HomeMy WebLinkAboutAgenda Report - May 6, 2009 E-11AGENDA ITEM E-0 I'
CITY OF LODI
,. COUNCIL COMMUNICATION
AGENDA TITLE: Adopt Resolution Awarding Professional Services Agreement for Ground Water
Monitoring/Reporting Services to Stantec Consulting Corporation, of
Rancho Cordova ($88,109) and Appropriating Funds
MEETING DATE:
PREPARED BY:
May 6,2009
Public Works Director
RECOMMENDED ACTION: Adopt a resolution awarding a two-year professional services
agreementfor groundwater monitoring/reporting services to
Stantec Consulting Corporation, of Rancho Cordova, in the amount
of $88,109 and appropriating funds as shown below.
BACKGROUND INFORMATION: The purpose of the groundwater monitoring is to measure
concentrations of PCE, TCE and other related breakdown chemicals
within the Central Plume source areas, to assess the lateral and
vertical extent of these chemicals, and to track changes in chemical
concentrations over time. The City must submit quarterly reports as required by Monitoring and
Reporting Program Order No. R5-2008-0813 (MRP) issued by the Central Valley Regional Water Quality
Control Board (RWQCB) on April 16, 2008. The recommended services contract term is two years, with
an option for extending it for an additional two years.
The Request for Proposals (RFP) for this projectwas approved on February 18, 2009. The City
distributed 111 RFPs and received 33 proposalsfor this project on April 3, 2009. The proposals were
reviewed and Stantec Consulting Corporation was unanimously chosen by a committee made up of staff
from the Public Works Department. The top five consultant cost proposals ranged from $88,109 to
$180,000 for the two-year contract term.
FISCAL IMPACT: Annual costs are funded by PCE/TCE Cleanup Funds.
FUNDING AVAILABLE:
Requested Appropriation:
Central Plume PCE/TCE Cleanup Funds (190) $88,109
Deputy City M
F. Wally Soiidelin
PublicWorks Director
Prepared by Chris Boyer, Junior Engineer
FWS/CB/pmf
Attachments
cc: City Attorney
Purchasing Officer
Water Services Manager
APPROVED
Blair King, it nager
K:\WP\PROJECTS\WATER\PCE,TCE\2009 RMCAward.doC
5/1/2009
AGREEMENT FOR CONSULTING SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on
, by and between the
CITY OF LODI, a municipal corporation (hereinafter "CITY"), and STANTEC
CONSULTING CORPORATION (hereinafter "CONSULTANT).
Section 1.2 Purpose
CITY selected the CONSULANT to provide ground water monitoring/reporting
services.
CITY wishes to enter into an agreement with CONSULTANT for GROUND
WATER MONITORING/REPORTING SERVICES project (hereinafter "Project") as set
forth in the Scope of Services attached here as Exhibit A.
ARTICLE 2
SCOPE OF SERVICES
Section 2.1 Scope cf Services
CONSULTANT, for the benefit and at the direction of CITY, shall perform the
scope of services as set forth in Exhibit A, attached and incorporated by this reference
Section 2.2 Time For Commencement and Completion cE Work
CONSULTANT shall commence work within ten (10) days of executing this
Agreement, and complete work under this Agreement based on a mutually agreed upon
timeline.
CONSULTANT shall not be responsible for delays caused by the failure of CITY
staff or agents 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 CONSULTANT's contract performance period. Also, any delays
due to weather, vandalism, acts of God, etc., shall allow CONSULTANT a corresponding
time to complete the required work. CONSULTANT shall remain in contact with
reviewing agencies and make all efforts to review and return all comments.
Section 2.3 Meetings
CONSULTANT shall attend meetings as indicated in the Scope of Services,
Exhibit A.
K:\WP\PROJECTS\WATER\PCE,TCE\2009 RFP\StantecAgmt_Revised.doc
Section 2.4 Staffing
CONSULTANT acknowledges that CITY has relied on CONSULTANT's
capabilities and on the qualifications of CONSULTANT's principals and staff as identified
in its proposal to CITY. The scope of services shall be performed by CONSULTANT,
unless agreed to otherwise by CITY in writing. CITY shall be notified by CONSULTANT
of any change of Project Manager and CITY is granted the right of approval of all
original, additional and replacement personnel in CITY's sole discretion and shall be
notified by CONSULTANT of any changes of CONSULTANT's project staff prior to any
change.
CONSULTANT represents that it is prepared to and can perform all services
within the scope of services specified in Exhibit A. CONSULTANT 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 CONSULTANT to
practice its profession, and that CONSULTANT shall, at its own cost and expense, keep
in effect during the life of this Agreement all such licenses, permits, qualifications,
insurance and approvals.
Section 2.5 Subcontracts
CITY acknowledges that CONSULTANT may subcontract certain portions of the
scope of services to subconsultants as specified and identified in Exhibit A. Should any
subconsultants be replaced or added after CITY's approval, CITY shall be notified within
ten (10) days and said subconsultants shall be subject to CITY's approval prior to
initiating any work on the Project. CONSULTANT shall remain fully responsible for the
complete and full performance of said services and shall pay all such subconsultants.
ARTICLE 3
COMPENSATION
Section 3.1 Compensation
CONSULTANT's compensation for all work under this Agreement shall not
exceed the amount of Fee Proposal, attached as a portion of Exhibit A.
CONSULTANT 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 Pavment
CONSULTANT shall submit invoices for completed work on a monthly basis,
providing, without limitation, details as to amount of hours, individual performing said
K:\WP\PROJECTS\WATER\PCE,TCE\2009 RFP\StantecAgmt_Revised.doc 2
work, hourly rate, and indicating to what aspect of the scope of services said work is
attributable and such invoices shall be paid within thirty (30) days of receipt by the City.
Section 3.3 Costs
The fees shown on Exhibit A include all reimbursable costs required for the
performance of the individual work tasks by CONSULTANT and/or subconsultant and
references to reimbursable costs located on any fee schedules shall not apply. Payment
of additional reimbursable costs considered to be over and above those inherent in the
original Scope of Services shall be approved by CITY.
CONSULTANT charge rates are attached and incorporated with Exhibit A. The
charge rates for CONSULTANT shall remain in effect and unchanged for the duration of
the Project unless approved by CITY.
Section 3.4 Auditing
CITY reserves the right to periodically audit all charges made by CONSULTANT
to CITY for services under this Agreement. Upon request, CONSULTANT agrees to
furnish CITY, or a designated representative, with necessary information and assistance.
CONSULTANT agrees that CITY or its delegate will have the right to review,
obtain and copy all records pertaining to performance of this Agreement.
CONSULTANT agrees to provide CITY or its delegate with any relevant information
requested and shall permit CITY or its delegate access to its premises, upon reasonable
notice, during normal business hours for the purpose of interviewing employees and
inspecting and copying such books, records, accounts, and other material that may be
relevant to a matter under investigation for the purpose of determining compliance with
this requirement. CONSULTANT 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, CONSULTANT shall not
discriminate in the employment of its employees or in the engagement of any
subconsultants on the basis of race, color, religion, sex, sexual orientation, marital
status, national origin, ancestry, age, or any other criteria prohibited by law.
K:\WP\PROJECTS\WATER\PCE,TCE\2009 RMStantecAgmt_Revised,doc 3
Section 4.2 Responsibility for Damage
CONSULTANT shall indemnify and save harmless the City of Lodi, the City
Council, elected and appointed Boards, Commissions, all officers and employees or
agent from any suits, claims or actions brought by any person or persons for or on
account of any injuries or damages sustained or arising from the services performed in
this Agreement but only to the extent caused by the negligent acts, errors or omissions
of the consultant and except those injuries or damages arising out of the active
negligence of the City of Lodi or its agents, officers or agents.
The total amount of all claims the CITY may have against the CONSULTANT
under this Agreement or arising from the performance or non-performance of the
services under any theory of law, including but not limited to claims for negligence,
negligent misrepresentation and breach of contract, shall be strictly limited to (i) in the
case of a claim that is not covered by one of the insurance policies of CONSULTANT
referred to in Section 4.5 below, the lesser of the fees or $500,000, or (ii) in the case of a
claim that is covered by one of the insurance policies of CONSULTANT referred to in
Section 4.5 below, the amount set forth in said Section. As the CITY's sole and exclusive
remedy under this Agreement any claim, demand or suit shall be directed and/or
asserted only against the CONSULTANT and not against any of the CONSULTANT'S
employee's, officers, or directors.
The CONSULTANT'S liability with respect to any claims arising out of this
Agreement shall be absolutely limited to direct damages arising out of the services and
the CONSULTANT shall bear no liability whatsoever for any consequential loss, injury or
damage incurred by the CITY, including but not limited to, claims for loss of use, loss of
profits and loss of markets.
Section 4.3 No Personal Liability
Neither the City Council, the City Engineer, nor any other officer or authorized
assistant or agent or employee shall be personally responsible for any liability arising
under this Agreement.
Section 4.4 Responsibility cf CITY
CITY shall not be held responsible for the care or protection of any material or
parts of the work prior to final acceptance, except as expressly provided herein.
Section 4.5 Insurance Requirements for CONSULTANT
CONSULTANT shall take out and maintain during the life of this Agreement,
insurance coverage as listed below. These insurance policies shall protect
K:\WP\PROJECTS\WATER\PCE,TCE\2009 RMStantecAgmt_Revised.doc 4
CONSULTANT and any subcontractor performing work covered by this Agreement from
claims for damages for personal injury, including accidental death, as well as from
claims for property damages, which may arise from CONSULTANT'S operations under
this Agreement, whether such operations be by CONSULTANT or by any subcontractor
or by anyone directly or indirectly employed by either of them, and the amount of such
insurance shall be as follows:
1. COMPREHENSIVE GENERAL LIABILITY
$1,000,000 Bodily Injury -
Ea. Occurrence/Aggregate
$1,000,000 Property Damage -
Ea. Occurrence/Aggregate
or
$1,000,000 Combined Single Limits
2. COMPREHENSIVE AUTOMOBILE LIABILITY
$1,000,000 Bodily Injury - Ea. Person
$1,000,000 Bodily Injury - Ea. Occurrence
$1,000,000 Property Damage - Ea. Occurrence
or
$1,000,000 Combined Single Limits
NOTE: CONSULTANT agrees and stipulates that any insurance coverage
provided to CITY shall provide for a claims period following termination of coverage.
A copy of the certificate of insurance with the following endorsements shall be
furnished to CITY:
(a) Additional Named Insured Endorsement
Such insurance as is afforded by this policy shall also apply to the City of Lodi, its
elected and appointed Boards, Commissions, Officers, Agents, Employees and
Volunteers as additional named insureds insofar as work performed by the insured
under written Agreement with CITY. (This endorsement shall be on a form furnished
to CITY and shall be included with CONSULTANT'S policies.)
(b) Primary Insurance Endorsement
K:\WP\PROJECTS\WATER\PCE,TCE\2009 RFP\StantecAgmt_Revised.doc 5
Such insurance as is afforded by the endorsement for the Additional Insureds shall
apply as primary insurance. Any other insurance maintained by the City of Lodi or
its officers and employees shall be excess only and not contributing with the
insurance afforded by this endorsement.
(c) Severability of Interest Clause
The term "insured" is used severally and not collectively, but the inclusion herein of
more than one insured shall not operate to increase the limit of the company's
liability.
(d) Notice of Cancellation or Change in Coverage Endorsement
This policy may not be canceled by the company without 30 days' prior written
notice of such cancellation to the City Attorney, City of Lodi, P.O. Box 3006, Lodi,
CA 95241.
(e) CONSULTANT agrees and stipulates that any insurance coverage provided to
CITY shall provide for a claims period following termination of coverage which is at
least consistent with the claims period or statutes of limitations found in the
California Tort Claims Act (California Government Code Section 810 et seq.).
"Claims made" coverage requiring the insureds to give notice of any potential
liability during a time period shorter than that found in the Tort Claims Act shall be
unacceptable.
Section 4.6 Worker's Compensation Insurance
CONSULTANT shall take out and maintain during the life of this Agreement,
Worker's Compensation Insurance for all of CONSULTANT'S employees employed at
the site of the project and, if any work is sublet, CONSULTANT shall require the
subcontractor similarly to provide Worker's Compensation Insurance for all of the latter's
employees unless such employees are covered by the protection afforded by the
CONSULTANT. In case any class of employees engaged in hazardous work under this
Agreement at the site of the project is not protected under the Worker's Compensation
Statute, CONSULTANT shall provide and shall cause each subcontractor to provide
insurance for the protection of said employees. 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 City Attorney, City of Lodi, P.O. Box 3006,
Lodi, CA 95241.
Section 4.7 Attorney's Fees
K:\WP\PROJECTS\WATER\PCE,TCE\2009 RFP\StantecAgmt_Revised.doc 6
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
court.
Section 4.8 Successors and Assigns
CITY and CONSULTANT each bind themselves, their partners, successors,
assigns, and legal representatives to this Agreement without the written consent of the
others. CONSULTANT 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 4.9 Notices
Any notice required to be given by the terms of this Agreement shall be deemed
to have been given when the same is personally served or sent by certified mail or
express or overnight delivery, postage prepaid, addressed to the respective parties as
follows:
To CITY: City of Lodi
F. Wally Sandelin, Public Works Director
221 West Pine Street
P.O. Box 3006
Lodi, CA 95241-1910
To CONSULTANT: Stantec Consulting Corporation
Jim Grasty, Principal
3017 Kilgore Road, Ste. 100
Rancho Cordova, CA 95670
Section 4.10 Cooperation of CITY
CITY shall cooperate fully in a timely manner in providing relevant information
that it has at its disposal.
Section 4.11 CONSULTANT is Not an Employee of CITY
It is understood that CONSULTANT is not acting hereunder in any manner as an
employee of CITY, but solely under this Agreement as an independent contractor.
Section 4.12 Termination
CITY may terminate this Agreement by giving CONSULTANT 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, CONSULTANT
shall be entitled to payment as set forth in the attached Exhibit A to the extent that the
K:\WP\PROJECTS\WATER\PCE,TCE\2009 RFP\StantecAgmt_Revised.doc 7
work has been performed. Upon termination, CONSULTANT 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 CONSULTANT with third parties
in reliance upon this Agreement.
CONSULTANT may terminate this Agreement upon seven (7) days' notice in
writing in the event the Client has committed material breach of this Agreement. Non-
payment of the CONSULTANT's invoices will be considered a material breach of this
Agreement.
Section 4.13 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 4.14 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.
Section 4.15 Integration and Modification
This Agreement represents the entire integrated Agreement between
CONSULTANT and CITY; supersedes all prior negotiations, representations, or
Agreements, whether written or oral, between the parties; and may be amended only be
written instrument signed by CONSULTANT and CITY.
Section 4.16 Applicable Law and Venue
This Agreement shall be governed by the laws of the State of California. Venue
for any court proceeding brought under this Agreement will be with the San Joaquin
County Superior Court.
K;\WP\PROJECTS\WATER\PCE,TCE\2009 RFP\StantecAgmt_Revised.dcc 8
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 Authority
The undersigned hereby represent and warrant that they are authorized by the
parties to execute this Agreement.
Section 4.19 Ownership of Documents
All documents, photographs, reports, analyses, audits, computer tapes or cards,
or other material documents or data, and working papers, whether or not in final form,
which have been obtained or prepared for this project, shall be deemed the property of
CITY. Upon CITY's request, CONSULTANT shall, upon payment of the applicable
invoices, allow CITY to inspect all such documents during regular business hours. Upon
termination or completion, all information collected, work product and documents shall
be delivered by CONSULTANT to CITY within ten (10) days. CONSULTANT is allowed
to retain a copy of all said items for archival purposes.
CITY agrees to indemnify, defend and hold CONSULTANT harmless from any
liability resulting from CITY's use of such documents for any purpose other than the
purpose for which they were prepared.
IN WITNESS WHEREOF, CITY and CONSULTANT have executed this
Agreement as of the date first above written.
ATTEST:
By
RANDIJOHL
CITY CLERK
APPROVED AS TO FORM:
ma
"Not .:.
CITY OF LODI, a municipal corporation
am
BLAIR KING
CITY MANAGER
STANTEC CONSULTING CORPORATION
in
Its:
K:\WP\PROJECTS\WATER\PCE,TCE\2009 RFP\StantecAgmt_Revised.doc 9
Exhibit A
PRUECTAPPROACH AND SCOPE CF SERVICES
This section details Stanteds approach to the project and describes
the scope of services to be implemented. Key assumptions that we
used in costing each of the tasks are also provided.
PROJECTAPPROACH
Stantec understands that the City considers this a high-profile
project from both a regulatory and community perspective and that
conformance to project requirements and expectations is extremely
important. Stantec is always committed to maintaining the highest
quality field and analytical data collection, data management and
evaluation, documentation and reporting, and especially health
and safety. Our commitment to health and safety is an integral part
of the culture within Stantec and all projects we perform. Stantec
is currently providing similar groundwater monitoring services at
numerous sites in northern California. Our experience includes
successful, cost-effective implementation of complex groundwater
monitoring programs and remedial methods at project sites
impacted with chlorinated solvents, petroleum hydrocarbons, and a
variety of other contaminants.
The sampling method identified in MP Order No. 85-2008-
0813 requires the use of passive diffusion bag (PDB)samplers.
PDB sampling collects representative samples of dissolved volatile
organic compounds (VOCS)without the need to manage VOC-
impacted purge water generated by conventional purging or micro -
purging methods. It utilizes a semi -permeable polyethylene bag
containing deionized water and positioned within the well screen.
VOLS in groundwater flowing through the well screen diffuse into
the PDB over time (minimum 14 days) reaching equilibrium with
ambient groundwater concentrations. The sampler is retrieved
from the well and analyzed by conventional methods. There
are advantages and limitations to the method and considerable
research has been completed on the approach. Comprehensive
guidance documents have been published amongst others by the
United States Geological Survey (USGS, 2001)and the Interstate
Technology and Regulatory Council (FRC, 2004).The ffRC has
formed a work group to expand on PDB guidance documentation
and address technical and regulatory implementation issues as they
arise. The ffRC maintains web page (www. itrcweb. oral devoted
to PDB sampling, which includes links to guidance documents and
several recently published studies.
To complete the Scope of Services, Stantec proposes the following
tasks:
• Task 1 : Project Management and Preparation of Health and
Safety Plan
• Task 2: Monitoring and Sampling
4
• Task 3: Analytical Program
• Task 4: Reporting
Task 1 — Project Management and Preparation of Health and
Safety Plan
Stantec will perform normal project management responsibilities
including, but not limited to, budget tracking, invoicing, sub-
contracting and payment for analytical laboratory services,
and communication with the client as well as the RWQCB
(when appropriate). All field activities, including quarterly PDB
deployment, depth to water measurements, and PDB sample
retrieval will be property scheduled in advance with the appropriate
City personnel. As required, Stantec will obtain the analytical data
for water supply wells No. 2, 6R, and 8 sampled by the City's
Water Division and perform necessary coordination with the City
to facilitate database management. Stantec assumes costs for
attending a kickoff meeting and subsequent quarterly meetings.
Prior to commencement of field work, a site-specific Health and
Safety Plan (HASP) will be prepared for the project as required
by the Occupational Health and Safety Administration (OSHA)
standard guidelines (29 CFR 1910.120), and by California
Occupational Health and Safety Administration (Cal -OSHA)
guidelines (CCRTitle 8, Section S 192).Priorto performing
any fieldwork, the HASP will be updated with appropriate field
personnel and subcontractor information. The field staff and
contractors will review and sign the HASP before beginning field
operations at the site.
Task 2 — Monitoring and Sampling
6
Monitoring and sampling will be conducted for twoyears,
presumably from the second quarter of 2009 through the first
quarter of 201 1. Monitoring and sampling activities will be
conducted in accordance with UP Order No. R5-2008-0813.
z. Per Requirement (b), Page 3, PDB samplers are to be used in
U all monitoring wells, as such, typical indicator parameters (pH,
electrical conductivity, and temperature) normally collected during
U
well purging are not applicable. Depth-to-groundwaterwill be
measured quarterly to the nearest 0.01 foot in all accessible wells
(50total) and recorded on standard Stantec Water Sample Field
Data Sheets.
Groundwater samples will be collected using PDB samplers in
accordance with the following schedule from the UP.
3
a
0
U
0
0
0
r
U
U
The table above is modified from the IW to indicate the respective
number of samples collected during the quarterly, semi-annual,
and annual sampling events. The PDB samplers are deployed at
depths within the screened intervals a minimum of two weeks prior
to sample retrieval. The City uses 24 -inch length sample bags
(variable diameters are available). Different diameter well casings
should be matched with appropriate -diameter PDB sample bags
to minimize the potential for lodging the PDB in the casing above
the prescribed deployment depth. Special care is taken to avoid
potential cross -contamination of the PDB, hanger assembly, and
suspension cable during deployment also to ensure that the sample
deployment cables are straight, and the PDB does not lodge in the
casing prior the reaching the required depth. The PDB sample bags
can be procured pre -filled from the manufacturer or may be filled
in the field with laboratory -supplied deionized water. Eon Products
Inc. and Colombia Analytical Services are the two main suppliers
of PDB samplers and suspension equipment.
The PDB sample for a given well is retrieved from the well and
immediately dispensed into at least three, laboratory -prepared,
40 -milliliter volatile organic analysis (VOA)sample containers
with pre -completed sample labels. Appropriate sampling protocol
for preparing sample -splits should be employed to maximize
reproducibility of analyte concentrations within the three containers.
The samples are immediately placed in an iced cooler for delivery
under appropriate chain -of -custody protocol to a California -certified
analytical laboratory. The sample collection time and date, sample
depth, groundwater depth, depth to well bottom, and if a duplicate
was collected from the well are recorded on standard Stantec
Water Sample Field Data Sheets. Depth-to-groundwatershould be
Special care is taken to
avoid potential cross -
contamination of the PDB,
hanger assembly, and
suspension cable during
deployment
4
measured prior to PDB retrieval and depth to well bottom measured
following PDB retrieval.
Several of the above, and other PDB sampling protocol, are
non-standard, not specified in the RFP or MW and will need to be
confirmed with the RWQCB prior to the initial sampling event.
Task 3 —Analytical Program and Quality Analysis/Quality
Control
The analytical program will be completed in accordance with
MP Order No. R5-2008-08 13. Samples will be analyzed
by a California -certified analytical laboratory using with U.S.
Environmental Protection Agency (EPA)Sample Preparation Method
5030B and EPA Analytical Method 8260B. Quality analysis and
quality control (QA/QC) protocol are not specified in the RFP or
MRP. In Stanteds PDB sampling programs, typically ten percent of
the total number of samples are deployed, retrieved, and analyzed
as QA/QC duplicate samples and one trip blank per cooler
is analyzed. Although not required, Stantec also recommends
analysis of a representative field blank of the laboratory -grade
deionized water. In addition to Level II QA/QC procedures used
by the analytical laboratory, the relative percent difference (RPD)
between the primary and duplicate samples will be calculated and
documented in the monitoring reports.
Task 4 — Data Analysis, Reporting, and Geotracker Submittal
Quarterly data analysis, reporting, and Geotracker submittal will
be performed for two years. Stantec understands that the City
will provide an electronic copy of the EQuIS chemical database
containing historical analytical data. Quarterly, a California -
E certified analytical laboratory will provide both Geotracker and
° EQuIS compatible Electronic Data Deliverables (EDD)for addition
O
J to the database and uploading to Geotracker.
0
oStantec's Information Management Systems Group has prepared
a document entitled Laboratory Standard Operating Procedures,
which details a thorough series of EDD format and quality
checks and is provided to the analytical facility. The EDDs will
be processed through a rigorous set of electronic quality checks
and procedures before being imported into the database.
Subsequently, a random 10 percent of all samples will be checked
for completeness and accuracy against the laboratory PDF and
field notes. Another 10 percent of the samples will be checked at
the peer -review stage. By importing the data electronically and
automating the process, data integrity and quality is improved.
A variety of software tools and applications are used by Stantec
to create the MRP -required tables and figures for quarterly and
annual reports. Our project team will make determinations of what
the best applications and tools may be for this project dataset,
which may include ArcGIS, Manifold, Surfer, Envirolnsite, etc.
Stantec assumes that all well construction details, water elevation,
0
flow, and gradient data for historical monitoring will be included
in the EQuIS database. If some of these datasets are not being
currently maintained in the EQuIS database, it is assumed that the
City will be able to provide them in another database format or
spreadsheets. Stantec may also be able to work with scanned or
PDF datasets, however this is not part of the scope as defined in
this proposal
Following the generation and QA/QC of the required tables
and figures, Stanted scientists will evaluate the data and
prepare the narrative describing sampling methods, QA/QC
data, comparisons with regulatory standards, concentration and
elevation trends, gradient data, and plume delineation. Quarterly
and annual reporting will be completed in accordance with Mi'
Order No. R5-2008-0813. First, second, and third quarter reports
will be submitted by May 1st, August 1st, and November 1st,
respectively. The fourth quarter and annual report will be submitted
by March 1 st. Reports will be submitted to the City in draft form for
review by the City two weeks prior to the above submittal dates.
Revised reports incorporating mutually agreeable comments will
be submitted to the RWQCB within one week of receiving City
comments and the above prescribed submittal dates.
The February 20, 2009 Report of Fa.rth Quarter 2008
Groundwater Monitoring Central F trreArea provided by the
City is a generic, somewhat basic, database -generated report.
There are several MP reporting requirements that have not been
completed in the report; these can be detailed for the City on
request. Some of these may be considered relatively minor or their
omission may have been agreed to by the RWQCB (unlikely).
However, Requirement (f), Page 4 requests: "A table showing
historical lateral and vertical (if applicable)flow directions and
gradients." The more important of the two omissions is the table
of vertical gradients. Chemicals are currently detected in four
aquifers. Vertical gradients control the migration of groundwater
contaminants between different depth aquifers. The City has
installed seven, three -aquifer well dusters and two, two -aquifer well
dusters. Their purpose is to allow calculation of vertical gradients.
These data are critical to evaluating the spatial and temporal
concentration trends and appropriate remedial methods. These
data tables can be easily generated with the database software or
a simple Excel spreadsheet.
In compliance with the requirements of the California Code of
Regulations, TrUe 23, Division 3, Chapter 30, Stantec ,s quarterly
monitoring reports (and other required data) will be submitted
electronically to the State Water Board Geotracker database
system. The City is currently in non-compliance with Geotracker
submittal requirements. As shown in the Appendix the most recent
quarterly report (PDF)submitted to Geotracker is third quarter
2007. The most recent laboratory data (EDF)is second quarter
2006. Upon request, Stantec will submit a cost estimate to bring
the City up to date on these requirements.
The City is currently in
non-compliance with
Geotracker submittal
requirements.
Stwitec
Stantec understands that the City is responsible for the operation
and maintenance of the remediation system. As such, Stantec
assumes that City (or its remedial Consultant)will perform the
related reporting prescribed by NW Reporting Requirements (i)and
(j) and Annual Reporting Requirement (e)or provide Stantec with the
necessary information to comply with these MP requirements.
As an option for the City, Stantec can deploy a web portal site for
project management and data access by the City Project Team.
The portal will provide resources to coordinate activities, transfer
documents, maintain schedules, etc., and will be enabled for data
access and GIS so that the City can query information relating
to water levels, field parameters, and laboratorywater quality
analyses at any time in a user friendly format.
7
City of Lodi CPA Plume
Monitoring and Sampling
Time and Materials
Estimated Budget
Lodi Budget Final Stantec Page 1 of 1.
COSTING LABOR ASSUMPTIONS PER QUARTER
Project Management Assumptions
One client meeting per quarter plus travel: Senior = 3 hrs
2.5 invoices per quarter Senior; = 3 hrs
Subcontracting lab project = 2 hrs
Health and Safety plan: 3 hours Staff
Admininistrative time = 3 hrs
M&S assumptions
4 wells per hourw 50 wells = 12.5 hours
Travel = 2 hrs
Misc extra = 2 hours
Total w travel & misc = 16.5
Project mgt senior 1 hr
Project mgt Ass 2 hrs hr
Reporting Assumptions
Data Base Group
Senior4 hours
Project 17 hours
SeniorCADD/GIS =10 hours Total hours DBG = 31
Rancho Group reporting Total hours Rancho =10
Senior Review = 2
Project Write up = 4
Staff Geotracker upload = 2
Asministrative time = 2
STANTEC 2009 RATE SCHEDULE
ENVIRONMENTAL PRACTICE AREA
Stat
STANTEC 2009 SCHEDULE OF HOURLY RATES AND DISBURSEMENTS
(Page 1 of 3)
Charges for all professional, technical, and administrative staff directly charging time to the project
will be calculated and billed on the basis of the following schedule.
Z:\City o f Lodi Rates.doc
DESCRIPTIONLEVEL
HIRLY RATE
Generally Not applicable to the Southern California Market
1
$46
• Mayon occasion be appropriate for intern and clerical support.
2
$52
3
$58
Clerical, Interns, & Field/Lab Techs
4
$65
Assists Office Administrators, Engineers, Designers, and field staff with clerical and routine entry level
5
$72
tasks.
6
$79
Junior -level position, Administrative,
7
$86
a Independentlycarries out assignments of limited scope using standard procedures, methods and
8
$94
techniques
9
$102
a Assists senior staff in carrying out more advanced procedures
a Completed work is reviewed for feasibility and soundness of judgment
a Recentgraduate from an appropriate post-secondaryprogramor equivalent.
Professional level positions
10
$112
• Carries out assignments requiring general familiarity within abroad field of the respective profession
11
12
$122
$133
a Makes decisions by using a combination of standard methods and techniques
a Actively participates in planningto ensure the achievementof objectives
• Works independentlyto interpret information and resolve difficulties
• Providesapplied professional knowledgeand initiativein planningand coordinating work programs
Highly -specialized technical professional or project supervisor
13
$146
• Provides multidisciplineknowledgetodeliver innovative solutions inrelatedfieldofexpertise
14
15
$157
$168
• Participates in short and long range planning to ensure the achievement of objectives
• Makes responsible decisions on all matters, including work methods, and financial controls associated%
with projects
• Decisions accepted as technically accurate
• Reviews and evaluates technical work
Senior level consultant or managementfunction
16
17
$181
$210
• Recognizedas an authority in a specific field with qualifications of significant value
a Provides multidiscipline knowledgeto deliver innovative solutions in relatedfield of expertise
• Independentlyconceives programs and problemsfor investigation
a Participates in discussions to ensure the achievementof program andlor project objectives
. Makes responsible decisions on expenditures, including large sums or implementationof major
programs andlor projects
Senior level management position
18
$247
• Recognizedas an authority in a specific field with qualifications of significant value
19
$347
. Responsiblefor long range planning within a specific area of practiceor region
• Makes decisions which are far reachingand limitedonly by objectives and policies of the organization
• Planslapproves projects requiring significant human resourcesor capital investment
• Graduate from an appropriate post -secondary program, with credentials or equivalent
• Generally, fifteen years experience with extensive professional and management experience
Z:\City o f Lodi Rates.doc
STANTEC 2009 RATE SCHEDULE
ENVIRON MENTAL PRACTJCE AREA
06
STANTEC2009 SCHEDULE OF HOURLY RATES AND DISBURSEMENTS
(Page 2 of 3)
Other Direct Disbursements:
DisbursementRate
Vehicle Mileage
Prevaifin IRS Rate
Subcontract Services
Actual Cost +10%
Travel/Per Diem
Actual Cost +10%
Per Diem
$ 150/da
Capital Purchases and Expendable Materials
Actual Cost +10%
Postage and Shipping
Actual Cost +10%
Standard Field Equipment
See Attached Schedule
Standard Field Eauiament:
Standard Field Equipment
Air Sam lin E ui ment
Rate
$45/da
Baiter— Disposable
$10/each
Bailer — Disposable Weighted
$15/da
Bailer — Quick E -Bailer System
$25/da
Bailer — Reusable
$20/da
Drum — 55 Gallons
$55/each
Digital Camera
$25/da
Draeger Sampler Tubes not included
$30/da
Field Communication — Phone
$10/da
Field Communication — Two -Way Radio
$20/da
Field Computer
$25/da
Field Survey — Receptor Survey
$85/hour
Field Survey - Scope/Proposal Preparation
$100/each
Field Survey — Site Survey
$85/hour
Field Survey — Well Search
$85/hour
Field Test Kit — Groundwater
$55/each
Field Test Kit — Soil
$55/each
Field Test Kit — SVE
$55/each
Field Vehicle — Mileage
Prevailing IRS rate
Field Vehicle
$100/da
Field Vehicle — Sampling Truck
$175/da
Field Vehicle — Truck/Van
$130/da
Flame Ionization Detector FID
$130/da
Generator
$60/da
Gloves — Colored Cloth
$5/ air
Gloves — Colored Leather
$15/ air
Gloves — Colored Nitrile
$0.15/ air
Gloves — Kevlar Under Glove
$2.50/ air
H&S — Level B Safety Equipment
$165/da
H&S — Level C Safety Equipment
$85/da
H&S — Level D Safety Equipment
$50/da
H&S — Traffic Control Equipment
$55/da
Hand Auger
$30/da
Large Equipment & System — Caterpillar D4 Bulldozer
$250/da
Large Equipment & Systems — Dual Phase Extraction Treatment (DPET)
$200da
Large Equipment & Systems — Soil Vapor Extraction System
$100/da
Low Flow Purge/Sampling System
$80/da
Meter — Oil/Water Interface
$55/da
Meter — Anemometer
$25/da
Meter — CO
$65/da
Meter — Conductivity
$25/da
Meter — Data Logger
$140/da
Meter — Dissolved Oxygen
$65/da
Meter — DO/ORP/Tem /Conductivit
$100/da
Meter —Dosimeter
$45/da
Meter —Ferrous Iron
$5/da
Z:\City of Lodi Rates.doc
STANTEC 2009 RATE SCHEDULE
ENVIRONMENTAL PRACTICE AREA
stagy
STANTEC 2003 SCHEDULE OF HOURLY RATES AND DISBURSEMENTS
(Page 3 of 3)
Standard Field Eauipment (continued):
Meter — Flow
$5/da
Meter — H2S Detector
$65/da
Meter — LEU02
$65/da
Meter — Ma nehelic (Gauge)
$55/da
Meter — Magnetometer
$50/da
Meter — Manometer
$25/da
Meter — Measurin Wheel
$25/da
Meter — Metal Detector
$15/da
Meter — Multimeter
$100/da
Meter — 02/CO2
$65/da
Meter — ORP
$65/da
Meter — Otherquote/day
Meter — Ozone
$55/da
Meter — pH
$25/da
Meter— pH/Temp/Conductivity
$25/da
Meter — Temperature
$25/da
Meter — Turbidity
$30/da
Meter — Dust Monitor
$120/da
Meter — Velocity
$25/da
Meter —Water Level Indicator
$25/da
Photoionization Detector PID
$110/da
Pressure Washer
$25/da
Pum —Air Sampling
$45/da
Pum — Centrifugal
$45/da
Pum — Groundwater Sampling
$110/da
Pum — Peristaltic
$50/da
Pum — Submersible
$60/da
Pum — Trash
$35/da
Pum —Vacuum Pum
$45/da
Pump—Whale Sam lin
$25/da
Pum — Well Sampling/Purge
$45/da
Reproduction —11x17 Color Plot./Print/Co
$2/copy
Reproduction — 2436 Color Plot/Print
0/copy
Reproduction — 8.5x11 B&W Copies
$0.15/copy
Reproduction — 8.5x11 Color Copies
$1.25/copy
Reproduction — Oversized B&W Plot/Print
$10/copy
Reproduction — Oversized Color Plot. Print
$15/copy
Soil Sample Rin /Sleeve
$10/each
Survey Equipment — GPS
$30/da
Survey Equipment — Laser Plane Level & Receiver
$135/da
Survey Equipment — GPS SurveQuality
$150/da
Survey Equipment — Level Only
$85/da
Transducer
$30/each
Tedlar Ba
$15/each
Z:\City ofLodi Rates.doc
RESOLUTION NO. 2009-50
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING
CITY MANAGER TO EXECUTE PROFESSIONAL SERVICES
AGREEMENT WITH STANTEC CONSULTING CORPORATION
FOR GROUNDWATER MONITORING/REPORTING SERVICES
AND FURTHER APPROPRIATING FUNDS
WHEREAS, the purpose of the ground water monitoring is to measure concentrations of
PCE, TCE, and other related breakdown chemicals within the Central Plume source areas, to
assess the lateral and vertical extent of these chemicals, and to track changes in chemical
concentrations over time. The City must submit quarterly reports as required by Monitoring and
Reporting Program Order No. R5-2008-0813 (MRP) issued by the Central Valley Regional
Water Quality Control Board (RWQCB) on April 16, 2008; and
WHEREAS, the Request for Proposals (RFP) for this project was approved on February
18, 2009, and the City received 33 proposals for this project on April 3, 2009; and
WHEREAS, the proposals were reviewed, and Stantec Consulting Corporation, of
Rancho Cordova, was unanimously chosen by the committee; and
WHEREAS, staff recommends awarding a two-year professional services agreement for
Ground Water Monitoring/Reporting Services to Stantec Consulting Corporation, of
Rancho Cordova, in the amount of $88,109, with an option of extending it for an additional two
years.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to execute a two-year professional services agreement for Ground
Water Monitoring/Reporting Services to Stantec Consulting Corporation, of Rancho Cordova, in
the amount of $88,109, with an option of extending it for an additional two years; and
BE IT FURTHER RESOLVED that funds in the amount of $88,109 be appropriated from
the Central Plume PCE/TCE Cleanup Funds for this project.
Dated: May 6, 2009
I hereby certify that Resolution No. 2009-50 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held May 6, 2009, by the following vote:
AYES: COUNCIL MEMBERS — Hitchcock, Johnson, Katzakian, Mounce, and
Mayor Hansen
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
4
JOrt, L
City Clerk
2009-50