Loading...
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