HomeMy WebLinkAboutAgenda Report - December 1, 2021 C-12AGENDA ITEM C0012
CITY OF LODI
COUNCIL COMMUNICATION
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Amendment to Professional
Services Agreement with Wilson Consulting of San Clemente for Lodi Electric
Utility Organizational Gap Analysis and Preferred Work Methods Development
Services ($100,000)
MEETING DATE: December 1, 2021
PREPARED BY: Electric Utility Director
RECOMMENDED ACTION: Adopt a resolution authorizing the City Manager to execute an
Amendment to the 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 $100,000.
BACKGROUND INFORMATION: On December 22, 2020 by Resolution 2020-304, City Council
approved a Professional Services Agreement with Wilson
Consulting to perform a third party, organizational gap analysis of
current work practices within Lodi Electric Utility (LEU) as well as
develop detailed construction and maintenance preferred work
method procedures and documentation.
During 2021, LEU and Wilson Consulting completed a detailed organizational gap analysis and
developed detailed preferred work methods for protective grounding procedures, ladder safety, wood
pole climbing, aerial lift operations, rubber gloving, live line procedures, arc flash protection guidelines,
excavation safety, substation equipment instructions/documentation, rigging, switch out/tag out
procedures, no-test/hot line orders and more.
As part of a third phase for this work, LEU is proposing to extend the contract with Wilson Consulting and
work to develop additional required preferred work methods and training documentation focusing on
crane familiarization, hazmat equipment and materials handling, mobile cranes and boom trucks,
warehouse inventory management, safety tailboards, work area protection and traffic control plans, and
more. LEU will also utilize this additional work scope to review and update the construction and design
standards of the electric distribution system.
The cost of this additional work is estimated to not exceed $100,000. Including the original contract
amount of $184,160 and this proposed amendment, the total revised contract amount will not exceed
$284,160.
All work is scheduled to be completed by December 2022.
FISCAL IMPACT: Not -to -exceed amount of $100,000 for the additional proposed work.
FUNDING AVAILABLE: Account No. 50064100.72450.
APPROVED: Steve SChwabauer
Stephen Schwabauer, City Manager
Adopt Resolution Authorizing City Manager to Execute Amendment to Professional Services Agreement with Wilson Consulting
of San Clemente for Lodi Electric Utility Organizational Gap Analysis and Preferred Work Methods Development Services
($100,000)
December 1, 2021
Page 2
Andrew Keys
Andrew Keys
Deputy City Manager/Internal Services Director
J, I 16.,k1wip'-, ,r;ravl, 2d2F US:If, rpT,
Jeff Berkheimer
Electric Utility Director
Signature: Ofr j, ear )��p Signature: Offi
ss Y e, S1i,w 1S. }C 311A:BYPSTs
Email: akeys@lodi.gov Email: sschwabauer@lodi.gov
AMENDMENT NO. 1
WILSON CONSULTING
PROFESSIONAL SERVICES AGREEMENT
THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, is made and
entered this day of , 2021, by and between the CITY OF LODI, a municipal
corporation (hereinafter "CITY"), and WILSON CONSULTING, a sole proprietorship (hereinafter
"CONTRACTOR").
WITNESSETH:
1. WHEREAS, CONTRACTOR and CITY entered into a Professional Services Agreement on
January 13, 2021 (the "Agreement'), as set forth in Exhibit 1, attached hereto and made part
of; and
2. WHEREAS, CITY now requests to increase the fees by an additional $100,000 for a total
amount of $284,160, and amend the Scope of Services, as set forth in Exhibit 2, attached
hereto and made part of; and
3. WHEREAS, CITY now requests to extend the term of the Agreement through December 31,
2022; and
4. WHEREAS, CONTRACTOR agrees to the amendment set forth above.
NOW, THEREFORE, the parties agree to amend the Agreement as set forth above. All other
terms and conditions of the Agreement remain unchanged.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Amendment No. 1 on
the date and year first above written.
CITY OF LODI, a municipal corporation WILSON CONSULTING, a sole proprietorship
STEPHEN SCHWABAUER
City Manager
Attest:
JENNIFER CUSMIR, City Clerk
Approved as to Form:
JANICE D. MAGDICH, City Attorney
JOE WILSON
Owner
Exhibit 1
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties 2-02
THIS AGREEMENT is entered into on 4020- by and between
the CITY OF LORI, a municipal corporation (hereinafter "CITY"), and Wilson Consulting,
a sole proprietorship (hereinafter "CONTRACTOR").
Section 1.2 Purnose
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 Tlme For Commencement and Com lotion 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 Meetinrls
CONTRACTOR shall attend meetings as may be set forth in the Scope of
Services,
Section 2.4 Staffing
CONTRACTOR acknowledges that CITY has relied on CONTRACTOR's
capabilities and on the qualifications of CONTRACTOR's principals and staff as
identified in its proposal to CITY. The Scope of Services shall be performed by
CONTRACTOR, unless agreed to otherwise by CITY in writing. CITY shall be notified
by CONTRACTOR of any change of Project Manager and CITY is granted the right of
approval of all original, additional and replacement personnel at CITY's sole discretion
and shall be notified by CONTRACTOR of any changes of CONTRACTOR's project staff
prior to any change,
CONTRACTOR represents it Is prepared to and can perform all services within
the Scope of Services (Exhibit A) and is prepared to and can perform all services
specified therein. CONTRACTOR represents that it has, or will have at the time this
Agreement is executed, all licenses, permits, qualifications, insurance and approvals of
whatsoever nature are legally required for CONTRACTOR to practice its profession, and
that CONTRACTOR shall, at its own cost and expense, keep in effect during the life of
this Agreement all such licenses, permits, qualifications, insurance and approvals, and
shall indemnify, defend and hold harmless CITY against any costs associated with such
licenses, permits, qualifications, insurance and approvals which may be imposed against
CITY under this Agreement.
Section 2.5 Subcontracts
Unless prior written approval of CITY is obtained, CONTRACTOR shall not enter
into any subcontract with any other party for purposes of providing any work or services
covered by this Agreement.
Section 2.6 Term
The term of this Agreement commences on January 1, 2021 and terminates
upon the completion of the Scope of Services or on December 31, 2021, whichever
occurs first.
2
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 Mcyior! of Payirtc,rit
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 Comoliancc
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.
Sectlon 4.3 Indemnfflcatlan and Responsibility for Damage
CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold
harmless CITY, Its elected and appointed officials, directors, officers, employees and
volunteers from and against any claims, damages, losses, and expenses (including
reasonable attorney's fees 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 Personal Liability
Neither the City Council, nor any other officer or authorized assistant or agent or
City employee shall be personally responsible for any liability arising under this
Agreement.
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 SuCC 'SSurS il+ul ASSlCliis
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 CoopLration 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
5
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 Conficlentiality
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 CitV Business License Requirement
CONTRACTOR acknowledges that Lodi Municipal Code Section 3,01.020
requires CONTRACTOR to have a city business license and CONTRACTOR agrees to
secure such license and pay the appropriate fees prior to performing any work
hereunder.
Section 4.15 Captions
The captions of the sections and subsections of this Agreement are for
convenience only and shall not be deemed to be relevant in resolving any question or
interpretation or intent hereunder,
Section 4.16 Integration and Modification
This Agreement represents the entire understanding of CITY and
CONTRACTOR as to those matters contained herein. No prior oral or written
understanding shall be of any force or effect with respect to those matters covered
hereunder. This Agreement may not be modified or altered except in writing, signed by
both parties.
Section 4.17 Contract Terms Prevail
All exhibits and this Agreement are intended to be construed as a single
document. Should any inconsistency occur between the specific terms of this
Agreement and the attached exhibits, the terms of this Agreement shall prevail.
Section 4.18 Severability
The invalidity in whole or in part of any provision of this Agreement shall not void
or affect the validity of any other provision of this Agreement.
Section 4.19 Ownership of Documents
All documents, photographs, reports, analyses, audits, computer media, or other
material documents or data, and working papers, whether or not in final form, which
have been obtained or prepared under this Agreement, shall be deemed the property of
CITY. Upon CITY's request, CONTRACTOR shall allow CITY to inspect all such
documents during CONTRACTOR's regular business hours. Upon termination or
completion of services under this Agreement, all information collected, work product and
documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days.
CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any
liability resulting from CITY's use of such documents for any purpose other than the
purpose for which they were intended.
Section 4.20 Authority
The undersigned hereby represent and warrant that they are authorized by the
parties to execute this Agreement.
Section 4.21 Federal Transit Funding Conditions
❑ If the box at left is checked, the Federal Transit Funding conditions attached as
Exhibit D apply to this Agreement. In the event of a conflict between the terms of this
Agreement or any of its other exhibits, and the Federal Transit Funding Conditions, the
Federal Transit Funding Conditions will control.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Agreement as of the date first above written.
CITY OF LODI, a municipal corporation
ATTEST:
JENNIFER CUSMIR STI=PH CHWASAUE
•City
Clerk City Manager
APPROVED AS TO FORM: WILSON CONSULTING, a sole proprietorship
JANICE D. MAGDICH, City Attorney
By: By.
JZ1v�� Name; JOE WILSON
Title: Owner
Attachments:
Exhibit A — Scope of Services
Exhibit B — Fee Proposal
Exhlblt C — Insurance Requirements
Exhibit D — Federal Transit Funding Conditions (if applicable)
Funding Source: 60064100.72460
(Business Unit & Account No.)
Doc ID:
CA:Rev.01.2015
a
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
us should the thneframes or scope change.
Manale_"IentlMelhod of (lt►rration
Introduction
Wilson Consulting looks forward to bi ingi ng 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 miork processes and/or outer 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:
■ Facilitate consensus regarding expected outcomes and overal I project approach among key stakeholders, e.g. City
leaders, LEU leadership, and Staff Supervision (rote: per COVlD19, most individual and group work will be done
remotely arcing technology; group sessions will be typically 1-2 hours in length, with rare half-day workshops).
■ Finalize project plan details between Wilson Consulting and LEU project leadership, including tasks, resources,
schedule, dcliverables, budget and so forth.
■ Establish requirernents 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 managemcnt steps, including "Whai's in it for me?"
communications to all LEU Staff, opportunities for Staff participaiion and support, contact infoi mation for Wilson
Consulting team members, and so forth.
Phase I: Organizational Gap Analysis
Scoprc of Work Tasks Key roject Methods _
Establish a linked Establish organizational support for the
leadership / department- metric system (including ongoing
level performance metric maintenance), as well as momentum
system 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 from
"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 Nlitig:rtions
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
Working with Icade:rship
and division heads,
identify and prioritize
current and desired
"Lagging" and "Leading"
performance metrics
Working with department
staff identify high-level
work processes that
significantly affect
important Lagging_ and
Lead in metrics
Evaluate work processes
to identify most impactful
causations negatively
affecting important
metrics
Prioritize work process
issues and other
causations linked to
metric problem areas
Facilitate, prioritize and
document important
quick -fixes to positively
impact metrics working
with leadership and
division heads
Develop work plans
(including scope,
resources, and timelines)
for 11ig�hest priority quick-
■ Collaborate wilh LEU stakeholders and
Departments to review benchmarking
findings and brainstorm list of potential
lagging & leading metrics
Rank the value or priority of the
metrics, and consider the investment
required to regularly gather data for
each metric
^ Select an initial, limited set of metrics
for which data can be gathered
■ Gather initial metric data and Flag
outcomes that are problematic.
Brainstorm reasonable short term
improvement targets for problematic
_metric data.(enables initial gap axial sis}
■ Facilitate departmental sub -teams and
SMEs to generate high-level workflows
that identify processes bounded by
milestones (Supplier — Producer —
Customer handoffs)
• Facilitate departmental sub -teams and
SMEs to scrutinize the workflows to
identify probable process and non -
process causations that are likely
negatively impacting metrics in their
area (initial gap -analysis steps)
• Note why and how the processes and
other causes likely impact the metrics
• Facilitate cross -departmental workshops
to discuss causation findings of sub -
teams, develop causation prioritization
criteria and determine initial
prioritization rankings
• Develop a causation mpori for leaders
■ Facilitate a Cross -departmental
leadership workshop to review the
causation report, consider the findings,
and generate feedback for the sub -teams
■ Feedback report should include
identification of causations that call for
quick -fix project work plans
■ Departmental sub -teams return to their
problematic workflows, detail them a bit
further, and perform root cause analysis
to examine causations in more detail
■ Consider the true costs of not continuously
improving our business performance
• Start small, with focus on highest priority,
most impactfi,tl metrics
Lack of broad consensus around selected,
prioritized metrics
• Involve a broad base of leaders, managers
and employees in Scorecard development
and the application of criteria for metric
prioritization
■ Convey that the Scorecard business
approach is not a short-term project, but
rather a long-term journey with adjustments
along the way - we must begin with a starter
list, then refine it
Strategic mandate: we must focus our limited
improvement resources on the most important
issues in our four Key Result Area categories,
Team gets too far in the weeds with initial
process analysis
■ Facilitator must keep the team focused on
the need to simply establish high-level
flows, not detail -out or improve processes
_.yet _
Individuals press for "pet project" attention
that may not link clearly to metric issues
• Facilitator must keep the team focused on
causation linkages to metrics, not solutions
or projects
• This is brainstorming, not narrowing of
causations
Different deprn,tmems may angle fur focus on
causations for their areas, regardless of priority
• Facilitator must keep the team focused on
prioritized, problematic metric data from all
areas to justify priority rankings
Some leaders may want to jump to "obvious"
projects, rather than use a structured evaluation
process
■ Using a structured "Criteria] Rating Form"
the tearn needs to focus on potential positive
benefit to an important metric if a causation
is eliminated
Team memhers may not be familiar with
structured Root Cause Analysis, Solution
Generation / Prioritization Methods, and
Project Planning;
Wilson Consulting — LEU Organizational Gap Analysis and Preferred Work Methods Development
2
EXHIBIT A — SCOPE OF WORK
fix projects as an input
'i'Itesob-teams develop potential
for Phase 2
solutions, select best solution options,
clamor for expensive,
_ and draft quick -fix project pians
Develop a reference
The project team creates a matrix
matrix with known
comprised of work outputs from bullets
process deficiencies
1-8 above (metrics linked to process
discovered by recent
issues and other deficiencies, along with
audit or work flow
quick -fix recommendations and
activities and cross
potential additional process
reference proposed
improvements, modifications,
process improvements,
procedures and non -process solutions)
modifications, and
a Effective facilitation
procedures which
(No significant
specifically address
challenges anticipated)
"problem areas"
Phase II: Preferred Work Methods Development
• The Facilitator will provide training in the
use of these tools, and help the group
-generate useful outcomes
Team members may want to revisit workflows
and causation lists to identify any important
improvements that were not included in the
quick -fix list, eg major system applications,
costly tool purchases, staffing additions, etc.
Team will need to determine limits to
raisi ng additional potential projects for
inclusion in the report
Folloiving acceptance of the Phase I Organizational Gap Analysis and work product deliverables and authorization to
proceed with Phase II, Wilson Consulting shall:
FSeope of Work Tasks Key Project Methods Potential Challenges &
Work with utility leadership and division heads to
finalize and implement work plans for select quick -
fix projects
Adapt, document and train industry Gest-IaFactice
work methods within the selected quick -fix projects
to positively impact metrics.
Work with leadcrshlp and division heads to identify
additional high-priority work processes in need of
best -practice adaptation, documentation and training
(programs)
Develop work plans for implementing (additional)
processes (identified in Bullet 3; scopes best
P
ractice ada talion, docs, trainin ro . dev.}
Establish an organization -wide customer -driven
improvement culture
_ w _
• Project Teaorks with
m
stakeholders and staff to implement
quick -fix projects per finalized
cans (pi imarily consultinit role)
■ Consultants will ben6ma'k
Bulleted Mttlgations
Quick -fix plans may
need updating
R Sub -teams modify
I plans, re -submit
Some Departments
applicable work methods and adapt
clamor for expensive,
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
budbetin and implementation
investments
Teams may stray from
■ Sub -teams develop additional `Ras-
is" process workflows, then identify
considering process
several of them for best -practice
linkages to problem
adaptation, documentation and
metrics
training
a Effective facilitation
• "Team uses previously -applied
(No significant
methods to build work plans (see
challenges anticipated)
Phase 1, Bullet 7)
• Organization -wide training and
Senior leadership is not
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 peerioditc 1
categories from
Wilson Consulting -- LEU Organizational Gap Analysis and Preferred Work Methods Development
EXHIBIT A— SCOPE OF WORK
assessments of customer operating in Customer.
requirements and satisfaction driven way_
Specific, required preferred work method Team customizes preferred work Development schedule
deliverables and documentation to be created tinder method projects, incl. training can't be met by team
Phase Ii includes, but is not limited to the list for programs (see this bul let in Exhibit Wilson Consulting
this bullet in Exhibit B: Fee Proposal B: Fee Prnpw al) secures more resources
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 cosmnitted 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, vol tune and
complexity of processes and tralning 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 If (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 acid fulfillment (2-3 days) Mr. Tim Berg -
SME, LEL( organizational consensus building and change management (10-20ONY'week) Ms. Kathy Barnes — SME,
research, team facilitation, documentation, fulfillment (10-20°/o/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%1week)
Practice Area: Organizational Culture Change — Customer -Driven Improvement
Mr. Joe Wilson — Lead consultant, team facilitation, client liaison, project management (10%/week)
Mr. Tim Berg - SME, LEU leadership liaison for culture change, and organizational consensus building (2 days) Ms.
Kathy 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 schedulcs around LEU requirements and staffavailability.
Wilson Consulting— LEU Organizational Gap Analysis and Preferred Work Methods Development 4
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.
PRUE I u
Appros�, tl o"
nrly Dec. '20
Ayros. Fit*
Lill -4r. -Ii
L.EU/WUsonaw Pbl' eh kickolE nm i o cimaoa at
_
Btdlet I (cloven &out 1): e0ablieb metritis tern
to
M ps
Burst ? (crowd ham 3): IdeatiA &prioritize ettrrerA dt drsiml leadinit dr Ialirytg
nutrics
die- w'20
Lot Fe�2l
BWIN3 former1:Ideuh rocessesa c a ipetfics
LaleFeb.'Z1
lrtuly1►411['Z1
Bullet 4 former 2): Evalrurtr ploc4las. ft!ft CAU040AS
y M or 'Z1
Noma. Mu. '2I
_RU110 3 (ioemr+r 3]: Prioritir� roc s i�sura. odes c+r+ eaout
�i
e Y W. III
Bullet 6:Fecilitate, p6ribm, docua+enr qi6ck4w- -
Ealy Apr. ' 1
Mid Apr.` 1
Bnitel 7, Dowlo �Yorkplgrij iof hi est pnonty nick tixrs
_85qvlop
M VWr.
to W7 I
-inlet reference mntrta • ciencie+ I proposqd r ro4Qtt]KnSl4
Mid Apr. '21
a . ' 1
PHASE U
LEUM/lleoa Mee 11 ppjw PIMAim, kickoff, propo ma.
Enympy,21Nov.
'21
Bullel 1: F MUN. implement plans for quick fur prrojecte (camulpnl role) (tutu» ple
:3 ro' is
d May '21
Lo Aus
B►rllet ? Adapt. dpcurttem & tremt brat•pra6ee work tmetbods for gtack•b projects
_(ex"Il hirt.. 5 ro a is
Berger Y—Aw '21
Late Oct. '21
Btdlet 3 ldentify afthowl praces5e3 for beo practice adaptation, don®eutaGon do
"inin (rang ie I"te: 3 IDTOC#1ses)
to Aa
Early Sep. '21
IBcdki 4: Dec•elop w•ofk ylatu for implemMtitK (sddiaoetal) processes (tmmple
htm:3processes)
ar Y SV,
eP
Bullet S: EstAbhIla cmlome . tie i 4vemsut i4lurf
Sulla 6: 0"f0mim fhafepr+e'orW %or+k mcrhgddocs rtrrrningp�ng,'aru �lvm
arrs08111barn coniniffue Mat#Hals ruar1l07CF J, crrs(Ono pruwclpgill (4 lender
rirdas fucl. phow, arfivfrfW, ra'ri31_
Bullet 6• 1 2p LIANd 1 u zs v dal docs
Btdlet 6.2 Protective Clrmm& +24 hr. ro
'Zl
1
t121
Mid)m'21
BuUel 6.3a: Ladder S& (docs + 6 hr. "i o m
tat,
Bullet 6.3b: Wood Pole Chmbi (Docs + 32 hu trhWa
tat, ' 1
td
Btrliet 6.3c� Atrial Lill 9MAEoa cs+4la, t1iniq pro eat)
bud jW. 121t
ug.
Bullst 6.4: ftkIL21gva ahSs +40 hr. tre4ji
J ' 1
d A
Bullet 6.3: Live Line of " Sticks (Door + 16 br. Er a
Bullet 64; Arc Flash ftc*fion oWdelims a)m + 4 ba. Int' program)
Mid Attp '21
i% ' I
Mid Sep.' 1
Mid SIP,
BuUet 6.7: Enc awfiQA Sah (Doc6 +6 ht. trerrua ]
ep.' 1
Ms Dot' 21
Wilson Consulting — LEU Organizational Gap Analysis and Preferred Work Methods Development
EXHIBIT B - FEE PROPOSAL
1 line
Item
Labor Total
Deliverable / Task($) Rate/Hr Hrs.
I Line
Item Cost
N of Line
Moms
Total Cost
PHASEI
I-BLY WIison Phase I PrqeCt PlAnnin , klokoll; projoct Tsmi. S 160 40
$ 6,400
--'1
1
$ 6,400
$ 7,200
Buflat I (moved from 4): Establish metric system S 160 45
S 7,200
bullet 2 (moved from 5): Identity & prioritize current & desired leading & Taggius
metrics $ 160_ 65
Bullot 3 (lbrmer I); ldcntify processes offeufn lead ingllogginit metrias $ 160 64
$ 10.400
1
S 10,400
S 10,240
$ 5,120
1
1
S 10,240
S 5,120
11ullei 4 (I•nnner 2); Evaluate prncossos, identify causations $ 160 32
_
Bullet 5 (limner 3): PrtoritIze pfocoss issues, other causations $ 160 12
$ 1,920
1
S 1,920
13ullct 6: faci)it nte, pA$oritira, document nick -fixes S_ 160 12
$ 1,920
$ 5,120
-1
1
$ 1,920
S 5,120
BLOM 7: DoveIu workplans ter high uspr�iorrI ' quickllxcs � S 160 � 32
,�I
lluTi ; #�ovato([ ra cruhcc roams- eRcienc[en l pro�mirpveMonts l6
I. 0
1
$tel, $1�
Phase I Labor Cost Total
$ 49,600
Phase!ta•avel NTF-•n woe estlmale/a ax3, 2-4vAi►,sIatmrtfrj
S 13,950
Phase 1 labor Isla/ plus NiF axeos
-- -
$ 63,550
PHASE 101
LHUIWllsen Phase Il poVJW plRnidog, kickoff, project U381 at. Y� $ 160 20
$ 3,200
1
$ 3,200
Bullet 1: finalize, implement plans for quick 6x projects (consulting role)
(example here: S rojects) $ 160 4
S 640
'
5
S 3,200
Bullet 2: Adopt, document & train beet -practice work methods for quick -fix
projects (example hare: 5 prof eels) S 160 40
S 6,400
5
S 32,000
Bullet 3: identify additional processes for best practice adaptation, documentation -�
& training (example hero: 3 rocesses)_ $ 160 8
$ 1,280
3
S 3,840
_
Bullet 4: Develop work plans for Implementing (additional) processes (example
here:3 ncesses $ 160 8S
1.280
3
S 3.840
1luflel 5: BstablWi customer -driven ipi lovement culture $ 160 40
8 6,400
1
S 6,400
Bullet 6: Customize these preferred work method docs/Iratnhlg programs frau
erLrring Wilson Consulting rnatertals (worVows, custom participant & leader
g%ohles hrcl. phorus. activities, co -13):
IIuliot 6.1 Updated Injury & Iffnoss YrevcntlonProgram (Update docs) S 160 40
S 6,400
1
$ 6,400
_
0it] Iu16-2 Protective [hounding (Does +24 hr. trainingprog.) S 160 40
$ 6.400
1
$ 6,400
Bullct6-3a: Ludder Safer (Docs+6lit. training prog.) S 160 24
$ 3,840
S 9,600
1
1
I
$ 3,840
S 9,600
_
Bullet 6-3b: Wood polo Climbin [Dote + 32 be. training prolt.) T 160 60
Bullet 6-3c: Aerial Litt(? cratlon (Does +-4 hr, [rolnin proj) $ 160 24
$ 3,840
S 3,840
Bullot 6.4: RubberGlovinQ (flocs +40 hr.lraining pro') S 160
$ 6,400
1
S 6,400
_40
Dullat 6-S: Uvo Lina (}lot Sticks): (Docs + 16 hr. Irai[tihtg prog.) $ 160 32
$ 5,120
1
S 5.120
BuIIat 6-6: Arc Flash Protection auldolincs (Boas + 4 hr. trainin era . $ 160 24
S 3,840
1
S 3,840
Bullet 6-7: Excavation Sale Dara +6 hr. training prog.) $ 160 24
S 3.840
1
S 3,840
Phase ULnborCost xotal
T 101,760
Phase 11 travel NTE experue estimate (gpprox 3, 7-d,& visits /moarrh)
3 18,850
_
Phase 1f labor (plat plas NTE Ex eraser
3 /20.610
Note: Phase 11 Bullet 6 -extra: Average costfor customizing additional work
method docs, tratning programs (avg. example here: Workflow doe + a 4 hr,
tralnlaR rag.): la tcs TIID wtdirs Gap Anal)vls outcome and other discussiuns $ 160 32
$ 5,120
1
$ 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 ernall from the City's online insurance program requesting you to forward the emall to your
insurance provlder(s) to submit the required Insurance documentation elecfrnnleally
iris nrance Reclutrentenis for PrnfesMoiial 5urviras,
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 perfori,iance of the work hereunder and the results of that work by the
Contractor, his agents, representatives, ernpioyues or subcontracio=s
MINIMUM SCOPE AND LIMIT OF INSURANCE
Coverage shall be at least as broad as:
1. Corn morels I GonoraI Llabltlty (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 lt, advorlising Injury with Ilmlls no less then
$1,000,000 per occurrence, If a general aggregate Ilmit applies, elther the general aggregate limit shell apply separately to this
projecVlocaVon (ISO CG 25 03 or 25 04) or the general aggregate Ilmlt shall be twice the required occurrence IImlt.
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 Employers 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 wofes ,ion, with limits not less Ihan
$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) ll rr�NL1r t f • i
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 Wlh respect to liability arising out of work or operations performed by or on
behalf of the Contractor including materials, parts, of equipment furnlshod 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 It not available. Through the addition of both CG 20 10, CG 20 26, CG 20 33, or CG 20 38;r13U CG 20 37 If a
later edition Is used
(b) Prrrnlfliy aIig Non. I I I t I I t I I y. ,inrr; ncLo( I[ rllelrJ
The limits of Insurance coverage required may be seilslied by a cornbinallon 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, lis offlcors, officials, employees, and volunteers. Any Insurance or self -Insurance maintalned
by the Entity, its officers, officials, employees, or volunteers shall be excess of the Contractor's insurance and shall not contribute
with It.
(c) Wrrlvnr &S;uttr 7 t er Contractor hereby grants to City of Lodi a waiver of any right to subrogation which any Insurer of said
Contractor may acquire against the Clty of Lodi by Artua of the payment of any loss under such Insurance. Contractor agroes to
ablain any endorsement that may be nace ssary to affect this waiver of subrogation, bul this provlsIon applies regardless of whether
or not the City of LodI has received a waiver of subrogallon 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, 85240; (2) The Insurance certificate must state, on Its face or as an endorsement, a description of the QMICQJ
that It Is Insuring,
(d) Snv_orabllity of InlgLQ,sl ClausQ
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) j�ollr r �T Carr4q((allon or CI RQe IIT c6� £�. e„A r n n
This policy may no! bo canceled nor !!ie 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.
Page 11 of 2 pages Rlsk: rev. 3/112018
(f) Can pioly of C� L.e
All policies shall be in effect an 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 shell furnish a certificale(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 notlfy the
City and immediately obtain replace mant insurance. Contractor agrees and stipulates that any insurance coverage provided to the
City of Lodi shall provide for a clalms period following termination of coverage which Is at least consistent wllh the claims period or
statutes of limitations found In the Calilomia Tort Claims Act (Calffomla Government Code Section 810 et seq.).
(g) F.Q 1tOAQ.4Ll1YP)Y
If Contractor fait or refuses toobtaIn and maintain the required insurance, or falls 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 Clty 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 slating the amount paid, the name(s) of the In and rate of Interest. Contractor shall pey such reimbursement
and Interest on the first (Is[) day of the month following the City's notice. Notwithstanding any other provision of this Agreement,
if Contractor falls 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 per:gonal property from the site or facilities.
(h) V�fh .rpt in of ,ovr;raria
Consultant she I furfurnish 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 shaft not waive the Consultant's obligation to provide them. The City reserves the right to
require complete, cerillfed copies of all required Insurance policies, Including endorsements required by these specifications, at
any lime. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the effective
date.
(I) 5a I•Irr i t li t i
Self -Insured retentions must be declared to and approved by the City. The Ctty may require the Consultant to provide proof of ability
to pay losses and related investlgaIIon s, claim a d m Mist ra it on, and defense expenses w]thIn the retention. The policy language shall
provide, or be endorsed to provide, that the self-Insurod retention may be satisfied by either file namud insured or City.
(1) {n uranca Lolls
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 Ihls paragraph Is not limited to or restricted by any requirement
In the Agreement for Contractor to procure and malnlain a policy of insurance.
(k) $Lbcnntractors
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) fl_; P fl i
If any of the required pollcles provide coverage on a claims -made basis:
1. The Retroactive Date must be shown and must be before the date of the contract or'he 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 canceted or non -renewed, and not replaced with another clalms-made policy form with a Retroactive Data 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) �.i�allllod h�sumr(�
All Insurance required by the terms of this Agreement most be provldod by insurers licensed to do business in the Slate of
California which are rated at toast "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 (LFSLI list) and otherwise me of City requirements.
Page 2 1 of 2 pages—T— Y Risk: rev. 3/1/2018
EXHIBIT 2 —Scope of Services
With the completion of all work deliverables outlined in the original scope of work, there has been an
identified need to expand the scope of this contract to include the following tasks as a Phase III for this
project:
#Pro
osed 2022 "Phase 3" Deliverables I Tasks
Estim,
Start
Date
Estim.
Compl.
Date
Hr.
rate
Item
Total
Est. Line Item
Hrs. Total Cost
Amendment funding for 2022
1
Phase 3 project planning. kickoff, pr9ject m mt.
Jan ' 22
Dec'22
$ 160
30 $
4,800
2
Scorecard metrics assessment, reporting
Jan22
Dec'22
$ 160
48 $
7.680
3
Construction design standards update
TBD'22
TBD'22
$ 160
60 $
9,600
4
Process Improv. Project TBD 1: elanning and implementation
TBD'22
TBD'22
$ 160
30 $
4,800
5
Process Improv. Project TBD 2: planning and implementation
TBD'22
TBD'22
$ 160
301 $
4,800
6
Process Improv. Project TBD 3: planning and implementation
TBD'22
TBD'22
$ 160
30 $
4,800
7
Crane familiarization, certification SWP
TBD'22
TBD'22
$ 160
30 $
4,800
8
JSHA: identification, communication, mitigation SWP
TBD'22
TBD'22
$ 160
48 $
7,680
9
Hazmat equipment and materials - warehouse SWP
TBD'22
TBD'22
$ 160
48 $
7,680
10
Heat illness prevention SWP
TBD'22
TBD'22
$ 160
30 $
4,800
11
Mobile cranes & boom trucks SWP
TBD'22
TBD'22
$ 160
48 $
7,680
12
13
Tailboards: methods and documentation SWP
Warehouse invento management SWP
TBD'22
TBD'22
TBD'22
TBD'22
$ 160
$ 160
48 $
48 $
7,680
7,680
14
Warehouse other SWP TBD
TBD'22
TBD'22
$ 160
48 $
7,680
15
Work area protection and traffic control SWP
TBD'22
TBD '22
$ 160
48 $
7,680
16
Miscellaneous Expense
$
160
NTE $100k
624 $ 100,000
RESOLUTION NO. 2021-322
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE
CITY MANAGER TO EXECUTE AN AMENDMENT TO THE PROFESSIONAL
SERVICES AGREEMENT WITH WILSON CONSULTING, OF SAN CLEMENTE,
FOR LODI ELECTRIC UTILITY ORGANIZATIONAL GAP ANALYSIS AND
PREFERRED WORK METHODS DEVELOPMENT SERVICES
WHEREAS, on December 22, 2020 by Resolution No. 2020-304, City Council approved
a Professional Services Agreement with Wilson Consulting to perform a third party, organizational
gap analysis of current work practices within Lodi Electric Utility (LEU), as well as develop detailed
construction and maintenance preferred work method procedures and documentation; and
WHEREAS, during 2021, LEU and Wilson Consulting completed a detailed organizational
gap analysis and developed detailed preferred work methods for protective grounding
procedures, ladder safety, wood pole climbing, aerial lift operations, rubber gloving, live line
procedures, arc flash protection guidelines, excavation safety, substation equipment
instructions/documentation, rigging, switch out/tag out procedures, no-test/hot line orders and
more; and
WHEREAS, as part of a third phase for this work, LEU is proposing to extend the contract
with Wilson Consulting and work to develop additional required preferred work methods and
training documentation focusing on crane familiarization, hazmat equipment and materials
handling, mobile cranes and boom trucks, warehouse inventory management, safety tailboards,
work area protection and traffic control plans, and more; and
WHEREAS, LEU will also utilize this additional work scope to review and update the
construction and design standards of the electric distribution system.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby authorize
the City Manager to execute an Amendment to the 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 $100,000, for a total
revised contract amount not to exceed $284,160; and
BE IT FURTHER RESOLVED, pursuant
Manual (Res. No. 2019-223), the City Attorney is
the above -referenced document(s) that do not
clerical corrections as necessary.
Dated: December 1, 2021
to Section 6.3q of the City Council Protocol
hereby authorized to make minor revisions to
alter the compensation or term, and to make
I hereby certify that Resolution No. 2021-322 was passed and adopted by the City Council
of the City of Lodi in a regular meeting held on December 1, 2021 by the following vote:
AYES: COUNCIL MEMBERS — Chandler, Hothi, Khan, Kuehne, and
Mayor Nakanishi
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
JENNIFE CUSMIR
City Clerk
2021-322