HomeMy WebLinkAboutAgenda Report - March 19, 2014 C-10AGENDA ITEM CAD
ALL CITY OF LODI
%V COUNCIL COMMUNICATION
TM
AGENDA TITLE: Adopt Resolutions Authorizing the City Manager to Execute Professional Services
Agreements for Electric Utility Compliance Support with URS Corporation
Americas of Sacramento ($51,000) and Duncan, Weinberg, Genzer & Pembroke,
P.C. of Washington, D.C. ($47,500)
MEETING DATE:
PREPARED BY:
March 19, 2014
Electric Utility Director
RECOMMENDED ACTION: Adopt resolutions authorizing the City Manager to execute
professional services agreements for electric utility compliance
support with URS Corporation Americas of Sacramento in an
amount not to exceed $51,000 and Duncan, Weinberg, Genzer & Pembroke, P.C. of Washington, D.C. in
an amount not to exceed $47,500.
BACKGROUND INFORMATION: At a City Council Shirtsleeve Session held on June 4, 2013 the
Electric Utility (EU) staff provided the council with a status report on
the 230 kV lnterconnection Project. At that time staff's next steps for
the project included the need for various Professional Services Agreements (PSA) as the project moved
forward.
The two PSAs included in this communication will provide EU staff and the project team with engineering
and legal services regarding reliability compliance issues related to the project. These issues are part of
the risk mitigation efforts associated with the project to ensure that the projected cost savings for the
project associated with paying the $2 million low voltage transmission charges are not offset by
corresponding regulatory costs of being designated a transmission ownerloperator.
The Risk Oversight Committee received a report on this agenda item on March 12, 2014 and
recommended City Council approval of two PSAs as follows:
1. URS Corporation Americas for engineering studies in an amount not to exceed $51,000.
2. Duncan, Weinberg, Genzer & Pembroke, P.C. for specialized EU compliance legal representation
in an amount not to exceed $47,500.
FISCAL IMPACT: No additional funding is required.
FUNDING AVAILABLE: Included in FY2013114 Budget Account No. 161076.
c4q'�A,
Jordan Ayers
Deputy City Manager/interna Service Director
APPROVED: - V
phchwabau , terim City Manager
Adopt Resolutions Authorizing the City Manager to Execute Professional Services Agreements for Electric Utility Compliance
Support with URS Corporation Americas of Sacramento ($51,000) and Duncan, Weinberg, Genzer & Pembroke, P.C. of
Washington, D.C. ($47,500)
March 19, 2014
Page 2 of 2
Edizakl6tfi A. Irkley
Electric Utility Director
EAKAst
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on 2014, by and between the CITY
OF LODI, a municipal corporation (hereinafter "CITY"), and URS Corporation Americas
(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 Conceptual
Design Services - 230kV Interconnection Project (hereinafter "Project") as set forth in the
Scope of Services attached here as Exhibit A. CONTRACTOR acknowledges that it is
qualified to provide such services to CITY.
ARTICLE 2
SCOPE OF SERVICES
Section 2.1 Scope 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 responsible for 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 2.4 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 CONTRACTOR's 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 under this 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 April 7, 2014 and terminates upon
the completion of the Scope of Services or on April 7 , 2015, whichever occurs first.
K
ARTICLE 3
COMPENSATION
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 Payment
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. CONTRACTOR's 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 3.4 Auditing
CITY reserves the right to 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 Compliance
In performing services under this Agreement, CONTRACTOR shall comply with
the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well
as all applicable regulations and guidelines issued pursuant to the ADA.
Section 4.3 Indemnification and Responsibility 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 of 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 of 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 Responsibility of CITY
CITY shall not be held responsible for the care or protection of 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: Jay Marchesseault, Engineering & Operations Mgr.
To CONTRACTOR: URS Corporation Americas
2870 Gateway Oaks Drive, Ste. 150
Sacramento, CA 95833
Dennis A. Dudzik, PE, Project Manager
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 of 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 contractor for 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 Services, 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 Records Act.
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 Requirement
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 affect the 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 CONTRACTOR's 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
parties to execute this Agreement.
Section 4.21 Federal Transit Funding Conditions
❑ If the box at left is checked, the Federal Transit Funding conditions attached as
Exhibit D apply to this Agreement. In the event of a conflict between the terms of this
Agreement or any of its other exhibits, and the Federal Transit Funding Conditions, the
Federal Transit Funding Conditions will control.
7
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Agreement as of the date first above written.
ATTEST:
RANDI JOHL-OLSON
City Clerk
APPROVED AS TO FORM:
JANICE D. MAGDICH, Interim City Attorney
By:
CITY OF LODI, a municipal corporation
D. STEPHEN SCHWABAUER
Interim City Manager
URS Corporation Americas
By:
Name: Dennis Bane, PE
Title: Vice President
Attachments:
Exhibit A — Scope of Services
Exhibit B — Fee Proposal
Exhibit C — Insurance Requirements
Exhibit D — Federal Transit Funding Conditions (if applicable)
Funding Source: 161076.1820
(Business Unit & Account No.)
Doc ID:
CA:rev.02.2014
a
EXHIBIT A
January 9, 2014
Jules Marchesseault
Engineering & Operations Manager
City of Lodi, Electrical Utility Department
1331 S. Ham Lane
Lodi, CA 95242
Reference: Price Proposal for the 230kV Interconnection Project
Dear Mr. Marchesseault,
URS Corporation dba URS Corporation Americas (URS) is pleased to submit this price proposal for Conceptual Design
Services in support of the 230kV Interconnection Project.
To provide the maximum benefit to City of Lodi (LEU) from the URS Team's recent experience with substations in
northern California, URS is bringing LEU the same team of key URS and EETS technical experts who has served SMUD
over a decade of development of the Russell Substation, which now interconnects the 230 MW Solano Wind Project with
the PG&E's 230kV System. URS Team qualifications are provided in the accompanying Statement of Qualifications
(SOQ). This same Team will be available to serve LEU with continuity of owner's engineering services (up to 30% design
and bid specification development) going forward, should LEU decide to continue with the project. It is understood that
that the detailed engineering (100% design), procurement, and construction of the Lockeford-Lodi 230kV
Interconnection Project, and subject to future solicitation/ selection.
URS will take the following technical approach to each of the LEU work plan elements (re -stated in italics) to serve as the
Conceptual Design Engineer to help advance the project development. The estimate of the hours and resources required
are provided in the attached URS Price Proposal Spreadsheet.
L Review the conceptual design as it stands to date and provide an engineering second opinion as to
feasibility, expected cost and savings, and an assessment of significant risks and possible risk mitigations.
The URS Team leads; Mr. Dennis Dudzik, PE (Program Manager) and Mr. Michael Bregar, PE (Principal Electrical
Engineer) will participate in a kick-off meeting and coordinate closely with the Electric Department of the LEU in
reviewing the initial conceptual design. Mr. Dudzik will lead the Conceptual Design Engineer's team in reviewing all
elements of the design concept for feasibility, constructability, and reliability with the proposed service arrangement from
a new PG&E 230kV switchyard. Because we are committed to quality and service, Mr. Shabad Khalsa (Consulting
Engineer) will also participate in the kick-off meeting, to be certain that the LEU work elements are understood and the
LEU Project Manager's expectations are exceeded throughout performance of all Conceptual Design Services. In this
Task, risk issues along with potential mitigation will be evaluated for both technical aspects of the project, and the
construction timeline and construction interface with PG&E switchyard construction, as well as issues relating to the
cutover and sequencing of the work.
From the December 16th email from Jules Marchesseault, we understand LEU would like all components necessary to
make this project functional included in this study, with the assumption that the 230 kV transmission line will be a
separate project. The assessment will consider the PG&E switching station, the CAISO metering equipment, the
230/60kV substation equipment, and the tie to the existing 60 kV distribution equipment (Industrial Sub). The
assessment will differentiate between PG&E responsibility and LEU responsibility. The CAISO metering equipment and
downstream equipment will be the responsibility of LEU, and the upstream equipment will be the responsibility of
PG&E.
URS Corporation Americas
2870 Gateway Oaks Drive, Suite 150
Sacramento, CA 95833
Tel: 916.679.2000
Fax: 916.679.2900
\\SACDATA01\Dixipli,,6\Marketing\PROPOSAL\City-Town\Lodi\2014\L.&.ford 230kV\1_P.p-.1\Price.d«z
2. Provide LEU with project control drawings suitable forpublicpresentation including GeneralArrangement
on a site plan, maps representingLockeford-Lodi Area 230kVDevelopmentProject, and otherhigh level
drawings and documents as needed to describe the project and the workrequired at this stage of
development.
The URS Team will consult with LEU personnel in the development of the necessary high-level drawings and
documents, suitable for public presentation, depicting the features, arrangement, and work required in the project
development. The URS team has assisted other municipal utilities with technical evaluations and subsequent public
presentation materials. For the SMUD Solano Wind Project, this URS team developed the Environmental Impact
Reports and then assisted with presentation of the documents during several public meetings. We understand that public
agencies must convey appropriate technical and cost information to the public while avoiding too much detail or
confusing technical language.
3. Provide LEU with a high level schedule showing significant design, procurement, and construction
activities. Schedule should also show Lodi City Council approval milestones and planned energization dates.
• Meet with PG&E and establish coordination efforts with respect to their project schedule, their use of LEU and for
their switching station and contracting requirements
The URS Team will work with LEU personnel and establish coordination with PG&E on 230kV switching station
construction to develop an overall high level procurement and construction schedule (in MS Project) for the project with
identification of critical path items including Lodi City Council approval milestones. URS will include a brief review of
procurement and construction activities and scheduling by a member of our Sacramento office construction management
team. The schedule will incorporate allowance for float for overlap of critical path items with early and late start dates.
The schedule will also include allowance for implementing a staged cutover of facilities and necessary LEU and PG&E
testing and startup timeline based on discussions with both utilities.
4. Provide LEU with an estimate ofproject costs plus an appropriate contingency amount for the level of
design and Anown business conditions.
The URS Team will develop an estimate of project costs at the level of design and known business conditions, with
contingency based on anticipated risks, necessary modifications for final design, and allowance for unknowns.
5. Conduct technical studies and load flows in coordination with LEU and Duncan, Weinberg, Genzer and
Pembroke, P. C. (Outside Legal Counsel) to determine as conclusively as possible whether the proposed
project will meet FERC's "Seven Factor Test" for electric distribution facilities.
The URS Team will develop the necessary load flow, short circuit, and other technical studies to validate the design
concept and show compliance with FERC's seven factor test. Technical studies will be conducted in close coordination
with LEU and LEU outside legal counsel. The full conceptual design report will be prepared, compiling all features of the
conceptual design work with conclusions, findings, and summary. All work will be independently reviewed for technical
quality by Mr. Khalsa, before submittal to LEU. Along with the report submission, Mr. Dudzik and Mr. Bregar will meet
with LEU and review all aspects of the report. Following LEU review and comment, the URS Team will incorporate all
comments and modifications and issue the final conceptual design report document to LEU.
URS Corporation Americas
Dennis A. Dudzik, PE
Project Manager
\\SACDATA01\Dixiplineb\Marketing\PROPOSAL\City-Town\Lodi\2014\Lodceford 230kV\1_Propo I\Prlm.do
Dennis Bane, PE
Vice President
URS COST ESTIMATE
Project Naine:
Contract:
230kV Interconnection Project
The City of Lodi Electric Utility Department
EXHIBIT B
Date: 2/28/14
Task 1
Task 2
Task 3
Task 4
Task 5
Kickoff Meeting &
LABOR
TOTAL
Review Conceptual
Drawings, Site Plan &
Conduct Technical
Desi n
Mas
Hi h Level IS
Cost Estimating
Studies & Load Flows
Labor
PERSONNEL SERVICES
Rates
Hours
Costs
Hours
Costs
Hours
Costs
Hours
Costs
Hours
Costs
Hours
Costs
Program Manager - Dennis Dudzik, PE
$170
4
$680
1
$170
1
$170
1
$170
12
$2,040
19
$3,230
Electrical Power & Controls Engineer -
Shabad Khalsa, PE
$185
6
$1,110
8
$1,480
2
$370
2
$370
8
$1,480
26
$4,810
Project Controls / Procurement
$90
4
$360
$0
$0
$0
4
$360
8
$720
GIS/CADDTechnician
$95
4
$380
12
$1,140
$0
$0
6
$570
22
$2,090
Subcontractor - EETSInc.
$0
$0
$0
$0
$0
0
$0
Principal Engineer -Michael Bregar, PE
$165
8
$1,320
10
$1,650
15
$2,475
5
$825
20
$3,300
58
$9,570
Sr.Engineer- JohnAGuillory,PE
$150
14
$2,100
25
$3,750
15
$2,250
15
$2,250
40
$6,000
109
$16,350
Engineer - Koosha Toofan, PE
$120
8
$960
12
$1,440
5
$600
5
$600
20
$2,400
50
$6,000
CADD Technician
$90
$0
25
$2,250
$0
$0
$0
25
$2,250
Administrative Assistant
$65
8
$520
8
$520
10
$650
10
$650
10
$650
46
$2990
Total Subcontractor Labor
1
1 38
$4,9001
80
$9,6101
45
$5,9751
35
$4,3251
90
$12,3501
288
$37160
Fee
1 5%
$245
$481
$299
$216
$618
$1 858
Total Labor
1
1 56
$7,675
101
$12,8811
48
$6,814
38
$5,081
120
$17,418
363 1
$49,868
TRAVEL
I $/Unit
Amt
Cost
I Amt
Cost
I Amt I Cost
Amt
I Cost
I Amt
Cost
I Amt I Cost
Air fare
$0
Mileage Reimbursement
$0.560
100
$56
$0
100 $56
$0
100
$56
$168
Per Diem
$0
Total Travel
1$0
$0
$0
$168
OTHER DIRECT COSTS (ODCs)
$/Unit
Amt
Cost
I Amt Cost
Amt
Cost
Amt
Cost
Amt
Cost
Cost
Reproduction
$50
8H$400
2
$100
2
$100
2
$100
$700
Shipping
$10
2
$0
1
$10
1
$10
$40
$ -
$ 100
$ 110
110
$ 740
CDC Subtotal
Fee (ODCs only)
5%
$ -
$ 5
$ 6
6
:[;
$ 37
TRAVEL - PERDIEM
$ 56
$ 56
$
56
$ 168
TOTAL ODCs + Travel
$ 56
$ 441
$ 161
$ 116
172
$ 945
TOTAL COSTS
$ 7,731
$ 13,322
$ 6,975
$ 5,197
$ 17,589
1 1
$ 50,813
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on 2014, by and between the CITY
OF LODI, a municipal corporation (hereinafter "CITY"), and Duncan, Weinberg, Genzer
& Pembroke, P.C. (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 NERC
Compliance related to the 230 kV Interconnection Project and Lodi's 60 kV system
(hereinafter "Project") as set forth in the Scope of Services attached here as Exhibit A.
CONTRACTOR acknowledges that it is qualified to provide such services to CITY.
ARTICLE 2
SCOPE OF SERVICES
Section 2.1 Scope 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 responsible for 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
counted against CONTRACTOR's contract performance period. Also, any delays due to
weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall
1
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 2.4 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 CONTRACTOR's 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 under this 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 April 7, 2014 and terminates upon
the completion of the Scope of Services or on April 7, 2017, whichever occurs first.
Section 2.7 Option to Extend Term of Agreement
At its option, City may extend the terms of this Agreement for an additional two
(2) two (2) -year extensions; provided, City gives Contractor no less than thirty (30) days
written notice of its intent prior to expiration of the existing term. In the event City
exercises any option under this paragraph, all other terms and conditions of this
2
Agreement continue and remain in full force and effect.
The total duration of this Agreement, including the exercise of any option under
this paragraph, shall not exceed seven (7) years.
ARTICLE 3
COMPENSATION
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 Payment
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. CONTRACTOR's 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 3.4 Auditing
CITY reserves the right to 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
3
this requirement. CONTRACTOR further agrees to maintain such records for a period of
three (3) years after final payment under this Agreement.
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 Compliance
In performing services under this Agreement, CONTRACTOR shall comply with
the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well
as all applicable regulations and guidelines issued pursuant to the ADA.
Section 4.3 Indemnification and Responsibility 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 of 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 of 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 Responsibility of CITY
CITY shall not be held responsible for the care or protection of 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: Elizabeth Kirkley, Electric Utility Director
To CONTRACTOR: Duncan, Weinberg, Genzer & Pembroke, P.C.
1615 M Street, N.W., Ste. 800
Washington, DC 20036
Attn: Lisa A. Gast, Shareholder,
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 of 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 contractor for 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 Services, at which an intermediate decision is required concerning
whether to proceed further, CITY may terminate at the conclusion of any such phase.
Upon termination, CONTRACTOR shall be entitled to payment as set forth in the
5
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 Confidentialitv
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 Records Act.
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 Requirement
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.
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
0
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 Severabilitv
The invalidity in whole or in part of any provision of this Agreement shall not void
or affect the 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 CONTRACTOR's 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
parties to execute this Agreement.
Section 4.21 Federal Transit Fundinq Conditions
❑ If the box at left is checked, the Federal Transit Funding conditions attached as
Exhibit D apply to this Agreement. In the event of a conflict between the terms of this
Agreement or any of its other exhibits, and the Federal Transit Funding Conditions, the
Federal Transit Funding Conditions will control.
(signatures on following page)
7
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Agreement as of the date first above written.
ATTEST:
RANDI JOHL-OLSON
City Clerk
APPROVED AS TO FORM:
JANICE D. MAGDICH, Interim City Attorney
CITY OF LODI, a municipal corporation
STEPHEN SCHWABAUER
Interim City Manager
DUNCAN, WEINBERG, GENZER & PEMBROKE, P.C.
By: By:
Name: LISA A. GAST
Title: Shareholder
Attachments:
Exhibit A - Scope of Services
Exhibit B — Fee Proposal
Exhibit C — Insurance Requirements
Exhibit D — Federal Transit Funding Conditions (if applicable)
Funding Source: 161076.1820
(Business Unit & Account No.)
Doc ID:
CA:rev.02.2014
E:3
Law Offices
Duncan, Weinberg, Genzer & Pembroke, AC.
WALLACE L. DUNCAN (1937-2008)
SUITE 800
DONALD H. CLARKE'
EDWARD WEINBERG (1918-1995)
1615 M STREET, N.W.
JAMES D. PEMBROKE'
ROBERT WEINBERG
WASHINGTON, DC 20036
TANJA M. SHONKWILER'
JEFFREY C. GENZER
TERRY E. SINGER'
THOMAS L. RUDEBUSCH
MICHAEL R. POSTAR
(202) 467-6370
California Office
ELI D. EILBOTT*
FAX (202) 467-6379
SUITE 1410, 915 L STREET
LISA S. GAST
www.dwgp.com
SACRAMENTO, CA 95814
PETER J. SCANLON
(916) 498-0121
KATHLEEN L. MAZURE
SEAN M. NEAL
DEREK A. DYSON
BHAVEETA K. MODY
Northeast Regional Office
KRISTEN CONNOLLY McCULLOUGH
2700 BELLEVUE AVENUE
JOSHUA E. ADRIAN
SYRACUSE, NY 13219
MATTHEW R. RUDOLPHI
(315) 471-1318
JASON T. GRAY
February 19, 2014
THOMAS J. LYNCH'
NATALIE M. KARAS
GREGORY D. JONES
*REGISTERED TO PRACTICE BEFORE U.S.
PATENT AND TRADEMARK OFFICE
'OF COUNSEL
To: Elizabeth Kirkley, City of Lodi
From: Lisa S. Gast
Re: Scope of Work/Budget for NERC Compliance Issue
As requested, below please find a Scope of Work, and related budget proposal, for the
project we overviewed on the phone on October 8, 2013.
The facilities proposed to be constructed include transmission facilities (to be constructed
by PG&E) which add a cross-town transmission line connecting two separate PG&E
transmission systems and a substation with a breaker -and -a -half schema and three transformers.
The proposal is for PG&E to retain ownership of the 230 kV transmission line and 230 kV ring
bus breakers, and for Lodi to purchase and own the three 230/60 kV Transformers (two now and
one in the future) that tap off from the PG&E system to deliver power to Lodi load. A 60 kV
line from each of the three transformers connect the 60 kV Industrial Substation through a
double -breaker bus system.
This configuration, on paper, would allow for power to loop through the Lodi
transformers and double -breaker bus system back to PG&E (PG&E's side is considered "Bulk
Electric System" facilities under any BES definition). Depending on the resolution of the
outstanding BES definition issues, allowing power to loop through the Lodi transformers and
double -breaker bus system back to PG&E may render these new facilities "BES" facilities, and
subject Lodi to Transmission Owner (TO) and Transmission Operator (TOP) status with NERC
and WECC. Lodi, understandably, wants to avoid such designation, as compliance with the TO
and TOP designations is very costly, both in terms of time and resources.
My understanding is as follows: that Lodi wishes to achieve 100% confidence from
FERC that the three 230/60 kV transformers and the 60 kV double -breaker bus system owned by
Lodi are viewed as distribution facilities, and not Bulk Electric System transmission elements;
or, if such a determination cannot be garnered by FERC, Lodi wishes to obtain an agreement by
NERC (likely through negotiation with WECC) on a limited number of Reliability Standards that
would be applicable to the proposed new facilities. Lodi wishes to ensure that the facilities it
proposes to construct will not enable WECC and NERC to forcibly register Lodi as a
Transmission Owner and Transmission Operator. To that end, Lodi wishes to: (1) have FERC
issue an order declaring the proposed facilities "distribution facilities" and out of the purview of
NERC and WECC; or, if upon study of the system, the facts indicate FERC will not grant such
an order, (2) negotiate the limited set of standards that would be applicable to the proposed
facilities. Lodi wants to know the results of either (1) or (2) prior to determining whether or not
to construct the proposed facilities that will improve the overall reliability of the Lodi
distribution system.
2
EXHIBIT A
SCOPE OF WORK
This proposal, divided into three Phases, assumes that the facilities proposed to be
constructed would, as a factual matter, meet FERC's "Seven Factor Test." If we deviate from
this proposal at the end of Phase 1, due to a preliminary determination that the proposed facilities
would not have a high probability of success at FERC under the Seven Factor Test, we could
prepare a new Scope/Budget for negotiation with WECC and NERC on a reduced set of
Reliability Standards for the proposed facilities.
Phase 1—Research (15-25 hours)
Before getting into the time and expense of preparing a Petition for Declaratory Order to
be filed at FERC, there are several preliminary questions that will need to be answered to
determine whether it would be worthwhile to proceed on this path. If the answers we find
indicate that our probability of success is not good, we can alternate paths, and begin preparing
to negotiate a limited TO/TOP set of standards (as explained above).
(1) Will FERC hear a Petition for facilities that have not yet been constructed? I believe the
answer to be "yes," but would need to make sure.
(2) More information will be needed on the facilities proposed to be constructed and the
options for construction (including, can the proposed 60 kV loop be modified such that
there is no 60 kV loop proposed?).
(3) Technical consultants will need to be retained, and a study conducted, to determine as
conclusively as possible whether the facilities proposed to be constructed will meet
FERC's "Seven Factor Test." [This piece is not included in the DWGP estimated hours,
but still has to be completed.]
(4) Review of elements needed to be included in a Petition for Declaratory Order at FERC,
draft skeleton of Petition, comparison of elements with Lodi's facts.
Phase 2—Draft Petition for Declaratory Order and Pre -Filing Meeting at FERC (60-80 hours)
Assuming that the findings in Phase 1 indicate that a Petition for Declaratory Order has a
high probability of success at FERC, the next Phase would include drafting the Petition for
Declaratory Order, and scheduling/attending a Pre -Filing Meeting with FERC Staff. This Phase
constitutes the majority of the hours/cost of the project.
(1) Research and drafting Petition for Declaratory Order
(2) Initiating contact with FERC staff regarding Pre -Filing Meeting, and preparation for that
Meeting
(3) Pre -Filing Meeting itself
(4) Research and Revision of Draft Petition for Declaratory Order using information gained
at Pre -Filing Meeting
Phase 3—Filing of Petition of Declaratory Order and Follow -Up issues (10-20 hours)
Under the best -case scenario, we have fixed all the flaws exposed during the Pre -Filing
Meeting, and FERC staff is able to give us confidence that the Petition, when filed, will be
approved by the Commission. If we are not able to get a definitive answer from FERC staff
during the Pre -Filing phase, this Phase 3 will be the hardest to nail down. The Petition is already
completed; making the filing is inexpensive. Should FERC not grant our Petition in its entirety,
we may wish to request rehearing and/or ultimately appeal to the Court of Appeals for the DC
Circuit. We can make those decisions as they (hopefully do not) come up.
(1) File Petition for Declaratory Order
(2) Summarize/Respond to Answers as necessary
(3) Review FERC Order
(4) Request Rehearing/Clarification as necessary (not included in budget numbers)
(5) Appeal if necessary (not included in budget numbers)
Timeline:
Phase 1: Our piece of Phase 1 can be done relatively quickly. The timing of Phase I is
really dependent on how quickly Lodi can retain the technical consultants needed to prove the
elements of the Seven Factor Test.
Phase 2: Approximately 2-4 months, depending on the results of the technical
consultants' study and whether additional information is needed from them.
Phase 3: I'm reluctant to set a timeline for Phase 3, as it depends entirely on how quickly
FERC acts on our Petition. The only proceeding that we can use as an example is City of
Holland, RC 11-5-000. In that case, the FERC issued its Order approximately 7 months after the
Petition was filed. (Although outside of our Phase 3, you should be aware that Holland lost that
case, and it was an additional 18 months until FERC issued its Order on Appeal. However,
FERC was likely waiting until it issued its Final Rule on the revised BES Definition.)
0
EXHIBIT B
FEESCHEDULE
Our current rates for municipal utilities are as follows:
Senior Principles (including Lisa Gast and Pete Scanlon)
$380.00/hr.
Other Principles (including Kristen Connolly McCullough)
$355.00/hr.
Senior Associates
$340.00/hr.
Other Associates
$300.00/hr.
Senior Paralegals
$170.00/hr.
We understand the need to reduce expenses wherever possible, so my plan would be to
use Kristen Connolly McCullough (who also does a lot of the NERC Compliance work in my
office) and an associate as appropriate to reduce the overall cost.
Total Not to Exceed: $47,500 (excluding Phase III rehearing requests and/or appeals, if needed)
RESOLUTION NO. 201440
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING
THE CITY MANAGER TO EXECUTE A PROFESSIONAL
SERVICES AGREEMENT FOR ELECTRIC UTILITY
ENGINEERING STUDIES FOR THE 230 KV
INTERCONNECTION PROJECT WITH URS CORPORATION
WHEREAS, at a City Council Shirtsleeve Session held on June 4, 2013, the
Electric Utility (EU) staff provided the Council with a status report on the 230 kV
Interconnection Project; and
WHERAS, at that time, staff's next steps for the project included the need for
various Professional Services Agreements (PSA) as the project moved forward; and
WHEREAS, engineering services regarding reliability compliance issues related
to the project are required as part of the risk mitigation efforts associated with the
project; and
WHEREAS, the Risk Oversight Committee received a report on this agenda item
on March 12, 2014, and recommended City Council approval of a PSA with URS
Corporation Americas for engineering studies in an amount not to exceed $51,000; and
WHEREAS, funding is available in FY Budget Account No. 161076.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to execute a Professional Services Agreement with URS
Corporation Americas, of Sacramento, for engineering services in an amount not to
exceed $51,000.
Dated: March 19, 2014
I hereby certify that Resolution No. 2014-40 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held March 19, 2014, by the following
vote:
AYES: COUNCIL MEMBERS — Hansen, Johnson, Mounce, Nakanishi,
and Mayor Katzakian
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS -- None Z7
R'i O JOHL-OLSON
City Clerk
2014-40
RESOLUTION NO. 2014-41
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING
THE CITY MANAGER TO EXECUTE A PROFESSIONAL
SERVICES AGREEMENT FOR ELECTRIC UTILITY
COMPLIANCE LEGAL SERVICES FOR THE 230 KV
INTERCONNECTION PROJECT WITH DUNCAN, WEINBERG,
GENZER & PEMBROKE, P.C.
WHEREAS, at a City Council Shirtsleeve Session held on June 4, 2013, the
Electric Utility (EU) staff provided the Council with a status report on the 230 kV
Interconnection Project; and
WHEREAS, at that time, staff's next steps for the project included the need for
various Professional Services Agreements (PSA) as the project moved forward; and
WHEREAS, specialized legal representation regarding EU reliability compliance
issues related to the project are required as part of the risk mitigation efforts associated
with the project; and
WHEREAS, the Risk Oversight Committee received a report on this agenda item
on March 12, 2014, and recommended City Council approval of a PSA with Duncan,
Weinberg, Genzer & Pembroke, P.C. for legal services in an amount not to exceed
$47,500; and
WHEREAS, funding is available in FY Budget Account No. 161076.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to execute a Professional Services Agreement with Duncan,
Weinberg, Genzer & Pembroke, P.C. for legal services in an amount not to exceed
$47,500.
Dated: March 19, 2014
I hereby certify that Resolution No. 2014-41 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held March 19, 2014, by the following
VOW
AYES: COUNCIL MEMBERS -- Hansen, Johnson, Mounce, Nakanishi,
and Mayor Katzakian
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS -- None
ABSTAIN: COUNCIL MEMBERS — None
A,NOI-TOH L-OLSO N
City Clerk
2014-41