Loading...
HomeMy WebLinkAboutAgenda Report - December 22, 2020 B-01AGENDA ITEM CITY OF LODI COUNCIL COMMUNICATION AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Professional Services Agreement with Wilson Consulting of San Clemente for Lodi Electric Utility Organizational Gap Analysis and Preferred Work Methods Development Services ($184,160) MEETING DATE: December 22, 2020 PREPARED BY: Electric Utility Director RECOMMENDED ACTION: Adopt a resolution authorizing the City Manager to execute a Professional Services Agreement with Wilson Consulting of San Clemente for Lodi Electric Utility Organizational Gap Analysis and Preferred Work Methods Development Services in an amount not - to -exceed $184,160. BACKGROUND INFORMATION: Lodi Electric Utility (LEU) is currently in need of an outside consulting firm to perform a third party, organizational gap analysis of current work practices within LEU as well as develop detailed construction and maintenance preferred work method procedures and documentation. This work will be performed in two phases. Phase I will evaluate existing work processes and procedures across all areas of the organization, identify organization performance metrics, pinpoint key metrics for improvement based upon industry best practices, and help create benchmarking leading and lagging performance indicators which management can leverage to improve overall performance and highlight quick -fix improvement initiatives. Phase II of this work will focus on the specific development and documentation of preferred work methods for the maintenance and construction work groups within LEU. These work methods will be tailored to LEU's specific system voltages, construction methods, governing safety requirements, and utility specific needs. Specific areas of focus will include LEU's Injury & Illness Prevention Program, protective grounding work methods, ladder safety, wood pole climbing, aerial lift operation, rubber glove work methods, live line work methods, arc flash protection guidelines, and excavation safety work methods. All work is scheduled to be completed by December 2021. Wilson Consulting was selected to perform this work following issuance of a Request for Proposals. All proposals received were reviewed for overall qualifications, comprehensiveness of proposal, comparison of hourly rates, and overall demonstrated effort to complete the requested scope of work. FISCAL IMPACT: Not -to -exceed amount of $184,160. FUNDING AVAILABLE: Fiscal Year 2020/21 Account No. 50064100.72450. APP Adopt Resolution Authorizing City Manager to Execute Professional Services Agreement with Wilson Consulting of San Clemente for Lodi Electric Utility Organizational Gap Analysis and Preferred Work Methods Development Services ($184,160) December 22, 2020 Page 2 of 2 Andrew Keys Andrew Keys Deputy City Manager/Internal Services Director I �` f`r Irli riYrpiuY ip•,-, , I ;•:M 1±41n P•,ii Jeff Berkheimer Electric Utility Director AGREEMENT FOR PROFESSIONAL SERVICES ARTICLE 1 PARTIES AND PURPOSE Section 1.1 Parties THIS AGREEMENT is entered into on 2020, by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and Wilson Consulting, a sole proprietorship (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 Organizational Gap Analysis and Preferred Work Methods Development (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 1 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 Staffinu 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 January 1, 2021 and terminates upon the completion of the Scope of Services or on December 31, 2021, whichever occurs first. Q 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 Dama e 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 and costs), 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, sole negligence, or sole willful misconduct of the City of Lodi, its elected and appointed officials, directors, officers, employees and volunteers. CITY may, at its election, conduct the defense or participate in the defense of any claim related in any way to this indemnification. If CITY chooses at its own election to conduct its own defense, participate in its own defense, or obtain independent legal counsel in defense of any claim related to this indemnification, CONTRACTOR shall pay all of the costs related thereto, including without limitation reasonable attorney fees and costs. The defense and indemnification obligations required by this Agreement are undertaken in addition to, and shall not in any way be limited by the insurance obligations set forth herein. Section 4.4 No Personas Liabilitv 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. 4 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. 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: Jeff Berkheimer To CONTRACTOR: Wilson Consulting 217 Calle Sonora San Clemente, CA 92672 Attn: Joe Wilson, Owner 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 M 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 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. 6 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 Ca tions 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 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. 7 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. IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Agreement as of the date first above written. ATTEST: JENNIFER CUSMIR City Clerk APPROVED AS TO FORM: JANICE D. MAGDICH, City Attorney in Jzrvt� CITY OF LODI, a municipal corporation STEPHEN SCHWABAUER City Manager WILSON CONSULTING, a sole proprietorship By: _ Name Title: JOE WILSON Owner Attachments: Exhibit A — Scope of Services Exhibit B — Fee Proposal Exhibit C — Insurance Requirements Exhibit D — Federal Transit Funding Conditions (if applicable) Funding Source: 50064100.72450 (Business Unit & Account No.) Doc ID: CA:Rev.01.2015 8 EXHIBIT A — SCOPE OF WORK ORGANIZATIONAL GAP ANALYSIS AND PREFERRED WORK METHODS DEVELOPMENT FOR THE CITY OF LODI ELECTRIC UTILITY The Wilson Consulting project team is structured with the expertise and capacity to complete the work as outlined below within the approximate time -frames listed below In addition, there are several additional qualified resources available to LIS should the timeframes or scope change. Management/Method of Operation introduction Wilson Consulting looks forward to bringing tried and true consulting practices to the LEU project, as well as some unique approaches that may not be applied by other firms. We believe the startup metric system should be established first to enable the linking of problematic and critical metric areas to associated workprocesses and/or other causes, initially for quick -fix prioritization purposes. Prior to tackling the technical tasks of the project, Wilson Consulting will ensure that important stage -setting and project planning steps are completed: R Facilitate consensus regarding expected outcomes and overall project approach among key stakeholders, e.g. City leaders, LEU leadership, and Staff Supervision (note: per COVIDI9, most individual and group work will be done remotely using technology; group sessions will be typically 1-2 hours in length, with rare half-day workshops). k Finalize project plan details between Wilson Consulting and LEU project leadership, including tasks, resources, schedule, deliverables, budget and so forth. ■ Establish requirements for LEU support and participation, e.g. LEU subject matter experts, project team workspace and other logistical elements. ■ Collaborate with LEU leadership regarding initial change management steps, including "What's in it for me?" communications to all LEU Staff, opportunities for Staff participation and support, contact information for Wilson Consulting team members, and so forth. Phase I: Organizational Gap Analysis Scope of Work Tasks Establish a linked leadership / department - level performance metric system Key Project Methods At Establish organizational support for the metric system (including ongoing maintenance), as well as momentum towards becoming a customer -driven, continuous improvement culture. This will be done via internal communications and feedback sessions. Benchmark comparable utility metric systems and adapt as appropriate Consider using an industry standard Balanced Scorecard approach, containing four major categories: Customer, Business Processes, Financial, Learning & Growth. "Lagging/Outcome" Key Result Area metrics would be rolled up fi•om "Leading/in-Process" Key Indicator metrics in the four categories. ■ Explore software for managing and reporting metrics (initial system does not require an application) Potential Challenges & Bulleted Mitigation Organizational resistance to metric system ■ Facilitate discussion around important business expectations in the categories ■ Customers: What do our customers require from us, and how are we doing according to those requirements? ■ Business Processes: To satisfy our stakeholders, what must be our levels of productivity, safety, efficiency and quality? Financial: What must we do to create sustainable economic value? ■ Learning and Growth: How does our employee performance management system support high performance? ■ Select the right Scorecard Champion who will own the Scorecard effort ■ Convey that metrics provide a solid foundation and rationale for LEU strategies at all business levels (helps mitigate perception that strategies are selfishly or politically motivated) Establishing and maintaining the system is expensive and time consuming EXHIBIT A — SCOPE OF WORK Wilson Consulting — LEU Organizational Gap Analysis and Preferred Work Methods Development ■ Consider the true costs of not continuously improving our business performance Start small, with focus on highest priority, most impactful metrics Working with leadership ■ Collaborate with LEU stakeholders and Lack of broad consensus around selected, and division heads, Departments to review benchmarking prioritized metrics identify and prioritize findings and brainstorm list of potential or Involve a broad base of leaders, managers current and desired lagging & leading metrics and employees in Scorecard development "Lagging" and "Leading" ■ Rank the value or priority of the and the application of criteria for metric performance metrics metrics, and consider the investment prioritization required to regularly gather data for it Convey that the Scorecard business each metric approach is not a short-term project, but ■ Select an initial, limited set of metrics rather a long-term journey with adjustments for which data can be gathered along the way - we must begin with a starter ■ Gather initial metric data and flag list, then refine it outcomes that are problematic. Strategic mandate: we must focus our limited Brainstorm reasonable short term improvement resources on the most important improvement targets for problematic issues in our four Key Result Area categories. metric data (enables initial . a . analysis) Working with department ■: Facilitate departmental sub -teams and Team gets too far in the weeds with initial staff identify high-level SMEs to generate high-level workflows process analysis work processes that that identify processes bounded by ■ Facilitator must keep the team focused on significantly affect milestones (Supplier — Producer — the need to simply establish high-level important Lagging and Customer handoffs) flows, not detail -out or improve processes Leading metrics yet Evaluate work processes Facilitate departmental sub -teams and Individuals press for "pet project" attention to identify most impactful SMEs to scrutinize the workflows to that may not link clearly to metric issues causations negatively identify probable process and non- Facilitator must keep the team focused on affecting important process causations that are likely causation linkages to metrics, not solutions metrics negatively impacting metrics in their or projects area (initial gap -analysis steps) R This is brainstorming, not narrowing of + Note why and how the processes and causations other causes likely impact the metrics Prioritize work process ■ Facilitate cross -departmental workshops Different departments may angle for focus on issues and other to discuss causation findings of sub- causations for their areas, regardless of priority causations linked to teams, develop causation prioritization ■ Facilitator must keep the team focused on metric problem areas criteria and determine initial prioritized, problematic metric data from all prioritization rankings areas to justify priority rankings ■ Develop a causation report for leaders Facilitate, prioritize and X Facilitate a cross -departmental Some leaders may want to jump to "obvious" document important leadership workshop to review the projects, rather than use a structured evaluation quick -fixes to positively causation report, consider the findings, process impact metrics working and generate feedback for the sub -teams t Using a structured "Criteria] Rating Form" with leadership and ■ Feedback report should include the team needs to focus on potential positive division heads identification of causations that call for benefit to an important metric if a causation nick -fix. roject work plans is eliminated Develop work plans ■ Departmental sub -teams return to their Team members may not be familiar with (including scope, problematic workflows, detail them a bit structured Root Cause Analysis, Solution resources, and timelines) further, and perform root cause analysis Generation / Prioritization Methods, and for highest 2rioritL quick- to examine causations in more detail Project Planning Wilson Consulting — LEU Organizational Gap Analysis and Preferred Work Methods Development EXHIBIT A — SCOPE OF WORK fix projects as an input for Phase 2 ■ The sub -teams develop potential solutions, select best solution options, and draft nick -fix roject plans ■ The Facilitator will provide training in the use of these tools, and help the group generate useful outcomes Develop a reference ■ The project team creates a matrix Team members may want to revisit workflows matrix with known comprised of work outputs from bullets and causation lists to identify any important process deficiencies 1-8 above (metrics linked to process improvements that were not included in the discovered by recent issues and other deficiencies, along with quick -fix list, eg major system applications, audit or work flow quick -fix recommendations and costly tool purchases, staffing additions, etc. activities and cross potential additional process Team will need to determine limits to reference proposed improvements, modifications, raising additional potential projects for process improvements, procedures and non -process solutions) inclusion in the report modifications, and and training program development ■ Facilitator and team procedures which ■ Quick -fix, non -work process members keep focus specifically address solutions will be selected for on potential ROi for " roblem areas" budgeting and implementation investments Phase II: Preferred Work Methods Development Following acceptance of the Phase I Organizational Gap Analysis and work -product deliverables and authorization to proceed with Phase II, Wilson Consulting shall: Scope of Work Tasks Key Project Methods Potential Challenges & Bulleted Mitigations Work with utility leadership and division heads to ■ Project Team works with Quick -fix plans may finalize and implement work plans for select quick- stakeholders and staff to implement need updating fix projects quick -fix projects per finalized ■ Sub -teams modify plans(primarily consulting role) plans, re -submit Adapt, document and train industry best -practice ■ Consultants will benchmark Some Departments work methods within the selected quick -fix projects applicable work methods and adapt clamor for expensive, to positively impact metrics. as necessary to LEU, including docs non -process solutions and training program development ■ Facilitator and team ■ Quick -fix, non -work process members keep focus solutions will be selected for on potential ROi for budgeting and implementation investments Work with leadership and division heads to identify ■ Sub -teams develop additional "as- Teams may stray from additional high-priority work processes in need of is" process workflows, then identify considering process best -practice adaptation, documentation and training several of them for best -practice linkages to problem (programs) adaptation, documentation and metrics trainin ■ Effective facilitation Develop work plans for implementing (additional) Team uses previously -applied (No significant processes (identified in Bullet 3; scopes best methods to build work plans (see challenges anticipated) practice adaptation, docs, training prog. dev.) Phase I, Bullet 7) Establish an organization -wide customer -driven * Organization -wide training and Senior leadership is not improvement culture change management on core vocally supportive customer -driven culture elements: This is a "Must have" ■ Fulfilling internal and external customer requirements Employees persist in ■ Supplier -Producer -Customer thinking internally vs. chains Customer -Driven ■ Customer agreements Convey likely metric ■ Continuous performance benefits in all 4 KRA improvement driven by periodic categories from Wilson Consulting — LEU Organizational Gap Analysis and Preferred Work Methods Development EXHIBIT A —SCOPE OF WORK !Lprporatc Strpcture J Organization The Wilson Consulting team "Principal in Charge" of the project will the owner and Principal Consultant, Joe Wilson. Given the consulting practice areas required to successfully complete all tasks, several electric utility industry Subject Matter Expert consultants have committed to serving as team members for the project. Their work -week percentage time or total days allocation to the project will vary significantly depending on complexity of scorecard, volume and complexity of processes and training design, and other variables in the workload (note approximate percentages/week or estimated days next to roles below) Mr. Wilson will be responsible for overall Project Management throughout the initiative, and will be actively involved with the following sub -teams in the creation of deliverables for both Phases I and 11 (NOTE: All listed subcontractors below are approved by the City of Lodi to take part in this proposal as required by section 2.5 of the Professional Services Agreement): Practice Area: Organizational Metrics / Scorecards to Enable Gap Analysis Mr. Joe Wilson — Lead consultant, team facilitation, client liaison, project management (20%/week) Mr. Mark Morgan - SME and consulting support: metric and scorecard design and fulfillment (2-3 days) Mr. Tim Berg - SME, LEU organizational consensus building and change management (10-20%/week) Ms. Kathy Barnes — SME, research, team facilitation, documentation, fulfillment (10-20%/week) Practice Area: Work Process Development, Improvement, Documentation & Training Mr. Joe Wilson — Lead consultant, team facilitation, client liaison, project management (30%/week) Mr. Max Fuentes — SME, research, team facilitation, process documentation, training design and development) (10- 20%/week) Ms. Kathy Barnes — SME, research, team facilitation, process documentation, training design and development (10- 20%/week) Practice Area: Organizational Culture Change — Customer -Driven Improvement Mr. Joe Wilson — Lead consultant, team facilitation, client liaison, project management (I 0%/week) Mr. Tim Berg - SME, LEU leadership liaison for culture change, and organizational consensus building (2 days) Ms. i<atliy Barnes — SME, change management strategy and communications (2 days) Should any IT support be needed we have also retained a utility IT expert, Mr. Jeff Evans to help us with solutions in that area. Mr. Wilson and Mr. Evans worked together for 5 years on the NV Energy Smart Grid project. Other We intend to minimize project impacts on LEU staff as much as possible. However, LEU subject matter experts from various departments will be called upon to help the project team brainstorm and refine ideas, workflows, training programs and other miscellaneous tasks as appropriate for LEU. We believe the most effective meetings or other interactions are brief, e.g. held 1-2 hours, with rate half-day sessions. We will also flex our schedules around LEU requirements and staff availability. Wilson Consulting — LEU Organizational Gap Analysis and Preferred Work Methods Development assessments of customer operating in Customer - requirements and satisfaction driven wa Specific, required preferred work method ■ Team customizes preferred work Development schedule deliverables and documentation to be created under method projects, incl. training can't be met by team Phase 11 includes, but is not limited to the list for programs (see this bullet in Exhibit w Wilson Consulting this bullet in Exhibit B: Fee Proposal B: Fee Proposal) secures more resources !Lprporatc Strpcture J Organization The Wilson Consulting team "Principal in Charge" of the project will the owner and Principal Consultant, Joe Wilson. Given the consulting practice areas required to successfully complete all tasks, several electric utility industry Subject Matter Expert consultants have committed to serving as team members for the project. Their work -week percentage time or total days allocation to the project will vary significantly depending on complexity of scorecard, volume and complexity of processes and training design, and other variables in the workload (note approximate percentages/week or estimated days next to roles below) Mr. Wilson will be responsible for overall Project Management throughout the initiative, and will be actively involved with the following sub -teams in the creation of deliverables for both Phases I and 11 (NOTE: All listed subcontractors below are approved by the City of Lodi to take part in this proposal as required by section 2.5 of the Professional Services Agreement): Practice Area: Organizational Metrics / Scorecards to Enable Gap Analysis Mr. Joe Wilson — Lead consultant, team facilitation, client liaison, project management (20%/week) Mr. Mark Morgan - SME and consulting support: metric and scorecard design and fulfillment (2-3 days) Mr. Tim Berg - SME, LEU organizational consensus building and change management (10-20%/week) Ms. Kathy Barnes — SME, research, team facilitation, documentation, fulfillment (10-20%/week) Practice Area: Work Process Development, Improvement, Documentation & Training Mr. Joe Wilson — Lead consultant, team facilitation, client liaison, project management (30%/week) Mr. Max Fuentes — SME, research, team facilitation, process documentation, training design and development) (10- 20%/week) Ms. Kathy Barnes — SME, research, team facilitation, process documentation, training design and development (10- 20%/week) Practice Area: Organizational Culture Change — Customer -Driven Improvement Mr. Joe Wilson — Lead consultant, team facilitation, client liaison, project management (I 0%/week) Mr. Tim Berg - SME, LEU leadership liaison for culture change, and organizational consensus building (2 days) Ms. i<atliy Barnes — SME, change management strategy and communications (2 days) Should any IT support be needed we have also retained a utility IT expert, Mr. Jeff Evans to help us with solutions in that area. Mr. Wilson and Mr. Evans worked together for 5 years on the NV Energy Smart Grid project. Other We intend to minimize project impacts on LEU staff as much as possible. However, LEU subject matter experts from various departments will be called upon to help the project team brainstorm and refine ideas, workflows, training programs and other miscellaneous tasks as appropriate for LEU. We believe the most effective meetings or other interactions are brief, e.g. held 1-2 hours, with rate half-day sessions. We will also flex our schedules around LEU requirements and staff availability. Wilson Consulting — LEU Organizational Gap Analysis and Preferred Work Methods Development EXHIBIT A - SCOPE OF WORK Schedule Wilson Consulting proposes the following schedule but will work with LEU on a final agreed upon schedule once approval is obtained from the Lodi City Council. PH»14E I ?i rox. Start A tvx. l+iuish LF,UiWdwn Phase I project , kickoff, Phase I jEolect mw"'al Early Dec. '20 Late Apr_ `21 - Bullet 1(moved from 4). Establish metric system Late to an. '21 Bullrt 2 (moved from 5):14=tifj• & prioritize ctureut & desired leading & iargmg metrics Late Jw ' io e . Ir Bullet 3 former 1 : Iden rocases afftcft Ie!& a metrics Late Feb- `21 Early Mar- '21 Bullet 4 (former 2): Evaluate rocesaes, identify cawowns Early Mar, `21 Mid Mar, `21 Bullet 5 (former 3): Prioritize process issues, Am cnusatiaua: ar. 121 Early Apr= Bullet 6: facilitate. rioritize, document uck.fes Early Apr_ `21 Mid Apr '21 Bullet 7: Dewlicip workplan; for hi t prionty quick An* Mid Apr. to Apr, B►dlet $: De ,elo reference matrix - defKiencies / ro sed ' evements Mid Apr, `21 Late Apr. 121 FRAU It LEUIWilwn Phase II project , kickoff o'eet mgm. EatlyMay ou _ Bullet 1: Finalize_ implement plans for duck fix projects (consulting role) (example here_ Sprojects) Nd may `21 Late Aug. '21 Bullet 2: Adapt, document be train best -practice worn raetbc* for chick -ft projects ea le here: 5 ro'ects Early Jua `21 Late Oct_ '21 Btdlet 3: identify additional processes for best practice adaptation, donuarniation & tr&!!1!n le here: 3 proc"ims) Late Aug. '21 Early Sep. `21 Bullet 4: Develop Rork plans for implenurr* (aditonA) processes (example here:3 ocesses) Early cp, _ Bullet 5: Estabhslr tz�stvmer c>rir e:! r ravemctst culture ep- ' ov. Butle►t 6; 0sitornize these povfttnd work method dors tron�fngp»ogr rrn,s (� am existf+rg 1174cm Consulting materials fworkjlvxs• nfston� pmrrrapn:�l & trader Fida Eric[. ✓ at", acfn7tfvj, coif : Bullet 6-1 Updated lowy & 111ness Prevention Fro am date docs Mad `21 Mid Jun. '21 Bullet 6-2 Protective fie (Docs + 24 hr- nLaN progrow) Nfid Mary• `21 Md Jun `21 Bullet 6-3a: Laddet Safe (Docs + 6 hr. trainin program) IT3 lim, Bullet 6-3b' Wood Pole C7uub' (Docs + 32 hr. tnaini ng prognm) Mid Jun. `21 M R. `21 Bullet 6-3c: Aerial Lift Operation (Docs } 4 hr- ro rte 2 Mid ALT. Bullet 6r4: Rubba 01m(Docs + 40 hr. tra+lininWgaq Mid JW -'21 Mid Aug. '21 Bullet 6-5: Live Line {Hot $ticks) (Docs + 16 hr. trainin progWMad Aug. `21 Mid Sep. `21 Bullet 6-6: Arc Flash Protection Cruidelines (Docs f 4 hr, tninin m � ru) MdAng, eP Bullet 6-7- Excavation Safe (Docs + 6 hr. trainia o ata) Mad sen. '21 I Mid Oct_ ' 21 Wilson Consulting - LEU Organizational Gap Analysis and Preferred Work Methods Development EXHIBIT B - FEE PROPOSAL Deliverable / Task(s) 1 line item Labor Total i Line Rate/Hr Firs. Item Cost # of Line Items Total Cost PHASE LEU/Wilson Phase I project planning, kickoff, 2roject mgmt. $ 160 40 $ 6,400 1 6,400 Bullet I (moved from 4): Establish metrics stem $ 160.. 45 $ 7,200 _$_ 1 $ 7,200 Bullet 2 (moved from 5): Identify & prioritize current & desired leading & lagging metrics $ 160 65 $ 10,400 1 $ 10,400 Bullet 3 (former 1): Identify processes affecting leading/fagging metrics $ 160 64 $ 10,240 1 $ 10,240 Bullet 4 (former 2): Evaluate processes, identify causations $ 160 32 $ 5,120 1 $ 5,120 Bullet 5 (former 3): Prioritize process issues, other causations $ 160 12 $ 1,920 1 S 1,920 Bullet 6: Facilitate, prioritize, document nick -fixes $ 160 12 $ 1,920 1 $ 1,920 Bullet 7: Develop work Tans for highest priority quick fixes $ 160 32 $ 5,120 1 $ 5,120. Bullet 8: Develop reference matrix - deficiencies /proposed improvements $ 160 8 $ 1,280 1 $ 1,280 Phase I Labor Cost Total $ 49,600 Phase'r travel NTF. ex ease estimate (approx 3, 2-dq visits /month) $ 13,950 Phase I labor total plus NTF. Expenses $ 63,550 PHASE U LEU/Wilson Phase II project planning, kickoff, project mgnrt. $ 160 20 $ 3,200 1 $ 3,200 Bullet 1: Finalize, implement plans for quick fix projects (consulting role) (example here: 5 projects) $ 160 4 $ 640 5 $ 3,200 Bullet 2: Adapt, document & train best -practice work methods for quick -fix projects (example here: 5 projects) $ 160 40 $ 6,400 5 $ 32,000 Bullet 3: Identify additional processes for best practice adaptation, documentation & training (example here: 3 processes) $ 160 8 $ 1,280 3 $ 3,840 Bullet 4: Develop work plans for implementing (additional) processes (example here: 3 processes) $ 160 13 $ 1,280 3 $ 3,840 Bullet 5: Establish customer -driven improvement culture $ 160 40 $ 6,400 1 $ 6,400 Bullet 6: Customize these preferred work method docs/training programs frmn existing Wilson Consulting materials (workflows, custom participant & leader guides incl. photos, activities, certs): Bullet 6-1 Updated Injury & Illness Prevention Program (Update docs) $ 160 40 $ 6,400 1 $ 6,400 Bullet 6-2 Protective Grounding (Docs + 24 hr. trainingprog.) $ 160 40 $ 6,400 1 $ 6,400 Bullet 6-3a: Ladder Safety (Docs + 6 hr. training prog.) $ 160 24 $ 3,840 1 $ 3,840 Bullet 6-3b: Wood Pole Climbing (Docs + 32 hr. training pro?,.) $ 160 60 $ 9,600 1 S 9,600 Bullet 6-3c: Aerial Lift Operation (Does +- 4 hr. training prog.) $ 160 24 $ 3,840 1 $ 3,840 Bullet 6-4: Rubber Gloving. (Does + 40 hr. training pro .) $ 160 40 $ 6,400 1 $ 6,400 Bullet 6-5: Live Line (Hot Sticks): (Docs + 16 hr. training prog.) $ 160 32 $ 5,120 1 $ 5,120 Bullet 6-6: Arc Flash Protection Guidelines (Docs + 4 hr. training prog.) $ 160 241$ 3,840 1 $ 3,840 Bullet 6-7: Excavation Safety (Docs + 6 hr. trainingprog.) $ 160 24 $ 3,840 1 $ 3,840 Phase 11 Labor Cost Total $ 101,760 Phase 11 travel NTE expense estimate (approx 3, 2 -day visits / month) $ 18,850 Phase ll labor total plus NTE Expenses $ 120,610 .Note: Phase R Bullet 6 -extra: Average cost for customizing additional work method does, training programs (avg. example here: Workflow doc + a 4 hr. training rogJ; tLpics TBD pending Gap Analysis outcome and other discussions $ 160 321 5 5,1201 $ 5,120 Note: Total NTE cost for Phase 1 labor + expenses plus Phase 2 labor + expenses = $184,160 EXHIBIT C NOTE: The City of Lodi is now using the online insurance program PINS Advantage. Once you have been awarded a contract you will receive an email from the City's online insurance program requesting you to forward the email to your insurance provider(s) to submit the required insurance documentation electronically Insurance Requirements for Professional Services Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder and the results of that work by the Contractor, his agents, representatives, employees or subcontractors. MINIMUM SCOPE AND LIMIT OF INSURANCE Coverage shall be at least as broad as: 1. Commercial General Liability (CGL): Insurance Services Office Form CG 00 01 covering CGL on an "occurrence" basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $1,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location (ISO CG 25 03 or 25 04) or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability: ISO Form Number CA 00 01 covering any auto or if Contractor has no owned autos, then hired, and non - owned autos with limit no less than $1,000,000 per accident for bodily injury and property damage. 3. Workers' Compensation: as required by the State of California, with Statutory Limits, and Employer's Liability Insurance with limit of no less than $1,000,000 per accident for bodily injury or disease. 4. Professional Liability (Errors and Omissions) Insurance appropriate to the Consultant's profession, with limits not less than $1,000,000 per occurrence or claim, $2,000,000 aggregate. May be waived by Risk Manager depending on the scope of services. Other Insurance Provisions: (a) Additional Named Insured Status The City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers are to be covered as additional insureds on the CGL and auto policy with respect to liability arising out of work or operations performed by or on behalf of the Contractor including materials, parts, or equipment furnished in connection with such work or operations. General liability coverage can be provided in the form of an endorsement to the Contractor's insurance (at least as broad as ISO Form CG 20 10 11 85 or if not available, through the addition of both CG 20 10, CG 20 26, CG 20 33, or CG 20 38; and CG 20 37 if a later edition is used (b)J P ri. mary and Non-ContributoLy I nsurance Endorsement The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or excess insurance. For any claims related to this contract, the Contractor's insurance coverage shall be primary coverage at least as broad as ISO CG 20 01 04 13 as respects the Entity, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained by the Entity, its officers, officials, employees, or volunteers shall be excess of the Contractor's insurance and shall not contribute with it. (c) Waiver of Subrogation Contractor hereby grants to City of Lodi a waiver of any right to subrogation which any insurer of said Contractor may acquire against the City of Lodi by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the City of Lodi has received a waiver of subrogation endorsement from the insurer NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) and (c) above: 221 West Pine Street, Lodi, California, 95240; (2) The insurance certificate must state, on its face or as an endorsement, a description of therp oiect that it is insuring. (d) Severabi ty 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 under the Contractors commercial general liability and automobile liability policies. (e) Notlee of:Qpno Ilatic n or Change in Coverage Endorsement This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA 95240. Paga 11 of 2 pages I Risk: rev. 3/1/2018 (f) Continuity., of Coverage All policies shall be in effect on or before the first day of the Term of this Agreement. At least thirty (30) days prior to the expiration of each insurance policy, Contractor shall furnish a certificate(s) showing that a new or extended policy has been obtained which meets the minimum requirements of this Agreement. Contractor shall provide proof of continuing insurance on at least an annual basis during the Term. If Contractor's insurance lapses or is discontinued for any reason, Contractor shall immediately notify the City and immediately obtain replacement insurance. Contractor agrees and stipulates that any insurance coverage provided to the City of Lodi shall provide for a claims period following termination of coverage which is at least consistent with the claims period or statutes of limitations found in the California Tort Claims Act (California Government Code Section 810 et seq.). (g) Failure_to Comply If Contractor fails or refuses to obtain and maintain the required insurance, or fails to provide proof of coverage, the City may obtain the insurance. Contractor shall reimburse the City for premiums paid, with interest on the premium paid by the City at the maximum allowable legal rate then in effect in California. The City shall notify Contractor of such payment of premiums within thirty (30) days of payment stating the amount paid, the name(s) of the insurer(s), and rate of interest. Contractor shall pay such reimbursement and interest on the first (1st) day of the month following the City's notice. Notwithstanding any other provision of this Agreement, if Contractor fails or refuses to obtain or maintain insurance as required by this agreement, or fails to provide proof of insurance, the City may terminate this Agreement upon such breach. Upon such termination, Contractor shall immediately cease use of the Site or facilities and commence and diligently pursue the removal of any and all of its personal property from the site or facilities. (h) Verificalion'of Coverage Consultant shall furnish the City with a copy of the policy declaration and endorsement page(s), original certificates and amendatory endorsements or copies of the applicable policy language effecting coverage required by this clause. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Consultant's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements required by these specifications, at any time. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the effective date. (i) Self-insured Retentions Self-insured retentions must be declared to and approved by the City. The City may require the Consultant to provide proof of ability to pay losses and related investigations, claim administration, and defense expenses within the retention. The policy language shall provide, or be endorsed to provide, that the self-insured retention may be satisfied by either the named insured or City. (j) Insurance Limits The limits of insurance described herein shall not limit the liability of the Contractor and Contractor's officers, employees, agents, representatives or subcontractors. Contractor's obligation to defend, indemnify and hold the City and its officers, officials, employees, agents and volunteers harmless under the provisions of this paragraph is not limited to or restricted by any requirement in the Agreement for Contractor to procure and maintain a policy of insurance. (k) Subcontractors Consultant shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Consultant shall ensure that City is an additional insured on insurance required from subcontractors (1) Claims Made Policies If any of the required policies provide coverage on a claims -made basis: 1. The Retroactive Date must be shown and must be before the date of the contract or the beginning of contract work. 2. Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of the contract of work. 3. If coverage is canceled or non -renewed, and not replaced with another claims -made policy form with a Retroactive Date prior to the contract effective date, the Consultant must purchase "extended reporting" coverage for a minimum of five (5) years after completion of contract work. (m) QuaElfiedlnsurer(s) All insurance required by the terms of this Agreement must be provided by insurers licensed to do business in the State of California which are rated at least "A-, VI" by the AM Best Ratings Guide, and which are acceptable to the City. Non -admitted surplus lines carriers may be accepted provided they are included on the most recent list of California eligible surplus lines insurers (LESLI list) and otherwise meet City requirements. Page 2 1 of 2 pages I Risk: rev. 3/1/2018 From: Jeff Berkheimer To: Natalie Brunell Cr, Melissa Price Subject: FW: Secretary of State Verification Date: Tuesday, December 8, 2020 10:13:19 AM Email on sole proprietorship exemption From: Janice Magdich <jmagdich@lodi.gov> Sent: Tuesday, November 17, 2020 5:36 PM To: Melissa Price <mprice@lodi.gov>; Linda Tremble <Itremble@lodi.gov> Cc: Jeff Berkheimer <jberkheimer@lodi.gov> Subject: RE: Secretary of State Verification As a sole proprietorship he/she does not need to register with the Sec of State. We would want language In the agreement that the person to agrees to jurisdiction in California courts, Check with Andrew to see If he will waive the requirement for a city business license, From: Melissa Price <mprice 0lodLgov> Sent: Tuesday, November 17, 2020 5:18 PM To: Janice Magdich <'magdich @Iodi.gov>; Linda Tremble <Itremble(@Iodi.goV> Cc: Jeff Berkheimer <lterkhe'mer@lodi.gov> Subject: Secretary of State Verification Hi there, Quick question. We are proposing to enter into a contract with a sole proprietor that is not registered with the Secretary of State.;. According to the State's website, a sole proprietorship is not required to register with the Secretary of State. Do we still require it as a City? • Oche . �. 0 Nr.u! 0 W+bWaW �� ri.r,yayeR,r,.-... r.r. ►10114 - t � r 1h.ws.3cwn•tWe.. pf.,pp.[esr.• ft trM•Drlgnserr�[[da� a 9[arvswr.o/�n CORQNAVrRUS UPDATE - C;0,1111 has compiled guidance (turn California Agencies and vepartmems for use by Cafifoenis :A1fdl7nPfQlle AfltiOf�LOsf30CAFOfIC1Af1lt[CL]VID�19). Fw more in fo rmaden tll[k '.� �'.:: BuSrnraf Aaval M[e In..__.......... ... _...... . - Pira.......-, .aM Prr.rt; - Wor Srm e Gnr[r,1 `! Otl bY.ry-:� IF.i rr.,r, tG [r+.!u(t L4 Krra •n C�-rW r..\ n[M IO rn' ::N Jr.1 • +r:,1r.v IJIX -Ty-.1 ;ra.:-a•.Ir..Vy n[ $;d:f, (Y", 1; n .apM�i ..-..nrf(,ar[. d,.an rnK'hyrt .w zI r,lY.ln, rr.S lK.r^slar.l �%t�'cwn I.bi, a:V-- Q-1 ?-1- 1 .-.n .— l:.j—1 �1 [n\TF tri. --NTS t.•.�fd-v4l. n\:,,!<m,c.[�<n,��.r.,,.x,r:r, n•a•w-.�Ya,+.-q ro. r ire 10- F4--1 BI -1 -1 1- �n I.i'rr •�t.um y -,.:r 4yyl m:.ry,. ry rx.r. r[f:n'rr ,r. a,: -49n•+. -2s gnaw.• 0IM, :'n,n tM 1.!) -0 k.4:n [.v'.!Mna SlA le RCquircmrnls wrwnla Sec wy 0 State (5031 Fl.SNe. --ny,ylp.,a'rprlgyp,Q—,tn,.,r )w rr—d,nk"—."-.\.....rn1 b+Wr o'.y••lu-trrr•.rgr, ,tart.. •v,^tl•.r1x 501 Melissa C. Price Rates & Resources Manager Lodi Electric Utility 1331 S. Ham Lane Lodi, CA 95242 (209) 333-6811 (direct) (209) 639-1543 (cell) RESOLUTION NO. 2020-304 ADOPT RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH WILSON CONSULTING, OF SAN CLEMENTE, FOR LODI ELECTRIC UTILITY ORGANIZATIONAL GAP ANALYSIS AND PREFERRED WORK METHODS DEVELOPMENT SERVICES WHERAS, Lodi Electric Utility (LEU) is currently in need of an outside consulting firm to perform a third party, organizational gap analysis of current work practices within LEU, as well as develop detailed construction and maintenance preferred work method procedures and documentation; and WHEREAS, Phase I of this work will evaluate existing work processes and procedures across all areas of the organization, identify organization performance metrics, pinpoint key metrics for improvement based upon industry best practices, and help create benchmarking leading and lagging performance indicators which management can leverage to improve overall performance and highlight quick -fix improvement initiatives; and WHEREAS, Phase II will focus on the specific development and documentation of preferred work methods for the maintenance and construction work groups within LEU with specific areas of focus to include LEU's Injury & Illness Prevention Program, protective grounding work methods, ladder safety, wood pole climbing, aerial lift operation, rubber glove work methods, live line work methods, arc flash protection guidelines, and excavation safety work methods; and WHEREAS, Wilson Consulting was selected to perform this work following issuance of a Request for Proposals whereby all proposals received were reviewed for overall qualifications, comprehensiveness of proposal, comparison of hourly rates, and overall demonstrated effort to complete the requested scope of work. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby authorize the City Manager to execute a Professional Services Agreement with Wilson Consulting, of San Clemente, California, for Lodi Electric Utility Organizational Gap Analysis and Preferred Work Methods Development Services, in an amount not to exceed $184,160; and BE IT FURTHER RESOLVED, pursuant to Section 6.3q of the City Council Protocol Manual (Res. No. 2019-223), the City Attorney is hereby authorized to make minor revisions to the above -referenced document(s) that do not alter the compensation or term, and to make clerical corrections as necessary. Dated: December 22, 2020 I hereby certify that Resolution No. 2020-304 was passed and adopted by the City Council of the City of Lodi in a special meeting held on December 22, 2020 by the following vote: AYES: COUNCIL MEMBERS — Chandler, Kuehne, and Mayor Nakanishi NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — Hothi and Khan ABSTAIN: COUNCIL MEMBERS — None JENNIFER USM City Clerk 2020-304