HomeMy WebLinkAboutAgenda Report - December 19, 2012 C-15AGENDA ITEM C. 145w
AhCITY OF LODI
COUNCIL COMMUNICATION
AGENDA TITLE: Adopt Resolution Authorizing the City Manager to Extend the Term of the Contract
with SAIC Energy, Environment& Infrastructure, LLC of Hendersonville,
Tennessee for an Electric System Arc Flash Study
MEETING DATE: December 19, 2012
PREPARED BY: Electric Utility Director
RECOMMENDEDACTION: Adopt a resolution authorizing the City Manager to extend the term
of the contractwith SAIC Energy, Environment& Infrastructure, LLC
of Hendersonville, Tennessee for an electric system arc flash study.
BACKGROUND INFORMATION: On October 12,2012 the City Council adopted a resolution
authorizing the City Managerto enter into a Professional Services
Agreement with SAIC Energy, Environment& Infrastructure, LLC for
an electric system arc flash study. This agreement is due to expire on December 31, 2012. This date
was set prior to completion of all legal review and receipt of insurance documents. As a result additional
time is required to complete this work. Therefore, staff recommends extending the contract to March 31,
2013. All other terms and conditions of the agreement will remain the same.
FISCAL IMPACT: Not applicable.
FUNDING: Not applicable.
4izabeth
Electric Utility Director
PREPARED BY: Weldat Haile, Senior Power Engineer
EAKNVH/ist
APPROVED: t
Konradt Bartlam, City Manager
CONTRACTAMENDMENT AGREEMENT
SAIC ENERGY, ENVIRONMENT& INFRASTRUCTURE, LLC
THIS CONTRACT AMENDMENT made and effective this day of , 2012,
by and between the CITY OF LODI, a municipal corporation, hereinafter, called "CITY", and
SAIC ENERGY, ENVIRONMENT& INFRASTRUCTURE, LLC hereinafter called "Contractor."
WITNESSETH:
CONTRACT: Contractor and City, entered into a contract for SAIC ENERGY,
ENVIRONMENT & INFRASTRUCTURE, LLC, on October 12, 2012. Contractor and
City now desire to extend the term of the contract but not the total compensation.
2. TERM AND TERMS: The term of the Amended Contract shall be for the period
commencing on January 1, 2013 and terminating March 31, 2013. All other terms and
conditions will remain as set forth in the Contract for SAIC ENERGY, ENVIRONMENT&
INFRASTRUCTURE, LLC, attached hereto as Exhibit A and made a part hereof as
though fully set forth herein.
3. This Amendment shall not increase the compensation called for in paragraph 3.1
CITY OF LODI, a municipal corporation CONTRACTOR
KONRADT BARTLAM
City Manager
Attest:
RANDI JOHL
City Clerk
Approved as to Form:
D. STEPHEN SCHWABAUER
City Attorney
SAIC ENERGY, ENVIRONMENT&
INFRASTRUCTURE, LLC
By:
Title: VP- /' n 4?A T,Ae-c6l"
7fr'D 1A 1717 rJc�
J:\CA\CITY\Contracts\Consulting or Professional Services\ContractExtensionForm. doe
EXHIBIT A
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
P AND J '
Section 1.1 Parties
THIS AGREEMENT is entered into on 101IZ,, 2012, by and between the CITY
OF IX)I,a municipal corporation (hereinafter "CITY"), and SAIC Energy, Environment&
infrastructure, LLC (hereinafter `CONTRACTOR).
Section 1.2 Purpose
CITY selected the CONTRACTOR to provide the services required in
accordance with attached Scope of Services, Exhibit A, attached and incorporated by
this reference.
CITY wishes to enter into an agreement with CONTRACTOR for an Electric
System Arc Flash Study (hereinafter "Project") as set forth in the Scope of Services
attached here as ExhibitA. CONTRACTOR acknowledges that it is qualified to provide
such services to CITY.
ARTICLE 2
SCOPE CIF SERVICES
Section 2.1 Scooe of Services
CONTRACTOR, for the benefit and at the direction of CITY, shall perform the
Scope of Services as set forth in Exhibit A.
Section 2.2 Time For Commencement and Completion of Work
CONTRACTOR shall commence work pursuant to this Agreement, upon receipt
of a written notice to proceed from CITY or on the date set forth in Section 2.6,
whichever occurs first, and shall perform all services diligently and complete work under
this Agreement based on a mutually agreed upon timeline or as otherwise designated in
the Scope of Services.
CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other
work products as may be designated in the Scope of Services.
CONTRACTOR shall not be responsiblefor delays caused by the failure of CITY
staff to provide required data or review documents within the appropriate time frames.
The review time by CITY and any other agencies involved in the project shall not be
1
counted against CONTRACTOR's contract performance period. Also, any delays due to
weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall
remain in contact with reviewing agencies and make all efforts to review and return all
comments.
Section 2.3 Meetings
CONTRACTOR shall attend meetings as may be set forth in the Scope of
Services.
Section 2A Staffing
CONTRACTOR acknowledges that CITY has relied on CONTRACTOR'S
capabilities and on the qualifications of CONTRACTOR's principals and Staff as
identified in its proposal to CITY. The Scope of Services shall be performed by
CONTRACTOR, unless agreed to otherwise by CITY in writing. CITY shall be notified
by CONTRACTOR of any change of Project Manager and CITY is granted the right of
approval of all original, additional and replacement personnel at CITY's sole discretion
and shall be notified by CONTRACTOR of any changes of CONTRACTORs project Staff
prior to any change.
CONTRACTOR represents it is prepared to and can perform all services within
the Scope of Services {Exhibit A) and is prepared to and can perform all services
specified therein. CONTRACTOR represents that it has, or will have at the time this
Agreement is executed, all licenses, permits, qualifications, insurance and approvals of
whatsoever nature are legally required for CONTRACTOR to practice its profession, and
that CONTRACTOR shall, at its own cost and expense, keep in effect during the life of
this Agreement all such licenses, permits, qualifications, insurance and approvals, and
shall indemnify, defend and hold harmless CITY against any costs associated with such
licenses, permits, qualifications, insurance and approvals which may be imposed against
CITY underthis Agreement.
Section 2.5 Subcontracts
Unless prior written approval of CITY is obtained, CONTRACTOR shall not enter
into any subcontract with any other party for purposes of providing any work or services
covered by this Agreement.
Section 2.6 Term
The term of this Agreement commences on October,, 2012 and terminates
upon the completion of the Scope of Services or on December 31, 2012, whichever
occurs first.
2
ARTICLE 3
MPENSATION
Section 3.1 Compensation
CONTRACTOR's compensation for all work under this Agreement shall conform
to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by
this reference.
CONTRACTOR shall not undertake any work beyond the scope of this
Agreement unless such additional work is approved in advance and in writing by CITY.
Section 3.2 Method of Pavment
CONTRACTOR shall submit invoices for completed work on a monthly basis, or
as otherwise agreed, providing, without limitation, details as to amount of hours,
individual performing said work, hourly rate, and indicating to what aspect of the Scope
of Services said work is attributable. CONTRACTORs compensation for all work under
this Agreement shall not exceed the amount of the Fee Proposal.
Section 3.3 Costs
The Fee Proposal shall include all reimbursable costs required for the
performance of the Scope of Services, Payment of additional reimbursable costs
considered to be over and above those inherent in the original Scope of Services shall
be approved in advanced and in writing, by CITY.
Section 3A Auditing
CITY reservesthe rightto periodically audit all charges made by CONTRACTOR
to CITY for services under this `Agreement. Upon request, CONTRACTOR agrees to
furnish CITY, or a designated representative, with necessary information and assistance
needed to conduct such an audit.
CONTRACTOR agrees that CITY or its delegate will have the right to review,
obtain and copy all records pertaining to performance of this Agreement.
CONTRACTOR agrees to provide CITY or its delegate with any relevant information
requested and shall permit CITY or its delegate access to its premises, upon reasonable
notice, during normal business hours for the purpose of interviewing employees and
inspecting and copying such books, records, accounts, and other material that may be
relevant to a matter under investigation for the purpose of determining compliance with
this requirement. CONTRACTOR further agrees to maintain such records for a period of
three (3) years after final payment under this Agreement.
3
ARTICLE 4
MISCELLANEOUS PROVISIONS
Section 4.1 Nondiscrimination
In performing services under this Agreement, CONTRACTOR shall not
discriminate in the employment of its employees or in the engagement of any sub
CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital
status, national origin, ancestry, age, or any other criteria prohibited by law.
Section 4.2 ADA Comeliance
In performing services under this Agreement, CONTMCTOR shall comply with
the Americans with DisabilitiesAct (ADA) cf 1990, and all amendments thereto, as well
as all applicable regulations and guidelines issued pursuantto the ADA.
Section 4.3 Indemnification and Resaonsibiilty for Damage
CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold
harmless CITY, its elected and appointed officials, directors, officers, employees and
volunteers from and against any claims, damages, losses, and expenses (including
reasonable attorney's fees), arising out of performance cf the services to be performed
under this Agreement, provided that any such claim, damage, loss, or expense is
caused by the negligent acts, errors or omissions of CONTRACTOR, any subcontractor
employed directly by CONTRACTOR, anyone directly or indirectly employed by any of
them, or anyone for whose acts they may be liable, except those injuries or damages
arising out of the active negligence cf the City of Lodi or its officers or agents.
Section 4.4 No Personal Liability
Neither the City Council, nor any other officer or authorized assistant or agent or
City employee shall be personally responsible for any liability arising under this
Agreement.
Section 4.5 Responsibillty of CITY
CITY shall not be held responsible for the care or protection cf any material or
parts of the work described in the Scope of Services prior to final acceptance by CITY,
except as expressly provided herein.
Section 4.6 Insurance Requirements for CONTRACTOR
CONTRACTOR shall take out and maintain during the life of this Agreement,
insurance coverage as set forth in Exhibit C attached hereto and incorporated by this
reference.
4
Section 4.7 Successors and Assigns
CITY and CONTRACTOR each bind themselves, their partners, successors,
assigns, and legal representatives to this Agreement without the written consent of the
others. CONTRACTOR shall not assign or transfer any interest in this Agreement
without the prior written consent of CITY. Consent to any such transfer shall be at the
sole discretion of CITY.
Section 4.8 Notices
Any notice required to be given by the terms of this Agreement shall be in writing
signed by an authorized representative of the sender and shall be deemed to have been
given when the same is personally served or upon receipt by express or overnight
delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class
or certified mail, postage prepaid, addressed to the respective parties as follows:
To CITY: City of Lodi
221 West Pine Street
P.O. Box 3006
Lodi, CA 95241-1910
Attn: Weldat Haile, Sr Power Engineer
To CONTRACTOR: SAIC Energy, Environment& Infrastructure, LLC
131 Saundersville Road, Suite 300
Hendersonville, TN 37075
Attn: Keith Mullen
Section 4.9 Cooperation of CITY
CITY shall cooperate fully and in a timely manner in providing relevant
information it has at its disposal relevant to the Scope cf Services.
Section 4.10 CONTRACTOR is Not an Employee of CITY
CONTRACTOR agrees that in undertaking the duties to be performed under this
Agreement, it shall act as an independent contractorfor and on behalf of CITY and not
an employee of CITY. CITY shall not direct the work and means for accomplishment of
the services and work to be performed hereunder, CITY, however, retains the right to
require that work performed by CONTRACTOR meet specific standards without regard
to the manner and means of accomplishment thereof.
Section 4.11 Termination
CITY may terminate this Agreement, with or without cause, by giving
CONTRACTOR at least ten (10) days written notice. Where phases are anticipated
within the Scope of Sewices, at which an intermediate decision is required concerning
whether to proceed further, CITY may terminate at the conclusion of any such phase.
5
Upon termination, CONTRACTOR shall be entitled to payment as set forth in the
attached Exhibit B to the extent that the work has been performed. Upon termination,
CONTRACTOR shall immediately suspend all work on the Project and deliver any
documents or work in progress to CITY. However, CITY shall assume no liability for
costs, expenses or lost profits resulting from services not completed or for contracts
entered into by CONTRACTOR with third parties in reliance upon this Agreement.
Section 4.12 Confidentiality
CONTRACTOR agrees to maintain confidentiality of all work and work products
produced under this Agreement, except to the extent otherwise required by law or
permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents
owned by CONTRACTOR and clearly marked by CONTRACTOR as "Confidential" or
"Proprietary", except to the extent otherwise required by law or permitted in writing by
CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California
Public RecordsAct.
Section 4.13 Applicable Law, Jurisdiction. Severability. and Attorney's Fees
This Agreement shall be governed by the laws of the State of California.
Jurisdiction of litigation arising from this Agreement shall be venued with the San
Joaquin County Superior Court. If any part of this Agreement is found to conflict with
applicable laws, such part shall be inoperative, null, and void insofar as it is in conflict
with said laws, but the remainder of this Agreement shall be in force and effect. In the
event any dispute between the parties arises under or regarding this Agreement, the
prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's
fees from the party who does not prevail as determined by the San Joaquin County
Superior Court.
Section 4.14 City Business License Reauirement
CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020
requires CONTRACTOR to have a city business license and CONTRACTOR agrees to
secure such license and pay the appropriate fees prior to performing any work
hereunder.
Section 4.15 Captions
The captions of the sections and subsections of this Agreement are for
convenience only and shall not be deemed to be relevant in resolving any question or
interpretation or intent hereunder.
6
Section 4.16 integration and Modification
This Agreement represents the entire understanding of CITY and
CONTRACTOR as to those matters contained herein. No prior oral or written
understanding shall be of any force or effect with respect to those matters covered
hereunder. This Agreement may not be modified or altered except in writing, signed by
both parties,
Section 4.17 Contract Terms Prevail
All exhibits and this Agreement are intended to be construed as a single
document. Should any inconsistency occur between the specific terms of this
Agreement and the attached exhibits, the terms of this Agreement shall prevail.
Section 4.18 Severability
The invalidity in whole or in part of any provision of this Agreement shall not void
or affectthe validity of any other provision of this Agreement.
Section 4.19 Ownership of Documents
All documents, photographs, reports, analyses, audits, computer media, or other
material documents or data, and working papers, whether or not in final form, which
have been obtained or prepared under this Agreement, shall be deemed the property of
CITY. Upon CITY's request, CONTRACTOR shall allow CITY to inspect all such
documents during CONTRACTORs regular business hours. Upon termination or
completion of services under this Agreement, all information collected, work product and
documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days.
CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any
liability resulting from CITY's use of such documents for any purpose other than the
purpose for which they were intended.
Section 4.20 Authority
The undersigned hereby represent and warrant that they are authorized by the
partiesto execute this Agreement.
S �i 4.21 r TransitFundina Conditions
❑ Ifthe box at left is checked, the Federal Transit Funding conditions attached as
Exhibit apply to this contract. In the event of a conflict between the terms of this
contract or any of its other exhibits, and the Federal Transit Funding Conditions, the
Federal Transit Funding Conditionswill control.
7
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Agreement as of the date first above written,
ATTEST:
RANDIJOHL
City Clerk
APPROVED AS TO FORM:
D. STEPHEN SCHWABAUER, City Attorney
JANIC E D. MAGDICH, De u ity Attorney
BE
Attachments:
ExhibitA - Scope of Services
Exhibit - Fee Proposal
Exhibit -insurance Requirements
Funding Source:160612.7323
(Business Unit & Account No.)
Doc M:
CA.,rev.01.2012
8
CITY CE' LODI, a municipal corporation
a
KON00-T BARTLAM. Chy Manager
CONTRACTOR: SAIC Energy/ EnVj'a,71vti a 17
V,' a!14'�ihli=Zzmmd4�
Title: VP - Managing DirectorT&D Planning
EXHIBITA
To Agreement between SAIC Energy, Environment & Infrastructure, LLC
and City of Lodi, CA
Scope of Services and Schedule for
Electric System Arc Flash Study
Introduction
The 2012 NESC 410.A.3 rule states, "the employer shall ensure that an assessment isperformedto
determine potential exposure to an electric arcfor employees who work on or near energized
lines, parts or equipment" Based on this requirement, the City of Lodi (Client or Lodi) desires
the development of an Electric System Arc Flash Study.
The Client serves approximately 28,910 electric customers located in Lodi, California, and
provides service through a 60/34.6 -kV sub -transmission system and 29 distribution feeders
operated at 12.0/6.9 kV. Consultant will provide an analysis of the Lodi electric system based on
the following:
■ IEEE Standard 1584
■ Current engineering models of the existing system
■ Arc Flash module in Milsoft's WindM IO
■ ArcPro software from Kinectrios, Inc.
a Source impedances for the substations'60134.6 kV and 12,0/6.9 kV buses
■ Existing overcurrent protection scheme, devices, and settings
Scope of Services
Task 1: Data Collection
The following data is required from Client for the development of the Electric System Arc Flash
Study (electronic copies may be submitted, where appropriate):
a Up-to-date system models (WindMil) including:
■ The allocation of the most recent system peak loans
■ Substationsource impedances
■ Recioser types, sizes, existing settings, and locations
■ Fuse types, sizes, and locations
■ Capacitor bank and regulator sizes and ,locations
■ Primary wire sizes and lengths
■ Standard distribution transformer sizes and manufacturer's specifications
■ Standard distributions wisformer fuse sizes
0010090010D1 ARC FLASH_SAIC_EXHIBIT A,DOCX August 14, 2012 Rage 1
EXHIBITA
To Agreement between SAIC Energy, Environment & Infrastructure, LLC
and City of Lodi, CA
Scope of Services and Schedule for
Electric System Arc Flash Study
Task 2: Model Device Database Development
Consultant will review the existing WindMil engineering models of the Lodi electric system, and
perform the following in preparation for the development of the Electric System Are Flash Study.
A total of 16 man-hours has been allocated to this task and includes the following:
■ Update equipment definitions based on manufacturer's specifications and settings provided by
Client for the following:
■ Substation relays/breakers
■ Line reclosers and fuses
a Regulators and capacitors
• Verifythe LightTable device database for protective devices in the WindMiND engineeringmodels of
the Lodi electric system
a Collaborate with Client to resolve warnings and errors identified in the existing WindMil
engineering models of the Lodi electric system
Task 3: Kick-off Meeting
Consultant will meet at the Client's office to:
■ Collect the remaining information requested
■ Review and approve the existing WindMil engineeringmodels of the Lodi electric system
• Discuss the following with the Client management and engineering staff
• Utility requirements and project scope
■ Arc Flash analysis methodology
■ Existing overcurrentprotection philosophy and its potential impact on arc energy
■ Potential impact of the analysis results on system operations
■ Project schedule and responsibilities
■ Submit a summary of information collected and discussed at the initial meeting to Client for review
and approval
Task4: Arc Flash Analysis
Consultant will utilize the WindMil models of the Lodi electric system to perform the following
twm:
■ Determinethe range of arc energy available based on the following:
■ Calculated range of maximum fault currents available on the 64/34.6 -kV and 12.4/6.9 -kV buses
and switchgear at the existing substations serving the Lodi electric system
■ calculated range of maximum fault currents available on the distribution system, based on the
WindMil model
• Existing overcurrent protection scheme, device locations and settings
ARC PLASH-SAIC_EXHINTAAOCX August74,2012 Page
EXHIBITA
To Agreement between SAIC Energy, Environment& Infrastructure, LLC
and City of Lodi, CA
Scope of Services and Schedule for
Electric System Arc Flash Study
■ Arc Flash module in WindMil
■ ArcPro software from Kinectrics, Inc.
■ Use Table 410-1 in the 2012 NESC to determine the arc energy for the secondary system
components included in the system model.
o Summarizethe calculated results in CaUcm2
■ Provide a summary of the calculations to Client for review and approval
Task 5: Draft Report Preparation
Consultantwill:
■ Prepare a draft report describing the assumptions, analysis, and recommendations of the Electric
SystemArc Flash Study
■ System map illustrating the calculated arc energy
■ Submit the draft report to Client for review and approval
Task 6: Draft Review Meeting
Consultantwill meet with Client management and engineering staff on-site for a one day meeting
to review the existing draft report and discuss the following:
■ Analysis methodology and assumptions
■ Analysis results
■ Recommended modifications to the draft report of the Electric SystemArc Flash Study as necessary
to create the final document
Task 7: Final Document and Delivery
Consultantwill:
a Mxhfythe draft report of the :Electric System Arc Flash Study to create the final document for
delivery to Client for the internal use, as necessary
■ Finalize the system map illustrating the calculated arc energy
■ Deliverthree copies in a three-ring binder of the final document and system map to Client, including
electronic files of spreadsheets, documents and engineering models from the study on a CD
Task 8: Presentation
Consultantwill:
■ Deliver a presentation of the analysis methodology, assumptions, and results for the Electric System
Arc Flash Study to the Client engineering, operations, and management staff
ARC FLASH—SAIC—EXHIBIT A,DOCX August 14,2012 PaW3
EXHIBITA
To Agreement between SAIC Energy, Environment& Infrastructure, LLC
and City of Lodi, CA
Scope of Services and Schedule for
Electric System Arc Flash Study
Schedule
As mutually agreed
Additional Services
The following additional services can be provided subjectto establishmentof a mutually agreeable
adjustmentto the Scope of Services, schedule, and fee.
■ Meeting(s) at Lodi's office in addition to the Kick-off Meeting included in Task 3, the Draft Review
Meeting in Task 6, and the Presentation in Task 8
Additional analysis to evaluate alternate system configurations and device settings
001809001LODI ARC FLASH_SAIC_EXHISIT A.DOCX August 14, 2012 PaW
EXHIBIT13
To Agreement between SAIC Energy, Environment & Infrastructure, LLC
and City of Lodi, CA
Fee Proposal for
Electric System Arc Flash Study
Fee for Services:
The fee for the services under #is Agreement will be based on the actual hours of services
furnished multiplied by Consultant's Billing Rates as of the date of its monthly invoice plus all
reasonable expenses directly related to the services furnished under this Agreement.
The fee for the services under this Agreementwill not exceed a maximum of Forty -Five Thousand,
Seven Hundred Dollars ($45,700), on the basis of the Scope of Services outlined in this Agreement
and the anticipated level of effort, without obtaining the prior written authorization of Client. The
Parties acknowledge that the authorization ceiling (not -to -exceed) is not meant to constitute a
fixed fee or a limitation under which the Consultantprovides services that are not included in the
agreed upon Scope of Services. Notwithstanding anything to the contrary herein, the Consultant
will not be required to furnish services or incur expenses for work not included in the Scope of
Services without written authorization (including email) from the Client committing to additional
funding.
Payment:
Client shall pay Consultant for services furnished under this Agreement upon submission of
monthly invoices in an amount equal to actual hours of services furnished multiplied by
Consultant's current billing rates. Additionally, Client shall reimburse Consultant monthly for
reasonable expenses at cost.
001B0800/LODJ ARC FLASH—SAIC_EXHIBIT B.DOCX August 14, 2012 Page 1
EXHIBITC
Insurance Reauirements for Contractor The Contractorshall takeout and maintain during the life of this contract,
insurance coverage as listed below. These insurance policies shall protect the Contractor and any subcontractor
performingwork covered by this contract from claims for damages for personal injury, including accidental death, as
well as from claims for property damages, which may arise from Contractor's operations underthis contract, whether
such operations be by Contractor or by any subcontractor or by anyone directly or indirectly employed by either of
them, and the amount of such insurance shall be as follows:
1. COMPREHENSIVE GENERAL LIABILITY 2. COMPREHENSIVE AUTOMOBILE LIABILITY
$2,000,000 Ea. Occurrence $2,000,000 - Ea. Occurrence
$4,000,00OAggregate
NOTE: Contractor agrees and stipulates that any insurance coverage providedto the City of Lodi shall provide for a
claims period following termination of coveragewhich is at least consistent with the claims period or statutes of
limitationsfound in the California Tort Claims Act (California Government Code Section 810 et seq.).
NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b)above: 221 West Pine
Street, Lodi, California, 95241-1910; (2) The insurance certificate must state, on its face or as an endorsement, a
description of the omiect that it is insuring.
A copy cf the certificate of insurancewith the following endorsements, which may be blanket endorsements, shall be
furnished to the City:
(a) Additional Insured Endorsement
Such insurance as is afforded by this policy shall also apply to the City of Lodi, its elected and appointed
Boards, Commissions, Officers, Agents, Employees, and Volunteers as additional insureds.
(!'his endorsement shall be on a form furnished to the City and shall be includedwith Contractor's policies.)
(b) Primary Insurance Endorsement
Such insurance as is afforded by the endorsement for the Additional Insureds shall apply as primary insurance.
Any other insurance maintained by the City of Lodi or k officers and employees shall be excess only and not
contributing with the insurance afforded bythis endorsement.
(c) Completed Ooerations Endorsement
A certificate of insurancewith a Completed Operations Endorsement, CG 20 37 07 04, will be provided to the
City of Lodi during construction and for three years after acceptance.
(d) Severabllity of interest Clause
The term "insured is used severally and not collectively, but the inclusion herein of more than one insured shall
not operate to increase the limit of the company's liability.
(e) Notice of Cancellation or Chanae in Coverage Endorsement
This policy may not be canceled nor the coverage reduced by the company without 30 days' priorwritten notice
of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 W. Pine St., Lodi, CA
95240.
Compensation Insurance The Contractor shall take out and maintain during the life of this contract, Worker's
Compensation Insurance for all of Contractor's employees employed at the site of the project and, if any work is
sublet, Contractorshalt require the subcontractor similarly to provide Worker's Compensation Insuranceforat of the
latter's employees unless such employees are covered by the protection afforded by the Contractor. In case any
class of employees engaged in hazardouswork underthis contract at the site of the project is not protected underthe
Worker's Compensation Statute, the Contractor shall provide and shall cause each subcontractor to provide
insurance for the protection of said employees. A waiver of subrogation is required for workers compensation
insurance. This policy may not be canceled nor the coverage reduced by the company without 30 days' priorwritten
notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 W. Pine St,, Lodi, CA
95240.
NOTE: No contract agreement will be signed nor will any work begin on a project until the proper insurance certificate
is received by the City.
, Otto® CERTIFICATE OF LIABILITY INSURANCE
°OA81114lP0L'"12°VYYY"
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THiS
CERTIFICATE DOES NOT AFFIRMATNUY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the pol)cy(les) must be endorsed. If SUBROGATION iS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsem s .
PRODUCER
Marsh Risk & insurance SwAm
Attn: Barbara Uewe9Ft (213.346 5102) �+0
CaBfo�ance a InsurUmm 0437153 R� 0 ��
.y d�
Los Angeles, CA 90017 �16�1 R`�r* c�
075988SAIC ALL•2012 R. .BE
GT
HAM ,
PHONE FAX Nol:
L
INSAFFORDING COVERAGE NAtC#
6JRER A ; Noonal Union Fire ins Co, of PSlsbuph PA 19445
IN8URE0�%.
SAIC Energy, Environmerd and
WIrasWdure, LLC • a wholly awned subsidiary
RER 8 : NOW HampSh(ra irssxarkoa Company 23841
SURER C: insurance Company Of The State Of PA 19429
INSURER D : WA NIA
Sdew Apokati ns Intematimai CoMora(lon `
One Benham Piave
Oklahoma City, OK 73114 (3y
INSURER E: NIA NIA
INSURER F:
GEN'L AGGREGATE LIMIT APPLIES PER:
X POLICY 7 MO 7 LOC
COVERAGES CER11FICATE NUMBER: LO$-MI401811.11 REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAiD CLAIMS.
LTR
TYPE OF INSURANCE
POLICY NUMBER
PCY EFF
POLICY EXP
LIMITS
A
GENERAL LIABILITY
X COMMERCIAL GENERAL LIABILITY
CLAIM34AADE a OCCUR
I
GL 4406364
f
04101/2012
04101/2013
EACH OCCURRENCEs 1,0D0.000DAMAGE
TO RENT
PREMISF� Ee �__
MED EXP am n 8 10,ODD
PERSONAL&ADV INJURY $ 1,000,000
GENERAL AGGREGATE $ Z000,01)O
GEN'L AGGREGATE LIMIT APPLIES PER:
X POLICY 7 MO 7 LOC
PRODUCTS-COMPIOP AGO S 1.0001000
S
A
A
AALL
AUTOMOBILE LIAIRLITY
X ANY AUTO
OWNED SCHEDULED
NON-0WNED
X HIREOAUTOS X AUTOS
CA 4982717 (AOS)
CA 4982719 (MA)
CA 4982718 (VA)
04/01/2012
04/01/2812
04101/2012
04101/2013
04101/2013
04101/2013
MSN SINGLE LIM 1,000,000
BODILY INJURY (Per person) $
BODILY INJURY (Per aodderd) 6
PRS P dent $
i
A
X
UMBRELLA UAB
EXCESS LIAR
IX
IOCCUR
CIAiMB-MADE
13273113
04/01/1012
104/01/2013
EACH OCCURRENCE s 10,000.000
AGGREGATE S 10,000,000
DED ION
S
B
C
B
WORKERS COMPENSATION
AND EMPLOYERS' LL48IUTY
ANY PROPRIETOR(PARTNERIEXECUTIVE Y t N
OFFICERMEMBER EXCLUDED? Q
(MmmatoryinNH)
Ifde 11101
DESCRIPTION OF OPERATIONS below
N i A
WC 0 lB (AOS)
WC 033464519 (CA)
WC 033464521(Wi, MA, W>7
34
WC 036452DFt ( )
04/01/2012
04109/2012
0410111012
0410112012
0410112013XM
04101/2013
04(01/2013
004101/20133,000,800
STATU 0TH•
3,00D,01)(11C
E,L. EACH ACCIDENT $
E.L. DISEASE -EA EMPLOYE i 3,000,000
E.L. DISEASE - POLICY LIMIT S
ESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ABaoh ACORD tat, AddMonal Remarks Scha Ws, if more space Is requtnd)
E: EWO* System Am Flash Study,
ie Certifate Holder Is additional inslrred as to respects to the GL and AL polies relerwtoed aWye, but only with respect to the services by named Insured Lvider oast W by the oalOwle holder. A Waiverof
brogatbn Is provided in (am of Ste addWai insureds, SAII Insurance is primary and non-contributory to any other insurance that may be available io the addidwal insured where mow by corttroa
CRY ofLodi
Electric Utility Deparbnent
221 West Pine Sheat
P.O. am=
Lodi, CA 45241-1910
SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE
THE EXP)FATICN DATE THBRflOF, NOTICE WILL BE DELIVERED ]N
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
of Marsh Risks Insurance Services
James L. Vogel
E5. 1 m
AGENCY CUSTOMER D.-075908
LOC #: Los Angeles
ADDITIONAL REMARKS SCHEDULE
Page 2 Of 2
AGEWY
NAMED rNBURED
Marsh r4sk & btsuranoa Setvlms
aNC Energy, 9wirmenl and
ldasW*n, LLC -awt *umedsuhsidiwof
6ftwe "tam m Interadm l CDrp don
POLICY NUMBER
Otai Benue Place
Oldwoma Cdy.OK 73114
CARWER
NAiC CODE
EPAECTfVE DATE:
ADDITIONAL REMARKS
'HIS ADDITIONAL REMARKS FORM SA SCHEDULETO ACORD FORM,
'ORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance
Cm%6 is provided by the Washington State Depaibrent ofLabor & Indusbies program 8W Gap Enn0Dyars LiabEty ir=wa for th stele of Wastdngbn is provided under Mom referenced workers
moi•
ACORD 101 {2008101) 0 2008 ACORD CORPORATION. Al I rights rosarved.
The ACORD name and logo are roglstarod marks of ACORD
ENDORSEMENT
This endorsement, effective 12:01 A.M. 04/01/2012 forms a part of
Policy No. GL 440-63-64 Issued to SAIC, INC.
by NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA
ADDITIONAL INSURED - PRIMARY INSURANCE
This endorsement modes insurance provided under the following:
COMMERCIAL LIABILITY COVERAGE FORM
Section IV. Commercial General Liability Conditions, paragraph 4., Other Insurance, subparagraph a. Primary
Insurance, is amended by the addition of the following:
However, coverage under this policy afforded to en additional Insured will apply as primary insurance where
required by contract, and any other insurance issued to such additional insured shall apply as excess and
noncontributory insurance.
Authorized a
74434 (10/99)
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ENDORSEMENT
This endorsement, effective 12:01 AM. 04/01/2012 forms a part of
Policy No. GL 440-63-64 issued to SAIC, INC.
by NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURG, PA
ADDITIONAL INSURED - WHERE REQUIRED UNDER CONTRACT OR AGREEMENT
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE FORM
SECTION If -WHO IS AN INSURED, is amended to include as an additional insured:
Any person or organization to whom you become obligated to include as an
additional insured under this policy, as a result of any contract or agreement
you enter into which requires you to furnish insurance to that person or
organization of the type provided by this policy, but only with respect to liability
arising out of your operations or premises owned by or rented to you.
However, the insurance provided will not exceed the lesser of:
The coverage and/or limits of this policy, or
a The coverage and/or limits required by said contract or agreement.
AUTHORIZED REPRESENTATIVE
61712 (12/06)
RESOLUTION NO. 2012-157
A RESOLUTION OF THE LODI CITY COUNCIL
AUTHORIZING THE CITY MANAGERTO ENTER INTO A
PROFESSIONAL SERVICES AGREEMENT WITH SAIC
ENERGY, ENVIRONMENT& INFRASTRUCTURE, LLC,
OF HENDERSONVILLE, TENNESSEE
WHEREAS, the Occupational Safety and Health Administration (OSHA) requires
employers to assess the workplace to determine if hazards are present, or likely to be
present, and have each employee use appropriate personal protection equipment; and
WHEREAS, regulations require employers to perform a flash hazard analysis on
electrical power systems to determine the level of hazard and the appropriate personal
protective equipment to avoid potential electrical arc -flash injuries such as shock, bums,
hearing loss, arc blast, shrapnel, lung damage, or even death; and
WHEREAS, the Electric Utility Department's (EUD) existing arc flash study is
outdated. In November 2004, an initial arc flash study was conducted only for
substations; since then, significant changes to the City's electric distribution system have
been made, including load growth, distribution upgrades, and reconstruction of Killelea
Substation, all of which limit the applicability of that study; and
WHEREAS, to remain in compliance with OSHA safety requirements, EUD staff
recommends updating the arc flash study for the electric distribution system to comply
with industry standards; and
WHEREAS, SAIC (previously R.W. Beck Inc.) has been identified as the
company best -suited to perform this work because it recently created a model of the
EUD's electric distribution system for powerflow studies; that model will be used in the
arc flash study; SAIC's familiarity with Lodi's electric system means a lower-cost study
with a faster turnaround time, mgking it the preferred contractor; and
WHEREAS, the use of appropriate personal protective equipment will most
importantly provide a safe wak environment and will also mitigate excessive liability
expenses; and
WHEREAS, funding for this work is included in Fiscal Year 2012/13 Budget
Account No. 160612.7323.
NOW, THEREFORE, BE IT RESOLVEDthat the Lodi City Council does hereby
authorize the City Manager to enter into a professional services agreement with SAIC
Energy, Environment, & Infrastructure, LLC, of Hendersonville, Tennessee, to perform
an electric system arc flash study for the entire electric distribution system of the City of
Lodi at a cost not to exceed $45,700.
Dated: October 3, 2012
I hereby certify that Resolution No. 2012-157 was passed and adopted by the
City Council of the City of Lodi in a regular meeting held October 3, 2012, by the
following vote:
AYES: COUNCIL MEMBERS— Hansen, Johnson, Katzakian, Nakanishi,
and Mayor Mounce
NOES: COUNCIL MEMBERS— None
ABSENT: COUNCIL MEMBERS— None
ABSTAIN: COUNCIL MEMBERS— None
2012-157
RESOLUTION NO. 2012-205
A RESOLUTION OF THE LODI CITY COUNCIL
AUTHORIZING THE CITY MANAGERTO EXTEND THE
TERM OF THE CONTRACTWITH SAIC ENERGY,
ENVIRONMENT& INFRASTRUCTURE, LLC, OF
HENDERSONVILLE, TENNESSEE, FORAN ELECTRIC
SYSTEM ARC FLASH STUDY
WHEREAS, on October 12, 2012, the City Council adopted Resolution
No. 2012-157 authorizing the City Manager to enter into a Professional Services
Agreement with SAIC Energy, Environment & Infrastructure, LLC for an electric system
arc flash study; and
WHEREAS, this agreement is due to expire on December 31,2012; and
WHEREAS, this date was set priorto completion of all legal review and receipt of
insurance documents, as a result additional time is required to complete this work; and
WHEREAS, staff recommends extending the contract to March 31, 2013; and
WHEREAS, all other terms and conditions of the agreement will remain the
same.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to extend the term of the contract with SAIC Energy,
Environment & Infrastructure, LLC for an electric system arc flash study, with all other
terms and conditions of the agreementto remain the same.
Dated: December 19, 2012
-------------------------------------------------------------------
-------------------------------------------------------------------
hereby certify that Resolution No. 2012-205 was passed and adopted by the
City Council of the City of Lodi in a regular meeting held December 19, 2012, by the
following vote:
AYES: COUNCIL MEMBERS — Hansen, Johnson, Katzakian, Mounce,
and Mayor Nakanishi
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS— None
ABSTAIN: COUNCIL MEMBERS — None
RA JOHL
City Clerk
2012-205