HomeMy WebLinkAboutAgenda Report - May 17, 2023 C-10CITY OF
f IL � /
r
O
CALIFORNIA
AGENDA ITEM C4MID
COUNCIL COMMUNICATION
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Amendment 3 to Professional
Services Agreement with Power Centric Solutions, LLC of Gallatin, TN for Lodi Electric
Utility Engineering System Study Services ($150,000)
MEETING DATE: May 17, 2023
PREPARED BY: Electric Utility Director
RECOMMENDED ACTION: Adopt a resolution authorizing the City Manager to execute Amendment 3
to the Professional Services Agreement with Power Centric Solutions,
LLC of Gallatin, TN for Lodi Electric Utility Engineering System Study
Services in an amount not -to -exceed $150,000.
BACKGROUND INFORMATION: In August 2020, the City Council approved a Professional Services
Agreement (Agreement) with Power Centric Solutions, LLC (PCS) for a
comprehensive engineering study of the electric distribution system.
The primary task associated with the original Agreement included updating Lodi Electric Utility's (LEU) existing
distribution system circuit model and analyzing load serving capabilities. In February 2021, the City Council
approved Amendment 1 to the Agreement with PCS to perform updated system loss studies, support the
integration of LEU's engineering software to the new GIS platform, perform interconnection studies as needed,
as well as provide other engineering expertise to support LEU. Then in September 2022, the City Council
approved Amendment 2 to provide additional engineering expertise to support LEU's various ongoing projects.
LEU has identified various additional tasks that need significant engineering support to improve overall system
performance and reliability including load growth and power flow evaluation, engineering analysis, support for
relay upgrade projects at various substations, as well as engineering support associated with the State of
California natural gas power plant currently under construction.
As a result, staff are requesting approval of Amendment 3 to the Agreement for $150,000 through December
2024. Combined with the original Agreement of $49,600, Amendment 1 for $75,000 and Amendment 2 for
$125,000, this will bring the total not -to -exceed amount for PCS's services to $399,600 through December
2024.
FISCAL IMPACT: Amendment 3 not -to -exceed cost of $150,000.
AMCAPPROVED: .:
Stephen Schwabauer, City Manager
Adopt Resolution Authorizing City Manager to Execute Amendment 3 to Professional Services Agreement with Power Centric Solutions, LLC of Gallatin, 7N for Lodi Electric Utility Engineering
System Study Services ($150,000)
May 17, 2023
Page 2
FUNDING AVAILABLE: Sufficient funds are available in account number 50061500.72450. Additional
funds for future years will be included as part of the annual budget planning
process, Any costs associated with the power plant will be fully reimbursed by
the State of California.
Andrew Keys
Andrew Keys
Deputy City Manager/Internal Services Director
ce IM av3 }n,- 1 HAA PDP
Jeff Berkheimer
Electric Utility Director
Signature: Q ,tv X&IOb
Email: akeys@lodi.gov
AMENDMENT NO. 3
POWER CENTRIC SOLUTIONS, LLC
PROFESSIONAL SERVICES AGREEMENT
THIS AMENDMENT NO. 3 TO PROFESSIONAL SERVICES AGREEMENT, is made
and entered this day of , 2023, by and between the CITY OF LODI, a
municipal corporation (hereinafter "CITY"), and POWER CENTRIC SOLUTIONS, LLC, a
Tennessee limited liability company qualified to do business in California (hereinafter
"CONTRACTOR").
WITNESSETH:
1. WHEREAS, CONTRACTOR and CITY entered into a Professional Services Agreement
on August 27, 2020 (the "Agreement") in the amount of $49,600, as set forth in Exhibit 1, attached
hereto and made part of; and
2. WHEREAS, CONTRACTOR and CITY entered into Amendment 1 to Agreement on March
1, 2021 for an additional $75,000 and extended the term of the Agreement to December 31, 2022,
as set forth in Exhibit 2;
3. WHEREAS, CONTRACTOR and CITY entered into Amendment 2 to Agreement on
October 17, 2022 for an additional $125,000 and extended the term of the Agreement to
December 31, 2023, as set forth in Exhibit 3;
4. WHEREAS, CITY now requests to increase the fees by an additional $150,000, for a total
amount of $399,600, and amend the Scope of Services, as set forth in the letter from
CONTRACTOR dated April 3, 2023, attached hereto as Exhibit 4 and made a part of; and
5. WHEREAS, CITY now requests to extend the term of the Agreement through December
31, 2024; and
6. WHEREAS, CONTRACTOR agrees to the amendments sets 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 WITNESSETH WHEREOF, CITY and CONTRACTOR have executed this Amendment No.
3 on the date and year first above written.
CITY OF LODI, a municipal corporation POWER CENTRIC SOLUTIONS, LLC,
a Tennessee limited liability company
STEPHEN SCHWABAUER
City Manager
Attest:
TAMMY A. BAXTER
President & CEO
Approved as to Form
JANICE D. MAGDICH OLIVIA NASHED
City Attorney City Clerk
Power Centric Solutions contract Amendment No. 3
1IPage
EXHIBIT 1
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
Section 1.1 Pfidlea
THIS AGREEMENT Is entered Into on 2420, by and between
the CITY OF LODI, a municipal corporation (here[ after' TY"), and POWER CENTRIC
SOLUTIONS, LLC, a Tennessee limited liability company (hereinafter
"CONTRACTOR").
Section 1.2 Pu_ raose
CITY selected the CONTRACTOR to provide the services required In
accordance with attached Scope of Services, Exhibit A, attached and Incorporated by
this reference.
CITY wishes to enter Into an agreement with CONTRACTOR for Lodi Electric
Utility System Study (hereinafter "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
8 !E OF SERV
CES
Section 2.1 Scope o 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 lime For CgMrnfincement afl_dCcnyieJJQn of Work
CONTRACTOR shall commence work pursuant to this Agreement, upon recelpt
of a written notice to proceed from CITY or on the date set forth In Section 2.8,
whichever occurs first, and shall perform all services diligently and complete work under
this Agreement based on a mutually agreed upon timeline or as otherwise designated In
the Scope of Services.
CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other
work products as may be designated in the Scope of Services.
CONTRACTOR shall not be responsible for delays caused by the failure of CITY
staff to provide required date or review documents within the appropriate time frames.
The review time by CITY and any other agencies Involved in the project shall not be
counted against CONTRACTOR's contract performance period. Also, any delays due to
weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall
1
remain In contact with reviewing agencies and make all efforts to review and return all
comments.
Section 2.3 Meetli�a
CONTRACTOR shall attend meetings as may be set forth in the Scope of
Services,
Section 2.4 StafNnn
CONTRACTOR acknowledges that CITY has relled an 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 noted 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
thle 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 2.6 9ubrontrag1q
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 T4rm
The tern of this Agreement commences an September 1, 2020 and terminates
upon the completion of the Scope of Services or on June 30, 2021, whichever occurs
first.
2
ARTICLE 3
c:t-MnPi;KSADD N.
Section 3.1 Corn )annatlon
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 Mothod of Fra ont
CONTRACTOR shall submit Invoices for completed work on a monthly basis, or
as otherwise agreed, providing, without limitation, details as to amount of hours,
Individual performing said work, hourly rate, and Indicating to what aspect of the Scope
of Services sold work is attributable. CONTRACTOR's compensation for all work under
this Agreement shall not exceed the amount of the Fee Proposal.
Section 3.3 Costs
The Fee Proposal shall Include all reimbursable costa required for the
performance of the Scope of Services. Payment of additional reimbursable costa
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 Auditino
CITY reserves the right to periodically audit all charges made by CONTRACTOR
to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to
fumlah 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 premlaes, 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
MI�CELLANEQUS PRQVIQMS
Sectlon 4.9 Nonr lnrrl nlnt tion
In performing services under this Agreement, CONTRACTOR shall not
discriminate In the employment of Its employees or in the engagement of any sub
CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital
status, national origin, ancestry, age, or any other criteria prohibited by law.
Section 4.2 ADA Cort► Ilanco
In performing services under this Agreement, CONTRACTOR shall comply with
the Americans wl(h 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 Ittdemtilflcatian nncl Raaparotiibllity for r) a
CONTRACTOR to the fullest extent permltied 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, He elected and appointed offlclals, 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 Indemnlflcatlon, If CITY chooses at
Its own election to conduct Its own defense, participate In Its own defense, or obtain
Independent legal counsel in defense of any claim related to this Indemnification,
CONTRACTOR shall pay all of the costs related thereto, Including without limitation
reasonable attorney fees and coals. 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.
Sectlon 4.4 Cor}so unrttlal Lasses and i.lntltatiori of 1abl._ lily
Neither CITY nor CONTRACTOR nor either party's suppliers, agents, officers, and
directors shall have any liability to the other party or any other person or entily for any
Indirect, incidental, special, or consequential damages whatsoever, Including but not
limited to lose of revenue or proflt, failure to realize anticipated profits or savings, lose of
or damage to data or other commercial or economic lose.
4
Excluding CONTRACTOR'S Indemnification obligations with respect to Section 4.3
ird-a—mtf icaion imid &W.RaMlil for C3.,r a419,, the CITY agrees to limit the
CONTRACTOR'S liability to $1 M per accurrence and $2M In aggregate.
Section 4.6 Lt.jrLdArd of Gimg.
CONTRACTOR agrees to perform its services In the care and skill conformity with the
professional and technical standards of reasonable care, skill, prudence, and diligence
ordinarily used and exercised by members of the engineering profession who ere
familiar with projects of the same type, nature, complexity, and size. CONTRACTOR
agrees to re-perform non-conforming or substandard work at no additional cost.
Section 4.6 No Personal Llablllty
Neither the City Council, nor any other officer or authorized assistant or agent or
City employee shall be personally responsible for any liability arising under this
Agreement,
Section 4.7 Rp9Varaalhlllty o 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 hereln.
Section 4.8 tiLkgLancn Ro(Iuirornnti1a for L'OfV'ifiACitJiz
CONTRACTOR shall take out and maintain during the life of this Agreement,
Insurance coverage as set forth In Exhibit C attached hereto and incorporated by this
reference.
Section 4.9 Sm.,coanors Haid Asnl(ins
CITY and CONTRACTOR each bind themselves, their partners, successors,
assigns, and legal representatives to this Agreement without the written consent of the
others. CONTRACTOR shall not assign or transfer any interest In this Agreement
without the prior written consent of CITY. Consent to any such transfer shall be at the
sole discretion of CITY.
Section 4.10 Nottgo
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 doomed to have been
given when the some Is personally served or upon receipt by express or overnight
delivery, postage prepaid, or three (3) days from the time of mailing If event by first does
or certlfled maul, poatoge prepaid, addressed to the respective partles as follows:
5
To CITY: City of Lodi
221 West Pine Street
P,O, Box 3008
Lodi, CA 95241-1910
Attn: Jeff Berkhelmer, Electric Utility Director
To CONTRACTOR: Keith Mullen, Principal & Vice President
PA, Box 247
Gallatin, TN 37088-0247
Section 4.11 Cnc a atlo of C Y
CITY shall cooperate fully and In a timely manner In providing relevant
Information It has at Its disposal relevant to the Scope of Services.
Section 4.12 CONTR, Ck s Nat_an Ernoloyap of Cl'fY
CONTRACTOR agrees that In undertaking the duties to be performed under this
Agreement, it shall act as an independent contractor for and an behalf of CITY and not
an employee of CITY, CITY shall not direct the work and means for accomplishment of
the services and work to be performed hereunder. CITY, however, retains the right to
require that work performed by CONTRACTOR meet specific standards whhout regard
to the manner and means of accomplishment thereof,
Section 4.13 Tomiinstion
CITY may terminate this Agreement, with or without cause, by giving
CONTRACTOR at least ten (10) days written notice. Where phases are anticipated
within the Scope of Services, at which an Intermediate decision is required concerning
whether to proceed further, CITY may terminate at the conclusion of any such phase.
Upon termination, CONTRACTOR shall be entitled to payment as set forth In the
attached Exhibit B to the extent that the work has been performed. Upon termination,
CONTRACTOR shall Immediately suspend all work on the Project and deliver any
documents or work In progress to CITY. However, CITY shall assume no liability for
costs, expenses or lost profits resulting from services not completed or for contracts
entered Into by CONTRACTOR with third parties In reliance upon this Agreement.
Section 4.14 Confldvntlality,
CONTRACTOR agrees to maintain confidentiality of all work and work products
produced under this Agreement, except to the extent otherwise required by law or
permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents
owned by CONTRACTOR and clearly marked by CONTRACTOR as "Confidential" or
"Proprietary", except to the extent otherwise required by law or permitted In writing by
6
CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California
Public Records Act,
Section 4.18 Ap licable Iaw. JurI§glqtlqn,Severab.1111tv. Ono Altolliev's Eau
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 Sen
Joaquin County Superior Court, If any part of this Agreement Is found to conflict with
applicable laws, such part shall be Inoperative, null, and vold 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.
Section 4,18 City Sysinogs License Reclulroment
-- - CONTRACTOR acknowledges, that Lodi Municipal -.Code -Section-. 3,0.1,020
requires CONTRACTOR to have a city business license and CONTRACTOR agrees to
secure such license and pay the appropriate fees prior to performing any work
hereunder.
Section 4.17 C_z1%Pyon_fj
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.
Sectlon 4.18 l_ntugration an_ it— 2gLll� :atlon
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 4.19 Contract Ter{r15 RPryall
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,
7
Seotlon 4.20 Sovorablilty
The Invalidity In whole or In part of any provision of this Agreement shall not void
or affect the validity of any other provision of this Agreement.
Section 4.21 Ownorahip of Do(LyrnDts
All documents, photographs, reports, analyses, audita, 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 ouch
documents during CONTRACTOR's regular business hours. Upon termination or
completion of services under this Agreement, all Information collected, work product and
documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days.
CITY agrees to Indemnify, defend and hold CONTRACTOR harmless from any
liability resulting from CITY's use of such documents for any purpose other then the
pu,.rpose for.which they were intended,
Section 4.22.jMLhorItv
The undersigned hereby represent and warrant that they are authorized by the
parties to execute this Agreement.
Section 4.23Factor Trfellslt Fl+!?f_n[� Cori lona
❑ If the box at left Is checked, the Federal Transit Funding conditions attached as
Exhibit D apply to this Agreement, In the event of a conflict between the terms of this
Agreement or any of he other exhibits, and the Federal Transit Funding Conditions, the
Federal Transit Funding Conditions will control.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Agreement as of the date first above written,
s
CITY OF LODI, a municipal corporation
ATTEST;
Steve Schwabauer
Eta"M RRt, P,rrnI �� �r m STEPHEN 3CHWA3AUER
[ �1ee€Mant•0I Clerk City Manager
APPROVED AS TO FORM;
JANICE D. MAGDICH, City Attorney
Janice D. Magdich
Jdm
POWER CENTRIC SOLUTIONS, LLC
e limited liability company
Name: I arnrTlyAME'
r
TIM, Prooldi. f
namunmsnw:
15101bit A - Stop of Services
Exhibit S - Foo i ragnaal
Exhibit C , Insurance Requirements
Exhibit D - Federal Transit Funding CondlNonr (If applicobls)
Funding 8oures; 00616co.7245a
(Buelnsed Unit 8 Account No,)
Dao ID;
CAINev.01.2016
9
Power Centric Solutions, LLC
PO Box 247
Gallatin, TN 37066-0247
615-804-6316
Keith Mullen, Principal & Vice President
kmullen@pwreentrlc.com
EXHIBIT A/9
SCOPE OF WORK AND COST PROPOSAL
LODI ELECTRIC UTILITY LODI ELECTRIC SYSTEM STUDY
Project Des"lptlan. This project provides an engineering assessment of the operational flexibility and safety
of the distribution faculties with the preparation of the system ane lysis detailed hereln. The ovaluatlan
includes updating the City of Lodi Electric Utllity's (LEt)j WlndMll model, performing system analyses to
determine facility capecfty limitations at the most recent peek a n N4-cont1ngencles;-opt1mlzin8 cnpadfor
placement, coordinating line protective devices, and calculating are energy levels on the sy9tem,
I. Srrrvlces of Power Centric Solutions, LLC
A. The specific services to be provided or furnished areas follows:
I. Meet at LEU's office to kick-off the project and review the following:
a. Project execution
b. Collect/review Informatlon requested
C. Discuss/finalize planning criteria to be used In the system analysis
d. Document distribution configurations In the engineering model for the N-1 distribution
system contingencies being Investigated (i.e. loss of feeder breaker or exit circuit conductor)
e, Review the exlstingcapacltor ratings, control systems and operations, and powerfactor goals
f. Review existing distribution protective devices, protection scheme, and reliability concerns
g. Discuss Internal arc flash safety standards, and recent changes to arc flesh standards and the
Impacts on analysis
2. While on-site, work with LEU to update the system model for analysis based on staff knowledge.
This Includes confirming feeder configurations and loads for the most recent peak, updating
equipment types, sixes, settings, and tocatlons, and adding In customer billing for load allocation,
'r 1116 d"0M11nt tr It MOR venins of P.+10EH �SpS, Capyrt1h1t32R15 by lia i@Ktian618ocirtyaf t'1vrcaatonni [ nglattn4
Amerkaa Cullncil of Rnalnrering CQmpasdea, nod AnierJosr3 Su0tly arCirll Ell g1F0re.0r I! hHeetl In part an cxcerp19 rruln
copyrigh[ed W1)C docueuent& Thom par1inu■ orlhe text that urig inatcd to eopyrighted RIC 11C duninirnre remain iubjecl to thr
[opyripht.
— - Page x
3, Utilize the WindMll model of LEV's distribution system to assess performance of the existing
facilities at the most recent system peak In the normal and N-1 contingency conflguratfons.
Summarize the analysis and review with LEU to collaborate on required facility
upgrades/replacements. Estimated budgets for required diatribution facility upgrades will be
provided by LEU,
4. Utilize the WlndMll model of LEU's distribution system to assess the location and size of existing
line capacitors at the mast recent system peak and minimum load conditions, and propose
relocations or additions of fixed and switched capacitors if required, Prepare a summary of the
recommendations and review with LEU, Estimated budgets for required distribution facility
upgrades will be provided by LEU,
5, Utilize the WlndMll model of LEU's distribution system and LlghtTable to analytically test the
coordination of the existing protective devices (feeder relays, line reclosers and first line fuses)
and alignment with LEU's protection scheme at the calculated available faults. If required, propose
relocations, additions or modifications of protective devlces/settings to Improve coordinatlon,
promote standardization, end reduce arc energy levels, Test the recommendations In the WlndMli
modal and LightTable; and prepare a su mmary or the recommendations and review WRIT LEU:
6. Utilize the WlndMll model of LED's distribution system to evaluate the arc energy levels based on
the existing protection scheme and recommendations from the coordination assessment, and
applicable Industry standards Including IEEE 1584, NESC 410.A.3, OSHA 11910.269, and NFPA 70E.
Prepare a summary of the analysis and proposed mitigations, and review with LEU,
7. Prepare a draft report based on the feedbackfrom LEU on the project analysis, and submltforLEU
review. Meet at LEU's office to review the recommendations with stakeholders and collect
feedback on the draft report to Incorporate In the final document. Prepare the final document,
and deliver electronic copies of the report and study flies. The final document will Include the
following:
a. Executive Summary
b. Data and Assumptions
c. System Normal and N-1 Analysis and Recommendations
d. Capacitor Placement Evaluation and Recommendations
e. Protective Device Coordination Assessment and Recommendations
f. Arc Flash Assessment and Proposed Mitigations
g. Appendices (Maps, ICCs, Estimates, etc,)
9. All the services Included above comprise serines for purposes of compensation under this Scope of
Work,
rthlt documonI Is ■ MODTF'I6i] wclon or EJC a64 E•503, Copy right to 2015 by Iho a Lrngletem,
Anicrisan Counc11 nrFrSinetc Img CompsnIM cnd American 3uchty or Civil Enktnterr, ser ht bund In parl un oacarptt from
cnpyri8htot4 F rCDCducumcnIA. Those portions of16e Iext that ariglniRd !n onpyrfghItd FJCDC; documrntm remain AUhltet en the
copyrlpht,
2. Addhlonal Service!
A. Additional Servlces that maybe required, but are not Included above, can be provided for additional
compensation. The potential Additional services are as follows:
1. Preparation of an Electric System Master Plan Including the assessments detailed herein and the
Following:
a. 10 -year forecast of system peak loads and DER/EV penetration
b. System strategic plan and 5 -year CIP
2. DERAV Impacts & hosting capacity analysis
3. Presentation of device coordination recommendations, arc flash calculation methods and llndIrW,
and Impacts on system reliability and safe working practices to engineering and operational staff
I. LSU's Reaponslbllltles
LEU shall provide the Information requested In Section 2A, participate In meetings, and provide
requested feedback on project dellverables In a timely manner.
4. Schedule
Upon contract approval and timely delivery of the data requested, Power Centric solutions, LLCwlll
complete the Electric System Studley within 110 business days, Changes In schedule and project details
may be made only through mutual agreement between Power Centric Solutions, LLC and LEU, and
subject to LEU's approval.
S. Pricing
LEU shell pay Power Centric Solutions, LLC a Lump Sum amount not-t"xceed Forty-Nlne Thousand Six
Hundred Dollars ($49,600) for the specified category of services as detailed above, assuming the breakdown
shown In the table below.
KIck-off Meeting & Model Updates
System Normal & N4 Analysis
Capacitor Placement_
Device Caordlnatbn
Arc Flash Study _
Draft & Final Rae rtslfloview hrteating
Tonal. _ --
Sg,9W
$6,96D
$ty80o
$7,300
Tile document la ■ t OVIFIED reolonot'RJOCe E-R1,Copy4h1V Z0l3 by fSaNstiaoi lgookly orPoollm1 ., Snaine m
Amaricancaanen oiK"XIMMill 9Camps nke, sad Amtrkan SocktyofClrll Enaintoo$ 0 Isbued In partoa tic@rplaNrn
oopyrishW RL, OC documents, Thane port[vrneortho test AMI arlElasted II copyrishled MCDCdocumento nmalnerzbjtet toIhc
Mpydght,
• The Lump Sum constitutes full and complete compensation for Power Centric Solutions, LLC
services In the specified category, Including labor costs, overhead, profit, expenses, and Consultant
charges. Expenses Include transportation (Including mlleagel, lodging, and subsistence Incidental
thereto; courier charges; reproduction of reports, Drawings, Speclf eatlons, and similar Specific
Project -related Items. These expenses are not reimbursable under the Lump Sum method.
The portion of the Lump Sum amount billed for services will be based upon an estimate of the
proportion of the total services completed during the billing period to the lump Sum.
Thla io nmi u a NtQi11t<IBII rtwlon orEdCDCi X303, Coprrlght�x09S by thcNstiatldUNIety or Pro W101141 Eagin anr,
American CouuellorgogimacrlsgCows nits, in American Sociaty or Civil Enginan7, or le hated In pari on etceryIi nnm
eapyriINted EJCDC: dotumanIs, Those pordonr of the seal Ihat nrlginsted In copyrighted E-WOC documanis ron+sln apb]aeI to All
copyright,
page 4
EXHIBIT C
NOTA: The f;ffy of Lodi Is ROW using We Cnlfna WoUrartca program PtN8 Advannw, Once you havp born awardrd a
cartinat yore w1Y rot RIve an ampff from the Clri'a nnllna Ina ursncs pnVAfirn AS4im4Ong you to 1brlvard the ii m811 fo your
Insurance preVidel fel to aubm,4t the rrqulredln&urancl Oliva umantatlon afae;tmrrlcally
1[latt IS}n� t3arvioo■
CCntreofar Shall pmouro and ma In La In tar the dufntlom of the nonlrsot InauraAoa egnIns[ dalme far Injurlea to pornam or damages
to p reps rty which may artsa from ar In connaollan with the perfarmance 01 the work hemunder and Iha moults at that work by the
C0nIraoto r, his soon Is. ropro aanla Iva a, OMP ley eae or suboon1fdolora,
MINIMUM SCOPE AND LIMIT OF INSURANCE
Coverage shell be at least as broad as;
1. Con mcraiai 012narat] LIS bIIIty (CC3L); Inaurnnca 9arvloue Cfflce Form CQ Oa 01 oavednn CG1(, on fin 'accuFEB Am' baofn, Inoluding
produalo and completed oporollorle, prCpnfly dorn"e, bodily Injury and pereonnl & udvarllalnp Injury with IiMI14 no leao than
$1,000,000 par oceurranoe, if it osnaral appmnnto Ilmlt epplian, alihor Ilia gnrtaral agpmgota Ilmlt Shall nppty aapemtely to this
pra)nnldnonllnn (180 CO n 03 oy 28 04) or the nenergt 099mgnlo Ihnit aktnll ha ty4ce Ihn reflulmd oonurranoo Ilrnll.
2, Automobile Lleblllty; ISO Form Number CA 00 01 covadno any auto or If Contractor hes no owned autos, then hlmd, and non -
owned autos with Ilmh no tress than 11,000,000 per acoldonl for bodily Injury and properly damage.
3, Workers' Companse tion: as required by the Stets Of CslHemla, with Statutory Lhnlls, and Employers Liability Insurenoe with limit
of no lass than $1,000,0 Do per eaddent Ibr badly Injury ordleaaee.
4 Professional Llablllty (Errore and Ornioolona) Inoufanoe approprlete to the Consuhant'n profopnion, wtlh limits not leas then
11,000,000 Par ooeurT rico or cinim, $2,000,000 nogrognte. Maybe welved by Risk Manager drnponding on the scope ofeeryloee.
�l).tA area Proy�p,(a�g.;
tat �1di0ilanl3l.�anliisl.In�tcd.SSBis�
The City or Lod 1, 11 atoclod and nppu4 tad hoil rrfe, 0cnlmImIDT,a, aMee re, agonIs, emptoyeoe, and vofunlaare ara to bn cave red
an additional Irtaurede on the COL. and 0frto polley wllh roapecl to (lability erlaing out of work Or oparadona performed by or on
behsirof Ilia Coniroolor Including mntorlalo, Porto, or oqulpmont furniehod In connodlon with auoth work or opwollone. Grinerni
11nb]Illy COYM tno Crnn be prnvlded In Ilse term of nn ondoraernonl to the Conimotoeo Inauranca (at loeel As brood ns ISO Farm
CG 20 10 1105 or Irnot avallable, through the addliion of both CG 20 IOP CO 2.0 20, 03 24 334 or CO 20 3O; &W CO 20 37 If a
later edlllon Is mod
IN L'f�[pA��nldbulory Hlt[S1A&Rlr�bS
The IIAllts of Ineuranca covarega r"ulred may bo aollolled by a oombinCllon of primary and umbrella or oxasse Insursnoe. For
any clelma Iodated (o this Contract, the Contm'310ea Instrranca Nvirregn shall be primary Coverage at Iaaet as broad U 180 CO
20 01 04 13 as respects the Enllty, its ofnoore, offldala, employees, and volunteers, Any Ineuranoo or sell4neurenoo maintalned
by the Entity, its oMcorm, of alsla, employaee, or voluntaars shall be excess of the Conlrsclore Inaurdnee and Shall not oonldbute
with It,
(a) M Y.9L Q guWkabgp ContMator hereby 9runls to Clty of Lodi a weIva r of any dGht to aubm9at10n which any IAauror of said
Con Iractor may aeg0a apalnot the Clly of Lodi by vlrtua of Ilia payment of any foes under such Insurance. Conlroclor aproos to
obtain any nndoraement that may bo nocaMmry to enact Ihlawatverof eubrogrs0on, bul INS provlalon appllea regardlebn nfwhelhor
Cr Act Iho Cliy of Lodl hes mcalved A walver of oubrogallon emdoraarnanl from ifra Insurer
NOTE: (1) The Street address of the QIrx.Q4 LOnl must be shown along with (a) and (b) and (a) above; 221 West Plns Stmet,
Lod], Csllfamla, 90240; (2) The Ineunanoa oentn aero must eters, on Its face or me an endorsement, a desorlptlan of the llI
that It Is Ineuring.
(d)DSfatA4HlIY�L!]�littsnL�leua32
The term 'Innurad" fo ueod rwvamlly and not oolleoliveiy, but the Inolunlon hemin of mors then one Insured shall not operate to
Inareaen Ilia 1knit of the eampany'o liability underthe Contreetam cammardal general liability end automobile liability pollydee.
(e) 1�03Ls� Ql �AnvaIIllll�of chmmy-In sc+tc dar�amonl
TTrla polloy may not be canceled nor fhe coverage reduced by the company without 30 deya' poor written notice of such
canculiallarr or mducuorr In oovar o_ to the Rloh Mnnogor, CI(lr of Lodi. 221 Wool Pine $L, Lodi, CA 00240.
Page 1 I of 2 plods _ _ _ _� T Risk; rev. 3MI201e
Signature: c.7��z'��G�®��../�1�(%r��1.���
Email: jmagdich@lodi.gov
Signature: -
Email: sschwabauer@lodi.gov
(A G�rnituullkvLCQvrra�p
All polloroo aliAll bo In ofhicl nn or hurdle Ulo (1011 day of ilia Tann ('[thin Aflmomanl, At lenal Ihl[(y430) dnya pilot to Via nxpboilon
of 0ach Int urdncn Palley, Ccntrar1or at, nll filial elt a calllnam[a(4) eiiavrinfi 111 At a new or "arid 0d p011Cy has benrr 0bHlnad %stddl
('mato 1110 nnInlmutit tin glrIwo euto of Ihlo AutoanPoll l. Ccnlrntdor n11AII picvkin proof of OunUPiuinp inIUMdoo an nl11,4101 an annual
bo Ala dOng Ihn Tnrnt. If CurliraC1Cie e innuPro ncn IApaaa or la dlaoofit inued for any season, Coll UAotnr Pill nll Immodlnlaty nnely Ihn
City And fmrg5dintely obtain ropltaemnnt lnsilmnca. Confi4dor aproea Arial tupulAl05 ihnl any insunincv covernun piovldnd 101110
City of 1.4 01 @1 WI IvovW fora cialrna pArtod (011W,n0 ItTMIAellnn of UMriIgowhkir fs n tenet can Atin tit w!!h 01a ranlma p0rind or
4tn(ti taa al tin, Ito 110 rib found In the Call 1on5i1 Tort PIC toona ACI (Co III fnHit 0ova mmenI Code $nrtlon Pio 0l aaq.).
[9l Ert]I1tAR1Q G4mk1Y
if Cantnaator in 110 ormfuaan 10 0bin[a And hi all Ito In 11101 a Flu IFail lot UNI rl W, or fella (aplmvkle prnal of rovdiaga, Iia Cilyrnay ah!AIn
lila IF' buroPico - CIO nlrno(ur ohvflralrit) uran kin City for promiumepaId, w:tlI inittoDI nn Hut pIaPit hrm pull by Ihn City at Ir a maxlfsrhlm
n1lOAV010lapAl rale than in 0ffaol In CAllfomis. the City 6hA11 nallfy Cantracrarnf nuah pAyillAnf aiprnlnlum6 vAlitln Ihhly{3f3j diva
alpnymnnl alnllnp !ho sniolml pnllt, Illo nnrna(d) of the Inartrer(0), and rote of Inlerant. CaNI-9 tar ('hall pny otrclk minthvrlrnmant
antl Inlnrant an ilia nrnl (1al) dhy of lho mnnth iollavft Ill(' f,Ify'e not Ino. NOW thalendlno any ailinr prmblon (If 1115 Adroanion1.
if Cfi nI(aGIor folly or rafuna6 In obtain or mnfnlAIn Innarranon as ingillred by thlA aato0mnn1, or Tale to provWe0401 of inDuranco,
11m Clly mny WnitnthIa Ii Oil Apreomm�t upon nhrcll b[eOCh. Upon such wfIrk aUon, Co11WIC lot alion IolaIoiINlary ce4" U 1 0rthe
3110 or (Rd I4IAA a n i I coiitit ioncn ilnil dIIlganIIy pureuo rho Font ovol of n n y and all of tie pa refin 0f pmgaFly from Iha 6110ar fAclfitae,
ihl Yaflflattunn.QLVoim"
Corntullnnt 011411 hifolnlr 111A City wllh n oapy of Ilia polfay (Iodarollon and andaraainnnt imlInfo), arloinel ondf cAbiA and
nfol anifOto ry onavtooninn10 or WPI aa of Sha aplr7lrAbl0 pancyIMI>0U5y4 orid Woo Covard0a rggill roff by IN oil tis All cart] Rai tos
and oil fIamemnnln aro is ba rnonWei d and appIalnd by thor Cily IMfefo work cnnlnlaaDoa- iiuvrover, inIIvm to obttin the Inquired
(Iacum aofn pylar to Ilia v,xark henlfrninq 5111111 not W11 Iva iha C0mU11isnl'a oil ipPit to? I to provide Ihnan. The Cliy totoivea Ihn rig hI t0
ragUlm cornin101D. CAM lna6 Caplan of R1 (eq atarf inauranea pollotoa. indudlny AWOItonlnnIa requltod fly trate aDodRmUouit. AI
anytime. PAllltra to exerclad thin right ehnll not ronoltlule it walvar of tfhn City's Flo ht to oxwelea 5(tor tha effaollve
+lath.
(U MEIakwed.gnttlARaaa
:lolf•Inhured MIafntfana n:unl be rferJurod to end approved by the City, The clly nilly roquirn the Conanilant to provkfe pmoraf ablllly
Io pay 1050ea and ralnled IrkvaOUgallana, clnlm adnainlalrallon, and ddPenne axpnnaea tvtlihln the rntandark. Tlhapolloylenounuo shall
plovlda, or lin andoraed to pravlde, tint lha anlf•lnaurad mlenilon may Ila astfafled by elthur Iha named Ina[rrad or Cily,
V) liYeurc�.n�v.l,Ilnllfk
Tim IIrARe of hleworim donodhnd hnrntn AhAll not limn Inn llnkllflty orthh Conlraotur unit Conhactur'u atfk'aro, 6111pl0ya01F, 4!%o0rrta,
rapranenla[IPlo all rind
vol lriblam , Con1e`C'0ta u1ilIUAUon 10 doldnd, lndorovlly rind hold ilia City nod Ile elf!"re, ollldai5,
ampluya5a, gUnnle and vofunl0nm hnmllena vndar file provlafunn allhln pnurginpf[ In not Ihnllad to or rcol; aiad by any requlramarll
In Ilre Agroomeal for Conlraclor to procum and mnfolala n poliq olinawanco.
(k) fllPlr• 9011mIgn
Consultant ('hell ragulro rind vadl (het aft eubronlrectore ma[o[oln InaurnnrA maotr[g all the m4ulrernents elated herein, and
CanaURanl shill annl,re Ill n1 City Is an addlknnl Insumd on ineuranoo rnrinifnd from subconlreclora
ill Glnhua.tdasfs�['.dllf3aA
if any of Iha roqulrad polfcinn pravido:.mverngo on a 010118-mndo bpote
1. Tho nolronallva ('Ata rnuat be Al,awn Anrl nluat be 110fora [tie dais of the aontreot arihe beginning of cantrnotworR,
2, fnewranee count he malntninad And evidenco of lonur4noe mual IM provided ter 0t Inst on (5) years Pinar completion of the
aonlraot of work.
3. If navafog$ Is aancalod or non•rennwna, and not miniacarl wilh another doima-('gide pollry tarn( with it Rolroaaliva ante pilar
(o the *011URti offoCtvo dole, the ConeUllallt mu91n11rtilaaa "exianded roportinp' wvnrape for a minlrmiam of ifve (6) Yam Ofter
aompinUnn of rontl'n01 vnnk,
(rl1) Atf41f(IAIL1l1ttUlaf(41
Ail inauranrn fnquired by It[5 terms of He Airmamenl mural be 1110vldod by lnaurera ifcanaad to do buo[naea In the 6t1te of
CalifornIn whloh am ralod at 101161'A•, VI' by the AM Voat it aHnoa Childs, and w}rlm nra a0011R10bA to the CRY. Non•1dnhl(ad
eur1ka [Ian ii r.1lrIInFri may ba ommjiInd pravldoFill, tiny am InrFudod an tlIa n1o51 rocaint I I o I oren11romto at191blo 0Urp!u0line 5
Irlsurore (1.�6!_f Illt) and alhurwlnn meet City requirenlmntt
Signature:
Aldi II Hits •, r, fw, �. h*III to nP1i—Ii
Htttall: Jmagdlch@lodl.gov
Paige 21 of 2 pages I (tisk: rev, 3/1/2016
Exhibit 2
AMENDMENT NO. 1
POWER CENTRIC SOLUTIONS, LLC
PROFESSIONAL SERVICES AGREEMENT
THIS AMENDMEN O. 1 O PROFESSIONAL SERVICES AGREEMENT, is made and
entered this �--� (fay of 2021. try and betwean the CITY OF LODI. 9 muntolpal
corporation (lieraillof(ur "Cl Y"), and Pt7WER CENTRIC SOLUTIONS, LLC, a Tennessee limited
Ilabfiity company (hereinafter "CONTRACTOR").
WITNESSETH:
I. WHEREAS, CONTRACTOR and CITY entered into a Professional Services Agreement on
August 27, 2020 (the "Agreement'), as set forth In Exhlbit 1, attached hereto and made part of;
and
2. WHEREAS, CITY now requests to Increase the fees by an additional $75,000, for a total
amount of $124,800, and amend the Scope of Services, as set forth in Exhibit 2, attached
hereto and road® 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 amendments set forth above.
NOW, THERErORE, the parties agree to amend the Agreement as set forth above. All other
terms and conditions of the Agreement remaln 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
Steve Schwabauer
STEPHEN SCHWAgAUER
City Manager
Attest:
OJZIPFR SMIR, City Clerk
Approved as to Form:
Janice D. Magdich
JANICE D. MAGOIC City Attorney
jdm
POWER CENTRIC SOLUTIONS, LLC, a
limited liability company
Tammy A. x(or
President & CEO
AMENDMENT NO, 2
POWER CENTRIC SOLUTIONS, LLC
Professional Services Agreement
THIS AMENDMENT NO. 2 TO PROFESSIONAL SERVICES AGREEMENT, is made and
entered this 17ft day of 00tbpr, 2022, by and between the CITY OF LODI, a municipal
corporation, hereinafter called "CITY', and POWER CENTRIC SOLUTIONS, LLC, a Tennessee
limited liability company qualified to do business in California (hereinafter called "CONTRACTOR".
WITNESSETH:
1. WHEREAS, CONTRACTOR and CITY, entered into a Professional Services Agreement on
August 27, 2020 (the "Agreement") in the amount of $49,600, as set forth in Exhibit 1, attached
hereto and made part hereof; and
2. WHEREAS, CONTRACTOR and CITY ENTERED INTO Amendment 1 to Agreement on
March 1, 2021 for an additional $75,000 and extended the term of the Agreement to December
31, 2022, as set forth in Exhibit 2, attached hereto and made a part hereof; and
3. WHEREAS, CITY now requests to increase the fees by an additional $125,000, for a total
amount of $249,600, and amend the Scope of Services, as set forth in the letter from
CONTRACTOR dated September 7, 2022 attached hereto as Exhibit C and made a part of;
and
4. WHEREAS, CITY now requests to extend the term of the Agreement through December 31,
2023; and
5. WHEREAS, CONTRACTOR agrees to the amendments set forth above.
NOW, THEREFORE, the parties agree to amend the Agreement as set forth in paragraphs 3
and 4 above. All other terms and conditions of the Agreement remain unchanged.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Amendment No. 2 on
the date and year first above written.
CITY OF LODI, a municipal corporation POWER CENTRIC SOLUTIONS, LLC, a Tennessee
limited liability company
(Oi— J -&X " L?a � I /�
S T E P H E- N SCHWA U TAMMY A. AXTER
City Manager President & CEO
Attest:
OLIVIA NASHED
City Clerk
Approved as to Form:
NIC D. MAGDICH
Cit torney
I�'OWER
CENTRIC
SOLUT/ONSS_
Jeff Berkheimer
Electric Utility Director
City of Lodi Electric Utility Department
1331 S Ham Ln
Lodi, CA 95242
Dear Mr. Berkheimer,
EXHIBIT - 4
April 3, 2023
The City of Lodi Electric Utility Department (LEUD) requested Power Centric Solutions (PCS) continue
providing as -needed engineering and design services and submit this proposal to extend the existing
agreement through December 31, 2024. Initial discussions have focused on the tasks listed below; however,
the listed tasks are not intended to limit requested services of PCS by LEUD. The PCS team will provide
engineering and design services requested by LEUD that have been mutually agreed on in writing prior to
execution. Further discussions with LEUD will be required to determine the specific scope of services, the
estimated hours required and the budget to complete each task requested. The services will be provided
under the existing contract dated August 27, 2020.
TASK 1: CAPITAL IMPROVEMENT PLAN
PCS has evaluated the LEUD system and developed preliminary capital improvements required to serve the
potential load growth and service territory expansion. PCS will continue to provide the following services to
complete the Capital Improvements Plan (CIP):
• Model solutions for existing and projected load levels with recommended system upgrades
• Prepare draft summary of analysis, findings & recommendations
• Jointly prepare cost estimates for proposed solutions and system upgrades
• Prepare final letter report
TASK 2: ENCHANTED ROCK IMPACT STUDY & SUPPORTING SERVICES
PCS has prepared an impact study to assess the distribution system requirements to interconnect the
proposed 49.2 MW natural gas generation from Enchanted Rock, LLC. The impact study report was
provided to PG&E; however, additional protective equipment/schemes and distribution system
configurations continue to be evaluated by PCS. PCS will continue to support LEUD with the
implementation of Enchanted Rock generation and complete the requested system analysis.
PO Box 247 / Gallatin, LII 37066 / powercentricsolutions.mm
TASK 3: INDUSTRIAL SUBSTATION RELAY UPGRADE SUPPORT
PCS will continue to support LEUD with the replacement of the existing relays at Industrial Substation with
modern digital relays from Schweitzer (SEL), where SEL is preparing the drawings for the project. The
following services will be provided by PCS:
• Planning and coordination assistance with PG&E
• Consulting and QC reviews of SEL deliverables
• Develop SEL relay settings based on the recommendation from the coordination study
• Assistance integrating the new RTAC and relays with LEUD's existing SCADA system
TASK 4: KILLELEA SUBSTATION RELAY REPLACEMENT
Killelea Substation was constructed with indoor Siemens switchgear and has obsolete Siemens
microprocessor relays and RTU that need to be replaced. PCS will continue to provide the following
engineering services to accomplish the equipment replacement at Killelea:
• Design replacement of the existing Siemens relays with SEL relays
• Prepare wiring revisions for relay panels
• Prepare settings files for new SEL relays
• Design replacement of the existing Siemens RTU with a new SEL RTAC
• Integrate new RTAC into the existing SCADA
• Update switchgear drawings in AutoCAD
TASK 5: CAPACITOR PLACEMENT STUDY
PCS can evaluate VAR requirements on the LEUD distribution system based on the detailed WindMil model
prepared for the CIP. PCS will use the WinclMil model to identify capacitor placement, size and control
options to meet system requirements from the power supplier, optimize system voltage and reduce losses.
PCS will provide a letter summary of the analysis, findings, and recommendations. The WinclMil model and
other supporting documentation will be provided in electronic format at the completion of the study.
TASK 6: HOSTING CAPACITY EVALUATION
PCS can evaluate the capacity available on the LEUD distribution system to determine the maximum level of
Distributed Energy Resources (DER) that can interconnect within system technical limits. PCS will determine
maximum DER penetration levels at defined zones on the 12 -kV system, incorporating existing or planned
DER. The zones will be delineated by substation buses, feeder breakers, and some mid -stream feeder
locations. PCS will provide a letter summary of the analysis, findings, and recommendations. The WinclMil
model and other supporting documentation will be provided in electronic format at the completion of the
study.
PO Box 247 / Gallatin, TN 37066 / powercentricsolutions corn
J
TASK 6: GENERAL ENGINEERING
In addition to the preliminary tasks identified above, LEUD may request additional engineering and design
services as needed from PCS including but not limited to:
• Henning Substation relay upgrade support
■ Substation drawing standardization
• Short circuit analysis and fault location on the 60 kV system
• General substation testing procedure documentation
• Rich Foods recloser settings
• Distribution Automation (DA) assistance
Estimated Fee
The estimated range of engineering and design services meets LEUD's initial budget funding offer increase
of $150,000. The services are to be provided under the existing contract terms dated August 27, 2020.
Acceptance of the proposal will increase the overall approved budget funding to $399,600.
LEUD shall pay for the general engineering and design services requested the amount equal to the
cumulative hours charged to the specific project by each PCS employee times Standard Hourly Rates for
each applicable billing class. In addition, PCS shall also be entitled to reimbursement for specific project -
related expenses.
PQ Box 247 / Gallatin, TN 37066 / powercentrlcsolutions corn
Hourly rates as of the effective date of this document are as follows:
Closing
We thank you for the opportunity to continue supporting the City of Lodi Electric Utility Department.
Should you have any questions or require additional information, please contact me at (615) 804-6316 or at
kmullen@pwrcentric.com.
POWER CENTRIC SOLUTIONS, LLC
Keith Mullen
Principal & Vice President
PO [-"r>x 24/ / »ailai:in, 7N 3701st=, / pcv'wr«ntnc,,olui.ir,ns cnm
Classifications
Clerical
Hourly Rates
$85.00 per hour
Designer 1
$85.00 per hour
Designer II
$95.00 per hour
Designer III
Senior Designer 1
Senior Designer II
$110.00 per hour
$130.00 per hour
$140.00 per hour
Senior Designer III
$150.00 per hour
Engineer
$145.00 per hour
Lead Engineer
$170.00 per hour
Senior Engineer
$190.00 per hour
Principal Engineer
$205.00 per hour
Project Manager
$190.00 per hour
Senior Project Manager
$205.00 per hour
Closing
We thank you for the opportunity to continue supporting the City of Lodi Electric Utility Department.
Should you have any questions or require additional information, please contact me at (615) 804-6316 or at
kmullen@pwrcentric.com.
POWER CENTRIC SOLUTIONS, LLC
Keith Mullen
Principal & Vice President
PO [-"r>x 24/ / »ailai:in, 7N 3701st=, / pcv'wr«ntnc,,olui.ir,ns cnm
EOF
EXHIBIT C
NOTE: The City of Lodi is now using the online insurance program PINS Advantage. Once you have been awarded a
contract you will receive an email from the City's online insurance program requesting you to forward the email to your
insurance provider(s) to submit the required insurance documentation electronically
Insurance Requirements for Professional Services
Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages
to property which may arise from or in connection with the performance of the work hereunder and the results of that work by the
Contractor, his agents, representatives, employees 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 & advertising injury with limits no less than
$1,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this
project/location (ISO CG 25 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' Compensation: as required by the State of California, with Statutory Limits, and Employer's Liability Insurance with limit
of no less than $1,000,000 per accident for bodily injury or disease.
4. Professional Liability (Errors and Omissions) Insurance appropriate to the Consultant's profession, with limits not less than
$1,000,000 per occurrence or claim, $2,000,000 aggregate. May be waived by Risk Manager depending on the scope of services.
Other Insurance Provisions:
(a) Additional Named Insured Status
The City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers are to be covered
as additional insureds on the CGL and auto policy with respect to liability arising out of work or operations performed by or on
behalf of the Contractor including materials, parts, or equipment furnished in connection with such work or operations. General
liability coverage can be provided in the form of an endorsement to the Contractor's insurance (at least as broad as ISO Form
CG 20 10 11 85 or if not available, through the addition of both CG 20 10, CG 20 26, CG 20 33, or CG 20 38; and CG 20 37 if a
later edition is used
(b) Prima and Non-Contributo insurance Endorsement
The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or excess insurance. For
any claims related to this contract, the Contractor's insurance coverage shall be primary coverage at least as broad as ISO CG
20 01 04 13 as respects the Entity, its officers, officials, employees, and volunteers. Any insurance or self-insurance 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) Waiver of Subrogation Contractor hereby grants to City of Lodi a waiver of any right to subrogation which any insurer of said
Contractor may acquire against the City of Lodi by virtue of the payment of any loss under such insurance. Contractor agrees to
obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether
or not the City of Lodi has received a waiver of subrogation endorsement from the insurer
NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) and (c) above: 221 West Pine Street,
Lodi, California, 95240; (2) The insurance certificate must state, on its face or as an endorsement, a description of therp oject
that it is insuring.
(d) Severability of Interest CIause
The term "insured" is used severally and not collectively, but the inclusion herein of more than one insured shall not operate to
increase the limit of the company's liability under the Contractors commercial general liability and automobile liability policies.
(e) Notice of Cancellation or Change in Coverage Endorsement
This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written notice of such
cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA 95240.
Page 11 of 2 pages Risk: rev. 3/1/2018
(f) Continuity of Covera
cLe
All policies shall be in effect on or before the first day of the Term of this Agreement. At least thirty (30) days prior to the expiration
of each insurance policy, Contractor shall furnish a certificate(s) showing that a new or extended policy has been obtained which
meets the minimum requirements of this Agreement. Contractor shall provide proof of continuing insurance on at least an annual
basis during the Term. If Contractor's insurance lapses or is discontinued for any reason, Contractor shall immediately notify the
City and immediately obtain replacement insurance. Contractor agrees and stipulates that any insurance coverage provided to the
City of Lodi shall provide for a claims period following termination of coverage which is at least consistent with the claims period or
statutes of limitations found in the California Tort Claims Act (California Government Code Section 810 et seq.).
(g) Failure to Comply
If Contractor fails or refuses to obtain and maintain the required insurance, or fails to provide proof of coverage, the City may obtain
the insurance. Contractor shall reimburse the City for premiums paid, with interest on the premium paid by the City at the maximum
allowable legal rate then in effect in California. The City shall notify Contractor of such payment of premiums within thirty (30) days
of payment stating the amount paid, the name(s) of the insurer(s), and rate of interest. Contractor shall pay such reimbursement
and interest on the first (1st) day of the month following the City's notice. Notwithstanding any other provision of this Agreement,
if Contractor fails or refuses to obtain or maintain insurance as required by this agreement, or fails to provide proof of insurance,
the City may terminate this Agreement upon such breach. Upon such termination, Contractor shall immediately cease use of the
Site or facilities and commence and diligently pursue the removal of any and all of its personal property from the site or facilities.
(h) Verification of Coverage
Consultant shall furnish the City with a copy of the policy declaration and endorsement page(s), original certificates and
amendatory endorsements or copies of the applicable policy language effecting coverage required by this clause. All certificates
and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required
documents prior to the work beginning shall not waive the Consultant's obligation to provide them. The City reserves the right to
require complete, certified copies of all required insurance policies, including endorsements required by these specifications, at
any time. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the effective
date.
(i) Self -Insured Retentions
Self-insured retentions must be declared to and approved by the City. The City may require the Consultant to provide proof of ability
to pay losses and related investigations, claim administration, and defense expenses within the retention. The policy language shall
provide, or be endorsed to provide, that the self-insured retention may be satisfied by either the named insured or City.
(j) Insurance Limits
The limits of insurance described herein shall not limit the liability of the Contractor and Contractor's officers, employees, agents,
representatives or subcontractors. Contractor's obligation to defend, indemnify and hold the City and its officers, officials,
employees, agents and volunteers harmless under the provisions of this paragraph is not limited to or restricted by any requirement
in the Agreement for Contractor to procure and maintain a policy of insurance.
(k) Subcontractors
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) Claims Made Policies
If any of the required policies provide coverage on a claims -made basis:
1. The Retroactive Date must be shown and must be before the date of the contract or the beginning of contract work.
2. Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of the
contract of work.
3. If coverage is canceled or non -renewed, and not replaced with another claims -made policy form with a Retroactive Date prior
to the contract effective date, the Consultant must purchase "extended reporting" coverage for a minimum of five (5) years after
completion of contract work.
(m) Qualified Insurer(s1
All insurance required by the terms of this Agreement must be provided by insurers licensed to do business in the State of
California which are rated at least "A-, VI" by the AM Best Ratings Guide, and which are acceptable to the City. Non -admitted
surplus lines carriers may be accepted provided they are included on the most recent list of California eligible surplus lines
insurers (LESLI list) and otherwise meet City requirements.
Page 2 1 of 2 pages
Risk: rev. 3/1/2018
RESOLUTION NO. 2023-93
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE
CITY MANAGER TO EXECUTE AMENDMENT NO. 3 TO THE PROFESSIONAL
SERVICES AGREEMENT WITH POWER CENTRIC SOLUTIONS, LLC, OF
GALLATIN, TENNESSEE, FOR LODI ELECTRIC UTILITY ENGINEERING
SYSTEM STUDY SERVICES
WHEREAS, in August 2020, the City Council approved a Professional Services
Agreement (Agreement) with Power Centric Solutions, LLC (PCS) in the amount of $49,600 for a
comprehensive engineering study of the electric distribution system with the primary task of
updating Lodi Electric Utility's (LEU) existing distribution system circuit model and analyzing load
serving capabilities; and
WHEREAS, in February 2021, the City Council approved Amendment No. 1 to the
Agreement with PCS in the amount of $75,000 to perform updated system loss studies, support
the integration of LEU's engineering software to the new GIS platform, perform interconnection
studies as needed, as well as provide other engineering expertise to support LEU; and
WHEREAS, in September 2022, the City Council approved Amendment No. 2 to the
Agreement with PCS in the amount of $125,000 to provide additional engineering expertise to
support LEU's various projects; and
WHEREAS, LEU has identified various additional tasks that need significant engineering
support to improve overall system performance and reliability, including load growth and power
flow evaluation, engineering analysis, support for relay upgrade projects at various substations,
as well as engineering support associated with the State of California natural gas power plant
currently under construction.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby authorize
the City Manager to execute Amendment No. 3 to the Professional Services Agreement with
Power Centric Solutions, LLC, of Gallatin, Tennessee, for Lodi Electric Utility engineering system
study services, in an amount not to exceed $150,000, for a total approved contract amount of
$399,600; and
BE IT FURTHER RESOLVED, pursuant to Section 6.3q of the City Council Protocol
Manual (adopted 11/6/19, Resolution 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: May 17, 2023
------------------------------------------------------------------------
------------------------------------------------------------------------
I hereby certify that Resolution No. 2023-93 was passed and adopted by the City Council
of the City of Lodi in a regular meeting held May 17, 2023 by the following votes:
AYES:
COUNCIL MEMBERS — Bregman, Craig, Nakanishi, Yepez, and
Mayor Hothi
NOES:
COUNCIL MEMBERS — None
ABSENT:
COUNCIL MEMBERS — None
ABSTAIN:
COUNCIL MEMBERS — None
PAMELA M. FARRIS
Assistant City Clerk
2023-93