Loading...
HomeMy WebLinkAboutR2022-005 2022-01-10RESOLUTION NO. R2022-5 A Resolution of the City Council of the City of Pearland, Texas, authorizing a construction materials testing contract with Raba Kistner, Inc., in the estimated amount of $179,890.00, for the Willowcrest Subdivision Paving, Drainage and Sanitary Sewer Project. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PEARLAND, TEXAS: Section 1.That certain contract for construction materials testing services associated with the Willowcrest Subdivision Paving, Drainage and Sanitary Sewer Project, a copy of which is attached hereto as Exhibit “A” and made a part hereof for all purposes, is hereby authorized and approved. Section 2.That the City Manager or his designee is hereby authorized to execute, and the City Secretary to attest, a contract for construction materials testing services associated with the Willowcrest Subdivision Paving, Drainage and Sanitary Sewer Project. PASSED, APPROVED and ADOPTED this the 10th day of January, A.D., 2022. ________________________________ J. KEVIN COLE MAYOR ATTEST: ________________________________ CRYSTAL ROAN, TRMC, CMC CITY SECRETARY APPROVED AS TO FORM: ________________________________ DARRIN M. COKER CITY ATTORNEY DocuSign Envelope ID: 53457356-37C3-4014-B09A-A79526731266 Design 1 of 6 D2. Revised 2018 CONTRACT FOR PROFESSIONAL SERVICES THIS CONTRACT is entered into upon final execution by and between the City of Pearland ("CITY") and Raba Kistner, Inc. ("CONSULTANT"). The CITY engages the CONSULTANT to perform Construction Materials Testing Services for a project known and described as Willowcrest Subdivision Drainae Improvements & Willowcrest Subdivision Sanitary Sewer ("PROJECT"). (Project # #DR1903 & # WW1905) SECTION I - SERVICES OF THE CONSULTANT The CONSULTANT shall perform the following professional services to CITY standards and in accordance with the degree of care and skill that a professional in Texas would exercise under the same or similar circumstances: A. The CONSULTANT shall perform Construction Materials Testing Services. See Exhibit A, attached, for a detailed SCOPE OF WORK. The PROJECT schedule shall conform to the construction schedule. B. The CONSULTANT shall prepare and submit a detailed opinion of estimated cost of the PROJECT. C. The CONSULTANT acknowledges that the CITY (through its employee handbook) considers the following to be misconduct that is grounds for termination of a CITY employee: Any fraud, forgery, misappropriation of funds, receiving payment for services not performed or for hours not worked, mishandling or untruthful reporting of money transactions, destruction of assets, embezzlement, accepting materials of value from vendors, or consultants, and/or collecting reimbursement of expenses made for the benefit of the CITY. The CONSULTANT agrees that it will not, directly or indirectly; encourage a CITY employee to engage in such misconduct. D. The CONSULTANT recognizes that all drawings, special provisions, field survey notes, reports, estimates and any and all other documents or work product generated by the CONSULTANT under the CONTRACT shall be delivered to the CITY upon request, shall become subject to the Open Records Laws of this State. Page 10 of 21 Agenda Item 6. City Council Regular Meeting- Jan 10 2022 Exhibit - A DocuSign Envelope ID: CE2853E7-44B5-481B-A2CC-A7410C1E1FE1 Design 2 of 6 D2 Revised 2018 E. The CONSULTANT shall procure and maintain for the duration of this Agreement, insurance against claims for injuries to persons, damages to property, or any errors and omissions relating to the performance of any work by the CONSULTANT, its agents, employees or subcontractors under this Agreement, as follows: (1) Workers’ Compensation as required by law. (2) Professional Liability Insurance in an amount not less than $1,000,000 in the aggregate. (3) Comprehensive General Liability and Property Damage Insurance with minimum limits of $1,000,000 for injury or death of any one person, $1,000,000 for each occurrence, and $1,000,000 for each occurrence of damage to or destruction of property. (4) Comprehensive Automobile and Truck Liability Insurance covering owned, hired, and non-owned vehicles, with minimum limits of $1,000,000 for injury or death of any one person, $1,000,000 for each occurrence, and $1,000,000 for property damage. The CONSULTANT shall include the CITY as an additional insured under the policies, with the exception of the Professional Liability Insurance and Workers’ Compensation. Certificates of Insurance and endorsements shall be fur nished to the CITY before work commences. Each insurance policy shall be endorsed to state that coverage shall not be suspended, voided, canceled, and/or reduced in coverage or in limits (“Change in Coverage”) except with prior written consent of the CITY and only after the CITY has been provided with written notice of such Change in Coverage, such notice to be sent to the CITY either by hand delivery to the City Manager or by certified mail, return receipt requested, and received by the City no fewer than thirty (30) days prior to the effective date of such Change in Coverage. Prior to commencing services under this CONTRACT, CONSULTANT shall furnish CITY with Certificates of Insurance, or formal endorsements as required by this CONTRACT, issued by CONSULT ANT’S insurer(s), as evidence that policies providing the required coverage, conditions, and limits required by this CONTRACT are in full force and effect. F. The CONSULTANT shall indemnify and hold the CITY, its officers, agents, and employees, harmless from any claim, loss, damage, suit, and liability of every kind for which CONSULTANT is legally liable, including all expenses of litigation, court costs, and attorney's fees, for injury to or death of any person, for damage to any property, or errors in design, any of which are caused by the negligent act or omission of the CONSULTANT, his officers, employees, agents, or subcontractors under this CONTRACT. Page 11 of 21 Agenda Item 6. City Council Regular Meeting- Jan 10 2022 DocuSign Envelope ID: CE2853E7-44B5-481B-A2CC-A7410C1E1FE1 Design 3 of 6 D2 Revised 2018 G. All parties intend that the CONSULTANT, in performing services pursuant to this CONTRACT, shall act as an independent contractor and shall have control of its own work and the manner in which it is performed. The CONSULTANT is not to be considered an agent or employee of the CITY. SECTION II - PERIOD OF SERVICE This CONTRACT will be binding upon execution and end upon completion of the construction related work not to exceed Twenty-Two months after execution of this contract. SECTION III - CONSULTANT'S COMPENSATION A. The total compensation for the services performed shall not exceed (Project #DR1903 in the amount of $148,912.00 & Project #WW1905 in the amount of $30,978.00). TOTAL contract amount shall not exceed $179,890.00 B. The CITY shall pay the CONSULTANT in monthly installments based upon Unit Prices shown in the SCOPE OF WORK attached. C. The CITY shall make payments to the CONSULTANT within thirty (30) days after receipt and approval of a detailed invoice. Invoices shall be submitted on a monthly basis. SECTION IV - THE CITY'S RESPONSIBILITIES A. The CITY shall designate a project manager during the term of this CONTRACT. The project manager has the authority to administer this CONTRACT and shall monitor compliance with all terms and conditions stated herein. All requests for information from or a decision by the CITY on any aspect of the work shall be directed to the project manager. B. The CITY shall review submittals by the CONSULTANT and provide prompt response to questions and rendering of decisions pertaining thereto, to minimize delay in the progress of the CONSULTANT'S work. The CITY will keep the CONSULTANT advised concerning the progress of the CITY'S review of the work. The CONSULTANT agrees that the CITY'S inspection, review, acceptance or approval of CONSULTANT'S work shall not relieve CONSULTANT'S responsibility for errors or omissions of the CONSULTANT or its sub-consultant(s) or in any way affect the CONSULTANT’s status as an independent contractor of the CITY. Page 12 of 21 Agenda Item 6. City Council Regular Meeting- Jan 10 2022 DocuSign Envelope ID: CE2853E7-44B5-481B-A2CC-A7410C1E1FE1 Design 4 of 6 D2 Revised 2018 TERMINATION A. The CITY, at its sole discretion, may terminate this CONTRACT for any reason - - with or without cause -- by delivering written notice to CONSULTANT personally or by certified mail at Raba Kistner, Inc. 3602 Westchase Houston,TX 77042. Immediately after receiving such written notice, the CONSULTANT shall discontinue providing the services under this CONTRACT. B. If this CONTRACT is terminated, CONSULTANT shall deliver to the CITY all drawings, special provisions, field survey notes, reports, estimates and any and all other documents or work product generated by the CONSULTANT under t he CONTRACT, entirely or partially completed, together with all unused materials supplied by the CITY on or before the 15th day following termination of the CONTRACT. C. In the event of such termination, the CONSULTANT shall be paid for services performed prior to receipt of the written notice of termination. The CITY shall make final payment within sixty (60) days after the CONSULTANT has delivered to the CITY a detailed invoice for services rendered and the documents or work product generated by the CONSULTANT under the CONTRACT. D. If the remuneration scheduled under this contract is based upon a fixed fee or definitely ascertainable sum, the portion of such sum payable shall be proportionate to the percentage of services completed by the CONSULTANT based upon the scope of work. E. In the event this CONTRACT is terminated, the CITY shall have the option of completing the work, or entering into a CONTRACT with another party for the completion of the work. F. If the CITY terminates this CONTRACT for cause and/or if the CONSULTANT breaches any provision of this CONTRACT, then the CITY shall have all rights and remedies in law and/or equity against CONSULTANT. Venue for any action or dispute arising out of or relating to this CONTRACT shall be in Brazoria County, Texas. The laws of the State of Texas shall govern the terms of this CONTRACT. The prevailing party in the action shall be entitled to recover its actual damages with interest, attorney’s fees, costs and expenses incurred in connection with the dispute and/or action. CONSULTANT and CITY desire an expeditious means to resolve any disputes that may arise between under this CONTRACT. To accomplish this, the parties agree to mediation as follows: If a dispute arises out of or relates to this CONTRACT, or the breach thereof, and if the dispute cannot be settled through negotiation, then the parties agree first to try in good faith, and before pursuing any legal remedies, to settle the dispute by mediation of a third party who will be selected by agreement of the parties. Page 13 of 21 Agenda Item 6. City Council Regular Meeting- Jan 10 2022 DocuSign Envelope ID: CE2853E7-44B5-481B-A2CC-A7410C1E1FE1 Design 6 of 7 D2 Revised 04/2019 SECTION VI – ENTIRE AGREEMENT This CONTRACT represents the entire agreement between the CITY and the CONSULTANT and supersedes all prior negotiations, representations, or contracts, either written or oral. This CONTRACT may be amended only by written instrument signed by both parties. SECTION VII – COVENANT AGAINST CONTINGENT FEES The CONSULTANT affirms that he has not employed or retained any company or person, other than a bona fide employee working for the CONSULTANT to solicit or secure this CONTRACT, and that he has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage brokerage fee, gift, or any other consideration, contingent upon or resulting from the award or making of the CONTRACT. For breach or violation of this clause, the CITY may terminate this CONTRACT without liability, and in its discretion, may deduct from the CONTRACT price or consideration, or otherwise recover, the full amount of such fee, commission, percentage brokerage fee, gift, or contingent fee that has been paid. SECTION VIII- SUCCESSORS AND ASSIGNS This CONTRACT shall not be assignable except upon the written consent of the parties hereto. ____________________________ CITY OF PEARLAND, TEXAS DATE ____________________________ CONSULTANT DATE Page 14 of 21 Agenda Item 6. City Council Regular Meeting- Jan 10 2022 12/15/2021 DocuSign Envelope ID: CE2853E7-44B5-481B-A2CC-A7410C1E1FE1 1/31/2022 | 10:24 AM CST Design 7 of 7 D2 Revised 04/2019 House Bill 89 Verification I, ______________________________________ (Person name), the undersigned representative (hereafter referred to as “Representative”) of ______________________ __________________________________________________________ (company or business name, hereafter referred to as “Business Entity”), being an adult over the age of eighteen (18) years of age, after being duly sworn by the undersigned notary, do hereby depose and affirm the following: 1. That Representative is authorized to execute this verification on behalf of Business Entity; 2. That Business Entity does not boycott Israel and will not boycott Israel during the term of any contract that will be entered into between Business Entity and the City of Pearland; and 3. That Representative understands that the term “boycott Israel” is defined by Texas Government Code Section 2270.001 to mean refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes. _____________________________________ SIGNATURE OF REPRESENTATIVE SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this _____ day of ____________________, 20___. ___________________________________________ Notary Public Page 15 of 21 Agenda Item 6. City Council Regular Meeting- Jan 10 2022 21December15th Raba Kistner, Inc. Martin Vila DocuSign Envelope ID: CE2853E7-44B5-481B-A2CC-A7410C1E1FE1 DocuSign Envelope ID: CE2853E7-44B5-481B-A2CC-A7410C1E1FE1 Pgenda Item 6. Revised Proposal No. PHD21-181-00 December 09, 2021 Jameson Appel, PMP, CFM Senior Project Manager- Engineering & Capital Projects City of Pearland 2559 Hillhouse Pearland, Texas 77584 LARABA 1 KISTNER RE: Proposal for Construction Materials Observation and Testing Services (1) Willowcrest Subdivision - Paving and Storm Utility Construction (2) Willowcrest Subdivision — Sanitary Utility Construction Pearland, Texas Dear Mr. Appel: Raba Kistner, Inc. 3602 Westchase Houston, TX 77042 www.rkci.com P 713.996.8990 F 713.996.8993 TBPE Firm F-3257 TBPLS Firm 10193784 Raba Kistner Consultants, Inc. (RKCI) is pleased to have been selected to provide Construction Materials Observation and Engineering Testing Services to the City of Pearland (CLIENT) on an "on -call" basis for the above -referenced projects. • Our opinion of probable cost of services for the Willowcrest Subdivision - Paving and Storm Utility construction is $148,912.00. • Our opinion of probable cost of services for the Willowcrest Subdivision — Sanitary Utility Construction is $30,97 .00. Our proposed scope of services and estimated item quantities are based upon our interpretation of the project plans and specifications, and are without the aid of the proposed construction progress schedule. The scope and quantity of the "on -call" services provided will be dependent upon services actually required by CLIENT, CLIENT'S representatives, the design team, and/or the General Contractor and/or its Subcontractors. All services authorized or requested by you, your representatives, the design team, and/or the General Contractor and/or its subcontractors in excess of the quantities of observation and testing services shown herein will be charged at the appropriate unit rate for such services. Charges will be invoiced on a monthly basis and will show a computerized composite total of services rendered for each service category. The scope of work generally includes the observation and testing of the following construction materials: • Proof -roll observation of native subgrade areas, • Field compaction testing of site grading, Paving subgrade & fill and utility trench fill soils, • Cast -in -place concrete sampling and testing for the Detention Pond, Paving for the various streets, sidewalk and curb, • Asphalt paving sampling and testing, • Laboratory testing of soil materials such as moisture -density relationships (Proctor), Atterberg Limits (PI), Sieve Analysis thru No. 200, asphalt and compressive strength testing of cement sand and concrete test specimens, and • Project management, data processing and report review services of laboratory and field test reports. San Antonio • Austin • Brownsville • Dallas • Free[ioe 1blos 1 • McAllen • Florida • Nebraska • Utah • Mexico City Council Regular Meeting- Lan 10 2022 DocuSign Envelope ID: CE2853E7-44B5-481B-A2CC-A7410C1E1FE1 Pgenda Item 6. Revised Proposal No. PHD21-181-00 2 December 09, 2021 We appreciate the opportunity of submitting this proposal and look forward to working with you in the development of these projects, which will be carried out accordance with this letter and the following attachments: Attachment Description I I Cost Breakdowns — 2 pages Project Data Sheet Please return one signed original of this contract to provide written authorization for our firm to commence work on the services outlined herein. Our invoices are due and payable upon receipt at P.O. Box 971037, Dallas, Dallas County, Texas 75397-1037. RKCI considers the data and information contained in this proposal to be proprietary. This statement of qualifications and any information contained herein shall not be disclosed and shall not be duplicated or used in whole or in part for any purpose other than to evaluate this proposal. Very truly yours, RABA KISTNER CONSULTANTS, INC. Accepted By (Signature) Martin Vila, P.E., F. ASCE (Typed or Printed Name) Senior Vice President MV/hg (Title) Copies submitted: Above (1) RA :j Date 21g IS 1 R City Council Regular Meeting- Lan 10 2022 DocuSign Envelope ID: CE2853E7-44B5-481B-A2CC-A7410C1E1FE1 Pgenda Item 6. Revised Proposal No. PHD21-181-00 3 December 09, 2021 BASIC CHARGES 1. Vehicle and personnel hourly travel charges will be assessed for round trip travel from our office to the project site, material supplier, etc. and back to our office. The charges for travel from our office to the project site and return to our office will be as follows: Personnel Travel Time (round trip) .. 1.5 — 2.0 hour(s) Vehicle Trip Charge $ 12.00/Hr 2. Vehicle and personnel service charges are based on the hourly rates stated herein and will be assessed from the time the Engineer or Technician (and vehicle) leave our office until the person and vehicle return from the project site. 3. Any engineering and/or technical services provided on Saturday, Sunday and all work in excess of "normal" work hours, as stated herein, Monday through Friday, will be charged at an overtime rate of 1.5 times the appropriate hourly rate. Our total cost of services is based upon the assumption most services will be provided during "normal" work hours. Providing an excessive amount of services during days and/or hours requiring overtime rates may significantly increase the total cost of services shown herein. 4. "Normal" work hours are between 7:00 a.m. and 6:00 p.m., including travel time to and from the site unless stated otherwise. Overtime charges will be assessed after eight (8) continuous hours of service rendered during "normal" work hours. 5. Minimum of 4 hours billing per visit to project site. 6. A ten (10) percent project management and administration cost will be added to all invoices. 7. Our opinion of probable cost is based upon an estimate of the construction materials observation and testing services required to meet the project requirements. Because the general contractor has control over the project and determines the means and methods used to build/construct the project, our proposed scope of services is an estimate. On the basis of the general contractor's schedule, potential retesting of non-compliance items, weather related issues, the actual total services and fees may be higher or lower than the estimates in our proposal. RKCI will keep you CLIENT apprised of our billings in comparison to our opinion of probable cost (project budget) over the life of the project. All tests noted as retests of previously non -complaint areas will be billed to the CLIENT. RKCI will invoice these tests separately to allow CLIENT to segregate the charges from our normal charges. This will allow CLIENT to back charge the general contractor as necessary. CLIENT will be responsible for payment of all services rendered by RKCI for the project. 8. RKCI will utilize the on -site initial field curing facilities provided by the contractor. The cost of providing and maintaining these initial curing facilities is not included in our proposal. R A lilagt(1!$QiN1E R City Council Regular Meeting- Lan 10 2022 DocuSign Envelope ID: CE2853E7-44B5-481B-A2CC-A7410C1E 1 FE1 Pgenda Item 6. ATTACHMENT I (Page 1) Cost Breakdown for Willowcrest Subdivision - Paving and Storm Utility Construction Revised Proposal No. PHD21-181=00 O121 Rate Unit Task 1: Soils - Sample Pickups, Grading, Paving Subgrade, and Utility Trench Backfill (assuming 89 site visits and 12 sample pickup) Labor & Equipment: 109000 Technician 109010 Technician OT 150000 Vehicle Charge Soil Tests: 901000 Liquid and Plastic Limits 906000 Percent Passing #200 Sieve (ASTM D-1120) 923000 OMD Standard Compaction (ASTM D-698) 945000 OMD Lime or Cement Stabilized Soil 941000 Cement Sand Compressive Strength (ASTM D-1663) 951000 Nuclear Density Equipment Rental Amount 620 x $65.00 / Hr = $40,300.00 40 x $97.50 / Hr = $3,900.00 660 x $12.00 / Hr = $7,920.00 22 x $71.00 /Ea = $1,562.00 18 x $55.00 / Ea = $990.00 18 x $231.00 / Ea = $4,158.00 4 x $256.00 /Ea = $1,024.00 20 x $81.00 /Ea = $1,620.00 600 x $12.00 / Hr = $7,200.00 Task 1 Total $68,674.00 Task 2: Concrete - Reinforcing Steel Observation, Detention Pond, Sidewalk and Roadway Paving (assuming 64 site visits and 35 cylinder pickups) Labor & Equipment: 109000 Technician 109010 Technician OT 150000 Vehicle Charge 600 x $65.00 / Hr = $39,000.00 70 x $97.50 / Hr = $6,825.00 670 x $12.00 /Hr = $8,040.00 Concrete Testing: (spec. frequency: 4 cylinders per 100 CY/150CY) 301000 Cylinders Test (ASTM C-39) incl. Hold 480 x $20.00 / Ea = $9,600.00 Task 3: Asphalt - Type D HMAC (assuming 3 site visits) Labor: 109000 Technician 951000 Nuclear Density Equipment Rental Asphalt Tests: 405000 Extraction & Gradation 407000 HVEEM Stability 408000 Bulk Density - Lab Molded 411000 Maximum Theoretical Specific Gravity Task 2 Total $63,465.00 24 x $65.00 /Hr = $1,560.00 24 x $12.00 /Hr = $288.00 3 x $203.00 / Ea = $609.00 3 x $108.00 / Set 3 x $61.00 /Set = $183.00 3 x $103.00 /Ea = $324.00 Task 3 Total Task 4: Professional Services (project management: report review, admin/clerical, etc.) Project Adminstration Fee (10% Basic Charge) Task 4 Total TOTAL Remarks: A minimum of 4 hours is applicable for all field services. An overtime rate of 1.5 times the hourly rate will be charged for any hours worked over 8 per day or any hour worked on Saturday, Sunday or Holidays. Unless specifically requested minimax temperatures will not be recorded (ASTM 31 10.1.2) RAB79gKI1SlELtR = $309.00 $3,273.00 $13,500.00 $13,500.00 $148,912.00 City Council Regular Meeting- Lan 10 2022 DocuSign Envelope ID: CE2853E7-44B5-481B-A2CC-A7410C1E 1 FE1 Pgenda Item 6. ATTACHMENT I (Page 2) Cost Breakdown for Willowcrest Subdivision - Sanitary Utility Construction Revised Proposal No. PHD21-181-00 gty Rate Unit Amount Task 1: Soils- Sample Pickups and Utility Trench Backfill (assuming 24 site visits and 5 sample pickup) Labor & Equipment: 109000 Technician 109010 Technician OT 150000 Vehicle Charge Soil Tests: 901000 Liquid and Plastic Limits 906000 Percent Passing #200 Sieve (ASTM D-1120) 923000 OMD Standard Compaction (ASTM D-698) 941000 Cement Sand Compressive Strength (ASTM D-1663) 951000 Nuclear Density Equipment Rental 200 x $65.00 / Hr = $13,000.00 20 x $97.50 /Hr = $1,950.00 220 x $12.00 /Hr = $2,640.00 12 x $71.00 / Ea = $852.00 12 x $55.00 / Ea = $660.00 12 x $231.00 l Ea = $2,772.00 8 x $81.00 / Ea $648.00 190 x $12.00 /Hr $2,280.00 Task 1 Total $24,802.00 Task 2: Concrete - Reinforcing Steel Observation and any cast -in -place (assuming 4 site visits and 4 cylinder pickups) Labor & Equipment: 109000 Technician 34 x $65.00 /Hr = $2,210.00 109010 Technician OT 4 x $97.50 /Hr. = $390.00 150000 Vehicle Charge 38 x $12.00 /Hr = $456.00 Concrete Testing: (spec. frequency: 4 cylinders per 100 CY/150CY) 301000 Cylinders Test (ASTM C-39) incl. Hold 16 x $20.00 I Ea $320.00 Task 2 Total $3,376.00 Task 3: Professional Services (project management: report review, adminlclerical, etc.) Project Adminstration Fee (10% Basic Charge) $2,800.00 Task 3 Total $2,800.00 TOTAL $30,978.00 Remarks: A minimum of 4 hours is applicable for all field services. An overtime rate of 1.5 times the hourly rate will be charged for any hours worked over 8 per day or any hour worked on Saturday, Sunday or Holidays. Unless specifically requested, min/max temperatures will not be recorded (ASTM 31 10.1.21 RA ::iziglf 2 R City Council Regular Meeting- Lan 10 2022 DocuSign Envelope ID: CE2853E7-44B5-481B-A2CC-A7410C1E 1 FE1 Pgenda Item 6. Attachment II PROJECT DATA SHEET— REPORT DISTRIBUTION Project Name: Client Project No: Invoicing Information: Company Name: Address: Attention: Purchase Order No.: Report Distribution Information (Please provide required report distribution and requested number of copies of each) No. Copies ( ) No. Copies ( ) No. Copies ( ) No. Copies ( ) No. Copies ( ) Contact: Phone No.: e-mail: Fax No.: Contact: Phone No.: e-mail: Fax No.: Contact: Phone No.: e-mail: Fax No.: Contact: Phone No.: e-mail: Fax No.: Contact: Phone No.: R A [lag § 2S ?Flit R e-mail: Fax No.: City Council Regular Meeting- Lan 10 2022