Loading...
HomeMy WebLinkAboutAgenda Report - September 21, 2022 C-12CITY OF o i CALIFORNIA AGENDA ITEM 1 12 COUNCIL COMMUNICATION AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Amendment 2 to Professional Services Agreement with Power Centric Solutions, LLC of Gallatin, TN for Lodi Electric Utility Engineering System Study Services ($125,000) MEETING DATE: September 21, 2022 PREPARED BY: Electric Utility Director RECOMMENDED ACTION: Adopt a resolution authorizing the City Manager to execute Amendment 2 to the Professional Services Agreement with Power Centric Solutions, LLC of Gallatin, TN for Lodi Electric Utility Engineering System Study Services in an amount not -to -exceed $125,000. BACKGROUND INFORMATION: In August 2020, the City Council approved a Professional Services Agreement (Agreement) with Power Centric Solutions, LLC (PCS) for a comprehensive engineering study of the electric distribution system. The primary task associated with the original Agreement included updating Lodi Electric Utility's (LEU) existing distribution system circuit model and analyzing load serving capabilities. In February 2021, the City Council approved Amendment 1 to the Agreement with PCS to perform updated system loss studies, support the integration of LEU's engineering software to the new GIS platform, perform interconnection studies as needed, as well as provide other engineering expertise to support LEU. LEU has identified various other tasks that need significant engineering support including load growth evaluation, engineering analysis and support for relay upgrade projects at various substations, capacitor placement study to improve overall system performance, and various other general engineering services. As a result, staff are requesting approval of Amendment 2 to the Agreement in the amount of $125,000 through December 2023. Combined with the original Agreement in the amount of $49,600 and Amendment 1 in the amount of $75,000, this will bring the total not -to -exceed amount for PCS's services to $249,600 through December 2023. FISCAL IMPACT: Amendment 2 not -to -exceed cost of $125,000. FUNDING AVAILABLE: Sufficient funds are available in the amount of $75,000 for Fiscal Year 2023 in 50061500.72450. Additional funds will be budgeted as part of the Fiscal Year 2024 budget planning process. APPROVED: Steve SChwabauer Stephen Schwabauer, City Manager Adopt Resolution Authorizing city Manager to Execute Amendment 2 to ProresslonsI Services Agreement with Power Centric Solutions, LLC of Gallatin, TN for Lodi Electric Utility Engineering System Study Services (S123,000) September 21, 2022 Page 2 _Andrew Keys Andrew Keys Deputy City Managerllntemal Services Director Jeff Berkheimer Electric Utility Director Signature: Gm'&r XwIg Signature: Email: akeys@lodi.gov Email; sschwabauer@lodi.gov Signature: Sim�r. 5r0w�Areer Men 1% 2r., a2 li--51 PO'n Email: sschwabauer@lodi.gov AMENDMENT NO. 2 POWER CENTRIC SOLUTIONS, LLC Professional Services Agreement THIS AMENDMENT NO. 2 TO PROFESSIONAL SERVICES AGREEMENT, is made and entered this day of , 2022, by and between the CITY OF LODI, a municipal corporation, hereinafter called "CITY", and POWER CENTRIC SOLUTIONS, LLC, a Tennessee limited liability company qualified to do business in California (hereinafter called "CONTRACTOR". WITNESSETH: 1. WHEREAS, CONTRACTOR and CITY, entered into a Professional Services Agreement on August 27, 2020 (the "Agreement") in the amount of $49,600, as set forth in Exhibit 1, attached hereto and made part hereof; and 2. WHEREAS, CONTRACTOR and CITY ENTERED INTO Amendment 1 to Agreement on March 1, 2021 for an additional $75,000 and extended the term of the Agreement to December 31, 2022, as set forth in Exhibit 2, attached hereto and made a part hereof; and 3. WHEREAS, CITY now requests to increase the fees by an additional $125,000, for a total amount of $249,600, and amend the Scope of Services, as set forth in the letter from CONTRACTOR dated September 7, 2022 attached hereto as Exhibit C and made a part of; and 4. WHEREAS, CITY now requests to extend the term of the Agreement through December 31, 2023; and 5. WHEREAS, CONTRACTOR agrees to the amendments set forth above. NOW, THEREFORE, the parties agree to amend the Agreement as set forth in paragraphs 3 and 4 above. All other terms and conditions of the Agreement remain unchanged. IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Amendment No. 2 on the date and year first above written. CITY OF LODI, a municipal corporation POWER CENTRIC SOLUTIONS, LLC, a Tennessee limited liability company STEPHEN SCHWABAUER TAMMY A. BAXTER City Manager President & CEO Attest: OLIVIA NASHED City Clerk Approved as to Form: JANICE D. MAGDICH City Attorney '= OWEA CENTell aLUTll�1►J September 7, 2022 Jeff Berkheimer Electric Utility Director City of Lodi Electric Utility Department 1331 S Ham Ln Lodi, CA 95242 Dear Mr. Berkheimer, The City of Lodi Electric Utility Department (LEUD) requested Power Centric Solutions (PCS) continue providing as -needed engineering and design services and submit this proposal to extend the existing agreement through December 31, 2024. Initial discussions have focused on the tasks listed below; however, the listed tasks are not intended to limit requested services of PCS by LEUD. The PCS team shall provide engineering and design services requested by LEUD that have been mutually agreed on in writing prior to execution. The services will be provided under the existing contract dated August 27, 2020. The preliminary tasks discussed are presented below and include potential services the PCS team can provide to support the LEUD staff. Further discussions with LEUD will be required to determine the specific scope of services, and the estimated hours and budget to complete each task requested_ TASK 1: CAPITAL IMPROVEMENT PLAN LEUD has prepared a system forecast to identify potential load growth and possible expansion of the service territory. LEUD requests a Capital Improvements Plan (CIP) be prepared to evaluate the system's technical performance and the required capital improvements to serve the potential load growth and service territory expansion. PCS can provide the following services for the CIP to support LEUD. • Jointly prepare the engineering model for analysis • Evaluate the system at existing and projected load levels • Determine system limitations and required upgrades • Model solutions for existing and projected load levels with recommended system upgrades • Prepare draft summary of analysis, findings & recommendations • Jointly prepare cost estimates for proposed solutions and system upgrades • Prepare final letter report TASK 2: INDUSTRIAL SUBSTATION RELAY REPLACEMENT SUPPORT LEUD is proposing to replace the existing relays at Industrial Substation with modern digital relays from Schweitzer. PCS can provide the following services to support LEUD with the relay replacements, • Planning and coordination assistance with PG&E • Develop SEL relay settings based on the recommendation from the coordination study • Assistance integrating the new RTAC and relays with LEUD's existing SCADA system TASK 3: CAPACITOR PLACEMENT STUDY PCS can evaluate VAR requirements on the LEUD distribution system based on the detailed WindMil model prepared for the CIP. PCS will use the WinclMil model to identify capacitor placement, size and control options to meet system requirements from the power supplier, optimize system voltage and reduce losses. PCS will provide a letter summary of the analysis, findings, and recommendations. The WinclMil model and other supporting documentation will be provided in electronic format at the completion of the study. TASK 4: KILLELEA RELAY REPLACEMENT Killelea Substation was constructed with indoor Siemens switchgear and has obsolete Siemens microprocessor relays and RTU that need to be replaced. The following PCs engineering services can be provided to accomplish the equipment replacement at Killelea. • Design replacement of the existing Siemens relays with SEL relays • Prepare wiring revisions for relay panels • Prepare settings files for new SEL relays • Design replacement of the existing Siemens RTU with a new SEL RTAC • Integrate new RTAC into the existing SCADA • Update switchgear drawings in AutoCAD TASK S: HOSTING CAPACITY EVALUATION PCS can evaluate the capacity available on the LEUD distribution system to determine the maximum level of Distributed Energy Resources (DER) that can interconnect within system technical limits. PCS will determine maximum DER penetration levels at defined zones on the 12 -kV system, incorporating existing or planned DER. The zones will be delineated by substation buses, feeder breakers, and some mid -stream feeder locations. PCS will provide a letter summary of the analysis, findings, and recommendations. The WindMil model and other supporting documentation will be provided in electronic format at the completion of the study. TASK 6: GENERAL ENGINEERING In addition to the preliminary tasks identified above, LEUD may request additional engineering and design services as needed from PCS. Estimated Fee The estimated range of engineering and design services meets LEUD's initial budget funding offer increase of $125,000. The services are to be provided under the existing contract terms dated August 27, 2020. Acceptance of the proposal will increase the overall approved budget funding to $249,600. LEUD shall pay for the general engineering and design services requested the amount equal to the cumulative hours charged to the specific project by each PCs employee times Standard Hourly Rates for each applicable billing class. In addition, PCS shall also be entitled to reimbursement for specific project - related expenses. Hourly rates as of the effective date of this document are as follows: Classifications Hourly Rates Clerical $65.00 per hour Designer 1 Designer II $65.00 per hour $75.00 per hour Designer III $90.00 per hour Senior Designer 1 $110.00 per hour Senior Designer II $120.00 per hour Senior Designer III $130.00 per hour Engineer $125.00 per hour Lead Engineer $150.00 per hour Senior Engineer Principal Engineer Project Manager Senior Project Manager $170.00 per hour $185.00 per hour $170.00 per hour $185.00 per hour Closing We thank you for the opportunity to continue supporting the City of Lodi Electric Utility Department. Should you have any questions or require additional information, please contact me at (615) 804-6316 or at kmullen@pwrcentric.com. POWER CENTRIC SOLUTIONS, LLC / '�w dI' 4�Z44 Keith Mullen Principal & Vice President EXHIBIT 1 AGREEMENT FOR PROFESSIONAL SERVICES ARTICLE 1 eej�r,,i S�.AND PURPOSE Section 1.1 PlIrtle! THIS AGREEMENT Is entered Into on 2020, by and between the CITY OF LODI, a municipal corporation (herel after'CITYN), and POWER CENTRIC SOLUTIONS, LLC, a Tennessee limited liability company (herelnefler "CONTRACTOR"). Section 1.2 Purpose CITY selected the CONTRACTOR to provide the services required In accordance with attached Scope of Services, Exhibit A, attached and Incorporated by this reference. CITY wishes to enter Into an agreement with CONTRACTOR for Lodi Electric Utility System Study (hereinafter "Protect") 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 C PE OF 9 RVLCU Section 2.1 S&oMof Services CONTRACTOR, for the benefit and at the direction of CITY, shall perform the Scope of Services as sat forth in Exhibit A. Sectlon 2.2 Time F_ar Cprnnioneerient and Cvm_ glatlan o[ Wnrk 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 date or review documents within the appropriate time frames. The review time by CITY and any other agencies Involved in the project shall not be counted against CONTRACTOR's contract performance period, Also, any delays due to weather, vandalism, acts of t3od, etc., shall not be counted. CONTRACTOR shall 1 remain In contact with reviewing agencies and make all efforts to review and return all comments. Section 2.3 Moovsiflp CONTRACTOR shall attend meetings as may be set forth In the Scope of Services. Section 2.4 Staffing CONTRACTOR acknowledges that CITY has relled 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 We 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 2.8 suhra►ttrficts 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 September 1, 2020 and terminates upon the completion of the Scope of Services or on June 30, 2021, whichever occurs first, 2 ARTICLE 3 9QNIPra5A7 pI Section 3.1 Cq�n �ur�aatiari 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 3.9 gothQr�_ot PmVn�ant 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 sold work is attributable. CONTRACTOR's compensation for all work under this Agreement shall not exceed the amount of the Fee Proposal. Section 3.3 Costa The Fee Proposal shall Include all reimbursable costs required for the performance of the Scope of Services. Payment of addltlonal 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 Audltino CITY reserves the right to periodically audit all charges made by CONTRACTOR to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to furnlah 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, obtaln 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 buelness 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 atter final payment under this Agreement, 3 ARTICLE 4 MISCE.LLANEggg2 0V'ai Section 4.9 Na isrri In tib 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 Cku Ilan! sq In performing services under this Agreement, CONTRACTOR shall comply with the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well as all applicable regulations and guidelines Issued pursuant to the ADA. Section 4.3 Indum"Iflcaion And Ra4P2leiblfty for DgMs 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 adeing out of the active negligence, sole negligence, or sole willful misconduct of the City of Lodl, 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 Ilmitetion 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 Cortso uontirsl Losses and I.Irttltatio�� of l,lattllit Neither CITY nor CONTRACTOR nor either party's suppliers, agents, officers, and directors shall have any liability to the other party or any other person or entity for any Indirect, incidental, special, or consequential damages whatsoever, Including but not limited to lose of revenue or profit, failure to realize anticipated profits or savings, lose or or damage to data or other commercial or economic lose. 4 Excluding CONTRACTOR'S Indemnification obligations with respect to Section 4.3 Ir}dEL nfiggb2 end Reg pneibility _Lar f)ffinnoe the CITY agrees to IImR the CONTRACTOR'S liability to $1 M per occurrence and $2M In aggregate. Section 4.6 Stai)-4A d of Car# CONTRACTOR agrees to perform Re services In the care and skill conformity with the professional and technical standards of reasonable care, skill, prudence, and diligence ordinarily used and exercised by members of the engineering profession who are familiar with projects of the some type, nature, complexity, and size. CONTRACTOR agrees to re -perform non -conforming or substandard work at no additional cost, Section 4.8 No Personal uablll! Neither the City Council, nor any other officer or authorized assistant or agent or City employee shall be personally responsible for any liability arising under this Agreement. Section 4.7 qqafavr�eihllltY of Gln 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 4.8 [liqura ,S Rnnul ar 1s y s far Co 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 4.9 SE�ccesanrs end Asslann 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 4.10 Notice 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 some is personally served or upon receipt by express or ovemlght delivery, postage prepaid, or three (3) days from the time of mailing If sent by first class or cerllfled mall, postage prepaid, addressed to the respective parties as follows: 5 To CITY; City of Lodi 221 West Pine Street P.O. Box 3008 Lodi, CA 65241-1910 Attn: Jeff Berkhelmer, Electric Utility Director To CONTRACTOR; Keith Mullen, Principal & Vice President P.O. Box 247 Gallatin, TN 37088-0247 Section 4.11 cooperatio:Laf,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 4.12 CONTRACTOR Ie Not n Ern la pro of i:fTY CONTRACTOR agrees that In undertaking the duties to be performed under this Agreement, it shall act as an independent contractor for and on behalf of CITY and not an employee of CITY, CITY shall not direct the work and means for accomplishment of the services and work to be performed hereunder. CITY, however, retains the right to require that work performed by CONTRACTOR meet specific standards without regard to the manner and means of accomplishment thereof, Section 4.13 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 4.14 Confidenttgjl y 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 6 CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California Public Records Act. Section 4.18 Applicably w Jurl dl tin Seyerehfilly. B130 AtLorneV'v FoQ9 This Agreement shall be governed by the laws of the State of Califomle. Jurisdiction of Iltigatlon 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 feed from the party who does not prevail as determined by the San Joaquin County Superior Court. Section 4.18 City Byalnoes Licanee Regulrament CONTRACTOR acknowledges.: that Lodi Municipal -Code. Section--3,0.1,020 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 4.17 Cm+ 3r tLorif, The captions of the sections and subsections of this Agreement are for convenience only and shell not be deemed to be relevant In resolving any questlon or Interpretation or intent hereunder. Section 4.18 Intggratlonarndi M9r�INcation 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. Thle Agreement may not be modified or altered except In writing, signed by both parties. Section 4.18 Contract Terme Prn all All exhibits and this Agreement are Intended to be construed as a single document. Should any Inconsistency occur between the specMc terms of this Agreement and the attached exhibits, the terms of this Agreement shall prevail. 7 Section 4.20 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 4.21 Ownor9l1Its of Qocumonts 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 then the pvrpoee for. which they were Intended. Section 4.22 Auth2rltv The undersigned hereby represent and warrant that they are authorized by the parties to execute this Agreement. Section 4.23 Federal Tra�ralt FundlntLornd Lons ❑ 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 He 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. e ATTEST: E=L*M RRI errn� 6r Wif �1e�sl'4 0I} Clerk APPROVED A8 TO FORM: JANICE D, MAGDICH, City Attorney CITY OF LODI, a municipal corporation Steve Schwabauer STEPHEN SCHWAIMUER City Manager POWER CENTRIC SOLUTIONS, LLC a tlmlted liability company Janice D. Magdich )dm Name: Tammy axler Atlsohmsnb: Title: Priguldent-8 CEO Exhibit A — Scvpa of Services Exhibit E — r=an Prapoeal Exhibit C, Insurance Requlremsnla Exhibit D— Federal Trsn■lt Funding CondRlons (Ir sppllcsble) Funding 8oures; 50061600.72460 (Buelnave Unit 8 ACCOunI No,) Doo ID; CAINOW.01,2015 Power Centric Solutions, LLC PO Box 247 Gallatin, TN 37066-0247 615-804-6316 Keith Mullen, Principal & Vice President kmullenLIpwreentric.com EXHIBIT A/B SCOPE OF WORK AND COST PROPOSAL LODI ELECTRIC UTILITY LODI ELECTRIC SYSTEM STUDY Project Description: This project prouldes an rnglneering assessment of the operatlonal flexibility and safety of the dlstNhution facliltles with the preparation of the system analysis detailed hereln. The evaluation Includes updating the City of I.odl Electric Utility's It EU) Wind MII model, performing system onalyses to determine facility capacity limltatlons at the most rerant peak and Wl-contingencles; optimizing-capncitor placement, coordinating line protective devices, and calculating arc energy levels on the system. I. Services of Power Centric Solutions, LLC A. The specific services to be provided or furnished are as follows: I. Meet at LEU's office to kick-off the project and review the following: a. Project execution b. Collect/review Information requested c. Discuss/finalize planning criteria to be used in the system analysis d. Document distribution configurations In the engineering model for the N-1 distribution system contingencies being Investigated (I.e. loss of feeder breaker or exit circuit conductor) e, Review the existing capacitor ratings, control systems and operations, and power factor goals f. Review existing distribution protective devices, protectlon scheme, and reliability concerns g. Discuss Internal arc flash safety standards, and recent changes to arc flash standards and the Impacts on analysis 2. While on-site, work with LEU to update the system model for analysis based on staff knowledge. This Includes confirming feeder configurations and loads for the most recent peak, updating equlpmrnt types, sizes, settings, and locations, and adding In customer billing for load allocation, Thlr documant Is a MODIFIED venlsn or EdCK"' F,595, Copyrlghi 0 2615 by iha Ndih,nal Slucicly of i'rurcxalanal t7.nglnetrn, Ain 4rteao Council of Rnginrering Companies, pad AlnorIuQ Skidety cf Civil Englxtsrrr, u ie hxud in part on vitrrptii rmrn cnpyrishtod UCDC do 0a Mtntb Thelia perOnnA ofIha toxI Ihet oritlnatesl In ccpyrfghleel F:JCDC ilucumnnIA renim In iab1tvt iu Ihr cairyriahi. 3, Utilize the WindMll model of LEU's distribution system to assess performance of the existing facilities at the most recent system peak In the normal and N-1 contingency configurations. Summarize the analysis and review with LEU to collaborate on required facility upgrades/replacements, Estimated budgets for required distribution facility upgrades will be provided by LEU. 4, Utilize the WlndMll model of LEU's distribution system to assess the location and size of existing line capacitors at the most recent system peak and minimum load conditions, and propose relocations or additions of fixed and switched capacitors if required. Prepare a summary of the recommendations and review with LEU, Estimated budgets for required distribution facility upgrades will be provided by LEU. 5. Utilize the WlndMll model of LEU's distribution system and LlghtTable to analytically test the coordination of the existing protective devices (feeder relays, line reclosers and first line fuses) and alignment with LEU's protection scheme at the calculated available faults. If required, propose relocations, additions or modifications of protective devices/settings to Improve coordination, prornatestandard ization, and reduce a rc energy levels, Test the recommendations in the WlndMll model and LlghtTable; and prepare a -summary of Ilia recommendations and review Wltli LEU: " _- 6. Utilize the WlndMll model of LEU's distribution system to evaluate the arc energy levels based on the existing protection scheme and recommendations from the coordination assessment, and applicable Industry standards Including IEEE 1584, NESC 410.A.3, OSHA §1910.269, and NFPA 70E. Prepare a summary of the analysis and proposed mitigations, and review with LEU, 7. Prepare a draft report based on the feedback from LEU on the project analysis, and submit for LEU review, Meet at LED's office to review the recommendations with stakeholders and collect feedback on the draft report to Incorporate In the final document, Prepare the final document, and deliver electronic copies of the report and study flies. The final document will Include the following; a. Executive Summary b. Data and Assumptions e. System Normal and N-1 Analysis and Recommendations d. Capacitor Placement Evaluation and Recommendations e, protective Device Coordination Assessment and Recommend atlons f. Arc Flash Assessment and Proposed Mitigations g. Appendices (Maps, TCCs, Estimates, etc,) 9. All the services Included above comprise services for purposes of compensation underthis Scope of Work, Thla document U a NJ0DTFIF1) vtraCort at EJCDC° E-3031 Copy rfgh10 201%by the Nation ataochty 0f rrofeAline al lingleatto, AniarIotn Counell or Fny,Inet, Ina Coin pa n" end Amtricrn 8ucItly of Civil EnLincars, rrr is Mired in part on "iwplr nnrn enpyrighrod FMC. DCdocutntn a. Thaw porltnn' nrthe COIR that nrlginalcu In mpyrighled F.iCOC doeumentr rcmafn mwhlect to Ilia copyright. -- Pala a 2. Additional Services A. Additional Servlces that maybe required, but are not Included above, can be provided for additional compensation. The potential Additional Services are as follows: 1. Preparation of an Electric System Master Plan Including the assessments detailed herein and the following: a. 10 -year forecast of system peak loads and DER/EV penetration b. System strategic plan and 5 -year CIP 2. DER/EV Impacts & hosting capacity analysis 3. Presentation of device coordination recommendations, arc flash calculation methods and Andings, and Impacts on system reliability and safe working practices to engineering and operational staff P. LSU's Responsibilities LEU shell provide the Information requested In Section ZA, partielpate In meetings, and provlde requested feedback on project deliverables In a timely manner, 4. Schedule Upon contract approval and timely, delivery of the data requested, Power Centric Solutlons, LLCwlll complete the Electric Syatem Studios within 120 business days, Changes In schedule and project details may be made only through mutual agreement between Power Centric Solutions, LLC and LEU, and subject to LEU's approval. S. Pricing LEU shall pay Power Centric Solutions, LLC a Lump Sum amount not -to -exceed Forty -Nine Thousand Six Hundred Dollars ($49,600) for the specified category of services as detailed above, assuming the breakdown shown In the table below. K16 -off Meeting A Model Updates System No_rmel & N-1 Anelysls Capacitor Placement_ Devlce Coordination Arc Flesh 56dy Draft & Final Raports/Review Meeting TOTAL - _...�_.�... --_• _ -- • • - - - -- Sg,9D0 $6,300 $6,300 $9,900 $7,340 $a8,m - Tilsdoeument In it MODIFIED version erXXDCO ig m,Copyrtahe ID2015 by 1hana,1"1118VCktyof FrnRrsloMa[ HT1 sin nrr, AModem is Cam aeDofEnalneerial Cempanko, end American 8ackty afCSII En;in torr, or la basad in V* rt on "corpts rhom eayyriahNd FJCDC docummb, Thou port lan■ ofIho toiI I h i t orl3ia idod Is topyryhitd Lie DC dotumento romilIA wblut to tho topyrtaht. Paan a The Lump Sum constitutes full and camplete compensation for Power Centric Solutions, LLC services In the specified category, Including labor costs, overhead, profit, expenses, and Consultant charges. Expenses Include transportation (Including mileage, lodging, and subsistence Incidental thereto; courier charges; reproduction of reports, Drawings, Specifications, and similar Specific Project -related Items. These expenses are not reimbursable under the Lump Sum method. The portion of the Lump Sum amount billed for services will be based upon an estimate of the proportion of the total servlces completed during the billing period to the Lump Sum. Thle documtal � s MODINIBD rerebo of 6dCDCe +U305, CopyrlghtO xolS by Iho Neflo�tU 8oebty of ProRalonsl En6leoen, American Cauncll of Engineariaig Componlm and Awnarkan Society of Civil Enpinuvj, er Is bru.d In pert on exerrpu renm eopydilltted EdCDC documents, Those pordono of The taxi thsl aHillneted In copyrighted 61CDC daeLiman Is remain kub)aeIto the copyright. Pop 4 n't r=r, trr� EXHIBIT C 'VOM-' Thar Clry of Lodi is now uafng ON onfkre Insurance program PINS Adveniryo. Onea yogi nava been awerded a contrscI you will fecnlve an 0rnsll frorrr ON Clify'R anlfns insurance program requ+esOng you ro llanyard rho smafl lo your Ieeurencr Provlderfal ro aubmm the requfredrneurencc ducumen(arflon eractrankefry Contractor Shell procure and maln(aln for the duration of the contract insurance sgalnet alalme far Injurlso to persona or damages to property which may erica from or In conneollen with the performance of the wmrk hereunder and the rosuns or that wodt by the Conlraoto , his agents, ropmeenlauvea, amptgons or aubcaonlraclom, MINIMUM SCOPE AND LIMIT OF INSURANCE Coverage shell be at least as broad as; 1. Commarcial Ognoratl Llablllty (0(3L); Insurance 9ervicun OfAde Form V3 00 01 covering COL on no "occurrenW beam, Indludlog products and completed cooraltone, proporly damage, bodily Injury and personal & udvertiaing Injury with hmlto no lees than 44,000,400 per ocmurmnoa. If a gnnnretf aggmgsto limit appllen, abhor the general aggrugato limit shell opply eaparntely to 11119 pmlontiloonilon (180 CO 26 03 or 28 04) or the general sgi)regnto limn ehnll be ivrroe tho r0qulrad owurronoo hmll. 2, Automobile Llsblllty' 180 Form Number CA 00 01 covering nay auto or If Contractor has no owned autos, then hired, and non - mad autos with limit no Ilse than 11,000,000 per aeo?dont for bodily Injury and properly dentage. 3. Workeml 0ompsnee11on: as required by the 8tela of C9lllomle, with Statutory LIM Its, and Gmployer'e Liability Insuranoe with limit of no lees than 11,(wo,00c per aoddent for bodily Injury or disease, 4, Professional Liability (Errors and Omiealons) Insufanoe appropriate to the Consuhent'n prnfoanion, with limits not lees than 11,000,000 per occumance orclalm, $2,000,000 nggrogole, May be waived by Risk Manager depending on the Scope of eervloes, Qlhet Insurance Provisions (a) 4di[IIiGAflLun]�tl�rtsudlQlv4 The City of Lodl, Its a[actoof and appolntod boards, oommiseIana, nMoo ra, agonta, urnployaaa, and vol Woora ata to be covered an addlllonof Ineurede an the COL and auto polloy wish mopecl to ilablll(y nrleing out of work or operaito" pariormed by or on bob a11 or the Conlreotor including male rlaIa. pcFla, or aqulpmanI furninhod In connection wlIh au oh work or opnrailnno. 00NOn1l liability oovatago can bet provldad In the form of an andorssmont Io the Conlrocteo Ineuranc0 (81 10581 As brand an 150 Form CO 20 10 1186 or If not evalfsble, through the addition of both GG 20 10, CO 20 20, CO 20 33, or CO 70 30; Atid CO 20 37 If a later adIIlon Is us ad (b) bulory ineurenea gWMai aef The limits or inauranre coverag a required mny ba nohNd by a combinaIIan of primary and umhroliu 0( v>soeas Inaurenee. For any claims Welei d to IhIs contmot, the Cnnlractara In9mran cc covarego 8hn11 be primary Coverage at leant ■s broad ea 180 CO 20 01 D413 a mapacte the I:nllty, Its orpoora, off0fole, omplcy0ee, and voluntsere, Any Inauranon or selkneursacs maintained by tha Enlhy, its cigars, olllolaia, ampioyaea. or volunteare eha11 be excaes of the Contra ctoea In5urenee end shall not coni rlbuto wilh It, (o) Wpbysr 01 8ubra0elicn Contractor here hy grants I City a Lodi a we Iver of any oght to subrogation which any Ineuror of said Confrac!ar may 9squlm egaIng t the City of Lodi by virtue of the poyawnt of any foes under auoh Insurance, Contractor agrees to obtain any endorzamnnt that may be nowbury to effect thiswatverof subrognllon, but thle pmvlalon eppllaa regerdleaa of vrhalher of flat the City of Lodi hes recafvad a waiver of aubrogetion andonmment from the Inournr NOTE: (1) Tho arrear address of the a I U- Q= n I,nIuat be shown along with (a) end (b) and (o) above; 221 West PIM Street, Loll, California, 05240; (2) The Inauranoe oerti kale must state, on Its face or as an endorsement, a description of the 2Mko that It fs Inaurfng. (d) �!i[0lrabil.utLOr lulslrr S1 CEtlltest The term "inoured" la unod nevoraily and not collectively, but the inclusion herein of more then one Insured shall not operate to 10ora0e0 the Breit 01 the a0mpany'o liability underths Contractors con)mencial general I(0blllly and automobile Ilablllly polldlee, (9) h%&CAALQMJ29iJI0n of hw-Qalasay[rrrroa Gndoroemanl We p0110y may not be Canceled nor the coverage reduced by the oomptany vrAhoul 30 deya' prior wrWAn notice of such onncatoil0n or redurilan In 00va ma a to the R NinnnQeP, CIiY of Lodl, 7.21 Wool Pine 8L, Lod 1, CA 05240. Page 1 I of 2 pages -� Risk: rev. 31112010 Signature: Email: jmagdich@lodi.gov Signature: -� — - Email: sschwabauer@lodi.gov (q irF�iil],Ully_QLGdLYdtlaIlR All polldae shall ba in affacl ori er ti prom Iha fuel day of tha Tenn ofIhIsAgfoomani, IleeRai thl0y (34) days pilar la the axplrollan of Baan Insvmnce polloy, ConIwo rehpit I rumlall ■ c41111e910(a) 0howliso Ihal a naw or aKlan ded palloy hoe bean obielnad whleh Moate Ilia minfmunl mqulronstinle of this Apfeenarl. Contioulor nhall pr0akln proafolWoUnuing Inaumnpa on at feast an annual boats dudn0 1 h TOM), fl ConbeCfaes Insurance Irpaa5 or Is dieaarilfnusd for any too son, CanIto dtor nhall Jot mait] Wsly Amity the C 11 and ImmadleIety 0Mel n mplocerrnenI ineumnUs, Carl lrnclor agrees and oUpulston ill nI any lnsurenco covarapa pmoldad IaUse C-1 1/ of I.0d1 shal10 rovkle for it ofalma period Ill 1IO vinp IOrminsUlsn of Covemgo whlds is et To met conalelnnt wtll; tha drilme perlod or etalutsl of IImliattono found In the Colirom10 Tart Qlelm5 Ad (CIll Ira mla QovammenI Code Soction ala at leq.). (g) Ft}Ilura Q Cnmp}y If Contr.alor ffllia of roruane to abtaIn and mal Ilia h the toqulred Ineumnon, orfalie la provlda pIaa101wverag a,tha City msy oblIIn IIIc Insurance, Conlmalarahell reimburvn Ilse C!{y forwrimiumr paid,wlUl Interest on the premlum paid bylhsClly at the meArnurn allpwnbla I0e11 fella than In ahal In iUlfornla. 1'he City elssll nollly Cvnlraclornleuahpayment of premlume vdthtn Ihlrly{30) Bayo of payment etenng Ilia amount pald, iiia nemo(I) of Ilse frssuror(e), and rale of Into aol, Conlractor shall pnyy nuts rofnsbunlameat Anel InInto at on the Rin{ (1x1) day of the m n n I h hlnnwlria Ihn tRVa nolloo. NatwlthAtpndlno any ollnr prarlalon of IhIs A9reamanl, II Can lrlalar rolls 0r raruaae to ebinln or mall lal3Inaufanon Ito raqulfad by this aore ern anI. a fells to provide ibIoot of inDUrttnc*, I h a City may tormfnuto 111 lit Agrig anMni upon mach bre a Ch. Upon buc11 term insaon, Contra olor ohv11 Isom antlaloiy ca Rea use of the 9110 a fndlWas and car:rnanon and dlgpon11y purs. ua Ina removal a any and at of Ito psrannnI property tam the ails or foci [IL re. (h) ]LditltiIlllUka 17f CkYSllpgp Case ultnnt ahall filmin}s 1lta Clly wllh a Copy or the pallay itadaisVan and andarsansnnl pena(a), aoglnal Cie rintsdltoA end am5ndniory aWarp enlnnis a wplaa of Ilia alijAcAbto policy language a[faCIN covolaga sogIII md by Ihle oleuse, All aerdncetse end 0ndorsamnn18 nm to U4 moahen d and approved by the 0 R befano walk rnmmaswe. Ilowaver, tailuro toabtaln Iho nogi frod Occurs an1It pnCr to IIIc walk bunilining shell not welvn the CC Ill alfenl`s obll Illlon la pPoWda Ihsm, The Clly raIts rvea the 0911110 raqulm oomploto, arnlnnd coplai o1 NI required Irraurnnoo pollpoo, Indudlrig an doroamnnte requlmd by Lhasa spedflcntlone, at tiny Ilma, Folhim to exercise III Ir FIRM atrall not eonelfiuta a waiver or fila Clty'e right t0 oxeralea atter the efiaailvo Yale. P) �AIL•Iultu�ttf.[ialentittna soIf.lnhum d mlonllane mual be dodamul to end approved by the City, The Clly may raqulra the Consultant Io providepreatof ablllty la pay ksoee end misled InvseUga}lone, Cloth! adminlsite Ila ii, anil de lanae oxpponatte W11111, the rolendon. T1topal Ioy Ibn9uaga shell pravtda, 0 ba on do reed in provkla, that I h a eatf-In aured ratenllon may be eatlenad by anher Lha earned toaomd arCity. (I) irlltll�tnnl�v_l,lmlla Tho Ilmll■ of hinuronoo deaellbad hamtn ahnll not Ilmll Ihn IIoblllty of Ilia Canleaclor Ural CoI11ru[turo effkare, employeae, agemo, ranreeenintivae or oubennlraclws. Conlradoesi 011119atton fo dafond, ladamnity and hold the Cny rind Ito ofRwra, ofhdosa, amptuyooa, it0aille and valuntonm hnmllesa under 916 provinlaaa aIthis pato graph In rat IIm1Iad to ormat flot 04 by nfly regidramant In the All roe mant for Cantraclor to procure and Atli lnlafn a polity of Inauranrn, (kl flli�x�tumalaro Consultant shall mqulro and very that all suhconlreclofe maintain Insuraaoe mooling all the requirements elated herein, and Consultant shall ensure III at City II an eddlllannl Ineurild on Ineuranoo Inquired from suboontreolara (q Cinlola�ldad(fLCo{ICSa4 If any of fha 4"UINd P0110 111 provide oavernoo an a ofalosn•mnda baele: 1. The RnlraaCllve rMto meet be allown find mull be before (Ile ditto orthe aontfeet arthe beginning of Canlmatvmork. 2. Insurance must bre maintained and evidence of Innuranoo motif be provided far at feast on (5) yefire errorcompfellon of the Contract ofwark, 3. If mvarottale anncolad ornon.renevrsa, and not roplAw wllh anotherdaime•nindn Way faun with a nelraaoilva Cole prior to tho wntrnci oVaaUve dole, the Conevllanl Will purchnon `extended n por11n9' nCvnrros for a minimum of nvo (6) years after onmphiIII an of nonIill at mirk, (m) mtiitiitlnti.ivadunli�l All Ineurenre mqufned by the Terme OF lhle ADoi aman I mval an provided by InIurem 1100naed la do buoinasa In the State of Callro►nla which are rated stl000l'A•, Vl' by the AM Wet Ralinga Quids, amo widthAre eowptubla to Iho Chy. Non•ndrnlllad nurglne lions csnrtam may leo aooeplod provldo6 thfly ata Included on Ilia nsont record Ilei OfCnllfomIn 01191bla uurplua lltioa Innusure; (LE 6LIIle t) end ath0I'Maa meat Cl IV nigUlremaMe signatures _7 !�l lilt �, �, a.�i, in v�i,iu to it l•uo; Emalts jmagdlch@lcdl.gov Page 2 ) of 2 pagea RM: rev, 3/1!1018 a '�WER rd •ENTRIG ."'.-OLUTIO► December 31, 2020 Jeff Berkheimer Electric Utility Director City of Lodi Electric Utility Department 13315 Ham Ln Lodi, CA 95242 Dear Mr, Berkheimer, The City of Lodi Electric Utility Department (=UD) has requested Power Centric Solutions (PCS) submit this proposal to provide as -needed engineering i is design services. Initial discussions have focused on the tasks listed below; however, this is not inten-mA to imit requested services to be provided by the PCS team. The PCS team shall provide general engineeri iF and design services requested by LEUD under our existing contract dated August 27, 2020 on an hourly ai sis 1 hat have been mutually agreed on in writing prior to execution. The initial tasks discussed are presented below and include potential services the PCS team can provide to support the LEUD staff and proposed budge angel. Further discussions with LEUD will be required to determine the scope of services, and the est' n Stec hours and budget to complete each task requested, TASK 1: RELAY SETTINGS FILES PCS has prepared a protective device coordl ist on study for the LEUD distribution system, which included recommended relay setting adjustments for wksta=ion and line devices. PCS can provide the following services to support LEUD with the implemer-tadon of the study recommendations. ■ Prepare relay settings files for the t-arsfor-ner and feeder breakers at Henning, Killelea and McLane substations = Provide oversite on contra cti ng/prcf.ri mrr ing/testing for the implementation of the new settings TASK 2: INDUSTRIAL SUBSTATION RFI AY REPI�,C-Mt NTS LEUD is proposing to replace the existing rel3as at I idustrial Substation with modern digital relays from Schweitzer, PCS can provide the following seri :es bo support LEUD with the relay replacements, • Planning/coordination assistance vwi h PGIAE • Design for required modifications to relay ianeis and control wiring • Develop SEL relay settings based or _he rez-ommendation from the coordination study • Provide oversite on contracting/prcgrz mrr ing/testing for the implementation of the new relays • Assistance integrating the new reia with LEUD's existing SCADA system TASK 3: SYSTEM LOSS STUDY PCS can evaluate the LEUD system losses based on the detailed WindMil model prepared for the recent system studies. PCs will aggregate the losses for each of the main components of the distribution system (Le. substation transformers, line, distribution transformers, secondary), and provide a letter summary of the findings, The WindMil model and other supporting documentation will be provided in electronic format at the completion of the study, TASK 4: ESRI MAP ASSISTANCE LEUD Is working with Esri to develop a GIs of the existing distribution system. The new GIS will be the primary record of the electric system assets, and provide the data required to keep the WinclMil engineering model up-to-date, The following is a sampling of the assistance PCs can provide related to the GIS development, • Identification of the modeling/interface requirements for WindMil • General guidance based on experience with other utilities on industry standards and interfaces with GIs • Participation in project calls with Esri • Review and troubleshooting project deliverables TASKS: MCLAN E SCADA ASSISTANCE McLane Substation is not Integrated into LEUD's existing SCADA system. The following is a sampling of the assistance PCS can provide related to SCADA integration. • Update the SCADA database to add the new status, control and analog points Including scaling and alarm configuration, • Update SCADA displays and historical data sets to reflect the new status, control, and analog points • Assistance with commissioning and testing the new additions TASK 6: GENERAL ENGINEERING In addition to the tasks identified above, LEUD may request from the PCS team general engineering and design services as needed, Fee The proposed range of general engineering and design services meets LEUD's initial budget funding offer of $75,000. The services are to be provided under the existing contract terms dated August 27, 2020. Acceptance of the proposal will increase the overall approved budget funding to $125,000. LEUD shall pay for the general engineering and design services requested the amount equal to the cumulative hours charged to the Specific Project by each PCs employee times Standard Hourly Rates for each applicable billing class. In addition, PCS shall also be entitled to relmbursement for Specific Project - related expenses. Hourly rates as of the effective date of this document are as follows; Clerical $72 per hour Designer $105 per hour Senior Designer $121 per hour Engineer $138 per hour Lead Engineer $165 per hour Project Manager $165 per hour Senior Engineer $204 per hour Senior Project Manager $204 per hour Closing We thank you for the opportunity to continue supporting the City of Lodi Electrlc Utility Department, Should you have any questions or require additional information, please contact me at (615) 804-6316 or at kmullen@pwrcentric,com. POWER CENTRIC SOLUTIONS, LLC 16W411 -- Keith Mullen Principal & Vice President Signature: ra FIRP P. hl.%A h l J.0 k Pi, )I Ih V,P%II Email: jmagdich@lodi.gov RESOLUTION NO. 2022-214 A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE CITY MANAGER TO EXECUTE AMENDMENT NO. 2 TO THE PROFESSIONAL SERVICES AGREEMENT WITH POWER CENTRIC SOLUTIONS, LLC, OF GALLATIN, TENNESSEE, FOR LODI ELECTRIC UTILITY ENGINEERING SYSTEM STUDY SERVICES WHEREAS, in August 2020, the City Council approved a Professional Services Agreement (Agreement) with Power Centric Solutions, LLC (PCS) in the amount of $49,600 for a comprehensive engineering study of the electric distribution system with the primary task of updating Lodi Electric Utility's (LEU) existing distribution system circuit model and analyzing load serving capabilities; and WHEREAS, in February 2021, the City Council approved Amendment No. 1 to the Agreement with PCS in the amount of $75,000 to perform updated system loss studies, support the integration of LEU's engineering software to the new GIS platform, perform interconnection studies as needed, as well as provide other engineering expertise to support LEU; and WHEREAS, LEU has identified various other tasks that need significant engineering support, including load growth evaluation, engineering analysis and support for relay upgrade projects at various substations, capacitor placement study to improve overall system performance, and various other general engineering services; and WHEREAS, staff are therefore requesting approval of Amendment No. 2 to the Agreement in the amount of $125,000 through December 2023 to complete these additional tasks. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby authorize the City Manager to execute Amendment No. 2 to the Professional Services Agreement with Power Centric Solutions, LLC, of Gallatin, Tennessee, for Lodi Electric Utility Engineering System Study Services, in an amount not to exceed $125,000 for a total approved contract amount of $249,600, and thereby extending the term to December 31, 2023; and BE IT FURTHER RESOLVED pursuant to Section 6.3q of the City Council Protocol Manual (Res. No. 2019-223), the City Attorney is hereby authorized to make minor revisions to the above -referenced document(s) that do not alter the compensation or term, and to make clerical corrections as necessary. Dated: September 21, 2022 I hereby certify that Resolution No. 2022-214 was passed and adopted by the City Council of the City of Lodi in a regular meeting held September 21, 2022 by the following votes: AYES: COUNCIL MEMBERS — Hothi, Kuehne, Nakanishi, and Mayor Chandler NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — Khan ABSTAIN: COUNCIL MEMBERS — None W)5�41� OLIVIA NASHED City Clerk 2022-214