Loading...
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