HomeMy WebLinkAboutAgenda Report - October 5, 2022 C-10CITY OF AGENDA ITEM Con/0
.�
CALIFORNIA
COUNCIL COMMUNICATION
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Amendment 2 to Professional
Services Agreement with Wilson Consulting of San Clemente for Lodi Electric Utility
Organizational Gap Analysis and Preferred Work Methods Development Services
($75,000)
MEETING DATE: October 5, 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 Wilson Consulting of San
Clemente for Lodi Electric Utility Organizational Gap Analysis and Preferred
Work Methods Development Services in an amount not -to -exceed $75,000.
BACKGROUND INFORMATION: In December 2020, City Council approved a Professional Services
Agreement (Agreement) with Wilson Consulting (Wilson) 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,
In December 2021, City Council approved Amendment 1 to the Agreement with Wilson. During 2021, LEU and
Wilson completed a detailed organizational gap analysis and developed 14 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 Instructlons/documentation,
rigging, switch out/tag out procedures, no-test/hot line orders and more. In 2022, LEU and Wilson completed an
additional 10 detailed preferred work methods for pulling underground cable, chainsaw safety, ergonomics for field
staff, troubleshooting and fault locating and more.
LEU Is proposing to once again extend the Agreement with Wilson to develop additional required preferred work
methods and training documentation focusing on line construction standards updates, inspector training, railroad
safety, reconductoring/wire stringing, forklift operator safety and more. LEU will also utilize this additional scope of
work scope to asslst with performance scorecard management and employee survey follow-up.
The cost of this additional work is estimated to not exceed $75,000. Including the original contract amount of
$184,160, Amendment 1 In the amount of $100,000, and this proposed amendment, the total revised contract
amount will not exceed $359,160.
All work is scheduled to be completed by December 2023,
APPROVED:
Stephen Schwabauer, City Manager
Adopt Resolution Authorizing City Manager to Execute Amendment 2 to Professional Services Agreement with Wilson Consulting of San Clemente
for Lodl Electric Utility Organizational Gep Analysis and Preferred Work Methods Development Services ($75,000)
October 5, 2022
Page 2
FISCAL IMPACT; Not -to -exceed amount of $75,000 for the additional proposed work.
FUNDING AVAILABLE; Account No. 50064100.72450.
Andrew Ke s
Andrew Keys
Deputy City Manager/Internal Services Director
Jeff Berkheimer
Electric Utility Director
Signature: aM,drtrt„r XZ"*j
Email: akeys@lodi.gov
AMENDMENT NO. 2
WILSON CONSULTING
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 "CITY"), and WILSON CONSULTING, a sole proprietorship (hereinafter
"CONTRACTOR").
WITNESSETH:
WHEREAS, CONTRACTOR and CITY entered into a Professional Services Agreement on
January 13, 2021 (the "Agreement") in the amount of $184,160, 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
January 24, 2022 for an additional $100,000 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 amend the Scope of Services, as set forth in the letter from
CONTRACTOR dated September 9, 2022, attached as Exhibit 3 and made a part hereof and
increase the fees by an additional $75,000, for a total amount of $359,160, 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 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
STEPHEN SCHWABAUER
City Manager
Attest:
OLIVIA NASHED, City Clerk
Approved as to Form:
JANICE D. MAGDICH, City Attorney
F%A
WILSON CONSULTING, a sole proprietorship
JOE WILSON
Owner
Exhibit 1
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1,1 P'a I s
THIS AGREEMENT is entered into an 5.2M -by and between
the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and Wilson Consulting,
a sole proprietorship (hereinafter "CONTRACTOR").
Section 1.2 Purpose
CITY selected the CONTRACTOR to provide the services required in
accordance with attached Scope of Services, Exhibit A, attached and Incorporated by
this reference.
CITY wishes to enter into an agreement with CONTRACTOR for Organizational
Gap Analysis and Preferred Work Methods Development (hereinafter "Project') as set
forth in the Scope of Services attached here as Exhibit A. CONTRACTOR
acknowledges that It is qualified to provide such services to CITY.
ARTICLE 2
SCOPE OF SERVICES
Section 2.1 Scope of services
CONTRACTOR, for the benefit and at the direction of CITY, shall perform the
Scope of Services as set forth in Exhibit A.
Section 2.2 Time For Commencement an[i coQ2plotlon of Worm
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 fallure 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 Nlceting
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 Tem
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.
N
ARTICLE 3
COMPENSATION
Section 3.1 Coin �ei�satinn
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 Metliorl of pavt»en
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 A.uaitific,
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.
Sectlon 4.2 ADA Cornpllance
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 Indemrrlflcation and Raspflnsfbllt. for DamacL
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 awn 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 Lialflllty_
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 Succossors and Asslcins
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 ITY
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 Configentiality
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 FlP-�e l.aw, .3urisdlctlon, Severablllty. and Attorney's FaeC
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 Clty_B«slness license Recruirement
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 4.18 Inta2ratinn aiz[I Mo[llficatlon
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 �RV4'ri}I11i1
The invalidity in whole or In part of any provision of this Agreement shall not void
or affect the validity of any other provision of this Agreement.
Section 4.19 Ownership of Documents
All documents, photographs, reports, analyses, audits, computer media, or other
material documents or data, and working papers, whether or not In final form, which
have been obtained or prepared under this Agreement, shall be deemed the property of
CITY. Upon CITY's request, CONTRACTOR shall allow CITY to Inspect all such
documents during CONTRACTOR's regular business hours, Upon termination or
completion of services under this Agreement, all information collected, work product and
documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days.
CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any
liability resulting from CITY's use of such documents for any purpose other than the
purpose for which they were intended.
7
Section 4.20 Authority
The undersigned hereby represent and warrant that they are authorized by the
Parties to execute this Agreement.
Section 4.21 federal Transit Fiindinq Condltlons
❑ If the box at left is chocked, 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:
r1r r
JENNIFER CUSMIR STEPH . CHVWABAUE
City Clerk City Manager
APPROVED AS TO FORM:
JANICE D. MAGDICH, City Attorney
WILSON CONSULTING, a sole proprietorship
By-
p�'i. ••11� li �i[ i•MMI•
Name: JOE WILSON
Title: Owner
Attachments:
Exhibit A — scope of Servlcos
Exhibit 8 — Fee Proposal
Exhibit C — Insurance Requirements
Exhibit D —f=ederal Transit Funding Conditions (if applicable)
Funding Source: 60064100,72460
(Business Unit S Account No.)
Doo ID;
G;Rev at2els
a
EXHIBIT A — SCOPE OF WORK
ORGANIZATIONAL GAP ANALYSIS AND PREFERRED WORK METHODS DEVELOPMENT
FOR THE CITY OF LODI ELECTRIC UTILITY
The Wi Ison Consulting project team is structured with the expertise and capacity to complete the work as outlined below
within the approximate lime -frames listed below In addition, there are several additional qualified resources available to
LIS should the timeframes or scope change,
lti`lFrrtapement!lYlctl�nd of c]ttErativ3r
Introduction
Wilson Consulting looks forward to bringing tried and true consulting practices to the LEU project, as well as some
unique app oaches 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 H1ork processes and/or other causes,
initially For quick -fix prioritization purposes.
Prior to tackling the technical tasks of the project, Wilson Consulting will ensure that important stage -setting and project
planning steps are cninpieted:
facilitate consensus regarding expected outcomes and overall project approach among key stakeholders, e.g. City
leaders, LEU leadership, and staff StIperyisipn (►infe.• per COVIDI9, mast individual and group work will be done
rcenorely using lerhnology; grujgh ,gm.rinrts gill he typically 1-2 hours in length, with rare half-day workshops),
M Finalizv project plan details between Wilson Consulting and LEU project leadership, including tasks, resources,
schedule;, doliverebles, budger and so forth.
■ Establish requirements for LEU support and participation, e.g. LEU subject matter experts, project team workspace
and other logistical elements.
Collaborate with LEU leadership regarding initial change managenwilt steps, including "WIm ':; in it for me?"
comimmications to all LGfJ Staff, opportunities for Staff participation and support, contact infilrmation for Wilson
Consulting teain members, and so forth.
Phase I: Organizational Gap Analysis
Scope of Work Tasks
Key Pro ect Methods
Establish a linked
Establish organizational support for the
leadership / department-
metric system (including ongoi ng
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 & B_ulleted Miti Mions
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 asolid
foundation and rationale for LEU strategies
at all business levels (helps mitigate
perception that strategies are selfishly or
politically motivated)
Establishingand maintaining the system is
I expensive and time consuming
EXHIBIT A —SCOPE OF WORK
working with Icadcrship
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! n m ctrirs
Collaborate with 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( nables initial bap anal sy is)
■ Facilitate departmental sub -teams and
SMEs to generate high-level workflows
that identify processes bounded by
to i lestones (Supplier — Producer —
Customer handoffs)
Evaluate work processes
• Facilitate departmental sub -teams and
to identify most impactful
SMEs to scrutinize the workflows to
causations negatively
identify probable process and non -
affecting important
process causations that are likely
metrics
negatively impacting metrics in their
area (initial gap -analysis steps)
Note why and how the processes and
other causes likely impact the metrics
Prioritize work process
+ Facilitate cross -departmental workshops
issues and other
to discuss causation findings of sub -
causations linked to
tearns, develop causation prioritization
metric problem areas
criteria and determine initial
prioritization rankings
_ _ —
• Develop a causation mport for leaders
Facilitate,
Facilitate, prioritize and
• Facilitate a cross -departmental
document important
leadership workshop to review the
quick -fixes to positively
causation report, consider the findings,
Impact metrics working
and generate feedback for the sub -teams
with leadership and
• Feedback report should include
division heads
identification of causations that call for
c nick -fix proiect work tans
Develop work plans
_
• ❑epartmental sub -teams return to their
(Including scope,
problematic workflows, detail them a bit
resources, and timelines further, and perform root cause analysis
for h�hest priority quick. to examine causations in more detail
■ Consider the true costs of mol continuously
improving our business performance
• Start small, with focus on highest priority,
host impactful metrics
Lack of broad consensus around solacted;
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
I ist, then refine it
Strategic mandate: we must focus our limited
improvement resources on the most important
issues in our four I(ey 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 tearn focused on
causation linkages to metrics, not solutions
or projects
• This is brainstorming, not narrowing of
causations
Different departments may angle: for 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 it structured "Criteria) Rating Form"
the team needs to focus on potential positive
benefit to an important metric if a causation
is eliminated _
Team members may not be farnillar with
structured Root Cause Analysis, Solution
Generation / Prioritization Methods, and
Wilson Consulting — LEU Organizational Gap Analysts and Preferred Work Methods Development
EXHIBIT A — SCOPE OF WORK
fix projects as an input
'The.sub-teams develop potential
for Phase 2
solutions, select best solution options,
stakeholders and staff to implement
and draa�uic_k-Fix Project plans
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
investments
procedures which
Teams may stray from
specifically address
considering process
j "problem areas"
linkages to problem
Phase 11: Preferred Work Methods Development
• The Facilitator will provide training in theT
use of these tools, and help the group
etset•ate_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
raising additional potential projects for
inclusion in the report
Following acceptance of the Phase 1 Organizational Gap Analysis and work product deliverables and authorization to
proceed with Phase !I, Wilson Consulting shall:
Scope of Work Tasks Key Project Methods Potential Challenges &
Work with utility leadership and division Ireacls to
finali:,c and implement work plans for select quick -
fix projects
Adapt, documcnl and train industry best -practice
work methods within the selected quick -fix projects
to positively impact metrics.
Werk with tcadersliii p and division heads to Idi; ntil'y
additional high-priarity, wofk processes in need of
best -practice adaptation, documentation and training
(programs)
Develop work plans for implementing (additional)
processes (identified in Bullet 3; scopes best
practice adapfaiiorz, dom traininLLro�, day.) _
Establish an arganizatinn-wide customer -driven
improvement culture
_
Hulleted Mitigations
tions
■ Project Team works with
Quick -rix. plans may
stakeholders and staff to implement
need updating
quick -fix projects per finalized
- Sub -teams modify
`plans {� Limarfty conSU1flU role)
plans, re -submit
■ Consultants will benclxnark
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
hudgetin and implementation
investments
• Sub -teams develop additional "as-
Teams may stray from
is" process workflows, then identify
considering process
several of them for best -practice
linkages to problem
adaptation, documentation and
metrics
training
• Effective facilitation
• '['earn uses previously -applied
(No iignic-vwi
methods to build work plans (see
challenges anticipated)
Phase 1, Bullet 7)
-training
■ Organization -wide 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 periodic 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 stomizes preferred work Development schedule
deliverables and documentation to be created under method projects, incl. training can't be met by team
Phase Ii includes, but is not limited to the list for programs (see this bullet in Exhibit Wilson Consulting
this bullet in Exhibit B. Fee Proposal B: Fee Proposal) secures more resources
S:l1L'QtIL lJ ti.:=ttlX.U)UjWJI JUL!.l!
The Wilson Consulting team "Principal in Charge" of the project will the owner and Principal Consultant, Joe Wilson.
Given the consulting practice areas required to successfully complete all tasks, several electric utility industry Subject
Matter Expert consultants have committed to serving as team members for the project. Their workweek percentage time
Or total days allocation to the project will vary significantly depending on complexity of scorecard, volume and
complexity of processes and training design, and othem' variables in the workload (note approximate percentages/week or
estimated days next to roles below)
Mr, Wilson will be responsible for overall Project Management throughout the initiative, and will be actively involved
with the following sub -teams in the creation of deliverables for both Phases I and 11 (NOTE: All listed subcontractors
below are approved by the City of Lodi to take part in this proposal as required by section 2.5 of the Professional Services
Agreement):
Practice Area: Organizational Metrics / Scorecards to Enable Gap Analysis
Mr. Joe Wilson —Lead consultant, team facilitation, client liaison, project management (20%/w eek)
Mr. Mark Morgan - SME and consulting suppoi4: metric and scorecard design and fulfillment (2.3 days) Mr. Ti in Berg -
SME, LEU organizational consensus building and change managBmcnI (10-249/e/weak) Ms. Kathy Barnes — SME,
resaareh, team facilitation, documentation, Fulfillment ( 10- 20%1week)
Practice Aren: Work Process Development, Improvement, Documentation & Training
Mr. Joe Wilson-- Lead cons uI[an(. team facilitation, client liaison. projcc( management (30%/week)
Mr. Max Fuentes -- SIV E, research, team facilitation, process documentation, training design and development) (10-
20%1week)
Ms. Kathy Barnes — SME, research, team facilitation, process documentation, training design and development (10-
200/o/week)
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 ntlnimize 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 LEIS.
We believe the most effective meetings or other interactions are brief, e.g, held 1-2 hours, with rate half-day sessions, We
will also flex our schedules around LEU requirements and staff availability,
Wilson Consulting— LEU Organizational Gap Analysis and Preferred Work Methods Development 4
EXHIBITA -SCOPE OF WORK
Schedule
Wilson Consulting proposes the following schedule but will work witli LEU on a final agreed upon schedule once
approval is obtained from the Lodi City Council.
Wilson Consulting - LEU Organizational Gap Analysis and Preferred Work Methods Development 5
Body Dec. '20_
Ul-,
LAI@ Z 1
iT
L�rLVileaa Phone I a'en�� kickafi f?bfie I +} tx aaAua m - - -
Bullet I (rrr"d Rous 4)' 1'.elrbllah
rnfhic TrMM
Decd
_
13%0 ►11(moved h m 3): M aatilj• & primilhM caunnt i4 dnired IntimaMOMF do Iallaias6 W
Tate T
it '�I
,uetrice
Feb. 'Il l
i 1Sllr•'Zl
sil! 31,1141ptIN Rim CISfra c ruebirs ^Late
rorks. rau.eedvxe 4•
Bullet d om"T ?I- Evehu,tfrl
y '21
er 1
Bullet 3 faramr 3): Priwitiz4 Tf irmmf. odw cauealtione -
1 -
Orly •1
Buller 6: Peci I'do. rionUs. docamors liclr•ffxn -
Eery 1 _
--
id Apr.
Burnet 7f1e►elo ►cork lens fol lu eia 'an tisk ftxai -_
B, l� * re trfrxf rustr,a - d. riencies Epse_ d iq oti•enunsa
r. 'If
to '
PHASE U ------
--
LF-rU Vdwn Mae II pmjqo glow , kickoff a'fat mEaffy]---
Bullet 1: FirIOU". implement plane for quick fix prejecp (consulpaa role) (exunplrdam'
M�'21-
Lai Ana. 'I1
:3 b
Bullet I Adept. doctumd & Hain btet•pmclioe work taetbode for gttick•blr projec%y
Am 51
TWto Oct. -,5 —t'
enA ie ae: ! Prqf is
Lifix4j. 1
Lrarly Sip. '21
Bulla 3 ldtroif). additional processes for be* practice adoptlition. donuamte4on
trainin (ea le here: 3 rocrssos)
r `�f
Bullet 4: I?nrolop work pk= for ialplemealgaa (eddifiato,l) protease+ (example
here:3 ocesses)
13OW S: f:TlXbL%h nmon*r-dnyga 1qr2w pqr [Ni M
��nr• ti�
-
w 121
Budet 6.• CYuromfie 11w* prg1mvW work mohhod dKillmfn(napanaranu JFom
-
orfslir s Moll Coar,rflr„f mnraraals rdVril/lowa• nutom pmrfrlpanr tQ leader
r1 div hicl.horoj errrl'1rr/4, C¢+ijl.
tom- -
Bullet 6• G 1 v ori P t docs JMild1
Bu11f16•I 24 hr. troinin Ippmpm)Mt
_
�d7im ` 1
Mid A -M 1- -
Built[ 6.3a: Udder Safe (Doc s + 6 hr tmiw,{tjiffvml
21
$,life, 5. )b. Woad Pott Climb' (Docs + )2 hr, traiain o ,n)
-
Bullet 6.3cAen,r1 Lill„UytraYanK+31u. treusia;;pro erp�ua) '
�PiT-moi
---
_
Bullet 6.5' Liv* Lrrit oI 55cka ce + loi ls. o *ssti
�IlW2ZML-
MW sop, 11
Ballet 6-6: Arc Flask howfion Oaidlhaaea on + 4 hitna upx ptal!Am)
s
ep. -
Bulltt 6.7:13aeavette� Sesrry t1)o[s +41u- trot alta) -I
MW 3w. '21
'Vet '21
Wilson Consulting - LEU Organizational Gap Analysis and Preferred Work Methods Development 5
EXHIBIT B - FEE PROPOSAL
Dallverable/Task{s)
Labor
Rate/Hr
1 line
Item
Total I Lina
Hrs. item Coat
O of Line
{toms
ToL91Cost
PRASE l -- -
L1101W11sonPhase IpEjest llRnnning,)dckof etMAmt,
Duller I (moved from 4): BstabilLh metrics atrm _ _.
11WWt 2 (moved ii'om S): Identlfj & prioritize current do dosirod leading & lsggiu8
metrics
160
S 160_
$ 160
40 S
45 S
65 $
6.400
7,200
10,400
---
1
l
1
S
S
6,400
7,2.00
S
J
10,400
Bullot 3 (ronucr 1). ldcatlfy procasset elfet[ing leadinxf oltitinp matrios
$ 160
_
64 S
10,.240.,--
_
-1
S
10,240
Bullet 4 (far(rtar 2): Evaluate lirmaxrct, idaw] , cauaatfons
I3ullpl 5 (former 3): Prioritizerecess issues, other aau$aLions _
Bullct 6: Focililmc, pflorilize. document uick•fixas
Builet 7: Dovdiup warkpIsn9 lar hI hest r(orl ty qwch fixes --- -
Itullo[ 8: eva� o rafe�encr rt+nlnz . i�efiuonc ca raonae tmprovemunls
Phase r Lobar Ctrs! fetal
Plmae l travel NTl rsr r+ue eerimale (a ctti ;, ?-drr vislRr lnemrih]
Phase Ilahor total phu NTF Frprrrrrs
$ 160
$ 160
$ 160_
$ 160
32 $
171, $
12 S
32 S
--
-
5,120
1,920
1,920
5,120
- ^
- -
1
- 1
T 1
1
-
- f'
S
5,120
S
1.920
$
1,920
$
5,120
$
491600_
Jr
13.950
.63,550
PFL'v5ir,11
LAUMIhon phosc 11Craject 1erL_,u1910. kickoff, 2r0icetutkrnl ��
$ 160 1 20 $ 3.200 1
S 3,200
S 3,200
S 32,000
Bullet 1, Pjnalfm, implement plans for quick fiat projects (consulting role)
{axaat Iahere: S rujaCis)
Bullet 2: Adap(, document & tram best -practice work methods for quick -Rx
pro cels (exampla here. 5 projects) _
Bullet 3: idwvtlf} additiaaai Processes Pur hast prazlice adaptation, documentation
& training (e x amp la hare: 3 processes)_
eu0at 4: Davolop work plans for Implernenling fon
(addltal) procaeses (cxampic
here: 3 prouoasas)
nulla 5: i stnblisl[ customer -driven Jmptovemen[ culture
$ 160 4 S 640 5
S _160 40 S 6,400 3
$ 100 8 $ 1.280 3
S 160 8 $ 1.280 _ 3
$ 160 $ 6,400 1
S 3,840
S 3,840
S 6,400
_
Bullet 6; Cuaiomlre these pre/'erred work method dacs/traihing programa from
rclating Wilson Convu/ringMaterial' (workflow,, custom participant & leader
ehaiw, oc'livtrles, crrrsl:
_40.
lidrsbicl.
I'lullat 6.1 Updated Injury & Illness WavcAlion Program (Update docs)
BIWU16-2 Prowdive (iroundlat8 (Does +24 hr. training IsrnA.) _ - --
Rull;t 6.3a: Ladder Safety (Brass + 6 hr. Ineinin , .) ro
Bullet 6-3h: Wood Po 14 Clirnhinx (Docs + 32 hr. trainin��
R " q) -
Bullet &3rf Aerial Lift U ardtioll (17oee +-4 hr. traiWn pro .) _
1g1'6.4 -,. Rubber Glavin {I7rsrs +40 hr. trainin prug.]
MAIN 6-5: i.iva Lino (tin[ Stick): (fines+ 161W. training proq.)
9ullot 6.6: Arc Flash Protection Ouldelinm (Duca + 4 hr, trtstning prof
Bullet 5-7: Excuvetion sare pare +6 hr. Irehtln ropy.}
S 160 40 S 6,400 1
S 160 40 $ 6,400 1
S 160 24 S 3,840 1
S 160 60 S 4,600 1
S 160 24 S 3,840 1
$ 160 40 $ 6,400 1
$ 160 W 32 $ 5,120 � 1
$ 160 24 $ 3.840 - 1
$ 160 24 $ 3,840 - t
S 6,400
$ 6,400
S 3,840
5 9,600
S 3,840
S 6,00
S 5,120
$ 3,840
S 3,840
Pbnse U Labor Cost TOO
$ 101,760
Phase I! travel NTE exp4trae artimale (Approx 3, 2-doy visits /monihl
_
$ 18.850
-- Phase II !ebur Iwo1 hes NT6 F_r ares
-
1 120,610
Nate; Phase 11 Bullet 6 -extra.- Average costfor cnstomixing additional work
nrerlrad dear, training prngrams (avg. example here: Workflow doc + a 41n.
Irahutr roW - to irs TZID pon din Ga ,anal x;15 ouicome and other discussions
$ 160 32 Jl 5,1Z0 I
S 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 rcccive an errrall trop; rhe City's onlina Insurance program r4equesling you to forward the small to your
insur�rnco providef(s) to subrolt (he required Insurance dncumantallon electronically
1r,sur, ore rtorLk!r. ntppja Lar Prelrxtia�tl Ss_�_rvi_L_ A
Contractor shall procure and maintain for the duration of the contract insurance against claims for Injuries to persons or damages
to property which may arlso from or In conned rn1 with the performance of the work hereunder and the results of that work by the
Contractor, his agents, representatives, empioyins or subcontractors.
MINIMUM SCOPE AND LIMIT OF INSURANCE
Coverage shall be at least as broad as:
1, Commercial General Liability (CGL): Insurance Services Office Form CG 00 01 covering CGL on an "occurrence" basis, including
products and completed operations, property damage, bodily Injury and personal & advortising Injury with limits no less than
$1,000,000 per oecurrmice If a general aggrogate llnlit applies, either the general aggregain limit shall apply separately to this
pro)aclllocalton (ISO CG 2.5 03 or 25 04) or the general aggregate limit shall be twice the required occurrence limit,
2. Automobile Liability: ISO Form Number CA 00 01 covering any auto or if Contractor has no owned autos, then hired, and non -
owned autos with limit no less than $1,000,000 per accident for bodily injury and property damage.
3. Workers' Com pensatfon as required by the State of California, with Statutory Limits, and Employer's Liability Insurance with limit
of no less than 51,000,000 per accident for bodlly injury or disease.
4. Profosaional Liability (Errors and Omissions) Insurance appropriate to'he Consultant's profession, with limits not less than
$1,000,000 per occurrence or claim, $2,000,000 aggrpgnte. May be walved by Risk Managar depending on the scope of services,
Ofher Irtaurance Provisions:
(a) Adoltla ra N tot .d I u-tirotl us
The City of Lodi. Its etecled and appomled boards, rommisslons, officers, agents, employees, and volunteers are to be covered
as addlflonai insureds on the CGL and auto policy with respect to liability arising out of work or operations performed by or on
boitaff of the Contractor Including materfais, parrs, or vrlulpnient furnished In connection with such vrark or operations. General
liability coverage can be provided In the form of an gndorsemont to the Contractors insurance (at least Fis brand as ISO Form
CG 2010 11 95 or if not available, through the addition of both CG 20 10, (G 20 26, CG 20 33, or CG 20 38;nil CG 20 37 If a
later adison Ie used
(b)wn�l Nnu•t;rI+ilrlrin},y Ilrurrrrrlrrr
h?n
f;11iiLN}{t��
The limits of Insurance coverage required may be satisfied by a cornbinalton of primary and umbrella or excess insurance. For
any claims related to this contract. the Contractor's 01'sufance. coverage shall be primary coverage at least as broad as ISO CG
20 01 04 13 as respects the Entity, its officers, officials, employees, and volunteera, Any Insurance or eelMnsurance maintained
by the Entity, its officers, officials, employees, or volunteers shall be excess of the Contractor's insurance and shall not contribute
with It.
(c) Waivor of ;,14JMat,r1 Contractor hereby grants to City of Lodi a waiver of any right Io subrogatlon which any insurer of said
Contraclor may a q%jire against the City of Lodi 1iy virtue of rho paymani of any loss under such insurance. Contractor agraas to
obtain any andorsemanl Thal may be nacossary to affect this waiver of subrogation, but this provision appilas regardless of whether
at not the City of Lod[ nes received a walve" of SU torogalton end orsoment from the insurer
NOTE: 0) The street address of the CITY OF L1QQI must be shown along wllh (a) and (b) and (c) above: 221 west Pine Street,
Lodi, California, 95240; (2) The Insurance certificate must state, on Its face or as an endorsement, a description of the protect
that It is Insuring,
(d)rLv�rrftb�Ji j}f f In res! Clatter
The term "Insured" la used severally and riot collectively, but 1110 Inclusion herein of more than one Insurso shall not operate to
Increase t h a Ilmit of rhe company's liability under the Contractors conimorcial general 1iabiIIty and automobrla liability palicros.
(e) Nn,(Ie C of [= Ile !nl [ r),WS I.1an0�In Covptp�rr_Enclnra. +rZ+trin
This pallny may not he canceled not the coverage rt durod by the company without 30 days' prior written notice of such
cancellatlon or reducllon in Coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA 93240,
Page 1 1 of 2 pages Risk: rev. 31112016
(f) Conlu ul of Covzrqty! u
All policies shall be in effect on at before the first day of the Term of this Agreement. At least thirty (90) days prior In Itte expiration
of each insurance policy, Conlracfor shall furnish a certtficats (a) shmvirlg that a new or extended pollcy has been Wain ad which
meals the ntIrl lmum rouleemenis of ItNa AgreemonI Cunlrawor shall provide proof of cantlnuing Insurance an el least an annual
basis during the Tarrn If ConIract oeu insurance lapses or is dlscontlnued for any reason. Can Irector shall Immediately notify tha
CHy and Immediately obtain replacement Insurancs. Contractor agrees and stipulates the any insuranro coverage pfovided to the
City of Lodi shall provide for a claims period following termination of coverage which is at least consistent wlth the claims period or
statutes of limitations found in the California Tort Claims Act (California Government Code Section 610 at seq.).
(g) FaIIir4_(9.0gOlp_ly
IFContractor fails or r"Nses to obtain and maintain the required Insurance, or falls to provide proof of coverage, the City may obtain
the insuranca. Cgnlraclar shall reimcurse the City forpramlums paid, with Interest on the premium paid by the City at the maximum
allowable legal rale then In effect in Cal.fornla. 'rhe Gly shall notify Contractor of such payment of premiums within thirty (30) dsys
Of payment Stating the amount paid, the namo(s) of Phe Insurer(s). and rata of Interest, i;nrtlraetor shall pay such reimbursement
and interest on the first (1st) day of the month Inllowl" the City's notice. Notwithstanding any other provision of this Agreement,
it Contractor fails or refuses to obtain or marnlein 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, Centraelor shall ImmodtBtsly cease use of the
Site or facilities and commence and diligently pursue the removal of any and all of its personal properly from the site or facilities.
(h) Har &;n&tit tJSAh t-, rr g
Consultant shall furnish the City with a copy of the policy deciaration 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 andorsemdnls are to be recolved and approved by the City before work commences. However, failure to obtain the required
documents prior to the work beginning shall not waive, the Conauttant's obligation to provide them. The Ckty reserves the right to
require camplofe, cortilred copies of all required Insurance policies, Including endorsements required by these specifications, at
any rime. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the effective
date.
(I) Sit-Irlsrrt_St—H-W opal§
Self-insured relontlons must be declared to and approved by the City The City, r1ay require the Consultant to provldo proof of ability
to pay losses and related invostigalkins, claim admINstratlan, and defense expenses wllhln the rutontion. Tiro policy language shall
prnvfcle• or be endorsed to provide, that the Belt- FISLIrad rolelntion may be satisfied by either the named insured or City.
The limits of Insurance described herein shell not limit the liability of the Contractor and Contractor's officer a, employees, agents,
representatives or subcontractors. Contractor's obligavorl to defend, indemnify and hold the City and Its officers, officials,
ornployoes. agents and volunteers harmless under the provisions of this paragraph Is not limited to or restricted by any requirement
In the Agreement for Conlrartor to procure and maintain a policy of insurance
(k) $ Ili r ra • r
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
(i) (:1nn1e� Nla[it: l'ulicles
If any of the roqulred poilrtes provluo coverage on a ctainis-made basls:
1. The Retroactive date must be shown and must bo before the date of the contract or the beginning of con treat work.
2. Insurance must be maintained and evidence of Insurance must be provided for at least five (5) years after wmpletlon of the
contract of work.
3. If coverage is canceled or non -renewed, and not replaces with another claims -[Wade policy form with a Retroactive Date prior
to the contract effective date, the Consultant must purchase "extended reporting" coverage for a minimum of live (5) years after
complelton of contract worts,
(m) �u I I I it allrrrr 5
All Insurance required by the terms of this Agreement must be provided by insurers IlcenSc d to do bustness in the Stale of
California ,vhicll are rated it best "A-. VI" by the AM Nast Ratings Gulde, and which are areaptahlo to the City. Nora-adriAlled
surplus !Isles carriers may be steepled provided they are included nn the nrosl recent list of California eligible surplus Ilnas
insurers (LF -SLI list) and otherwise meal City requirements.
Page 2 1 of 2 pages T Risk: rev. 311!2010
Exhibit 2
AMENDMENT NO. 1
WILSON CONSULTING
PROFESSIONAL SERVICES A REEMENT
A
THIS AMENDMENT NO, 1 TO PROF SSIONAL ERViCES AGREEMENT, is made and
entered this .,2&Uay of ��_ 17 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
Attest:
4R� y•2�
+v ler+c-
177, r►s ?9_To- - `"'Y
Approved as to Form:
JANICE D. MAGDICH, City Attorney
WILSON CONSULTING, a sole proprietorship
A E WILSON
Owner
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:
0
Proposed 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
2
1 Phase 3 project planning, kickoff, project mgmt
IScorecard metrics assessment, reporting
Jan '22
Jan' 22
Dec'22
Dec'22
$ 160
$ 160
30 $
48 S
4,800
7,680
3
Construction design standards update
TBD'22
TBD'22
$ 160
60 S
9,600
4
Process Improv. Project TBD 1:. tannin and implementation
TBD '22
TBD'22
$ 160
30 $
4,800
5
Process Improv Pro ect TBD 2Planning and implementation
TBD'22
TBD'22
$ 160
30 S
4.800
6
Process Improv Project TBD 3: planning and implementation
TBD'22
TBD'22
$ 160
30 S
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
S 160
48 S
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
S 160
30 $
4.800
11
Mobile cranes & boom trucks SWP
TBD '22
TBD'22
S 160
48 $
7.680
12
13
Tailboards: methods and documentation SWP
Warehouse inventory management SWP T'
TBD'22
TBD'22
TBD'22
TBD'22
S 160
$ 160
48 S
48 $
7.680
7,680
14
Warehouse other SWP TBD)
TBD'22
TBD'22
$ 160
48 $
7,680
Work area rotection and traffic control SWP
TBD'22
TBD'22
S 160
48 $
7.680
ffl
Miscellaneous Expense
$
160
NTE $100k
624 S 100,000
Exhibit 3
WILSON CONSULTING
September 9, 2022
Wilson Consulting
217 Calle Sonora
San Clemente, CA 92672
Mr. Jeff Berkheimer
Electric Utility Director
Lodi Electric Utility
1331 South Ham Lane
Lodi, CA 95242
Dear Mr. Berkheimer:
Per your request, see below the final list of project deliverables and tasks we discussed for Wilson Consulting as
an extension to the current Wilson Consulting contract. These projects will extend and add to the work in progress
through the end of 2023.
#
Estim.
Start
Proposed 2022-2023 "Phase 4" Deliverables 1 Tasks Date
Estim.
Compl.
Date
Item $ or
Hr. rate
# Items
or Est.
Hrs.
Line Item
Total Cost
1
Phase 4 project planning and management
Oct. '22
Dec. '23
$
160
40
$
6,400
2
Line Construction Standards Updates
Oct. '22
Jul. '23
$
160
96-$
15,360
3
Inspector training manual - OH and UG SWP
Oct. 122
Nov. '22
$
160
48
$
7,580
4
Forklift operator safety SWP
Nov. '22
Nov. '22
$
160
24
$
3,840
5
Railroad safety SWP
Nov_ '22
Dec. '22
$
160
30
$
4,800
' 6
Re-conductoring / wire stringing operations SWP
Dec. '22
Dec. '22
$
160
56
$
8,960
7
Tool & PPE inspection SWP
Jan_ '23 Jan. '23
$
160
36
$
5,760
8
FR clothing overview SWP
Jan. '23
Feb. '23
$
160
24
$
3,840
9
SWP or improvement protect TBD 1
TBD
TBD
$
160
24
$
3,840
10
On oin /Annual Performance Scorecard Management
TBD
TBD
$
160
20
$
3,200
11
Em lovee Survev and follow up
TBD
TBD
$
160
18
$
2,880
12
Estimated travel ex nses (1 trip per month, 15 months
I Oct. '22
Dec. '23
$
8,440
1
$
8,440
Total Estimated Cost
417
$ 75,000
I look forward to working with you and your staff in the coming months, and much appreciate your confidence in
the value I'm bringing to LEU.
Sincerely,
ee
Joe Wilson
Founder and owner, Wilson Consulting
RESOLUTION NO. 2022-235
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE
CITY MANAGER TO EXECUTE AMENDMENT NO. 2 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, in December 2020, City Council approved a Professional Services
Agreement (Agreement) with Wilson Consulting (Wilson) 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, in December 2021, City Council approved Amendment No. 1 to the
Agreement with Wilson; and
WHEREAS, during 2021, LEU and Wilson completed a detailed organizational gap
analysis and developed 14 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, in 2022, LEU and Wilson completed an additional 10 detailed preferred work
methods for pulling underground cable, chainsaw safety, ergonomics for field staff,
troubleshooting and fault locating and more; and
WHEREAS, LEU is proposing to once again extend the Agreement with Wilson to develop
additional required preferred work methods and training documentation focusing on line
construction standards updates, inspector training, railroad safety, reconductoring/wire stringing,
forklift operator safety, as well as assist with performance scorecard management and employee
survey follow-up.
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
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 $75,000
for a total revised contract amount not to exceed $359,160; and
BE IT FURTHER RESOLVED, pursuant to Section 6.3q of the City Council Protocol
Manual (Res. No. 2019-223), the City Attorney is hereby authorized to make minor revisions to
the above -referenced document(s) that do not alter the compensation or term, and to make
clerical corrections as necessary.
Dated: October 5, 2022
------------------------------------------------------------------------
------------------------------------------------------------------------
I hereby certify that Resolution No. 2022-235 was passed and adopted by the City Council
of the City of Lodi in a regular meeting held on October 5, 2022 by the following vote:
AYES: COUNCIL MEMBERS — Hothi, Khan, Kuehne, Nakanishi, and Mayor Chandler
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS —None ..
OLIVIA NASHED
City Clerk
2022-235