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