HomeMy WebLinkAbout2014-104 IGA - RVCOG - SDWRL-IFA Loan for TAP INTERGOVERNMENTAL AGREEMENT between CITY OF ASHLAND and ROGUE VALLEY COUNCIL OF GOVERNMENTS THIS AGREEMENT is entered into by and between ASHLAND, a political subdivision of the State of Oregon (hereinafter "CITY"), and ROGUE VALLEY COUNCIL OF GOVERNMENTS, a voluntary intergovernmental association, (hereinafter "RVCOG"). WHEREAS CITY is the recipient of a Safe Drinking Water Revolving Loan Fund, Loop Road Reservoir, Pump Station Improvements and TAP Intertie, Project No. S14005 122-06. WHEREAS, RVCOG is a voluntary association of local governments serving Jackson and Josephine Counties, Oregon; and WHEREAS, CITY is a member agency of the RVCOG; and WHEREAS, RVCOG is qualified, experienced, and able to provide professional labor standards and compliance services; and WHEREAS, the purpose of this agreement is to make provisions for RVCOG to perform project management services for the CITY and to provide for cost reimbursement. NOW, THEREFORE, in consideration of the mutual promises, terms, and conditions set forth herein, the parties agree as follows: I. SOURCE OF FUNDS: Work under this Intergovernmental Agreement will be funded through the Safe Drinking Water Revolving Loan Fund and CITY. 2. TIME OF PERFORMANCE This Agreement shall commence upon the signing of the Agreement by all parties below, and shall continue until such time as CITY receives notification from the State of Oregon that the Project has been completed and closed out. 3. CONTRACT OVERSIGHT Morgan Wayman, Senior Project Manager, shall oversee and approve services and payment for services. 4. DUTIES AND RESPONSIBILITIES OF CITY Pursuant to the terms, conditions and requirements of the Safe Drinking Water Revolving Loan Fund No. S14005 122-06, the CITY shall be responsible for performing the following: 4.1 Serve as recipient's official point of contact with the Infrastructure Finance Authority. 4.2 Oversee compliance with program requirements. Intergovernmental Agreement Page 1 City of Ashland, Loop Road Reservoir, Pump Station Improvements and TAP Intertie r 4.3 CITY shall administratively assist RVCOG in accomplishing the tasks identified under Duties and Responsibilities ofRVCOG; maintaining regular communication with RVCOG; helping to resolve differences that may arise between the PARTIES; and providing background information and technical support as necessary to accomplish any task assigned. 5. DUTIES AND RESPONSIBILITIES OF RVCOG: RVCOG shall be responsible for performing the following: 5.1 Serve as central contact for local, state, and federal people involved in the project. 5.2 Attend and report on three pre-construction conference. 5.3 Ensure recipient meets all conditions of the IFA contract 5.4 Monitor project progress against contract scope of work and budget and report progress to CITY and the state. 5.5 Review contracts to ensure compliance with federal requirements. 5.6 Ensure state review of all project-related contracts. 5.7 Prepare contract amendments or requests to state for contract amendments, when needed. 5.8 Ensure that all Contractor/Subcontractor Agreements are in place. a. Ensure that all contractors are registered with the Oregon Construction Contractors Board (CCB). b. Verify general (prime) contractor eligibility. Get verification from prime contractor that all subcontractors are eligible. c. Submit documentation to IFA. 5.9 Ensure that all prime contractors and subcontractors implement the good faith efforts for solicitation and contracting. a. Submit documentation to IFA. 5.10 Assist the CITY in ensuring that Buy American standards are met. 5.11 Ensuring Federal and State Labor Standards compliance a. Check and review weekly payrolls for compliance; provide evidence that payrolls were checked against applicable wage rates. b. If applicable, submit "Request for Wage Determination and Response to Request" c. Submits payrolls for review to IFA. d. Conduct Employee Interviews. 5.12 Prepare monthly IFA Disbursement Requests. 5.13 Assist CITY with closeout documents. 5.14 Assist CITY with additional related tasks upon request 6. AMENDMENTS AND TERMINATION 6.1 This document constitutes the entire agreement between the PARTIES and no other agreement exists between them, either stated or implied. Any amendments or changes to the provisions of this agreement shall be reduced to writing and signed by both PARTIES. 6.2 Either party may cancel this agreement at any time with or without cause by giving thirty (30) days notice in writing and delivered in person or by certified mail to the other party Intergovernmental Agreement Page 2 City of Ashland, Loop Road Reservoir, Pump Station Improvements and TAP Intertie 6.3 If any contemplated funding from federal, state, or other sources is not obtained or continued at levels sufficient to allow for full performance herein, this Agreement may be modified or terminated to accommodate such reduction in funds. 6.4 Such termination shall be without prejudice to any claims, obligations, or liabilities either party may have incurred prior to such termination. 7. PAYMENTS 7.1 RVCOG will invoice CITY on a monthly basis. CITY shall reimburse RVCOG within 30 days of receipt of invoice. 7.2 CITY will reimburse RVCOG for expenditures incurred on a monthly basis as requested after receipt of dated and signed requests 7.3 CITY will reimburse RVCOG for professional hourly Project Management services performed for CITY by RVCOG employee. Total amount of reimbursement is not to exceed $40,000.00 unless mutually agreed upon by the CITY and RVCOG. Included in this amount are supplies and materials, travel cost and related expenses. 8. INDEMNIFICATION 8.1 Subject to the limitations and conditions of the Oregon Tort Claims Act, ORS 30.260- 300, the Oregon Constiiudon, Article XI, Section 7 and the terms of any applicable policies of insurance, the parties agree to save, hold harmless and indemnify each other, including their officers, agents and employees, from any loss, damage, injury, claim, or demand by a third party against either party to this agreement arising from the activities of the other party in connection with this Agreement Neither party shall be liable for any loss, damage, injury, claim nor demand against each other arising from their respective activities in connection with this agreement, except as otherwise expressly set forth herein. 8.2 RVCOG shall comply with all applicable laws, ordinances and codes of the federal, state and local governments in its performance under this Agreement 8.3 RVCOG, its subcontractors, if any, and all employees providing work, labor or materials under this agreement are subject employees under the Oregon Workers' Compensation law and shall comply with ORS 656.017 which requires them to provide Workers' Compensation coverage for all their employees. If RV COG performs the work without assistance of any employees, it need not obtain such coverage. 9. INDEPENDENT CONTRACTOR RVCOG is an independent contractor under this Agreement, and neither RVCOG, its subcontractors, nor its employees, are employees of CITY. RVCOG is responsible for all federal, state and local taxes and fees applicable to payments for services of its employees under this agreement 10. ASSIGNMENT AND SUBCONTRACTS RV COG shall not assign this contract or subcontract any portion of the work without the CITY's prior written consent which shall not be unreasonably withheld. Any attempted assignment or subcontract without CITY's written consent shall be void. RVCOG shall be fully responsible for the acts or omissions or any of the assigns or subcontractors and of all persons Intergovernmental Agreement Page 3 City of Ashland, Loop Road Reservoir, Pump Station Improvements and TAP Intertie employed by them. The approval by CITY of any assignment or subcontract shall not create any contractual relation between the assignee or subcontractor and CITY. I 11. LIMITATIONS This agreement in no way restricts RVCOG or CITY from participating in similar agreements with other public or private agencies, organizations, or individuals with regard to any aspect of this agreement, so long as the same do not unreasonably interfere with RVCOG's or CITY's performance herein. 12. CONFIDENTIALITY - NON-DISCLOSURE Subject to the Oregon Public Records.Law, ORS 192.410-192.505, no report, information, or other data given to or prepared or assembled by the RVCOG pursuant to this Agreement which the CITY has requested be kept confidential, shall be made available to any individual or organization by RVCOG without the prior written approval of CITY. 13. REQUIRED ACKNOWLEDGEMENTS . 13.1. Conflict of Interest of Members, Officers, or Employees of the Loan Recipient, Members of Local Governing Body, or other Public Officials: No member, officer, or employee of the CITY recipient of Safe Drinking Water Revolving Loan, Project No. S 14005 122-06, or its designees or agents, no member of the governing body of the locality in which the project is situated, and no public official of such locality or localities who exercises any functions or responsibilities with respect to the project during his or her tenure or for one year thereafter, shall have any interest, direct or indirect, in and contract of subcontract, or the proceeds thereof, for work to be performed in connection with the project assisted under Oregon Safe Drinking Water Revolving Loan. 13.2 Prohibition on the Use of Federal Funds for Lobbying: "Certification Regarding Lobbying" signed by RVCOG is attached as Exhibit 1, and incorporated herein by this reference. 14. REPORTS AND RECORDS All work produced by RVCOG while working for the CITY shall be the exclusive property of the CITY provided that RVCOG may obtain a copy of any public record information by paying for the reproduction costs thereof. 15. SAFE DRINKING WATER REVOLVING LOAN FUND REQUIRMENTS 15.1 Whistleblowers - "Contractor receiving SDWRLF funds shall under or through this contract to, post notice of the rights and remedies provided to whistleblowers under No Fear Act Pub. L. 107-174.29 CFR § 1614.703 (d)." 15.2 Non Discrimination - Each procurement contract must include the following term and condition:"The contractor shall not discriminate on the basis of rare, color, national origin or sex in the performance of this contract. The contractor shall carry out applicable requirements of 40 CFR part 33 in the award and administration of contracts awarded under EPA Intergovernmental Agreement Page 4 City of Ashland, Loop Road Reservoir, Pump Station Improvements and TAP Intertie financial assistance agreements. Failure by the contractor to carry out these requirements is a material breach of this contract which may result in the termination of this contract or other legally available remedies." 15.3 Intellectual Property "Contractor hereby grants to the U.S. E.P.A. a royalty-free, nonexclusive, and irrevocable license to reproduce, publish or otherwise, use, and to authorize others to use, for federal government purposes, any intellectual property developed under this contract. Contractor shall secure from third parties the same license in the name of the U.S. E.P.A. regarding any intellectual property developed by third parties as subcontractors to perform this project, or developed under contract with the Contractor specifically to enable Contractor's obligations related to this project." 15.4 Environmental and Natural Resource Laws "Contractor shall comply with all applicable standards, orders, or requirements issued under section 306 of the Clean Air Act (42 U.S.C.1857(h)), section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and Environmental Protection Agency regulations (40 CFR part 15). IN WITNESS WHEREOF, RVCOG AND CITY have caused this agreement to be executed by their authorized representatives as of the date of the last signature affixed below: PARTIES TO THE AGREEMENT 23 1 C- - . 1 ~ S ~ 3 , Michael Cavallaro Date Dave Kanner Date Executive Director, RVCOG City Administrator AP VEDAS ORM Ashland CltyAttomey Dat6 5 73- 14 I Intergovernmental Agreement Page 5 City of Ashland, Loop Road Reservoir, Pump Station Improvements and TAP Intertie CITY RECGT-11DER Page 1 / 1 CITY OF 1 Il _ ASHLAND 'DATE PO NUMBER - 20 E MAIN ST. 5/27/2014 12265 ASHLAND, OR 97520 (541) 488-5300 VENDOR: 000506 SHIP To: Ashland Public Works RVCOG (541) 488-5587 ATTN: SUE CASAVAN 51 WINBURN WAY PO BOX 3275 ASHLAND, OR 97520 CENTRAL POINT, OR 97502 FOB Point: Req. No.: Terms: Net 10 days Dept.: Req. Del. Date: contact: Morgan Wavman Special Inst: Confirming? NO Quanti ;Unit Descri bon =.'-UnitPrice :.Ext:Price... To provide professional Labor Standards 40,000.00 and Compliance services relative to the SDWRL-IFA Loan requirements for the TAP Emerqencv Intertie Project IGA Effective 05/23/2014 "This aqreement shall commence upon the siqninq of the Aqreement by all parties below, and shall continue until such time as CITY receives notification from the State of Oreqon that the Project has been completed and closed out." Emerqencv Procurement Approved by Council April 22, 2014 SUBTOTAL 40 000.00 BILL To: Account Payable TAX 0.00 20 EAST MAIN ST FREIGHT 0.00 541-552-2010 TOTAL 40,000.00 ASHLAND, OR 97520 Account Number Project Number. Amount AccountNumber'Project Number. - Amount E 670.08.15.00.70420 E 200808.100 40 000.00 AU zed Signa rem VENDOR COPY I FORM #3 CITY OF A requesifora Purchase Order ASHLAND REQUISITION Date of request: 5/27/2014 Required date for delivery: ASAP Vendor Name IGA - Rop a Valley round, Of Qoyemmentc Address, City, State, Zip 155 N.1"Street, P.O. Box 3275, Central Point OR 97502 Contact Name & Telephone Number Michael Cavallaro: 541-423-1335 Fax Number 541-541-664-7927 SOURCING METHOD ❑ Exempt from Competitive Bidding ® Emerpencv ❑ Reason for exemption: ❑ Invitation to Bid (Copies on file) ® Form #13, Written findings and Authorization ❑ AMC 2.50 Date approved by Council: ® Written quote or proposal attached ❑ Written quote or proposal attached ❑ Small Procurement Cooperative Procurement Less than $5.000 ❑ Request for Proposal (Copies on file) ❑ State 0f Oregon ❑ Direct Award Date approved by Council: Contract # ❑ Verbalfwritten quote(s) or proposal(s) ❑ State of Washington Intermediate Procurement ❑ Sole Source Contract # GOODS & SERVICES ❑ Applicable Form (#5,6, 7 or 8) ❑ Other government agency contract $5.000 to 8100.000 ❑ Written quote or proposal attached Agency ❑ (3) Written quotes and solicitation attached ❑ Form #4, Personal Services $5K to $75K Contract # PERSONAL SERVICES ❑ Special Procurement Interoovemmental Agreement $5.000 to $75.000 ❑ Form #9, Request for Approval ❑ Agency ❑ Less than $35,000, by direct appointment ❑ Written quote or proposal attached Date original contract approved by Council: ❑ (3) Written proposalstwritten solicitation Date approved by Council: (Date) ❑ Form #4, Personal Services $5K to $75K Valid until: Date Description of SERVICES Total Cost To provide professional Labor Standards and Compliance services relative to the SDWRL - IFA Loan requirements for the TAP Emergency Interne Project. $ •40,000.00. Item # Quantity Unit Description of MATERIALS Unit Price Total Cost J El Per attached quotelproposal ' TOTAL COST. $ Project Number: 2008-08 Account Number: 670.08.15.00.704200 `Expenditure must be charged to the appropriate account numbers for the financials to accurately reflect the actual expenditures. IT Director in collaboration with department to approve all hardware and software purchases: IT Director Date Support-Yes/No By signing this requisitio form, l certify tl~a le City's public contracting requirements have been satisfied. Employee: Department Head: .1LQ 17 b% (Equal eater than $5,000) Department Mana ,Supervisor. City Administrator: z (E dal to or greater than $25,000) Funds appropriated for current fiscal y Finance Director- (Equal to org rhhan $5,000) Date Comments: Form #3 - Requisition FORM#13 CITY OF ASHLAND EMERGENCY PROCUREMENT Greater than $5,000 To: Dave Kanner, Public Contracting Officer From: Mike Faught Date: 4-8-2014 Re: Emergency Procurement - Written Findings and Request for Authorization Document the emergency: TAP emergency construction Due to sustained drought conditions, dramatically lower snow pack levels for the Ashland watershed and the fact that TID plans to curtain its service in mid September of this year staff believes that emergency procurement of construction services for TAP will allow the City to meet its water needs by late summer or early fall of 2014. Council recently approved an emergency procurement process for engineering services related to the TAP line and staff will generally follow the same procedure for construction. Document solicitation Process: The described method will use competitive bidding. The City in concert with RH2 Engineers will directly select between three and five bidders that meet the following criteria: Satisfactory performance on contracts for the City of Ashland (or other City's within in Jackson County, Oregon) on similar work. Satisfactory history of performance working in Oregon State Highway rights-of-way. Demonstrates adequate capacity relative to bonding, insurance, equipment, personnel and resources to accomplish the contemplated work within the anticipated time frame. Is pre-qualified with the City of Ashland to perform the work. Demonstrates ability to work closely with owners and engineers to develop and implement cost saving and/or time saving measures that benefit the public. Demonstrates concern for and eagerness to address matters related to public safety and convenience. Selected bidders will be given two weeks to respond once the intent to bid is released. The City will select the lowest responsive bidder at the end of the selection period. Form #13 - Emergency Procurement- Written Findings and Request for Approval, Page 1 of 2, 5/27/2014 Emergency procurement will better enable the City to address the size and technical complexity of the public improvement: The proposed methodology will limit the bidders to those that meet the above criteria in order to assure bidders are technically competent to perform this work Emergency procurement will better enable the City to control the impact that market conditions may have on cost and timing: On time completion at a competitive cost is important to the City and will be achieved through the described method for bidder and contractor selection. Of the bidders selected to receive invitations to bid, each will be deemed equally qualified. The City intends to award the contract for construction to the contractor that submits the lowest bid. The public receives a net benefit: The benefits of this emergency procurement that are identified herein result in a benefit to the public because the City is adopting a competitive approach. Bidding will control costs through competition. Preselecting a limited number oflocal bidders will help assure that the job is done in a timely, workmanship like manner, and with a local contractor in accordance with the provisions ofAMC 2.50.020. The project will make appropriate use of value engineering techniques: Through utilization of a contractor that is familiar with the local conditions and can coordinate with the consulting engineer and City to identify materials, construction techniques, subcontractors and equipment that assure work meets the City's quality standards, is accomplished at the lowest cost and in a timely manner. Emergency procurement will reduce the risks to the contracting agency: The City has completed at least one contracting experience, free of delay or defects, with the selected bidders on similar work within the last three years. Amount of Emergency Contract: $ TBD Written Order Emergency Procurement is being authorLed" by/the City Administrator as specified by this written order. Authorized by: Date: City Administratltir /Public Contracting Officer Report Emergency Procurement to the City Council: Yes / No Note: Emergency Procurements equal to or greater than $100, 000 for Goods and Services and equal to or greater than $75, 000 for Personal Services will require Council approval. Form #13 -Emergency Procurement - Written Findings and Request for Approval, Page 2 of 2, 5/27/2014 MINUTES FOR THE SPECIAL MEETING ASHLAND CITY COUNCIL April 22, 2014 Council Chambers 1175 E. Main Street CALL TO ORDER Mayor Stromberg called the meeting to order at 7:00 p.m. in the Civic Center Council Chambers. ROLL CALL Councilor Voisin, Morris, Lemhouse, Slattery, Rosenthal, and Marsh were present. NEW AND MISCELLANEOUS BUSINESS 1. Talent Ashland Phoenix Pipeline Intertie Project update City Administrator Dave Kanner introduced a video regarding Ashland's water supply. Mandatory conservation would not work at this time, the reservoir was full, and there was no place to store the water. The snowpack was the lowest the area had ever seen. In previous drought years, the City supplemented the water supply with Talent Irrigation District (TID) water. This year TID was planning to shut water off in September because they did not have enough to sustain customers until the rains returned in the fall. Ashland needed 1.5 million gallons a day (mgd) to meet basic needs along with another 1 mgd in the streams for fish. It was possible there would not be enough water to meet basic needs and that was the impetus in expediting the Talent Ashland Phoenix (TAP) Intertie Project. Public Works Director Mike Faught explained Council needed to approve the emergency construction of the TAP pipeline, using restricted fund monies associated with the Park Estates Pump station for the project, and grant the City Administrator contracting authority in excess of $100,000 for project construction and the ability to sign the State Revolving Loan for $2,970,000. Jeff Ballard, the consulting engineer from RI-12 explained his background and company's expertise. The project was aggressive and challenging and he was confident they would meet the August deadline. The permitting process with the Rail Road, Army Corp, Oregon Department of Transportation (ODOT) and the Oregon Health Authority (OHA) were underway. RI-12 had better defined the project since March and established multiple options to ensure they met the target date for completion. The permit process was the most complicated part and pipe installation the easiest to accomplish. The increase in cost was due to creating the engineering estimate in a short timeframe prior to having all the information. Costs also included a 30% contingency because RI-12 at that time was not confident they could complete the project by August. Mr. Faught explained how the price went from $2,300,000 to $4,400,000. Increasing the flow from 1.5 mgd to 2.13 mgd was $400,000, the Pump Station was $150,000, upgrading pipe to ductile iron cost $250,000, the standard construction index for inflation was $210,000, and additional costs to move the project forward as an emergency project was $325,000. Engineering Services Manager Scott Fleury added the contract contained a $600 fine per day for liquidated damages. Mr. Ballard explained the regional booster pump station was designed to meet the capacity of Ashland at 1.5 mgd in 2000. Because Ashland did not tie on at that time, the controls were not set up to deliver that volume of water. They will modify the programming at the pump station to change the operation of the four pumps located at that facility. The communication and telemetry at the location was outdated and needed upgrading and was not included in the project due to the aggressive timeline. TAP would utilize the Talent pump station to pump water to Ashland and would require modifications to deliver 1.5 mgd or 2.13 mgd. The current lines were sufficient to carry 2.13 mgd. Capacity was directly proportional to velocity. Two 12-inch pipes came off the Talent pump station, split, and eventually connected to 16-inch pipeline. Even at 3 mgd the velocity was tolerable but not recommended, 2.13 mgd was fine. The City would have to upgrade pipe on their end for 3 mgd capacity and it would be expensive. Staff wanted options for 3 mgd for possible upgrades in 2060. Mr. Ballard clarified RH2 had redundant management in place to serve in Mr. Ballard's place if needed. Kindler Stout/130 Orange Avenuerrhe public was not informed regarding project costs or present and future rate increases to pay for the project. He thought the public might get behind the project after a season of shortage. He had issue with the word "emergency." The use of the word was designed to frighten the public and he equated it to extra costs. He urged Council not to advocate control of the water system out of town. Cate Hartzell/881 East Main/Explained she opposed the project for years. Climate change predictions were being confinned. TAP increased dependence on sources that would experience snow pack issues as well. The Water Master Plan talked about long-term solutions involving storage and conservation. She had issues with borrowing against capital projects and thought the $600 fine a day invited mistakes. Fear was motivating this response. B.G. Hicks/190 Vista Street/Provided his background in geology, water wells, and the forest service. The City should conduct small scale testing for wells and research trapping the water that ran over the dam. Ashland had excellent underground reservoirs. Additionally a major geological consulting firm should be employed to do a study on wells and ground water. He questioned whether the town could afford two full supply systems. Connecting to TAP could endanger Ashland's future use of ground water. Ashland had the potential for water and ground water currently not understood. Mr. Ballard explained RI-12 had the experience to minimize risk for projects in expedited timeframes. Mr. Faught added a City project manager would be involved as well. If Council did not approve the project, they would stop the project, continue with the engineering, and move it to its scheduled time in 2015. Several projects were postponed to cover the expedited costs for the TAP pipeline and avoid raising rates. Staff was looking into permanent pumps and had diesel pumps secured as a back-up option. In the unlikely event the project was not in place, staff was developing multi-department contingency plans that included public notification, not planting new plants, and encouraging the public to do the same. Mr. Faught clarified the City had a robust conservation plan in place but a severe drought was about curtailment and not conservation. Councilor Marsh/Slattery m/s to approve an emergency construction procurement of the TAP pipeline. DISCUSSION: Councilor Marsh explained the project was about building redundancy. The City was not obligated to purchase water. This was a way to provide multiple options for assuring the City could provide water to the community. Councilor Slattery added this was moving a project in the Water Master Plan up one year for sound reasons. Councilor Lemhouse agreed with Councilor Marsh and reiterated TAP was about redundancy. Had Council moved on this six years ago the City would not be in the position it is today. Rates might increase but to not do something that was in the best interest of City's public safety due to rates was a difficult call. Councilor Voisin clarified that $325,000 of project costs was actually to pay for the water. She questioned whether the City could afford two water systems in TAP and Reeder Reservoir. Councilor Morris responded there was only one water system with two sources of water for the system. Roll Call Vote: Councilor Voisin, Morris, Lemhouse Slattery, Rosenthal, and Marsh, YES. Motion passed. Councilor Slattery/Lemhouse m/s to approve re-obligating Park Estates Pump Station monies of 2.4 million to the TAP project. Roll Call Vote: Councilor Marsh, Rosenthal, Voisin, Morris, Slattery, and Lemhouse, YES. Motion passed. Councilor Lemhouse/Rosenthal m/s to grant the City Administrator contracting authority in excess of $100,000 for construction of the TAP pipeline. Roll Call Vote: Councilor Slattery, Lemhouse, Marsh, Voisin, Morris, and Rosenthal, YES. Motion passed. Councilor Morris/Lemhouse m/s to grant the City Administrator authority to sign a State Revolving Fund loan agreement in the amount of $2.97 million. DISCUSSION: Councilor Rosenthal noted the assurances provided were based on signs the project would be completed and hoped Council would not operate this loosely going forward in other endeavors. Roll Call Vote: Councilor Marsh, Rosenthal, Slattery, Lemhouse, Morris, and Voisin, YES. Motion passed. ADJOURNMENT Meeting adjourned at 8:30 p.m. Dana Smith, Assistant to the City Recorder John Stromberg, Mayor