HomeMy WebLinkAboutAgenda Report - November 3, 2021 C-11AGENDA ITEM C', I I
�& CITY OF LODI
COUNCIL COMMUNICATION
TM
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Amendment No. 1 to
Professional Services Agreement with Global Labs, Inc., of EI Dorado Hills, for
Laboratory Services ($100,000)
MEETING DATE: November 3, 2021
PREPARED BY: Public Works Director
RECOMMENDED ACTION Adopt resolution authorizing City Manager to execute
Amendment No. 1 to Professional Services Agreement with
Global Labs, Inc., of EI Dorado Hills, for laboratory services, in
the amount of $100,000.
BACKGROUND INFORMATION: The City of Lodi's water, wastewater, and stormwater facilities are
operated under various permits issued and regulated by the State
of California.
On May 6, 2020, Council authorized a Professional Services Agreement with Global Labs, Inc., in the
amount of $150,000 for laboratory services related to the City's water, wastewater and storm drain
operations. Each permit requires a diverse comprehensive monitoring program that contains a variety
of specific water quality analysis performed at varied frequencies.
While some of the analyses can be completed by the City's certified laboratory, other samples must be
measured at concentrations as low as a few parts per trillion. Samples analyzed to these low
concentration levels require a laboratory with appropriately qualified staff and very specialized
equipment. Global Labs, Inc. is a highly qualified laboratory services company that has demonstrated
their ability to meet the City of Lodi's laboratory service needs.
Laboratory services are performed on a time and material basis at intervals determined by the State
issued permits governing the City's water, wastewater and storm drain operations. Amendment No. 1,
if approved, will account for 2022 price adjustments and add an additional $100,000 to the original
contract amount of $150,000 for a total contract amount of $250,000. The additional funding request is
expected to provide funding through the end of the original contract term that expires April 2023.
Staff recommends authorizing City Manager to execute Amendment No. 1 to Professional Services
Agreement with Global Labs, Inc., of EI Dorado Hills, for laboratory services, in the amount of
$100,000.
FISCAL IMPACT: Funds for the laboratory services are budgeted in the Water/Wastewater
Operations and Watershed Education budgets. This project will not
impact the General Fund.
APPROVED: Steve Schwabauer
Stephen Schwabauer, City Manager
\\pwadco2\msc$\GROUP\ADMIN\Council\2021\11032021\Global Labs\CLS CC doc
10/20/2021
Adopt Resolution Authorizing City Manager to Execute Amendment No 1 to Professional Services Agreement with Global Labs, Inc., of EI Dorado Hills, for
Laboratory Services ($100,000)
November 3, 2021
Page 2
FUNDING AVAILABLE: Fiscal Year 2021/22 Budget:
Water Production Operating Fund (56052003)
Water Plant Operating Fund (56052005)
DBCP Monitoring Fund (56052008)
Wastewater Plant Operating Fund (53053003)
Storm Water Maintenance Fund (53053005)
Andrew Keys
Andrew Keys
Deputy City Manager/Internal Services Director
ti
Charles E. Swilmley, Jr.
Public Works Director
Prepared by Travis Kahrs, Water Plant Superintendent
CES/TK/tvv
Attachment
R:\GROUP\ADMIN\Council\2020\05062020\CA Laboratory Services\CLS CC.doc 10/20/2021
AMENDMENT NO. 1
GLOBAL LABS, INC.
PROFESSIONAL SERVICES AGREEMENT
THIS AMENDMENT, made and entered this day of November, 2021, by and between
the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and GLOBAL LABS, INC., a
California corporation (hereinafter called "CONTRACTOR").
WITNESSETH:
1. WHEREAS, CONTRACTOR and CITY entered into the Professional Services Agreement on
June 17, 2020 ( the "Agreement"), attached hereto as Exhibit 1, and made a part hereof; and
2. WHEREAS, CITY requested to increase the fees under the Agreement by $100,000, for a
total not to exceed amount of $250,000, and amend the existing Fee Schedule as set forth in
Exhibit 2, attached hereto and made part of; and
3. WHEREAS, CONTRACTOR agrees to said amendments; and
NOW, THEREFORE, in paragraph 2 parties agree to amend the not to exceed amount under
the Agreement as set forth above and amend the existing Fee Schedule. 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
Herein above called "CITY'
0
STEPHEN SCHWABAUER
City Manager
Attest:
JENNIFER CUSMIR
City Clerk
Approved as to Form:
JANICE D. MAGDICH
City Attorney
GLOBAL LABS, INC., a California corporation
Hereinabove called "CONTRACTOR"
0
SCOTT FURNAS
President
Exhibit 1
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on _ 0001?,- 1-7 , 2020, by and
between the CITY OF LODI, a municipal corporation (hereinafter "CITY', and
CALIFORNIA LABORATORY SERVICES, dba GLOBAL LABS, INC, a California
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 laboratory
services (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
counted against CONTRACTOR's contract performance period. Also, any delays due to
I
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 2.6 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, 2020 and terminates upon
the completion of the Scope of Services or on April 30, 2023, whichever occurs first.
Section 2.7 Option bo Extend Tci-w of Agreemen
At its option, City may extend the terms of this Agreement for an additional two
(2) one (1) -year extensions; provided, City gives Contractor no less than thirty (30) days
2
written notice of its intent prior to expiration of the existing term. In the event City
exercises any option under this paragraph, all other terms and conditions of this
Agreement continue and remain in full force and effect.
The total duration of this Agreement, including the exercise of any option under
this paragraph, shall not exceed five (5) years.
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
3
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.
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 mid 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.
4
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.
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: Travis Kahrs
To CONTRACTOR: Global Labs, Inc.
3249 Fitzgerald Road
Rancho Cordova, CA 95742
Attn: Scott Furnas
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.
5
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
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.
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 Ince ration 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
❑ 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.
CITY OF LODI, a municipal corporation
ATTEST:
STEPHEN SCI I 1I_: R
6ityflertr lam.. rri;5 City Manager
X35i5*Zt7-i- Cr�V CLrK
APPROVED AS TO FORM:
JANICE D. MAGDICH, City Attorney
CALIFORNIA LABORATORY
SERVICES, dba GLOBAL LABS, INC., a
California corporation
Y.- By:
Name: SCOTT FU"s
Title: President
Attachments.
Exhibit A — Scope of Services
Exhibit B — Fee Proposal
Exhibit C — Insurance Requirements
Exhibit D — Federal Transit Funding Conditions (if applicable)
Funding Source: 56052003.72450, 56052006.72450, 53053003.72450x_53053005.72450
(Business Unit & Account No.)
Doc ID:R:IGROUPWDMIN\Counc11120201050620201CA Laboratory ServlcesTSA.doc
CA.Rev.01.2015
a
A
CALIFORNIA Exhibit
LABORATORY
SERVICES
Commlltwd. Responsive. Flwrtlblo,
3249 Fitzgerald Road, Rancho Cordova, CA - 95742 - 1-800-638-7301 / Fax: (916) 638-4510
w[ww. cal ifo rn ial ab . corn
ELAP # 1233; SB #2916; NAICS 541380
DEAR CLIENT,
CALIFORNIA LABORATORY SERVICES (C,L.S, Laboratories, Inc.) is a well-established, environmental
laboratory committed to providing the environmental industry with high-quality analytical testing services. Our
laboratory is located in Rancho Cordova, CA. Our laboratory performs work under State certification programs
and we are certified in the State of California through the Department of Public Health, Environmental Laboratory
Accreditation Program. Our laboratory performs organic, inorganic & bacteriological analyses of:
■ Drinking Water ■ Solid waste * Petroleum fuels
• Waste water . Soil * Sludge & Hazardous Waste
Founded in 1982, our facility encompasses over 16,000 square feet of lab space, housing high-resolution
instrumentation and highly trained chemists. We are also positioned to offer your company a wide range of first
class environmental analytical chemistry that satisfies State and Federal regulations such as:
w CCR Title 22 Drinking Water • CERCLA (Superfund) w NPDES Permits w UST Sites a RCRA w EPA
California Laboratory Services is determined to help you succeed, With that in mind, we will provide you with
the highest quality standards and legally defensible data that are technically valid and scientiffcally sound to
satisfy government requirements and meet all your project goals.
QA/QC PROGRAM
Our QA/0C objectives are designed to ensure reliability and repeatability of analytical chemical data. In order to
ensure integrity of data, our instruments are routinely calibrated and our chemists undergo periodical audits,
ethics, proficiency testing and training reviews to guarantee that the analytical procedures, rules and regulations
set forth in our Quality Assurance Manual and Standard Operating Procedures are meticulously followed.
ANALYSIS REPORTING OPTIONS
We utilize Promium's Element Laboratory Information Management System [LIMS] for all our laboratory data
management operations, including final report generation and electronic data deliverables (EDD). The reports
for the analysis of your samples can be customized to your specifications and can be delivered to you via
email in PDF format. In addition, we offer various other formats such as Excel, CSV, XLM, FoxPro, Access,
WaterTrax, Geotracker and many others.
TURN -AROUND TIME (TAT)
We have a standard 5 -business day TAT. However, to help you reach your goals in a timely manner we offer you
the option of same day or 24, 48, 72 & 96 -hour TATs. Please contact our Client Service Representatives for more
information,
CLIENT SERVICES
For immediate response to any of our laboratory services and prices, please contact one of our sales team
members in the area, Rancho Cordova, CA: 1.800.638.7301
Exhibit B
CALIFORNIA LABORATORY_ SERVICES
Committed. Responsive. Flexible.
PRICE LIST -Effective 111120 - 1 2131120
Lam'ANALYM &VINIIIIi MWMOD t1w '.
GC-GC/MS VOLATILES:
1,2,3 "PCP
Water
SRL 524 -TCP
75
EDB and/or DBCP
Water/Soil
EPA 504/624/82606
75
GC/MS Semi -volatile Organics
Water/Soil/Other
EPA 625/8270
245
GCfMS Volatile Organics
Water/Sail/Olher
EPA 524/624/82606
l 10
EtoH/MeOH/Alcohols
Water/Soil
EPA 8015
90
Trihalomelhanes
Water
EPA 524/624
90
TPH-G+VOC
Water/Sail/Other
EPA8015M/8260B
135
PETROLEUM FUELS:
5 Oxygenates (DIPE,ETBE,MI'BE, TAME; CBA)
Water/Soil
EPA 8260B
50
7 Oxygenates (D1PE,ETBE,MTBE,TAME,TBA, EtOH,MeOH)
Water/Soil
EPA 8015A260B
125
n -Hexane Extractable Material (Oil & Grease)
Water/Soil
EPA 1664A
60
n -Hexane Extractable Material, w/SGT ('rRPH)
Water/Soil
EPA 1664A w/SGT
65
TPH (Gasoline and BTEX)
Water/Soil
EPA 8015NV8260B
45
TPH (Gasoline and BTEX/MTBE)
Water/Soil
EPA 8015M/8260B
50
TPH (Gasoline)
Water/Suil
EPA 8015M/8260B
35
TPH Extractables (Diesel/Oil)
Water/Soil
EPA 8015M
55
GC/HPLC SEMI -VOLATILES:
Acrolein & Acrylonitrile
Water/Soil
EPA 8260
110
Fonnaldehyde
Water
EPA 8315
195
Formaldehyde
Soil
EPA 8315
350
Phenols
Water/Soil
EPA 625/8270
175
Phthalate Esters
Water/Suit
EPA 625/8270
175
Polynuclear Aromatic Hydrocarbons
Water/Soil
EPA 610/8270/8310
175
PCBs:
Polychlorinated Biphenyls (PCBs)
Water
EPA 508/608/8082
60
Polychlorinated Biphenyls (PCBs)
Oil/Soil/Wipe
FPA R082
55
P ESTICIDESIHERBI CID ES
Prowel
Water/Soil
EPA 808[A
200
Chloroplrenoxyacid Herbicides
Water/Soil
EPA 615/815 [A
195
Organochlorine Pesticides
Water/Soil
EPA 508/608/8081A
86
Organophosphorus Pesticides
Water/Soil
EPA 614/8141
165
Pesticides and PCBs
Water/Soil
EPA 508/608
120
Trianzine Pesticides
Water
EPA 507
125
PROP. 65 - CONSUMER PRODUCT SUPPORT:
Phthalates
Metals
Sample Surface Area Calculation (Minimum I Hour)
IL NWFALS AML"W
GROUP ANALYSIS:
Drinking Water Metals
(Ag, AI,As,B,Bm,Be,Cd,Cr,C u,Fe,Hg,Mn,Ni,Pb,S b,S e,TI,V,Zn)
CAM Metals (17)
(As,Hg,Sb,Ba,Be,Cd,Cr,Co,Cu,Pb,Mo,Ni,Se,Ag,T1,V7n)
LUFT/PET Metals (5)
(Cd,Cr,Ni,Pb,Zn)
Priority Pollutant Metals (13)
(Ag,As,Sb,Be,Cd,Cr,Cu,Pb,Hg,Nj,Se,TI,Zn)
RCRA/PCLP Metals (8)
(Ag, As,Ba,Cd,Cr,HS,Pb,Se)
INDIVIDUAL ANALYSIS (PER METAL):
Cr+6, With Preservation
Cr+6
Crf6
Cr+6
CrF6
Cr+6
Cr+3
Ferric Iron
Ferrous Iron
Mercury, Cold Vapor
Metals ICP
Metals ICP/MS
M. INORGANIC ANALYSIS
General Minerals:
(Alkalinity, Calcium, Chloride, Fluoride, Hardness, Potassium, MBAS,
Magnesium, Sodium, Nitrate, Specific Conductance, Sulfate, Total Dissolved
Solids, & pH)
General Physical:
(Color, Odor, & Turbidity)
Acid Generation Potential
Acidity
Alkalinity
Ammonia
BOD
Bromide
Chlorate
Chloride
Chlorine
COD
Color
Conductivity
Conductivity
Cyanide
Cyanide Ammenable
Dissolved Oxygen
Dissolved Fixed Solids
Flash Point (Ignitability)
Fluoride
Hardness
Iodide
Langlier Index (W/ General Mineral Analysis)
Langlier Index (WA-) General Minaeral Analysis)
Object
EPA 9270
195
Object
EPA 6010/6020
25
Object
CLS Labs
100/Hr.
MATRIX
METHOD
FRX1.
Water
EPA 200 Series
165
Water/Other
EPA 6010/6020/7000
148
Water/Other
EPA 6010/6020
75
Water/Other
EPA 6010/6020/7000
125
Water/Other
EPA 6010/6020/7000
115
Water
EPA 218.6
45
Water
EPA 218.6
65
Soil/Other
EPA 7199
65
Water
EPA 7199
65
Soil / Other
EPA 7196
65
Water
EPA 7196
65
Water
EPA 200 / CALC.
60
Water
EPA 200 / CALC.
100
Water
SM 3500 -Fe -D
40
Water/Other
EPA245.1/7470/7471
35
Water/Other
EPA 200.7/6010
16
Water/Other
EPA200.8/6020
16
MATRIX
N'mow
UNIT PRICE
Water
EPA/STDM
165
Water
EPA/STDM
30
Water
EPA/STDM
130
Water
EPA 305.1
50
Water
SM 23208
26
Water/Other
SM4500NH3 F 1997
40
Water/01her
SM5210B
40
Water/Olher
EPA 300.0
23
Water
EPA 300.0
23
Water/Other
EPA 300.0
18
Water
SM4500 CL G
12
Waler/Other
EPA 410.4
40
Water
SM2120B
12
Water
EPA 120.1
12
Soil
EPA 120.1
18
Wafer/Other
SM4500-CN E/9014
45
Water/Olher
Slv14500-CN E
45
Water
S1045000 -G
16
Water/Other
EPA 160.4
25
Water/Olher
EPA 1010
75
Water/011ier
EPA 300.0
20
Water
SM234013
30
Water/Other
EPA 300.0
25
Water/Other
STDM 203
45
Water/Other
STDM 203
75
MATRIX
MI TROD
UNK MUC6
MBAS Surfactant
Water/Other
SM5540C
28
Neutralization Potential
Soil
EPA 670
125
Nitrate
Water/Other
EPA 300.0
18
Nitrate
Water/Other
SM4500-NO3E
30
Nitrate/Nitrite as N
Water
EPA 300.0
20
Nitrate/Nitrite as N
Water
SM4500-NO3E
30
Nitrite
Water/Other
EPA300.0
is
Nitrite
Water/Other
SM4500-NO23
30
Odor
Water
EPA 140.1
12
Ortho -phosphate
Water
EPA 300
Is
Ortho -phosphate
Water
SM4500-P
45
Paint Filter Liquids Test
Water/Other
EPA 9095
150
Percent Moisture/Solid
SuiVSludge
SM25403
25
Perchlorate
Water
EPA 300.0/314.1
65
pH
Water
SM450014 B
12
pH
SuiUOlher
EPA 904013/9045C
18
Phenols
Water/Soil
EPA 420.1
65
Phosphorus, Total
Water/Other
SM 4500-P
40
Reactivity
Water/Other
SW 846
too
Reactivity/Corrosivity/Ignitability
Water/Other
EPA Methods
180
Redox Potential
Water/Soil
SM2590
38
Salinity
Water
SM2I OB
50
Specific Gravity
Water/Other
SM2710F
50
Sulfate
Water/Other
EPA 300.0
18
Sulfide
Water/Other
SM450OS-F
40
Sulfite
Water/Other
SM450OS03-B
40
SUVA
Water/Other
SM591oB/SM5310B
45
Tanins & Lignins
Water
SM5550B
50
Total Dissolved Solids
Water/Other
SM 2540C
25
Total Kjeldahl Nitrogen
Water/Other
SM450ONH3 F 1997
45
Total Organic Carbon
Water
SM53IOB
40
Total Settleable Solids
Water
SM2540F
23
Total Solids
Water/Other
SM2540B or G
25
Total Suspended Solids
Water/Other
SM2540D
30
Total Volatile Suspended Solids
Water
EPA 160.4
38
Total Volatile Solids
Water
EPA 160.4
30
Turbidity
Water
SM2130B
12
U V 254
Water
SM5910B
45
AVXW1116ROLOGICAL
AIA'fRm
1H67R<IDD
UNIT PRICE,
Coliform (Presence/Absence) - RUSH -3 Days or Less
Water/Other
STDM 9223
35
Heterotrophic Plate Count -RUSH -3 Days or Less
Water/Otber
STDM 9215
38
Coliform (Presence / Absence)
Water/Other
STDM 9223
30
Colifomt (I0 -tube)
Water
STDM 9221
35
Coliform (Quantitray)
Water/Other
STDM 9221
35
Coliform, Total & Fecal (15 -tube)
Water/Olher
STDM 9221
43
Coliforrr4 Total, Fecal & E. Cali (15 -tube)
Water/Other
STDM 9221
43
Coliform Total, Fecal & E. Coli (25 -lube)
Water/Other
STDM 9221
53
Coliform Total, Fecal & E. Coli (35 -tube)
Water/Other
STDM 9221
63
Heterotrophic Plate Count
Water/01her
STDM 9215
35
Fecal Streptococci
Water/Other
STDM 9230
60
V SUBCONTRACTED ANALYSES
MATRIX
METHOD
UNIT PRICE
Bioassay - Title 22 Hazardous Waste (Screen)
All
Title 22
400
Bioassay - Acute Toxicity
Water
EPA
Call for Quote
Bioassay - Chronic Toxicity
Water
EPA
Call for Quote
Carbamates
Water
EPA 531
125
Carbamates
Soil/Water
F'A 632
200
Diquat/Paraquat
Water
F,PA 549
120
Endothall
Water
EPA 5,18
120
Glyphosate
Water
EPA 547
120
Halo Acetic Acids - 5 ea.
Water
EPA 552.2
Ito
Mercury, Methyl
Water
HPA 1630
250
Mercury, Low Level
Water
SPA 1631
135
Metals, Low Level
Water
F, IIA 1638
55
Bromate
Water
EPA 1117
75
Total Organic Carbon
Soil
EPA 9060
90
Total Organic Halides - TOX
Soil/Other
EPA 9020
190
Gross Alpha and/or Beta
Water
EPA 900
65
Radun
Water
SM7500Rn
65
Radium 226
Water
EPA 903.1
155
Radium 228
Water
Ra -05
215
Strontium 90
Water
EPA 905.0
155
'tritium
Water
EPA 906.0
90
Uranium
Water
EPA 908.0
125
VL IaCRAICALMORNL%SAZARDOtISWA MANALVU%
MSTROD
UNITIRKS
EX►R.(CPI%&& SAWLZ PREP
Archive (Extension beyond 60 Days - Not to exceed 90 Days)
CLS Labs
3
Filtration (0.45 Micron)
CLS Labs
5
Composite (per Sub Sample)
CLS Labs
3
STLC California WET: Citrate Buffer or D.I. Water
Title 22
68
TCLP Semi -volatile Organics/Pesticides/Metals Extraction
EPA 1711
68
TCLP Volatiles Extraction (ZHE)
EPA 1311
160
TTLC Metals Digestion
EPA 3040/3050
IO/Batch
ANALYSIS:
TCLP Full Package (Extraction and Analysis)
EPA Methods
1000
TCLP Herbicides (Includes Extraction - EPA 1311)
EPA Methods
265
TCLP Metals Analysis (Includes Extraction - EPA 131 l)
EPA Methods
195
TCLP Pesticides (includes Extraction - EPA 131 l)
EPA Methods
190
TCLP Semi -volatiles & Pesticides Analysis (Includes Extraction - EPA 1311)
EPA Methods
395
TCLP Volatile Organics Analysis (Includes Extraction - EPA 1311)
EPA Methods
270
ADDITIONAL FEES:
Sample Disposal (after 60 Days)
Sample Time
Travel Time
Stormwater Kit
Cooler Return (If Requested)
Writa On - CA State Drinking Water Requirements
Geotracker
Library EDD
Custom EDD
NOTES
Standard Turn Around Time is 5 business days.
2
50/Hr.
25/Hr.
30
UPS Ground Rate
IO/Project
25/Project
See Lab
See Lab
New Clients - Payment requried at time of sample submission.
RUSH SERVICES are available, at the following rates. Turnaround time is
contingent upon test procedure and lab capacity at time of request.
TURNAROUND REQUIRED
SURCHARGE
Same Day
150%
1 Working Day
100%
2 Working Das
3 Workin ..Days
60%
30%
4' Working Days
T 15%
Not To Exceed $150,000
Exhibit C
C`A`S
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 small to your
Insurance provider(s) to submit the required Insurance documentation electronically
Insurance Requirements for Most Contracls
$Not construction or reouidrta professional lia�illtYi
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:
Commercial General Liablpty (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
$2,000,000 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 Employers Liability Insurance with limit
of no less than $1,000,000 per accident for bodily injury or disease.
Other Insurance Provisions:
(a) Additional Named Insured 5tahts
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 forth 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; §BJ CG 20 37 if a
later edition is used
(b) Primofyi ,and Nan-C:oninbutory Insuran a Endo—Imenr
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 Contractors 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 Contractors insurance and shall not contribute
with it.
(c) Vaiver of Subrc c qpt1 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 4F LQQI 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 thePro'ect
that it is insuring
(d) $s?y,?rah�IHy r)f h�leresl Lala se
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) Nulice of Cancellation ui Change ui_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 1 I of 2 pages I Risk: rev 3/1/2018
(f) Conlinuily 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 an at least an annual
basis during the Term. If Contractors 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 (Califomia 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) Verifieatign of Coverage
Consultant shall fumish 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) Seif-Insured Retenlions
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.
Q) Insurance Limits
The limits of insurance described herein shall not limit the liability of the Contractor and Contractors officers, employees, agents,
representatives or subcontractors. Contractors 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) auk rQntractgo
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 an insurance required from subcontractors
(1) Qualifieo. Insurerfs�
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 I Risk: rev. 3/1/2018
RESOLUTION NO. 2020-85
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING
THE CITY MANAGER TO EXECUTE A PROFESSIONAL
SERVICES AGREEMENT WITH GLOBAL LABS, INC., OF
EL DORADO HILLS, FOR LABORATORY SERVICES
WHEREAS, the City of Lodi's water, wastewater, and stormwater facilities are operated
under various permits issued and regulated by the State of California; and
WHEREAS, each permit requires a diverse comprehensive monitoring program that
contains a variety of water quality analysis; and
WHEREAS, some analysis can be completed by the City's certified laboratory located at
the White Slough Water Pollution Control Facility, but other more technical analysis needs to be
performed by a contract laboratory that has the appropriately qualified, certified staff and
specialized equipment; and
WHEREAS, Global Labs, Inc., is certified by the State of California Environmental
Laboratory Accreditation Program for the analyses of drinking water, wastewater, soil, and
hazardous waste; and
WHEREAS, pursuant to Lodi Municipal Code Section 3.20.75, contracts for professional
laboratory services are specifically exempt from the advertising and bidding requirements of
Lodi Municipal Code Section 3.20.070; and
WHEREAS, staff recommends that the City Council authorize the City Manager to
execute a Professional Services Agreement with Global Labs, Inc., of EI Dorado Hills, for
laboratory services, in the amount of $150,000.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to execute a Professional Services Agreement with Global Labs,
Inc., of EI Dorado Hills, California, for laboratory services in the amount of $150,000; and
BE IT FURTHER RESOLVED, pursuant to Section 6.3q of the City Council Protocol
Manual (Res. No. 2019-223), the City Attorney is hereby authorized to make minor revisions to
the above -referenced document(s) that do not alter the compensation or term, and to make
clerical corrections as necessary.
Dated: May 6, 2020
I hereby certify that Resolution No. 2020-85 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held May 6, 2020, by the following vote:
AYES: COUNCIL MEMBERS — Chandler, Mounce, Nakanishi, and Mayor Kuehne
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
PAMELA M. FARRIS
Assistant City Clerk
2020-85
Date:
Name:
Project Name:
Project Manager:
QC Level: 1
1. Exhibit 2
CALIFORNIA LABORATORY SERVICES
Committed. Responsive. Flexible
QUOTE REQUEST
9/30/2021 Quote: CityofLodi
City of Lodi Location: Lodi, CA
Laboratory work Effective: 10/1/2021
Travis Kahrs Expires: 12/31/2022
Parameter
Method
Matrix
TAT
QTY
Unit Price
Extended Price
DBCP
EPA 504.1
DW
5
1
$45.00
$45.00
Nitrate as N
EPA 300
DW
5
1
$8.00
$8.00
TOC
SM5310B
DW
5
1
$30.00
$30.00
Alkalinity
SM2320B
DW
5
1
$23.00
$23.00
SUVA
SM5910B/5310B
DW
5
1
$45.00
$45.00
1,2,3 -TCP
SRL 524 TCP
DW
5
1
$70.00
$70.00
T22 General Mineral
EPA/STDM
DW
5
1
$102.00
$102.00
T22 General Physical
EPA/STDM
DW
5
1
$26.00
$26.00
T22 Inorganic Chemical
EPA/STDM
DW
5
1
$204.00
$204.00
T22 Volatile Organics
EPA/STDM
DW
5
1
$92.00
$92.00
T22 SOC's
EPA/STDM
DW
20
1
$1,100.00
$1,100.00
Fluoride
EPA 300
WW
5
1
$8.00
$8.00
Bromide
EPA 300
WW
5
1
$8.00
$8.00
Hardness
SM2340B
WW
5
1
$20.00
$20.00
Standard Minerals
EPA/STDM
WW
5
1
$102.00
$102.00
Diss. Lead
EPA 200.8
WW
5
1
$13.00
$13.00
Diss. Manganese
EPA 200.7
WW
5
1
$13.00
$13.00
Ammonia as N
SM4500NH3F 1997
WW
5
1
$31.00
$31.00
Nitrate as N
EPA 300
WW
5
1
$8.00
$8.00
Nitrite as N
EPA 300
WW
5
1
$8.00
$8.00
TKN
SM4500NH3F 1997
WW
5
1
$31.00
$31.00
Total Phosphorus
SM4500P E
WW
5
1
$31.00
$31.00
State EDD
CLS Labs
WW
5
1
$10.00
$10.00
Sample Filtration
CLS Labs (0.45Nm)
WW
5
1
$3.00
$3.00
Sample Disposal
CLS Labs
WW
j 60 days
j 1
j $2.00
$2.00
TOTAL
$2,033.410
Bold: Will include use of accredited subcontract lab partner
Warmest regards,
Scott Furnas
Scott Furnas
President
CALIFORNIA
LABORATORY
SERVICES
Quality Service - Fast Turnaround -Reasonable Rates
Client Services: scottf@californialab.com
RESOLUTION NO. 2021-291
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE
CITY MANAGER TO EXECUTE AMENDMENT NO. 1 TO THE PROFESSIONAL
SERVICES AGREEMENT WITH GLOBAL LABS, INC., OF EL DORADO HILLS,
FOR LABORATORY SERVICES
WHEREAS, the City of Lodi's water, wastewater, and stormwater facilities are operated
under various permits issued and regulated by the State of California; and
WHEREAS, each permit requires a diverse comprehensive monitoring program that
contains a variety of water quality analysis; and
WHEREAS, some analysis can be completed by the City's certified laboratory located at
the White Slough Water Pollution Control Facility, but other more technical analysis needs to be
performed by a contract laboratory that has the appropriately qualified, certified staff and
specialized equipment; and
WHEREAS, Global Labs, Inc., is certified by the State of California Environmental
Laboratory Accreditation Program for the analyses of drinking water, wastewater, soil, and
hazardous waste; and
WHEREAS, pursuant to Lodi Municipal Code Section 3.20.75, contracts for professional
laboratory services are specifically exempt from the advertising and bidding requirements of
Lodi Municipal Code Section 3.20.070; and
WHEREAS, staff recommends that the City Council authorize the City Manager to
execute Amendment No. 1 to the Professional Services Agreement with Global Labs, Inc., of
EI Dorado Hills, for laboratory services, in the amount of $100,000.
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 Global Labs, Inc., of EI Dorado Hills, California, for laboratory services in the
amount of $100,000; and
BE IT FURTHER RESOLVED, pursuant to Section 6.3q of the City Council Protocol
Manual (Res. No. 2019-223), the City Attorney is hereby authorized to make minor revisions to
the above -referenced document(s) that do not alter the compensation or term, and to make
clerical corrections as necessary.
Dated: November 3, 2021
------------------------------------------------------------------------
------------------------------------------------------------------------
I hereby certify that Resolution No. 2021-291 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held November 3, 2021, by the following vote:
AYES: COUNCIL MEMBERS — Chandler, Hothi, Khan, Kuehne, and
Mayor Nakanishi
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
ENNIFER USMIR
City Clerk
2021-291