HomeMy WebLinkAboutAgenda Report - July 18, 2018 C-09TM
CITY OF LODI
COUNCIL COMMUNICATION
AGENDA ITEM
C.9
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Amendment No. 1 to
Professional Services Agreement with Terracon Consultants, Inc., of Lodi, for
Inspection Services for Water Meter Program Phase 7 Meter Installation and Main
Replacement ($40,545)
MEETING DATE:
PREPARED BY:
July 18, 2018
Public Works Director
RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute Amendment
No. 1 to Professional Services Agreement with Terracon
Consultants, Inc., of Lodi, for inspection services for Water Meter
Program Phase 7 Meter Installation and Main Replacement, in the amount of $40,545.
BACKGROUND INFORMATION: On April 19, 2017, Council Authorized a Professional Services
Agreement with Terracon Consultants, Inc., of Lodi, for inspection
services related to Water Meter Program Phase 7.
Terracon Consultants, Inc. provided a minimum of two inspectors working under the direction and
supervision of the City's Construction Project Manager, providing quality control inspection and
documentation of the daily work activities to insure compliance with contract requirements. The original
contract amount was based on time and materials not -to -exceed $400,000.
To accommodate City requested changes to the project scope, the term of the construction contract was
extended 90 days by change order. The extension to the construction contract required additional
inspection services within the term of the original Professional Services Agreement. If approved,
Amendment No. 1 will add $40,545 to the existing not -to -exceed amount of $400,000, for a total not -to -
exceed amount of $440,545.
Staff recommends authorizing City Manager to execute Amendment No. 1 to Professional Services
Agreement with Terracon Consultants, Inc., of Lodi, for inspection services for Water Meter Program
Phase 7 Meter Installation and Main Replacement, in the amount of $40,545.
FISCAL IMPACT: Inspection and testing services ensures compliance during construction.
FUNDING AVAILABLE: Water Capital Fund (56199000.77020) - $40,545
CES/GW/tdb
Attachment
cc: Terracon Consultants, Inc.
61/144,
Andrew Keys
Deputy City Manager/Internal Services Director
31:----05--(2'1 o
Charles E. Swimley, Jr.
Public Works Director
APPROVED:
K:\WP\COUNCIL\2018Wmend No. 1 Terracon.docx
City Manager
6/29/2018
AMENDMENT NO. 1
TERRACON CONSULTANTS, INC.
PROFESSIONAL SERVICES AGREEMENT
THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, is made and
entered this day of , 2018, by and between the CITY OF LODI, a municipal
corporation (hereinafter "CITY"), and TERRACON CONSULTANTS, INC., a Delaware corporation
(hereinafter "CONTRACTOR").
WITNESSETH:
1. WHEREAS, CONTRACTOR and CITY entered into a Professional Services Agreement on
May 3, 2017 (the "Agreement"), as set forth in Exhibit 1, attached hereto and made part of;
and
2. WHEREAS, CITY requested to increase the fees by an amount not -to -exceed $40,545, for a
total not -to -exceed amount of $440,545, within the existing Scope of services; and
3. WHEREAS, CONTRACTOR agrees to said amendment.
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
hereinabove called "CITY"
TERRACON CONSULTANTS, INC., a Delaware
corporation
hereinabove called "CONTRACTOR"
STEPHEN SCHWABAUER TROY M. SCHIESS
City Manager Materials Department Manager
Attest
JENNIFER M. FERRAIOLO, City Clerk
Approved as to Form:
JANICE D. MAGDICH, City Attorney ,.`
Exhibit 1
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on (Y}Ai 3 , 2017, by and between the
CITY OF LODI, a municipal corporation (hereinafter "CITY"), and TERRACON
CONSULTANTS, INC., a Delaware Corporation (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 inspection
services for Water Meter Program Phase 7 Meter Installation and Main Replacement
Project (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 and Completion of Work
CONTRACTOR shall commence work pursuant to this Agreement, upon receipt
of a written notice to proceed from CITY or on the date set forth in Section 2.6,
whichever occurs first, and shall perform all services diligently and complete work under
this Agreement based on a mutually agreed upon timeline or as otherwise designated in
the Scope of Services.
CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other
work products as may be designated in the Scope of Services.
CONTRACTOR shall not be responsible for delays caused by the failure of CITY
staff to provide required data or review documents within the appropriate time frames.
The review time by CITY and any other agencies involved in the project shall not be
1
counted against CONTRACTOR's contract performance period. Also, any delays due to
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 Meetings
CONTRACTOR shall attend meetings as may be set forth in the Scope of
Services.
Section 2.4 Staffing
CONTRACTOR acknowledges that CITY has relied on CONTRACTOR's
capabilities and on the qualifications of CONTRACTOR's principals and staff as
identified in its proposal to CITY. The Scope of Services shall be performed by
CONTRACTOR, unless agreed to otherwise by CITY in writing. CITY shall be notified
by CONTRACTOR of any change of Project Manager and CITY is granted the right of
approval of all original, additional and replacement personnel at CITY's sole discretion
and shall be notified by CONTRACTOR of any changes of CONTRACTOR's project staff
prior to any change.
CONTRACTOR represents it is prepared to and can perform all services within
the Scope of Services (Exhibit A) and is prepared to and can perform all services
specified therein. CONTRACTOR represents that it has, or will have at the time this
Agreement is executed, all licenses, permits, qualifications, insurance and approvals of
whatsoever nature are legally required for CONTRACTOR to practice its profession, and
that CONTRACTOR shall, at its own cost and expense, keep in effect during the life of
this Agreement all such licenses, permits., qualifications, insurance and approvals, and
shall indemnify, defend and hold harmless CITY against any costs associated with such
licenses, permits, qualifications, insurance and approvals which may be imposed against
CITY under this Agreement.
Section 2.5 Subcontracts
Unless prior written approval of CITY is obtained, CONTRACTOR shall not enter
into any subcontract with any other party for purposes of providing any work or services
covered by this Agreement.
Section 2.6 Term
The term of this Agreement commences on May 1, 2017 and terminates upon
the completion of the Scope of Services or on April 30, 2018, whichever occurs first.
2
ARTICLE 3
COMPENSATION
Section 3.1 Compensation
CONTRACTOR's compensation for all work under this Agreement shall conform
to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by
this reference.
CONTRACTOR shall not undertake any work beyond the scope of this
Agreement unless such additional work is approved in advance and in writing by CITY.
Section 3.2 Method of Payment
CONTRACTOR shall submit invoices for completed work on a monthly basis, or
as otherwise agreed, providing, without limitation, details as to amount of hours,
individual performing said work, hourly rate, and indicating to what aspect of the Scope
of Services said work is attributable. CONTRACTOR's compensation for all work under
this Agreement shall not exceed the amount of the Fee Proposal.
Section 3.3 Costs
The Fee Proposal shall include all reimbursable costs required for the
performance of the Scope of Services. Payment of additional reimbursable costs
considered to be over and above those inherent in the original Scope of Services shall
be approved in advanced and in writing, by CITY.
Section 3.4 Auditing
CITY reserves the right to periodically audit all charges made by CONTRACTOR
to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to
furnish CITY, or a designated representative, with necessary information and assistance
needed to conduct such an audit.
CONTRACTOR agrees that CITY or its delegate will have the right to review,
obtain and copy all records pertaining to performance of this Agreement.
CONTRACTOR agrees to provide CITY or its delegate with any relevant information
requested and shall permit CITY or its delegate access to its premises, upon reasonable
notice, during normal business hours for the purpose of interviewing employees and
inspecting and copying such books, records, accounts, and other material that may be
relevant to a matter under investigation for the purpose of determining compliance with
this requirement. CONTRACTOR further agrees to maintain such records for a period of
three (3) years after final payment under this Agreement.
3
ARTICLE 4
MISCELLANEOUS PROVISIONS
Section 4.1 Nondiscrimination
In performing services under this Agreement, CONTRACTOR shall not
discriminate in the employment of its employees or in the engagement of any sub
CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital
status, national origin, ancestry, age, or any other criteria prohibited by law.
Section 4.2 ADA Compliance
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 Indemnification and Responsibility for Damage
CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold
harmless CITY, its elected and appointed officials, directors, officers, employees and
volunteers from and against any claims, damages, losses, and expenses (including
reasonable attorney's fees and costs), arising out of performance of the services to be
performed under this Agreement, provided that any such claim, damage, loss, or
expense is caused by the negligent acts, errors or omissions of CONTRACTOR, any
subcontractor employed directly by CONTRACTOR, anyone directly or indirectly
employed by any of them, or anyone for whose acts they may be liable, except those
injuries or damages arising out of the active negligence, sole negligence, or sole willful
misconduct of the City of Lodi, its elected and appointed officials, directors, officers,
employees and volunteers. CITY may, at its election, conduct the defense or participate
in the defense of any claim related in any way to this indemnification. If CITY chooses at
its own election to conduct its own defense, participate in its own defense, or obtain
independent legal counsel in defense of any claim related to this indemnification,
CONTRACTOR shall pay all of the costs related thereto, including without limitation
reasonable attorney fees and costs. The defense and indemnification obligations
required by this Agreement are undertaken in addition to, and shall not in any way be
limited by the insurance obligations set forth herein.
Section 4.4 No Personal Liability
Neither the City Council, nor any other officer or authorized assistant or agent or
City employee shall be personally responsible for any liability arising under this
Agreement.
4
Section 4.5 Responsibility of CITY
CITY shall not be held responsible for the care or protection of any material or
parts of the work described in the Scope of Services prior to final acceptance by CITY,
except as expressly provided herein.
Section 4.6 Insurance Requirements for CONTRACTOR
CONTRACTOR shall take out and maintain during the life of this Agreement,
insurance coverage as set forth in Exhibit C attached hereto and incorporated by this
reference.
Section 4.7 Successors and Assigns
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: Gary Wiman
To CONTRACTOR: Terracon Consultants, Inc.
902 Industrial Way
Lodi, CA 95240
Attn: Troy M. Schiess
Section 4.9 Cooperation of CITY
CITY shall cooperate fully and in a timely manner in providing relevant
information it has at its disposal relevant to the Scope of Services.
Section 4.10 CONTRACTOR is Not an Employee of CITY
CONTRACTOR agrees that in undertaking the duties to be performed under this
Agreement, it shall act as an independent contractor for and on behalf of CITY and not
an employee of CITY. CITY shall not direct the work and means for accomplishment of
5
the services and work to be performed hereunder. CITY, however, retains the right to
require that work performed by CONTRACTOR meet specific standards without regard
to the manner and means of accomplishment thereof.
Section 4.11 Termination
CITY may terminate this Agreement, with or without cause, by giving
CONTRACTOR at least ten (10) days written notice. Where phases are anticipated
within the Scope of Services, at which an intermediate decision is required concerning
whether to proceed further, CITY may terminate at the conclusion of any such phase.
Upon termination, CONTRACTOR shall be entitled to payment as set forth in the
attached Exhibit B to the extent that the work has been performed. Upon termination,
CONTRACTOR shall immediately suspend all work on the Project and deliver any
documents or work in progress to CITY. However, CITY shall assume no liability for
costs, expenses or lost profits resulting from services not completed or for contracts
entered into by CONTRACTOR with third parties in reliance upon this Agreement.
Section 4.12 Confidentiality
CONTRACTOR agrees to maintain confidentiality of all work and work products
produced under this Agreement, except to the extent otherwise required by law or
permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents
owned by CONTRACTOR and clearly marked by CONTRACTOR as "Confidential" or
"Proprietary", except to the extent otherwise required by law or permitted in writing by
CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California
Public Records Act.
Section 4.13 Applicable Law. Jurisdiction, Severability, and Attorney's Fees
This Agreement shall be governed by the laws of the State of California.
Jurisdiction of litigation arising from this Agreement shall be venued with the San
Joaquin County Superior Court. If any part of this Agreement is found to conflict with
applicable laws, such part shall be inoperative, null, and void insofar as it is in conflict
with said laws, but the remainder of this Agreement shall be in force and effect. In the
event any dispute between the parties arises under or regarding this Agreement, the
prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's
fees from the party who does not prevail as determined by the San Joaquin County
Superior Court.
6
Section 4.14 City Business License Requirement
CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020
requires CONTRACTOR to have a city business license and CONTRACTOR agrees to
secure such license and pay the appropriate fees prior to performing any work
hereunder.
Section 4.15 Captions
The captions of the sections and subsections of this Agreement are for
convenience only and shall not be deemed to be relevant in resolving any question or
interpretation or intent hereunder.
Section 4.16 Integration and Modification
This Agreement represents the entire understanding of CITY and
CONTRACTOR as to those matters contained herein. No prior oral or written
understanding shall be of any force or effect with respect to those matters covered
hereunder. This Agreement may not be modified or altered except in writing, signed by
both parties.
Section 4.17 Contract Terms Prevail
All exhibits and this Agreement are intended to be construed as a single
document. Should any inconsistency occur between the specific terms of this
Agreement and the attached exhibits, the terms of this Agreement shall prevail
Section 4.18 Severability
The invalidity in whole or in part of any provision of this Agreement shall not void
or affect the validity of any other provision of this Agreement.
Section 4.19 Ownership of Documents
All documents, photographs, reports, analyses, audits, computer media, or other
material documents or data, and working papers, whether or not in final form, which
have been obtained or prepared under this Agreement, shall be deemed the property of
CITY. Upon CITY's request, CONTRACTOR shall allow CITY to inspect all such
documents during CONTRACTOR's regular business hours. Upon termination or
completion of services under this Agreement, all information collected, work product and
documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days.
CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any
liability resulting from CITY's use of such documents for any purpose other than the
purpose for which they were intended.
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 Funding Conditions
7 If the box at left is checked, the Federal Transit Funding conditions attached as
Exhibit D apply to this Agreement. In the event of a conflict between the terms of this
Agreement or any of its other exhibits, and the Federal Transit Funding Conditions, the
Federal Transit Funding Conditions will control.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Agreement as of the date first above written.
ATTEST
,/.1
*NIFER ERRAIOLO
ity Clerk
APPROVED AS TO FORM:
JANICE D, MAGDICH, City Attorney
"Fr
CITY OF LODI, a municipal corporation
STOP! IN CHWAt AU
City Manager
TERRACON CONSULTANTS, INC., a Delaware
Corporation
By: /
Name: TRO M. • -SS
Title: Materials Department Manager
Attachments:
Exhibit A — Scope of Services
Exhibit B — Fee Proposal
Exhibit C — Insurance Requirements
Exhibit D — Federal Transit Funding Conditions (if applicable)
Funding Source: PWWA-0060.Const.ExtLabor
(Business Unit & Account No.)
Doc ID:K:\WP\PROJECTS\PSA's\2017\Terracon PSA.doc
CA;Rev.01.2015
8
Exhibit A
Water Meter Program Phase 7 Meter Installation and Main Replacement Project
Terracon
Scope of Services
Provide a minimum of two (2) fulltime inspectors for the Water Meter Program Phase 7 Meter installation and Main
Replacement Project to assist and report to the Construction Project Manager.
Inspectors shall be approved by the City and are expected to have prior experience in public works construction,
engineering, surveying, or a related field. Inspectors shall not be changed except as requested or approved by the
City.
Duties include:
I . Inspect and monitor public works construction and maintenance projects for conformance to codes,
standards, specifications, and regulations. Reviews plans, conducts tests, and conducts field inspection.
2. Prepares and keeps up-to-date daily job status reports.
3. Confers with the Construction Manager on plans and specifications; discusses plans and field work with
engineering technicians and field crews.
4. Confers with contractors, supervisors, foreman, workmen, and other private sector individuals.
5. Uses and calibrates the nuclear compaction gauge.
Knowledge of
I. Construction materials, methods, equipment and techniques for basis public works projects. Specifically
water utilities.
2. Basic construction materials testing methods and procedures.
3. Basic math.
4. Principles of construction administrations,
Ability to:
5. Learn the principles, practices, and techniques of advanced public works inspection.
6. Read and interpret public works and architectural construction plans and specifications.
7. Inspect basic public works and related construction projects to determine compliance with approved plans
and specifications.
8. Interpret City/State laws, rules, and regulations.
9. Maintain records and prepare accurate written reports.
10. Establish and maintain cooperative working relationships with the public, contractors, and city employees.
General:
1 1. Other project related duties as requested by the City.
2/5/2016
Exhibit B
lrerracon
16 March 2017 Proposal No. PNA171039
City of Lodi
Attn: Gary Wiman
Construction Project Manager
221 W. Pine Street
Lodi, CA 95240
Re: Proposal to Provide Construction Materials Testing and Inspection Services
Dear Mr. Wiman:
Terracon is pleased to submit a proposal to provide materials testing and inspection services for the City of Lodi Water Meter Phase
7 project located in Lodi, California. We have extensive experience providing construction materials testing and inspection services.
Terracon has offices based in Lodi, Sacramento, and Concord, California, and provides a wide range of engineering services including
geotechnical, materials, foundation and structural engineering, geophysical exploration, environmental and geosciences, forensic
investigations, pool engineering, and aquatic design, We continue to view our company as a vital and growing consulting firm of
engineers and scientists. provxiing multiple related service lines to clients at local, regional, and national levels. All of our services
are delivered on a timely basis with high value and attention to client needs.
Benefits to working with Terracon include:
• Responsiveness: Acting quickly to meet your deadlines, our employee owners are always available to you. With convenient
locations across the country, we're able to quickly mobilize a workforce to respond to accelerated schedules and your changing
needs.
• Resourcefulness: Applying new processes, methodologies, and techniques allows us to take a proactive approach to solving
project challenges and deliver your projects better and faster. With our nationwide network of offices, we can initiate services
easily on one or mullipie projects simultaneously.
• Reliability: With vast experience working in local conditions, Terracon is a dependable partner throughout the life of your
project, We deliver practical and constructible solutions, while avoiding delays, surprises, and costly mistakes down the road.
We ere confident that Terracon will provide the City of Lodi with a high level of service and look forward to working with you. Should
you have any questions regarding the attached proposal, please contact me at (209) 367-3701 or email me at
troy.schless@terracon.com. Thank you for your time and consideration.
Sincerely,
Terracon,
TroyM PE 71404
Materials Department Manager
Terracon 902 Industrial Way Lodi, CA 95240
Main (209) 367-3701 Fax (209) 333-8303 Dispatch (209) 263-0600
terra con. com
Project Name: City of Lodi Water Meter Phase 7
Group 1
Lead Project Inspector — Regular Time (8 -hr shift)
i • 1,9 6 ;r,::1■
Proposal No. PNA171039
Lead Project Inspector -- Overtime
Lead Project Inspector — Double Time
1,145.00
174.00
207.00
Group 2
Building/Construction Inspector -- Regular Time ($-hr shill) $ 1,115.00
Building/Construction Inspector — Overtime _ $ 170.00
Building/Construction inspector — Double Time $ 202.00
Note: Day rates are all inclusive and include mileage, administrative time and project management supervision (report
review and invoicing).
Additional services requested beyond what is outlined in the above proposal will be invoiced per our attached fee schedule. Time shall
be billed from portal to portal. Weekends and holidays will be charged in 4 -hour increments. Overtime and double-time, if any, will be
applied per the California Labor Law.
Prevailing Wage Requirement: Public works contract provisions require the Contractor and Its subcontractors to pay all workers
employed on the project no less than the specified general prevailing wage rates for the work classification in which they are performing.
Effective July 1, 2017, there will be an Increase allocated to wages and Aiinges for all shifty of Nt1ILDING/CONSTRUCTION INSPECTOR
AND FIELD SOILS AND MATERIALS TESTER classifications. This wage increase has been applied to the above wages. Per Determination
NC -63-3-9-2016-1, Issue Date August 2Z 2016, 'The rate to be paid for work performed after this date (June 30, 2017) has been
determined, If work will extend past this date, the new rate must be paid and should be incorporated In contracts entered into now."
Terracon 902 Industrial Way Lodi, CA 95240
Main (209) 367-3701 Fax (209) 333-6303 Dispatch (209) 263-0600
terracon.com
lrerracon I 50
Schedule of Services and Fees
Environmental, Geotechnical, Structural, Pool Engineering, Aquatic Design, and Materials Services
ENGINEERING SERVICES
Senior Principal Engineer 250.00/hr
Principal Engineer/Geologist 225.00/hr
Assodate Engineer/Geologist 195.00/hr
Senior Engineer / Geologist / Sdentlst 175.00/hr
Project Engineer / Geologist/ Scientist 165.00/hr
Staff Engineer / Geologist / Scientist 135.00/hr
Expert Consulting 275.00/hr
Expert Testimony 495.00/hr
Asphalt Concrete Consulting 145.00/hr
AO Technldan (Epoxy and Sampling only) 82.00/hr
ICC Inspector (Reinforcing Steel, Masonry, Concrete, Structural Steel, Post Tension, Fireproofing) 86.00/hr
AC/Solis Inspector 82.00/hr
Certified Field/Shop Welding Inspector (AWS/CWI) 105.00/hr
DSA Masonry Inspector 105.00/hr
CAD Designer 100.00/hr
CAD Drafter 88.00/hr
Accountant 95.00/hr
Administrative Assistant 65.00/hr
HOT MIX ASPHALT (HMA) SERVICES
HMA Placement Inspector 92.00/hr
HMA Density Process Control 92.00/hr
HMA Density Cores 110.00/hr
HMA Data Cores 110.00/hr
HMA Production Inspector 92.00/hr
HMA Design Review 200.00/ea
Lead Project Inspector Request Quote
Building/Construction Project Inspector Request Quote
Caltrans Certified Laboratory Technician 92.00/hr
CTM125 Sample Hwy Material 92.00/hr
Quality Control Manager 150.00/hr
Quality Control Plan 500.00/ea
EXPLORATION
GEOPHYSICAL
Seismic Refraction 10-3D, Seismic Source DAQIInk III, 24 Channel Acquisition System, 2 man crew
Multi -Channel Analysis of Surface Waves 1D -3D, Seismic Source DAQIInk III, 24 Channel
Acquisition System, 2 man crew
Ground Penetrating Radar, spedal antennas may warrant additional charge
In-situ Soil Resistivity Testing, Mini -res tester
Post Processing and Analysis
DRILLING
Drilling/Sampling (Track mounted rigs, 2 -person crew)
Drilling/Sampling (Simco 2400 and Mobile B24 truck mounted, Minute Man, 2 person crew)
Drilling/Sampling (CME75 Auger)
DrlllIng/Sampling (CME75 Mud Rotary w/desander)
280.00/hr
280.00/hr
225.00/hr
185.00/hr
165.00/hr
275.00/hr
225.00/hr
285.00/hr
325.00/hr
Responsive D Resourceful D Reliable 2017 Fee Schedule
Page 1 of 6
LODI OFFICE ♦ 902 Industrial Way Lodi, CA 95240
fracon
Schedule of Services and Fees (Continued)
Drilling and Sampling (CME75 Rock Coring) Request Quote
Borehole Grouting 285.00/hr
Hand -Auger Soil Sample (1 -person Crew) 135.00/hr
Coring 1 Man Crew w/o Trailer (Quote will be given upon request for second operator) 145.00/hr
Coring 1 Man Crew w/Trailer (Quote will be given upon request for second operator) 165,00/hr
Bit Charges per 6" max core length, 4" max core diameter 34.00/ea
Support Truck not including mileage (500 gallon water tank) 250.00/day
2"x6" Stainless -Steel Tubes and Caps, recycled 10.00/each
Permitting Fees Cost + 20%
Bailers (disposable) 10.00/ea
Sampling Supplies (gloves, water, rope, etc.) 25.00/day
Photo -Ionization Detector (PID) 125.00/day
Water Level Indicator 30,00/day
ph/Conductivity/Temp Meter 50,00/day
Dissolved Oxygen Meter 50.00/day
Steam Cleaner 100.00/day
Cement Pump and Mixer 100.00/day
Drums 75,00/ea
Drilling Supplies Cost + 25%
Laboratory Analysts Cost + 30%
GEOTECHNICAL SOILS AND AGGREGATES
Direct Shear Test:
Unconsolidated — Undralned 140.00/point
Consolidated — Undrained 165,00/point
Consolidated — Drained 185.00/point
Triaxial Compression Test
Unoonsolldated Undrained THax D2850 185.00/point
Consolidated Undrained THax D4767 Request Quote
Consolidated — Drained Request Quote
Consolidated — Undrained with Pore Pressure Measurements Request Quote
Consolidation Test:
Swell Only 200.00/ea
Consolidation without Time Rate 340.00/ea
Consolidation with Time Rate, per load increment (additional charge) 120.00/ea
LABORATORY
JIOT MIX ASPHALT (HMAI
Job Mix Formula (Reduced Rate for Multiple JMFs) Request Quote
CTM 202 Sieve Course Agg 60.00/ea
CTM 202 Sieve Fine Agg 75.00/ea
CTM 202 Sieve Ignition Sample 140.00/ea
CTM 202 Batch Plant Gradation Report 50.00/ea
CTM 204 Plastidty Index 125,00/ea
CTM 205 Determining % Crushed Particles 185.00/ea
CTM 206 Bulk SpG & Absor Coarse Agg 70.00/ea
CTM 207 Bulk SpG (SDD) Fine Agg 90.00/ea
CTM 211 LA Rattler Request Quote
CTM 214 Sodium Sulfate Soundness (per Sieve) 150.00/ea
Responsive 0 Resourceful 0 Reliable
LODI OFFICE 1 902 Industrial Way Lodi, CA 95240
2017 Fee Schedule
Page 2 of 6
llierracon
50
Schedule of Services and Fees (Continued)
CTM 217 Sand Equivalent 140.00/ea
CTM 226 Moisture Content of Aggregates by oven drying 40.00/ea
CTM 227 Cleanness Coarse Agg 165.00/ea
CTM 229 Durability Index 200.00/ea
CTM 234 - AASHTO T304 Fine Angularity 200.00/ea
CTM 235 - ASTM D4791 Flat and Elongated Particles 200.00/ea
CTM 304 AC Sample Preparation 50.00/ea
CTM 308 Bulk Spec Gray Bit Mix (Cores and Briquettes) 30.00/ea
CTM 309 Theo Spec Gav Blt Mix 165.00/ea
CTM 366 Stabilometer Value (Set of 3) 300,00/ea
CTM 370 Moisture Content of Bit. Mix by Microwave 50.00/ea
CTM 371 Tensile Strength Ratio Field Mix 850.00/ea
CTM 382 Ignition Fumace Asphalt Content 160.00/ea
CTM 382 Ignition Furnace Calibration (1 per new source) 400,00/ea
CTM 382 Ignition Furnace Calibration with lime 500.00/ea
LP -1 Theo Max SpG Mix with Dif AC Cont 150.00/ea
LP -2, 3, & 4 - HMA Volumetrics (VMA, VFA, DP) Calculations Report 75.00/ea
LP -10 Sampling and Testing CRM 200.00/ea
ASTM D2974 Organic Matter 80.00/ea
ASTM D5334 Thermal Resistivity 600.00/ea
MARSHALL MIX DESIGN
Marshall Mix Design Request Quote
ASTM D1559 Stability & Flow 110.00/ea
ASTM D1075 Immersion & Compression Retained Strength 110,00/ea
ASTM D2726 Unit Weight 30,00/ea
ASTM D2172 Extraction 300.00/ea
ASTM D2172 Extraction with Gradation 440,00/ea
ASTM D2041, D2172 Max. Specific Gravity of Bituminous Mlx, 150,00/ea
AGGREGATES
ASTM C88 Sodium or Magnesium Sulphate Soundness (per sieve size) 135.00/ea
ASTM C40 Injurious Impurity Matter 75.00/ea
ASTM C29 Unit Weight (aggregate) 80.00/ea
CTM 212 Unit Weight (aggregates) 80.00/ea
CTM 217 Sand Equivalent Test 120.00/ea
C128 Specific Gravity, Fine 70.00/ea
C127 Specific Gravity, Coarse 90,00/ea
C535 Los Angeles Rattler Test (500 revolutions) 300,00/ea
CTM 227 Cleanness Value, Coarse Aggregate 165.00/ea
CTM 229 Durability Index: Rne & Coarse Aggregate 200,00/ea
C142 Percent Friable Particles 165,00/ea
Cal Trans Class II Aggregate Base Conformance Test (R -Value, Gradation, SE, Durability) 695.00/ea
SOILS
Atterberg Limit D4318 125.00/ea
Permeability Falling Head 280,00/ea
Specific Gravity Determination ASTM D854 90.00/ea
C136 Sieve Analysis Fine 115.00/ea
C136 Sieve Analysts Course
Responsive 0 Resourceful 0 Reliable 2017 Fee Schedule
Page 3of6
LODI OFFICE • 902 Industrial Way Lodi, CA 95240
lierracon
�`
Schedule of Services and Fees (Continued)
Wash 200 D1140
Hydrometer ASTM D422
Laboratory Maximum Dry Density/Optimum Moisture Content Determination
4" mold AASHTO T99, ASTM D698
6" mold AASHTO T99, ASTM D698
4" mold AASHTO T180, ASTM D1557
6" mold AASHTO T180, ASTM D1557
CTM 216 Relative Compaction, Untreated and Treated Soils
CTM 301 R -Value Untreated Samples
CTM 301 R -Value Treated Samples
pH Test
pH -Lime Determination Test
Resistivity and pH Test CTM 643
Swell Test (Expansion Index) ASTM D4829
CTM 373 Unconfined Compressive lime treated Specimen
Compressive Strength Cement
Compressive Strength Lime
Percent Llme/Cement Design, based on compressive strength
(includes R -value, pH Lime Determination and Unconfined Compressive Strength)
Unconfined Compression Test ASTM D2166
MASONRY BRICK/BLOCK/TILE
Compression Tests on Core Spedmens (Includes prep) ASTM C42
Shear Tests Masonry Core
Compression Tests: (Same price for untested "hold" specimens)
Compression Test Grout Molds
Compression Test Mortar Cylinder
Compression 2"x4" Cylinder Molds
Compression Masonry Prism (2 -block, mortared & grouted)
Concrete Masonry Unit: (Same price for untested "hold" specimens)
Compression Test Masonry Unit 8"x8'5(16"
Masonry Absorption Tests ASTM C140
Masonry Shrinkage (Volume Change)
Masonry Lineal Shrinkage with Absorption
Masonry Shrinkage with Absorption and Compression
CONCRETE
Concrete Mix Design Review
Additional Concrete Mix Design (using same materials)
Concrete Mix Design with Trial Batch & Concrete Cylinder Compression Tests
Floor Flatness Testing
Floor Flatness Report
Unit Weight Fireproofing
Compression Test Concrete Cylinders (same price for untested "hold" specimens)
Flexural Strength, Concrete Beams, 6"x6'5(24 ASTM C78
Cylinder Molds (6"x12")
Cement Content of Hardened Portland Cement Concrete ASTM C85
Shrink Bar Testing (3 bars per set) ASTM C157
Responsive D Resourceful D Reliable
LODI OFFICE ♦ 902 Industrial Way Lodi, CA 95240
80.00/ea
230.00/ea
235.00/ea
245.00/ea
235.00/ea
245.00/ea
220.00/ea
325.00/ea
325.00/ea
60.00/ea
175, 00/ea
200.00/ea
215,00/ea
300.00/ea
300.00/ea
300.00/ea
1600.00/ea
120.00/ea
75.00/ea
145, 00/ea
28.00/ea
28.00/ea
15.00/ea
185.00/ea
185.00/ea
105.00/ea
185.00/ea
260.00/ea
420,00/ea
200.00/ea
150.00/ea
Request Quote
135.00/hr
450.00/ea
50.00/ea
28.00/ea
125.00/ea
7.00/ea
Request Quote
420.00/set
2017 Fee Schedule
Page 4 of 6
lTerracon 5
Schedule of Services and Fees (Continued)
Compression Tests on Core Specimens (includes prep) ASTM C42
Calcium Chloride Moisture Test Kit (indudes calculations)
STEEL AWS/ASTM/ASME/ANSI/API
Structural Steel
Tensile & Bend Tests:
Reinforcement Steel Tensile & Bend <5
Reinforcement Steel Tensile & Bend 6 to 9
Reinforcement Steel No. 10 and larger
High-strength Bolt, Nut & Washer Testing
Rockwell Hardness Test
HSB Torque Wrench/Impact Wrench Calibration, Skidmore -Wilhelm
HSB Assembly Torque Determination, Skidmore -Wilhelm
Welder Qualification and Weld Procedure Qualifications;
Weld Procedure Qualifications
Welder Qualification Plate Groove Weld- 1G, 2G, 3G, 4G
Welder Qualification Pipe Groove Weld — 1G, 2G, 5G, 6G, 6GR
Welder Qualification Plate Fillet Weld — 1F, 2F, 3F, 4F
Welder Qualification Pipe Fillet Weld — 1F, 2F, 4F, 5F
WPS Test Plate (set)
WPS Test Pipe (set)
NON-DESTRUCTIVE TESTING
High Strength Bolt (HSB) Testing
Bolt PuII/Load Testing
Rebar Pull Testing
Ceiling Wire Pull Testing
NDT GPR (for reinforcement locating only, other uses refer to Geophysical services)
Pachometer
STANDARD POOL ENGINEERING SERVICES
The fees quoted Include response to plan check.
Remodel Plan [Engineer site visit may be required]
Remodel Pool Plan (typical In -ground) [Engineer excavation inspection required]
Residential Pool Plan (drilled piers) [Geotechnical investigation report required]
Commercial Pool Plan (typical In -ground) [Geotechnical investigation report required]
Commercial Pool Plan (drilled pier) [Geotechnical investigation report required]
Commerdal/Vault Pool Plan
On -Site Steel and/or Excavation Observation
Custom Swimming Pool Detail
Custom Retaining Wall Design (1 height)
Additional Heights
Structural Design Computation copies
Additional Plan Sheets
Consulting Letter
Patio Comer/Trellis Design
Forensic Site Visit
Full Service Aquatic Design
Responsive Ci Resourceful O Reliable
LODI OFFICE • 902 Industrial Way Lodl, CA 95240
75.00/ea
80.00/ea
135.00/ea
165,00/ea
205.00/ea,
plus machining cost +20%
350.00/set
70.00/ea
320.00/ea
320.00/set
750.00/ea
130.00/ea
225.00/ea
75.00/ea
95.00/ea
65.00/ea
85.00/ea
125.00/hr
115.00/hr
115,00/hr
140.00/hr
165.00/hr
140.00/hr
800.00/min
800.00/min
Request Quote 3,100.00/min
Request Quote 1,500.00/min
Request Quote 3,500.00/min
Request Quote 2,000.00/min
400.00/min
500.00/min
500.00/min
200.00/ea
20.00/ea
15,00/ea
185.00/min
Request Quote 900.00/min
Request Quote 600.00/min
Request Quote
2017 Fee Schedule
Page 5 of 6
lierracon
Schedule of Services and Fees (Continued)
Epoxy Injection
MISCELLANEOUS
Automobile Mileage
Subsistence and Lodging
Equipment Rental
PM/PE Review/Admin Support (per report)
Pad Certification Report
Final Letter (Testing/Inspectlons)
Additional Copy of Report (wet -signed)
Miscellaneous Item Charge
Air & Ground Transportation
CAD — Prints
1,800/min first 10', 60.00/ft. after
0.90/mile
cost + 20%
cost + 20%
90.00/each
150.00/each
200.00/each
50, 00/each
Cost +20%/each
Cost +20%/each
10.00/sheet
NOT TO EXCEED
$400,000
Responsive 0 Resourceful 0 Reliable 2017 Fee Schedule
Page 6 of 6
LODI OFFICE ♦ 902 Industrial Way Lodl, CA 95240
EXHIBIT C
Insurance Requirements for Contractor The Contractor shall take out and maintain during the life of this
Agreement, insurance coverage as listed below. These insurance policies shall protect Contractor and any
subcontractor performing work covered by this Agreement from claims for damages for personal injury, including
accidental death, as well as from claims for property damages, which may arise from Contractor's operations under
this Agreement, whether such operations be by Contractor, or by any subcontractor, or by anyone directly or
indirectly employed by either of them, and the amount of such insurance shall be as follows:
1. COMPREHENSIVE GENERAL LIABILITY
$1,000,000 Each Occurrence
$2,000,000 General Aggregate
2 COMPREHENSIVE AUTOMOBILE LIABILITY
$1,000,000 Combined Single Limit
Such insurance shall cover liability arising out of any vehicle (including, owned, hired and non -hired vehicles)
operated in performing any and all services pursuant to this Agreement. Coverage shall be written on ISO form
CA 00 01 12 90, or a later version, that provides liability coverage at least as broad as this form.
All limits are to be designated strictly for the City of Lodi, its elected and appointed boards, commissions, officers,
agents, employees, and volunteers. All deductibles or self-insured retentions (SIR) must be disclosed to City's Risk
Manager for approval and shall not reduce the limits of liability set forth hereinabove. Insurance policies containing
any deductible or SIR provision shall provide, or be endorsed to provide, that the deductible or SIR may be satisfied
by either the Named Insured(s) or the City of Lodi.
It is required that any available insurance proceeds broader than or in excess of the specified minimum insurance
coverage requirements and/or limits set forth above, shall be available to City as an additional insured. Furthermore,
the requirements for coverage and limits shall be (i) the minimum coverage and limits specified in these insurance
requirements; or (ii) the broader coverage and maximum limits of coverage of any insurance policy or proceeds
available to the Contractor; whichever is greater.
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.).
A copy of the certificate(s) of insurance with the following endorsements shall be furnished to the City:
(a) Additional Named Insured Endorsement
Pursuant to a separate endorsement (ISO form CG 2010 (11/85) or a later version, that provides liability
coverage at least as broad as this form) such insurance as is afforded by this policy shall also apply to the City
of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers as
additional named insureds. An additional named insured endorsement is also required for Auto Liability.
(b) Primary and Non -Contributory Insurance Endorsement
Additional insurance coverage under the Contractor's policy shall be "primary and non-contributory" and will
not seek contribution from City's insurance or self-insurance and shall be at least as broad as ISO form CG 20
01 04 13.
NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) 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 proiect that it is insuring.
(c) Waiver of Subrogation
Include a waiver of subrogation against the City of Lodi, its elected and appointed boards, commissions,
officers, agents, employees, and volunteers. A waiver is required for General Liability and Auto Liability.
(d) Limits of Coverage
The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or
excess insurance. Any umbrella or excess insurance of Contractor shall contain, or be endorsed to contain, a
provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of the City
before the City's own insurance or self-insurance shall be called upon to protect the City as a named insured.
Page 1 1 of 2 pages Risk: rev.03.2016
Insurance Requirements for Contractor (continued)
(e) Completed Operations Endorsement
For three years after completion of project, a certificate of insurance with a Completed Operations
Endorsement, CG 20 37 07 04, will be provided to the City of Lodi.
(f) Severability of Interest Clause
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.
(g)
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.
(h) Continuity of Coverage
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.
(i) 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 names) of the insurer(s), and rate of interest. Contractor shall pay such reimbursement and interest
on the first (1$) 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.
(j) Qualified Insurers]
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.
Workers Compensation Insurance The Contractor shall take out and maintain during the life of this Agreement,
Worker's Compensation Insurance for all of Contractor's employees employed at the site of the project and, if any
work is sublet, Contractor shall require the subcontractor similarly to provide Worker's Compensation Insurance for all
of the latter's employees unless such employees are covered by the protection afforded by the Contractor. In case
any class of employees engaged in hazardous work under this Agreement at the site of the project is not protected
under the Worker's Compensation Statute, the Contractor shall provide and shall cause each subcontractor to
provide insurance for the protection of said employees. A waiver of subrogation is required for workers
compensation insurance. This policy may not be canceled nor the coverage reduced 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.
NOTE: The City reserves the right to obtain a full certified copy of any insurance policy or endorsements
required. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the
effective date.
Page 2 I of 2 pages
Risk: rev.03,2016
RESOLUTION NO. 2018-137
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING
THE CITY MANAGER TO EXECUTE AMENDMENT NO. 1 TO
THE PROFESSIONAL SERVICES AGREEMENT WITH
TERRACON CONSULTANTS, INC., OF LODI, FOR
INSPECTION SERVICES FOR WATER METER PROGRAM
PHASE 7 METER INSTALLATION AND MAIN REPLACEMENT
WHEREAS, on April 19, 2017, City Council authorized a Professional Services
Agreement with Terracon Consultants, Inc., of Lodi, for inspection services related to Water
Meter Program Phase 7; and
WHEREAS, to accommodate City -requested changes to the project scope, the term of
the construction contract was extended 90 days by change order, requiring additional inspection
services within the term of the original Professional Services Agreement; and
WHEREAS, staff recommends authorizing the City Manager to execute Amendment
No. 1 to the Professional Services Agreement with Terracon Consultants, Inc., of Lodi, for
inspection services for Water Meter Program Phase 7 Meter Installation and Main Replacement,
in the amount of $40,545.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to execute Amendment No. 1 to the Professional Services
Agreement with Terracon Consultants, Inc., of Lodi, California, for inspection services for Water
Meter Program Phase 7 Meter Installation and Main Replacement, in the amount of $40,545, for
a total not -to -exceed contract amount of $440,545.
Dated: July 18, 2018
I hereby certify that Resolution No. 2018-137 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held July 18, 2018, by the following vote:
AYES: COUNCIL MEMBERS — Chandler, Kuehne, Mounce, and Mayor Nakanishi
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — Johnson
ABSTAIN: COUNCIL MEMBERS — None
2018-137
1
M. ERRAIOLO
CITY COUNCIL
ALAN NAKANISHI, Mayor
JOANNE MOUNCE,
Mayor Pro Tempore
MARK CHANDLER
BOB JOHNSON
DOUG KUEHNE
CITY OF LODI
Terracon Consultants, Inc.
902 Industrial Way
Lodi, CA 95240
Attn: Troy Schiess
2015 "Wine Region of the Year"
CITY HALL, 221 WEST PINE STREET
P 0. BOX 3006
LODI, CALIFORNIA 95241-1910
(209) 333-6706 / FAX (209) 333-6710
EMAIL: pwdept@lodi.gov
www.lodi.gov
July 13, 2018
STEPHEN SCHWABAUER
City Manager
JENNIFER M. FERRAIOLO
City Clerk
JANICE D. MAGDICH
City Attorney
CHARLES E. SWIMLEY, JR.
Public Works Director
SUBJECT: Adopt Resolution Authorizing City Manager to Execute Amendment No. 1,
to Professional Services Agreement with Terracon Consultants, Inc., of
Lodi, for Inspection Services for Water Meter Program Phase 7 Meter
Installation and Main Replacement ($40,545)
Enclosed is a copy of background information on an item on the City Council agenda of
Wednesday, July 18, 2018. The meeting will be held at 7 p.m. in the
City Council Chamber, Carnegie Forum, 305 West Pine Street.
This item is on the consent calendar and is usually not discussed unless a
Council Member requests discussion. The public is given an opportunity to address
items on the consent calendar at the appropriate time.
If you wish to write to the City Council, please address your letter to City Council,
City of Lodi, P. O. Box 3006, Lodi, California, 95241-1910. Be sure to allow time for the
mail. Or, you may hand -deliver the letter to City Hall, 221 West Pine Street.
If you wish to address the Council at the Council Meeting, be sure to fill out a speaker's
card (available at the Carnegie Forum immediately prior to the start of the meeting) and
give it to the City Clerk. If you have any questions about communicating with the
Council, please contact Jennifer M. Ferraiolo, City Clerk, at (209) 333-6702.
If you have any questions about the item itself, please call Gary Wiman at
(209) 333-6706.
Cha les E. Swimley, Jr.
Public Works Director
CES/tdb
Enclosure
cc: City Clerk