each Additional Conduit _
LF
1.50
Bore
16
Bore and Install 6" Conduit
LF
65.00
17
Bore and Install 4" Conduit
LF
50.00
18 ___
Bore and Install 3" Conduit
LF
48.00
19
Bore and Install 2" Conduit
LF
48.00
20
Bore and install 1" Conduit
LF
36.00
21
Bore and Install 3/4" Conduit
LF
5.00
22
SendlReceive Pit Per Jab
EA
0
23
Install Each Additional Conduit
LF
14.20
24
Mvblllxatian/Demobliixatlon
EA
0
Misc.
25
DIs osal of Excess Material
Cy
0
26
EU Field Directed Work
As Needed
27
Construction Not Iflcatlan Per pro ect
EA
0
28
_ _
Hourly/Stand-by Rate for Crew
HR
30D.00
$798.54
Total Sum Unit Price of all Line Items (excludes Item 26)
3-2
DIRECTIONAL DRILLING, EXCAVATION AND CONDUIT SECTION 3, PAGE 3
INSTALLATION SERVICES
811) PROPOSAL
Annual price adjustments may be negptiated with the Electric Utility Director, However,
if'approved, increases will not to exceed Cpl -San Francisco Area, July -- June for the
preceding year, as Identified by the United States Department of Labor, Bureau of
Labor Statistics, and total contract cost will not exceed $700,000 per fiscal year.
The undersigned agrees that If this Bid Proposal Is accepted, at the time of the signing of the
contract, two good and sufficient bonds will be furnished: one in the amount of 100 percent of
the contract price for faithful performance of all the terms and covenants and conditions of the
contract; the other in the amount of 100 percent of the contract price to guarantee the payment
for labor and materials used in performing the work embraced under this contract.
After the contract has been awarded, if the Contractor awarded the bid does not execute the
contract, the bidder's guarantee will be forfeited. All bidder guarantees of unsuccessful
bidders will be returned after execution of the contract and Issuance of the Notice to Proceed.
Accompanying this Bid Proposal is Bidder's Band (insert
the words "Cash," "Certified Check," "Cashier's Check," or "Bidder's Bond," as the case may
be) payable to the City of Lodi in the amount equal to at least 10% of the total bid, which is to
be deposited with the City of Lodi as required.
The undersigned further agrees that In case of default In executing the required contract,
together with the necessary bonds, within 10 working days after receiving the contract for
signature, the proceeds of the deposit accompanying the bid shall become the property of the
City of Lodi, California, and this Bid Proposal and the acceptance thereof may be considered
null and void. However, if the undersigned shall execute the contract and furnish the bonds
required within the time aforesaid, the deposit shall be returned forthwith.
It Is understood that no verbal agreement or conversation with any officer, agent or employee
of the City, either before or after the execution of the Contract, shall affect or modify any of the
terms or obligations of this Bid Proposal.
It is understood that the City will not be responsible for any errors or omissions on the part of
the undersigned In making up the bid, nor will bidders be released on account of errors.
The undersigned declares that the only person or persons interested in this proposal as
principal or principals is or are the undersigned, and that no person other than the undersigned
has any interest in this Bid Proposal or In the contract proposed to be taken; that this proposal
is made without any connection with any other person or persons making a bid or proposal for
the same purpose; that the proposal is in all respects fair and in good faith and without
collusion or fraud; that no City Officer, either elected or appointed, and no City Employee Is,
shall be or become directly or indirectly interested as principal or principals in this Bid Proposal
or in the contract proposed to be made, or In the supplies, work or business to which it relates
or in any portions of the profits thereof.
All representations made herein are true and are made under penalty of perjury.
The undersigned certifies that he/she has read the City's Drug-free Workplace policy and, If
awarded the contract, will comply with this policy.
3-3
DIRECTIONAL DRILLING, EXCAVATION AND CONDUIT SECTION 3, PAGE 4
INSTALLATION SERVICES
- - _ -.---—_-.--- --- — BID PROPOSAL
The following information is furnished relative to each subcontractor who will perform work or
labor or render services to the undersigned in and about the conetruction of the project In an
amount In excess of ane -half of one percent of the total amount of this bid or, on a street,
highway or bridge project, work in excess of one-half of one percent or $10,000, whichever is
greater. The undersigned agrees that any portions of the work In excess of the specifled
amounts shown above and for which no subcontractor is designated herein, will be performed
by the undersigned.
Name i s 6e N9., Addreu DeserlplioD of or
of Subornta-ciq
N/A
3.4
DIRECTIONAL DRILLING, EXCAVATION AND CONDUIT
INSTALLATION SERVICES
SECTION 3, PAGE 6
BID PROPOSAL
(Attach additional sheets if needed.)
The Undersigned Is licensed In accordance with the laws of the State of California:
License No. 485210
License Expiration Date 12-31-2018
Federal Contractor/Employer I.D. No. 33-0831527
Westech Industries, Inc
Bidder
C
Aul or ed Signature
W ne McCurley
Neme
President
Title
Corporation
TYPE OF ORGANIZATION
Individual, Partnership or Corporation
12755 E Stockton Blvd
Address
Galt, CA 95632
Classification C -7,C611056 061/049 A
Dated: April 4th 2018
3-5
(Affix corporate seal if Corporation)
wayne@westech.net
Email Address
( 2D9 744-8488
telephone
RESOLUTION NO. 2023-11
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE
CITY MANAGER TO EXECUTE CHANGE ORDER NO. 2 WITH
WESTECH INDUSTRIES, INC., OF ESCALON, FOR DIRECTIONAL DRILLING,
EXCAVATION AND CONDUIT INSTALLATION SERVICES FOR STATE OF
CALIFORNIA NATURAL GAS POWER PLANT PROJECT
WHEREAS, Lodi Electric Utility (LEU) utilizes the services of Westech Industries, Inc.
(Westech) for directional drilling, excavation and conduit installation services as it relates to
distribution system maintenance and repairs, as well as infrastructure work for new development;
and
WHEREAS, in June 2018, City Council awarded a three-year contract to Westech in the
amount of $700,000 annually; and in May 2021, City Council authorized Change Order No. 1 to
extend the contract with Westech to June 30, 2023 for an additional $2 million, for a total contract
price of $4.1 million; and
WHEREAS, in December 2022, the State of California Department of Water Resources
notified the City of its intention to install a natural gas power plant at 2001 West Turner Road to
achieve the objectives of California Assembly Bill 205, which created a State -led Strategic
Reliability Reserve (SRR) to address electric grid reliability; and
WHEREAS, LEU will build the distribution line that will connect the generator with the
adjacent City -owned McLane Substation, and Westech's services are needed prior to utility crew
installation of the underground cable; and
WHEREAS, the State of California will reimburse all costs associated with building the
distribution line, including costs associated with Westech's services.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby authorize
the City Manager to execute Change Order No. 2 with Westech Industries, Inc., of Escalon,
California, for directional drilling, excavation and conduit installation services for the State of
California Natural Gas Power Plant Project, in an amount not to exceed $1,690,000 through
June 30, 2024, for a total contract price not to exceed $5,790,000.
Dated: January 18, 2023
------------------------------------------------------------------------
I hereby certify that Resolution No. 2023-11 was passed and adopted by the City Council
of the City of Lodi in a regular meeting held January 18, 2023 by the following votes:
AYES:
COUNCIL MEMBERS — Craig, Khan, and Nakanishi
NOES:
COUNCIL MEMBERS — None
ABSENT:
COUNCIL MEMBERS — Bregman and Mayor Hothi
ABSTAIN:
COUNCIL MEMBERS — None
G-U�AaL4d
OLIVIA NASHED
City Clerk
2023-11