HomeMy WebLinkAboutAgenda Report - August 1, 2012 C-0707 AGENDA ITEM Cow
CITY O /
i
COUNCIL1 1
im
AGENDA TITLE: Adopt Resolution Authorizing City Managerto Execute Task Order No. 24 with
Treadwell & Rollo, of Oakland ($37,780) and Professional Services Agreement
with EcoGreen Hydro Solutions, of Sunnyvale ($45,340) for Citywide Groundwater
Modeling and Analysis and Appropriating Funds ($100,000)
MEETING DATE: August 1,2012
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute Task Order
No. 24 with Treadwell & Rollo, of Oakland, in the amount of $37,780
and professional services agreement with EcoGreen Hydro
Solutions, of Sunnyvale, in the amount of $45,340 for citywide groundwater modeling and analysis and
appropriating funds in the amount of $100,000.
BACKGROUND INFORMATION: Management of the City's groundwater resources has become
increasingly complex and important. In September 2012, the City
will start up the surface water treatment plant that will reduce
groundwater extraction by 7,000 acre feet per year or more than 40 percent below current levels. In
addition, the City has been monitoring for many years dibromochloropropane (DBCP), volatile organic
carbon compounds (VOC) and tetrachloroethene(PCE) level in the groundwater.
In 2008, Treadwell & Rollo prepared a groundwaterflow and contaminant transport model (model)that
has been used to predict the movement of VOCs, such as PCE, within the Central Plume Area. In
February 2012, the City entered into a professional services agreement with Applied Remedial
Technologies to include DBCP water quality data in the model. Results of that work identified three
separate DBCP plumes in the northwest, northeast and southern areas of the City. Recently, DBCP was
detected above the maximum contaminant level at Wells 6R and 17 indicating migration of DBCP from
the northeast and southern plumes, respectively. Work to install GAC treatment at Well 6R is underway;
however, Well 17 cannot accommodate GAC treatment due to site constraints and may have to be
abandoned.
As the City brings on line the surface water treatment plant, it is appropriate to establish a new strategy
for operation of the City's well field that is focused upon optimized coordination with surface water
deliveries and the containment and/or treatment of the DBCP and VOC plumes that are present in the
groundwater beneaththe City.
The services of Treadwell & Rollo and EcoGreen Hydro Solutions (formerly Applied Remedial
Technologies) will expand the model to include the Central, Southern, Western and Northern VOC
plumes and the three DBCP plumes. The model will be used to simulate the migration of the plumes
under various well field pumping scenarios. In addition, the model will be used to optimize locations for
proposed monitoringwells in the Northern, Southern, and Western plume areas.
APPROVED:
Konradt Bartlam, City Manager
K:\WP\PROJECTS\WATER\PCE,TCE\CTRTask24&EcoGreenHydroSolutions.doc 7/6/2012
Adopt Resolution Authorizing City Managerto Execute Task Order No. 24 with Treadwell & Rollo, of
Oakland ($37,780) and Professional Services Agreement with EcoGreen Hydro Solutions, of Sunnyvale
($45,340) for Citywide Groundwater Modeling and Analysis and Appropriating Funds ($100,000)
August 1, 2012
Page 2
Copies of the Treadwell & Rollo Task Order No. 24 and the professional services agreement with
EcoGreen Hydro Solutions are provided in Exhibit I . Staff recommends approval and the appropriation
of $100,000.
FISCAL IMPACT: Potential long-term reduction in groundwater treatment costs.
FUNDING AVAILABLE: Requested Appropriation: PCE/TCE Rates (185)—$100,000
Gw�
Jordan Ayers
Deputy City Manager/Internal Servi -PS nirprtnr
FWS/pmf
Attachment
K:\WP\PROJECTS\WATER\PCE,TCE\CTRTask24&EcoGreenHydroSolutions.doc 7/6/2012
Exhibit 1
"t�1ew� to
A LANGAN COMPANY
5 July 2012
Mr. Wally Sandelin
Director - City of Lodi Public Works Department
P.O. Box 3006
Lodi, CA 95241-1910
Subject: Proposed Scope of Work for Evaluating Monitoring Well Locations
Task Order 24
City of Lodi, California
As requested by the City of Lodi (City) in a meeting on April 17, 2012, Treadwell & Rollo (T&R) has
prepared the following Scope of Work (SOW) to simulate the migration of the volatile organic compound
(VOC) groundwater plumes and determine the location and screening intervals of the planned monitoring
wells for evaluating the extent and depth of the Southern and Western VOC groundwater plumes.
We are also recommending adding the Northern plume to this effort as the City has begun to assess the
monitoring program for this plume. T&R proposes to use the modified City of Lodi transient groundwater
flow and contaminant transport model (Model) to meet the objectives of this SOW.
Five VOC plumes have been identified impacting the groundwater beneath the City limits. The Central
Plume is currently undergoing source area remediation. A second plume, referred to as the Busy Bee
plume, is being remediated by the responsible party and is reportedly nearing closure. The lateral and
vertical extents of the three remaining plumes (the Northern, Western, and Southern plumes) are
currently being evaluated. Recent water quality data collected by the City has indicated that City Wells
12 and 18 are being impacted by the migration of the Western and/or Southern VOC plumes.
The steady state groundwater flow model previously developed by T&R simulated groundwater and
contaminant flow beneath the City of Lodi, and provided data to evaluate remedial alternatives for the
Central Plume and design the Central Plume source area groundwater extraction and treatment system.
ART modified the steady state model to a transient state model to help evaluate the impacts of the City
supply wells on plume migration and also for optimizing the City water supply well field. As part of
attaining the overall groundwater management objective during the optimization of the City supply well
field, the migration of the VOC plumes needs to be evaluated under a transient environment. T&R
proposes to use the transient model to perform the following tasks:
• Calibrate and simulate the migration of the Central, Southern, and Western Plumes using
the modified transient Model;
• Simulate the migration of the Northern Plume using the modified transient Model
• Evaluate the impact of variations in City supply well extraction rates on the migration of
the VOC plumes; and,
• Optimize locationsfor the proposed monitoring wells for the Northern, Southern &
Western plumes
The modeling activities will be performed using the graphical interface modeling platform Groundwater
Modeling system (GMST"'). The groundwater flow simuiationswiii be performed using MODFLOW2000,
the latest version of the U.S. Geological Survey modular finite -difference groundwater flow code.
555 MONTGOMERY STREET, SUITE 1300 SAN FRANCISCO CALIFORNIA 94111 T 415 955 9040 F 415 955 9041 www.treadwellrollo.com
Proposal for Soope of Work for Evaluating Monitoring Well Locations
Task Order 24
City of Lodi, California
Treadwell&Rdb
A LANSAN COMPANY
SJuly2012
Page2of3
MT3DMS will be used to simulate the migration of the VOC plumes. The modeling activities will include
the following:
• Additional lithologic data and water quality datasets will be incorporated into the Model
to update current conditions;
• The Central, Southern &Western plumes will be re -calibrated based on the historical
VOC data and using the transient Model;
• Migration of the Central, Northern, Southern & Western plumes will be performed using
the transient Model; and,
• Various extraction rates from the City supply wells will be simulated to determine their
impacts on the migration of the VOC plumes.
Following the completion of the modeling simulation activities, the proposed monitoring points for the
Western, Southern, and Northern VOC plumes will be evaluated to reconfirm their locations and depths.
A technical memorandum will be prepared summarizing the results, and results of simulations will be
presented graphically for presentation purposes. Following completion of all the modeling activities, a
meeting will be conducted with the City staff to discuss and present the model and predictive results. A
follow-up meeting with the Water Board is also included.
PROPOSEDSCHEDULE
We estimate that the scope of work can be completed within approximately 4 to 6 weeks of receiving
approval to proceed. A Technical Memorandum / Presenta6onwill be submitted to the City following
completion of these activities.
COST SUMMARY
We propose to perform the work on a time -and -expense basis in accordance with terms of the City of
Lodi Professional Services Agreement. We have estimated the following costs for Tasks 24a through 24e.
The costs of this Scope of Work will not exceed an amount of $37,780 without your prior authorization.
Tasks
Budget
Task 24a —Transient Simulation of VOC Plumes
$
14,140
Task 24b —Sensitivity Analysis
$
2,720
Task 24c— Evaluation of Monitoring Point Locations
$
2,480
Task 24d —Technical Memorandum / Presentation
$
11,240
Task 24e — Meetings (2 meetings)
$
7,200
�+
V TOTAL EESSiTIMATE.D COSTS
__
w
✓, ff
PhwosN for Scope of Workfor Evakm" Mcnift ing W eRocations
Ta:rk Order 24
City ofLod, Cj*ft"rs
Trel&Rdb
A LAN6AN COMPANY
S1uly 2012
Page 3 of3
I n summary, the modified transient Model will be used to simulate the migration of the VOC plumes and
evaluate the locations and depths of the proposed monitoring points. We appreciate the opportunity to
assist the City of Lodi. Please contact Mr. Oberoi at (415) 424-3009 or Mr. Smith at 415-955-5249 if you
need any further information.
Sincerely,
Treadwell & Rollo, A Langan Company
Varinder S. Oberoi, PE
Principal Hydrologist
Konradt Bartlam
City Manager
Randi Johl
City Clerk
v:/admin/Phil_S/Proposal/2012/07021201. PGS_Proposal
Philip G. Smith, REA II
Executive Vice President
D. Stephen Schwabauere.,
City Attorney
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on
, 2012, by
and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and
ECOGREEN HYDRO SOLUTIONS (hereinafter "CONTRACTOR").
Section 1.2 Purpose
CITY selected the CONTRACTOR to provide the services required in
accordance with attached Scope of Services, Exhibit A, attached and incorporated by
this reference.
CITY wishes to enter into an agreement with CONTRACTOR for optimization of
the City of Lodi supply well field (hereinafter "Project") as set forth in the Scope of
Services attached here as Exhibit A. CONTRACTOR acknowledges that it is qualified to
provide such services to CITY.
ARTICLE 2
SCOPE OF SERVICES
Section 2.1 Scope of Services
CONTRACTOR, for the benefit and at the direction of CITY, shall perform the
Scope of Services as set forth in Exhibit A.
Section 2.2 Time For Commencement and Completion of Work
CONTRACTOR shall commence work pursuant to this Agreement, upon receipt
of a written notice to proceed from CITY or on the date set forth in Section 2.6,
whichever occurs first, and shall perform all services diligently and complete work under
this Agreement based on a mutually agreed upon timeline or as otherwise designated in
the Scope of Services.
CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other
work products as may be designated in the Scope of Services.
CONTRACTOR shall not be responsible for delays caused by the failure of CITY
staff to provide required data or review documents within the appropriate time frames.
The review time by CITY and any other agencies involved in the project shall not be
1
counted against CONTRACTOR's contract performance period. Also, any delays due to
weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall
remain in contact with reviewing agencies and make all efforts to review and return all
comments.
Section 2.3 Meetings
CONTRACTOR shall attend meetings as may be set forth in the Scope of
Services.
Section 2.4 Staffing
CONTRACTOR acknowledges that CITY has relied on CONTRACTOR's
capabilities and on the qualifications of CONTRACTOR's principals and staff as
identified in its proposal to CITY. The Scope of Services shall be performed by
CONTRACTOR, unless agreed to otherwise by CITY in writing. CITY shall be notified
by CONTRACTOR of any change of Project Manager and CITY is granted the right of
approval of all original, additional and replacement personnel at CITY's sole discretion
and shall be notified by CONTRACTOR of any changes of CONTRACTOR's project staff
prior to any change.
CONTRACTOR represents it is prepared to and can perform all services within
the Scope of Services (Exhibit A) and is prepared to and can perform all services
specified therein. CONTRACTOR represents that it has, or will have at the time this
Agreement is executed, all licenses, permits, qualifications, insurance and approvals of
whatsoever nature are legally required for CONTRACTOR to practice its profession, and
that CONTRACTOR shall, at its own cost and expense, keep in effect during the life of
this Agreement all such licenses, permits, qualifications, insurance and approvals, and
shall indemnify, defend and hold harmless CITY against any costs associated with such
licenses, permits, qualifications, insurance and approvals which may be imposed against
CITY under this Agreement.
Section 2.5 Subcontracts
Unless prior written approval of CITY is obtained, CONTRACTOR shall not enter
into any subcontract with any other party for purposes of providing any work or services
covered by this Agreement.
Section 2.6 Term
The term of this Agreement commences on August 1, 2012 and terminates upon
the completion of the Scope of Services or on June 30, 2013, whichever occurs first.
2
ARTICLE 3
MPENS R
Section 3.1 Compensation
CONTRACTOR's compensation for all work under this Agreement shall conform
to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by
this reference.
CONTRACTOR shall not undertake any work beyond the scope of this
Agreement unless such additional work is approved in advance and in writing by CITY.
Section 3.2 Method cE Payment
CONTRACTOR shall submit invoices for completed work on a monthly basis, or
as otherwise agreed, providing, without limitation, details as to amount of hours,
individual performing said work, hourly rate, and indicating to what aspect of the Scope
of Services said work is attributable. CONTRACTOR's compensation for all work under
this Agreement shall not exceed the amount of the Fee Proposal.
Section 3.3 Costs
The Fee Proposal shall include all reimbursable costs required for the
performance of the Scope of Services. Payment of additional reimbursable costs
considered to be over and above those inherent in the original Scope of Services shall
be approved in advanced and in writing, by CITY.
Section 3.4 Auditing
CITY reserves the right to periodically audit all charges made by CONTRACTOR
to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to
furnish CITY, or a designated representative, with necessary information and assistance
needed to conduct such an audit.
CONTRACTOR agrees that CITY or its delegate will have the right to review,
obtain and copy all records pertaining to performance of this Agreement.
CONTRACTOR agrees to provide CITY or its delegate with any relevant information
requested and shall permit CITY or its delegate access to its premises, upon reasonable
notice, during normal business hours for the purpose of interviewing employees and
inspecting and copying such books, records, accounts, and other material that may be
relevant to a matter under investigation for the purpose of determining compliance with
this requirement. CONTRACTOR further agrees to maintain such records for a period of
three (3) years after final payment under this Agreement.
C
ARTICLE 4
MISCELLANEOUS PROVISIONS
Section 4.1 Nondiscrimination
In performing services under this Agreement, CONTRACTOR shall not
discriminate in the employment of its employees or in the engagement of any sub
CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital
status, national origin, ancestry, age, or any other criteria prohibited by law.
Section 4.2 ADA Compliance
In performing services under this Agreement, CONTRACTOR shall comply with
the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well
as all applicable regulations and guidelines issued pursuant to the ADA.
Section 4.3 Indemnification and Responsibility for Damage
CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold
harmless CITY, its elected and appointed officials, directors, officers, employees and
volunteers from and against any claims, damages, losses, and expenses (including
reasonable attorney's fees), arising out of performance of the services to be performed
under this Agreement, provided that any such claim, damage, loss, or expense is
caused by the negligent acts, errors or omissions of CONTRACTOR, any subcontractor
employed directly by CONTRACTOR, anyone directly or indirectly employed by any of
them, or anyone for whose acts they may be liable, except those injuries or damages
arising out of the active negligence of the City of Lodi or its officers or agents.
Section 4.4 No Personal Liability
Neither the City Council, nor any other officer or authorized assistant or agent or
City employee shall be personally responsible for any liability arising under this
Agreement.
Section 4.5 Responsibility of CITY
CITY shall not be held responsible for the care or protection of any material or
parts of the work described in the Scope of Services prior to final acceptance by CITY,
except as expressly provided herein.
Section 4.6 Insurance Requirements for CONTRACTOR
CONTRACTOR shall take out and maintain during the life of this Agreement,
insurance coverage as set forth in Exhibit C attached hereto and incorporated by this
reference.
4
Section 4.7 Successors and Assigns
CITY and CONTRACTOR each bind themselves, their partners, successors,
assigns, and legal representatives to this Agreement without the written consent of the
others. CONTRACTOR shall not assign or transfer any interest in this Agreement
without the prior written consent of CITY. Consent to any such transfer shall be at the
sole discretion of CITY.
Section 4.8 Notices
Any notice required to be given by the terms of this Agreement shall be in writing
signed by an authorized representative of the sender and shall be deemed to have been
given when the same is personally served or upon receipt by express or overnight
delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class
or certified mail, postage prepaid, addressed to the respective parties as follows:
To CITY: City of Lodi
221 West Pine Street
P.O. Box 3006
Lodi, CA 95241-1910
Attn: Wally Sandelin, Public Works Director
To CONTRACTOR: EcoGreen Hydro Solutions
581 Montego Terrace
Sunnyvale, CA 94089
Attn: Varinder Oberoi
Section 4.9 Cooperation cE CITY
CITY shall cooperate fully and in a timely manner in providing relevant
information it has at its disposal relevant to the Scope of Services.
Section 4.10 CONTRACTOR is Not an Employee of CITY
CONTRACTOR agrees that in undertaking the duties to be performed under this
Agreement, it shall act as an independent contractor for and on behalf of CITY and not
an employee of CITY. CITY shall not direct the work and means for accomplishment of
the services and work to be performed hereunder. CITY, however, retains the right to
require that work performed by CONTRACTOR meet specific standards without regard
to the manner and means of accomplishment thereof.
Section 4.11 Termination
CITY may terminate this Agreement, with or without cause, by giving
CONTRACTOR at least ten (10) days written notice. Where phases are anticipated
within the Scope of Services, at which an intermediate decision is required concerning
whether to proceed further, CITY may terminate at the conclusion of any such phase.
5
Upon termination, CONTRACTOR shall be entitled to payment as set forth in the
attached Exhibit B to the extent that the work has been performed. Upon termination,
CONTRACTOR shall immediately suspend all work on the Project and deliver any
documents or work in progress to CITY. However, CITY shall assume no liability for
costs, expenses or lost profits resulting from services not completed or for contracts
entered into by CONTRACTOR with third parties in reliance upon this Agreement.
Section 4.12 Confidentiality
CONTRACTOR agrees to maintain confidentiality of all work and work products
produced under this Agreement, except to the extent otherwise required by law or
permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents
owned by CONTRACTOR and clearly marked by CONTRACTOR as "Confidential" or
"Proprietary", except to the extent otherwise required by law or permitted in writing by
CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California
Public Records Act.
Section 4.13 Applicable Law, Jurisdiction, Severability, and Attorney's Fees
This Agreement shall be governed by the laws of the State of California.
Jurisdiction of litigation arising from this Agreement shall be venued with the San
Joaquin County Superior Court. If any part of this Agreement is found to conflict with
applicable laws, such part shall be inoperative, null, and void insofar as it is in conflict
with said laws, but the remainder of this Agreement shall be in force and effect. In the
event any dispute between the parties arises under or regarding this Agreement, the
prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's
fees from the party who does not prevail as determined by the San Joaquin County
Superior Court.
Section 4.14 City Business License Requirement
CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020
requires CONTRACTOR to have a city business license and CONTRACTOR agrees to
secure such license and pay the appropriate fees prior to performing any work
hereunder.
Section 4.15 Captions
The captions of the sections and subsections of this Agreement are for
convenience only and shall not be deemed to be relevant in resolving any question or
interpretation or intent hereunder.
Section 4.16 Integration and Modification
This Agreement represents the entire understanding of CITY and
CONTRACTOR as to those matters contained herein. No prior oral or written
understanding shall be of any force or effect with respect to those matters covered
hereunder. This Agreement may not be modified or altered except in writing, signed by
both parties.
Section 4.17 Contract Terms Prevail
All exhibits and this Agreement are intended to be construed as a single
document. Should any inconsistency occur between the specific terms of this
Agreement and the attached exhibits, the terms of this Agreement shall prevail.
Section 4.18 Severability
The invalidity in whole or in part of any provision of this Agreement shall not void
or affect the validity of any other provision of this Agreement.
Section 4.19 Ownership of Documents
All documents, photographs, reports, analyses, audits, computer media, or other
material documents or data, and working papers, whether or not in final form, which
have been obtained or prepared under this Agreement, shall be deemed the property of
CITY. Upon CITY's request, CONTRACTOR shall allow CITY to inspect all such
documents during CONTRACTOR's regular business hours. Upon termination or
completion of services under this Agreement, all information collected, work product and
documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days.
CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any
liability resulting from CITY's use of such documents for any purpose other than the
purpose for which they were intended.
Section 4.20 Authority
The undersigned hereby represent and warrant that they are authorized by the
parties to execute this Agreement.
Section 4.21 Federal Transit Funding Conditions
❑ If the box at left is checked, the Federal Transit Funding conditions attached as
Exhibit apply to this contract, In the event of a conflict between the terms of this
contract or any of its other exhibits, and the Federal Transit Funding Conditions, the
Federal Transit Funding Conditions will control.
7
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Agreement as of the date first above written.
ATTEST:
RANDIJOHL
City Clerk
CITY OF LODI, a municipal corporation
KON RADT BARTLAM, City Manager
APPROVED AS TO FORM: CONTRACTOR:
D. STEPHEN SCHWABAUER, City Attorney
JANICE D. MAGDICH, Deputy City Attorney
By: - -'
Attachments:
Exhibit A — Scope of Services
Exhibit B — Fee Proposal
Exhibit C — Insurance Requirements
Funding Source:185124
(Business Unit& Account No.)
Doc ID:Projects/Water/PCETCE/EcoGreenHydroSolutions
CA:rev.01.2012
Bv:
Name:VARINDER S. OBEROI
Title:Principal Hydrologist
Exhibit A
]EcoGreen nydro Solutions
El nviroavaenla1111ydrology/Civil
June 26,2012
Charlie Swimley
City of Lodi Public Works Department
P.O. Box 3006
Lodi, CA 95241-19.10
Subject: Scope of Work for Optimization of the City of Lodi Supply Well Field, City of Lodi, CA
As requested by the City of Lodi (City), EcoGreen Hydro Solutions, Inc. (EHS) has prepared the
following Scope of Work (SOW) to optimize the City of Lodi supply well fietcl as part of the City's
efforts to streamline its management of groundwater resources. EHS proposes to use the City
groundwater flow and contaminant transport model (Model) originally developed as a steady state model
by Treadwell & Rollo (T&R) in 2007 and modified to a transient state model by Applied Remedial
Technologies (ART) in 2012 to meet the objectives of the SOW.
BACKGROUND
The City of Lodi Water Utility (Utility) is the sole water purveyor for the City. The Utility's service area
is contiguous with the City boundaries, covers approximately 12 square miles, and includes a mix of
residential, commercial, and industrial land use. The annual water demand for the City is —15,000 acre
feet per year (AFY) and the projected annual water demands are expected to have increased from current
demands by approximately 20 percent to 18,200 AFY in 2035 (Source - city of'Lodi 2010 Urban Water
Management Plan). The City currently uses groundwater as its primary source of supply. In 2003, the
City entered into an agreement with Woodbridge Irrigation District (WID) to purchase up to 7,000 AFY
of surface water, and a surface water treatment facility (SWTF) is currently under construction to treat the
water for distribution. The SWTF is anticipated to be on-line in November 2012.
Water supply from the City's groundwater supply wells is considered to be very consistent. However, the
groundwater basin underlying the City is in overdraft, and groundwater levels are decreasing by
approximately 0.39 feet per year. Additionally, historical and recent groundwater quality data collected
from the City supply wells have indicated the presence of contaminants in the City supply wells.
Dibromochloropropane (DBCP) has historically been identified above the MCL of 0.20 µg/L in City
supply wells 8, 12, 16, 18, 19, 20, 22, and 23 that are located in the southern part of the City (south of
Kettleman), City supply wells 13 and 14 that are along the western edge of the City, and in City supply
wells 1 R and 4R along the eastern edge of the City (east of Hwy 99). However, water quality data from
2011 has indicated that DBCP plume has migrated towards City supply wells 6R, 17, and 28. City supply
wells 16, 18, 20, 22, and 23 are equipped with well head granular activated carbon (GAC) treatment
systems to remove DBCP from groundwater prior to incorporating it to the City groundwater supply. A
recent evaluation of the DBCP plume migration using the transient Model indicated the following —
• The DBCP plume could be separated into three separate areas — the Northwest, Northeast, and
Southern plume areas, with each area possibly being impacted by residual DBCP sources in
Shallow or Intermediate Zones (< 100 ft-bgs)
• The presence of DBCP in City supply well 6R could be attributed to migration of the DBCP
plume located Northeast of well 6R at City supply wells 1R and 4R (Northeast DBCP plume)
• The presence of DBCP in City supply well 17 could be attributed to the migration of the southern
DBCP plume due to pumping from City supply well 17 and/or migration of a residual DBCP
plume that may he prevalent west/northwest of City supply well 17 (Northwest DBCP plume).
581 MONTEGO TERRACE, SUNNYVALE, CA 94089 TEL: 415.424-3009 FAX: 415-467-9100
Scope of Work — City Supply Well Field Optimization
June 26, 2012
Page 2
This residual Northwest DBCP plume may have also been the source for DBCP concentrations
observed previously in City supply wells 13 and 14. However, the extent of the DBCP plume in
this area is unknown.
The current pumping rate in City supply well 17 controls the migration of the northwest and
southern DBCP plumes towards it, and also prevents the migration of the DBCP plume towards
City supply wells north of it (City supply wells 9 and 13)
Five groundwater contaminant plumes, comprising primarily of volatile organic compounds (VOCs) like
tetrachloroethene (PCE) and trichloroethylene (TCE), have also been identified impacting the
groundwater beneath the City limits. One of these plumes, the Central Plume, is currently undergoing
source area remediation. A second plume, referred to as the Busy Bee plume, is being remediated by the
responsible party, and is reportedly nearing closure. Recent water quality data collected by the City has
indicated that City supply wells 12 and 18 are being impacted by the migration of the Western and/or
Southern VOC plumes. As part of its efforts for evaluating the extents of the three remaining plumes (the
Northern, Western, and Southern plumes), the City is currently in the process of applying the transient
Model to simulate the migration of the VOC groundwater plumes and determine the location and
screening intervals of the planned monitoring wells for evaluating the extents of these VOC plumes.
The City is currently looking to optimize its supply well field following the startup of the SWTF such that
it satisfies the City's needs for protection of its groundwater resources by limiting the overdraft of the
groundwater basin underlying the City. Additionally, the City wants to optimize the pumping from the
supply wells such that it impedes the migration of the contaminant plumes to additional City supply wells
(City supply well 13 and City supply wells south of well 12 for the DBCP and VOC plumes,
respectively). The following sections outline EHS's technical approach and the Scope of Work for
optimizing the City supply well field and attaining the groundwater management objectives of the City.
TECHNICAL APPROACH
Efficient aquifer management strategies involves the prediction of groundwater movement and
contaminant transport using numerical simulation models by linking groundwater flow modeling with
numerical optimization techniques. A groundwater optimization model can hence be used as a tool to
design optimal groundwater management and plume stabilization systems as defined by quantitative
performance measures.
The City is currently in the process of providing 7000 AF of treated surface water to its residents from
November 1 following the startup of the SWTP. Prior to that, the City has to determine the extraction
rates of its water supply wells such that there is no disruption in the supply of water to its residents.
Additionally, the City also wants to ensure that any change to the extraction rates of its water supply wells
does not impact the migration or hydraulic containment of the DBCP and VOC plumes that are present in
the groundwater beneath the City.
As part of our technical approach in attaining the overall groundwater management objective of the City,
EHS proposes the following —
1. Apply the existing transient Model to optimize the pumping rates of the City supply wells
following the startup of the SWTP. The optimization of the City supply wells extraction rates will
also ensure that hydraulic containment and stabilization of the DBCP and VOC plumes is
maintained following the startup of the SWTP.
Evaluate and recommend the appropriate methodology to estimate the horizontal and vertical
extents of the Northwest DBCP plume.
581 MONTEGO TERRACE, SUNNYVALE, CA 94089 TEL: 415424-3009 FAX: 415.467-9100
Scope of Work — City Supply Well Field Optimization Page 3
June 26,1012
3. Perform a feasibility evaluation of groundwater pumping control systems like Variable Frequency
Drive (VFD) or level controls that would help determine the most economic method for
controlling the extraction of groundwater from the City supply well field.
EHS' will perform the following Tasks as part of our proposed technical approach:
1. Evaluation of City Supply Well Field
Prior to the application of the optimization modules, EHS will evaluate the City supply well field to
understand the current pumping schedules of the wells and the mechanism that controls the pumping
schedule and rates for these supply wells. EHS anticipates a meeting with the City staff to discuss the
current day to day working of the City supply well system, including the evaluation of the WaterCAD
software used for modeling the City-wide water distribution system and a walk through the City's supply
well center. This will be useful for the allocation of pumping rates during the optimization simulations
for the City supply wells.
2. Optimization of the City Supply Well Field
The Model will be updated and modified for the optimization simulations using the graphical interface
modeling platform Groundwater Vistas (GVTM). Though other optimization modules, like Brute Force,
are available for performing optimization, EHS proposes using the Groundwater -Management (GWM)
Process to solve the broad range of transient groundwater -management problems by combined use of
simulation -and optimization -modeling techniques. EHS will use GWM to optimize the City supply well
field by limiting groundwater -level declines and managing groundwater withdrawals, and conjunctively
using groundwater and surface -water resources. The groundwater flow simulations will be performed
using MODFLOW2005, the latest version of the U.S. Geological Survey modular finite -difference
groundwater flow code. MODPATH will be used to simulate the particle -tracking and capture zones of
the supply wells. MT3DMS will be used to simulate the migration of the contaminant plumes in
determining whether plume stabilization and control has been achieved following the optimization of the
City supply well field.
3. Evaluation of the Extent of Northwest DBCP Plume
As stated previously, Model simulations of the DBCP plume indicated that the DBCP concentrations
observed at City supply well 17 could be attributed to the migration of the DBCP plume from areas south
and/or west/northwest of City supply well 17, and also to the presence of the remnants of a DBCP source
in the Shallow and Intermediate zones (<100 feet below ground surface [ft-bgs]). Furthermore, the rate of
pumping from City supply well 17 significantly impacted the migration of the DBCP plume within its
vicinity. It is our understanding that the City is looking at provisions to prevent the migration of the
DBCP plume towards City supply well 17 and/or other City supply wells 9, 13, and 14, which are located
north of City supply well 17. However, the City does not have any definition the DBCP plume extent in
the vicinity of City supply well 17.
EHS suggests that we first evaluate the extent of the Northwest DBCP Plume prior to outlining a
definitive approach for preventing the migration of DBCP to City supply well 17 or areas north of City
supply well 17. EHS proposes to do this by first evaluating the different approaches like sampling of
domestic/Ag wells that are located west/northwest of City supply well 17, discrete depth sampling in City
supply wells 17 and/or 20 to determine the impacted intervals/zones within the subsurface formations,
and installation of a multi -screened monitoring well to sample the groundwater at specific depths.
581 MONTEGO TERRACE, SUNNYVALE, CA 94089 TEL: 415-124-3009 FAX: 415-467-9100
Scope of Work — City Supply Well Field Optimization Page 4
June 26, 2012
4. Feasibility Evaluation of Groundwater Pumping Control Systems
As part of attaining the overall groundwater management objectives of the city, EHS proposes
performing a feasibility evaluation the following options to control / reduce the pumping of groundwater
from City supply wells:
1. Throttling of the discharge control valve or a by-pass valve
2. Turn on and off the groundwater pumping system or use of similar techniques, for e.g.
installation of hi -lo levels controls in the City supply wells
3. Installation of Variable Frequency Drive (VFD) to the groundwater pumping system
Results of this feasibility evaluation will provide the City with the most cost effective and technically
feasible option to control groundwater pumping from the City supply wells following optimization of the
City supply well field.
5. Technical Memorandum
Following completion of the Proposal activities, a technical memorandum will be prepared
summarizing the results and our recommendations for optimizing the City supply well field. The
Memo will at a minimum include the following deliverables —
• Results of the optimization simulations including a schedule outlining the pumping rates for
the City supply wells following the startup of the SWTP
• Different approaches for determining the extent of the Northwest DBCP plume
Cost -benefit analysis of VFDs with time frame of ROI (return of investment) and a
procurement list of the VFD equipment
6. Meetings
Prior to start of the optimization activities, an initial meeting will be held with the City staff to discuss all
pertinent issues related to the Project. Following completion of the Proposal activities, a meeting will be
conducted with the City staff to discuss and present the predictive results.
F ROF )SED HEDULE
EHS estimates that the scope of work can be completed within approximately 8 weeks of receiving
approval to proceed. A Technical Memorandum will be submitted to the City following completion of
the SOW activities. However, the schedule could be modified as needed to accommodate delays that are
triggered by circumstances outside the influence of EHS.
581 MONTEGO TERRACE, SUNNYVALE, CA 94089 TEL: 415-424-3009 FAX: 415-467-9100
Scope of Work — City Supply Well Field Optimization
June 26, 2012
COST SUMMARY
Page 5
We propose to perform the work on a time -and -expense basis in accordance with terms of the City of
Lodi Professional Services Agreement. We have estimated the following costs for Tasks 1 through 5.
Additionally, the costs of this Scope of Work will not exceed an amount of $ 50,000.
Task 1— Evaluation of City Supply Wells
$
2,640
Task 2 — Simulation & Optimization of the City Well Field
$22,340
Task 3 — Evaluation of NW DBCP Plume
$
3,120
Task 4 — Feasibility Evaluation of Groundwater Pumping
$
6,240
Control Systems
Task 5 — Technical Memorandum
$
8,240
Task 6 — Meetings (3 meetings)
$
2,760
TOTAL ESTIMATED COSTS
$45,340
In summary, the optimization of the City supply well field will allow the City to effectively manage its
groundwater resources as well as attain stabilization of its DBCP and VOC plumes. We appreciate the
opportunity to assist the City of Lodi in attaining their groundwater objectives. Please contact me at
(415) 424-3009 if you need any further information.
Sincerely,
ECOGREEN HYDRO SOLUTIONS, INC.
Varinder S. Oberoi, PE
Principal Hydrologist
581 MONTEGO TERRACE, SUNNYVALE, CA 94089 TEL:415.424-3009 FAX: 415-467-9100
Exhibit 7B
COST ESTIMATE FOR OPTIMIZATION OF CITY WELL FIELD
CITY OF LODI
—7
Costs,
TASK/CATEGORY .
Rate . Units
Task : EVA",Uri T ION OF CITY SUPPLY ELLS
LABOR
Engineer
110.00
12, 1,320,00
Modeler/ Hydrogeologist
110.00
121 1,320.00
GTS / AUTOCAD Specialist
90.00
Staff/ Technician
75.00
SUBTOTAL- Task 1
2,640.00
Task 2 SIMULATION & OPTIMIZATION OF CITY WELL FIELD
LABOR
Principal
120.00
12 1,440.00
Modeler / Hydrogeologist
110.00
I90 20,900.00
GIS / AUTOCAD Specialist
90.00
Staff/ Technician
75.00
SUBTOTAL - Task 2
22,340.00
Task 3 EVALAUTION OF MIGRATION OF NW DBCP PLUME
LABOR
Principal
120.00
4 i 480.00
Modeler/Hydrogeologist
110.00
24: 2,640.0
GIS / AUTOCAD Specialist
90.00
Staff/ Technician
75.00
SUBTOTAL -Task 3
3,120.00
Task 4 FEASIBILITY EVALUATION OF GROUNDWATER PUMPING CONTROL SYSTEMS
LABOR
Principal
120.00
8 960.00
Senior Engineer
110.00
48 5,280,00
GIS / AUTOCAD Specialist
90.00
Staff /Technician
75.00
SUBTOTAL - Task 4
6,240.00
Task 5 TECHNICAL REPORT
LABOR
Principal
120.00
20 2,400.00
Modeler / Hydrogeologist / Engineer
110.00
40 4,400.00
GIS / AUTOCAD Specialist
90.00
16; 1,440.00
Staff/ Technician
75.00
SUBTOTAL. - Task 5
8,240.00
Task 6 MEETINGS 2 Nos.
LABOR
Principal
120.00
12 1,440.00
Modeler/Hydrogeologist
110.00
12 1,320.00
GIS / AUTOCAD Specialist
90.00
Staff /Technician
75.00
SUBTOTAL- Task 6
2,760.00
TOTAL
45,340.00
NOTE
1. Task 2 also represents the simulation ofthe DBCP anti VOC plumes following optimization of tare Cirywell supply
I Exhibit C
50, -
Insurance Requirements for Contractor The Contractor shall take out and maintain during the life of this contract,
insurance coverage as listed below. These insurance policies shall protect the Contractor and any subcontractor
performing work covered by this contract from claims for damages for personal injury, including accidental death, as
well as from claims for property damages, which may arise from Contractor's operations under this contract, whether
such operations be by Contractor or by any subcontractor or by anyone directly or indirectly employed by either of
them, and the amount of such insurance shall be as follows:
COMPREHENSIVE GENERAL LIABILITY 2. COMPREHENSIVE AUTOMOBILE LIABILITY
$1,000,000 Ea. Occurrence $1,000,000 - Ea. Occurrence
$2,000,000 Aggregate
PROFESSIONAL LIABILITY/ ERRORS AND OMISSIONS
$1,000,000 Ea. Occurrence
NOTE: Contractor agrees and stipulates that any insurance coverage provided to the City of Lodi shall provide for a
claims period following termination of coverage which is at least consistent with the claims period or statutes of
limitations found in the California Tort Claims Act (California Government Code Section 810 et seq.).
NOTE: (1) The street address of the CITY OF IQDI must be shown along with (a) and (b) above: 221 West Pine
Street, Lodi, California, 95241-1910; (2) The insurance certificate must state, on its face or as an endorsement, a
description of the proiect that it is insuring.
A copy of the certificate of insurance with the following endorsements shall be furnished to the 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.
(This endorsement shall be on a form furnished to the City and shall be included with Contractor's policies.)
(b) Primary Insurance Endorsement
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) Completed Operations Endorsement
For three years after completion of project, a certificate of insurance with a Completed Operations
Endorsement, CG 20 37 07 04, will be provided to the City of Lodi.
(d) 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.
(e) Notice of Cancellation or Change in Coverage Endorsement
This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written notice
of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 W. Pine St., Lodi, CA
95240.
Compensation Insurance The Contractor shall take out and maintain during the life of this contract, Worker's
Compensation Insurance for all of Contractor's employees employed at the site of the project and, if any work is
sublet, Contractor shall require the subcontractor similarly to provide Worker's Compensation Insurance for all of the
latter's employees unless such employees are covered by the protection afforded by the Contractor. In case any
class of employees engaged in hazardous work under this contract at the site of the project is not protected under the
Worker's Compensation Statute, the Contractor shall provide and shall cause each subcontractor to provide
insurance for the protection of said employees. A waiver of subrogation is required for workers compensation
insurance. This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written
notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 W. Pine St., Lodi, CA
95240.
NOTE: No contract agreement will be signed nor will any work begin on a project until the proper insurance certificate
is received by the City.
1. AA#
2. JV#
CITY OF LODI
APPROPRIATION ADJUSTMENT REQUEST
TO: Internal Services Dept. - Budget Division
3. FROM: Rebecca Areida-Yadav 5. DATE: 07/17/2012
4. DEPARTMENT/DIVISION: Public Works
6. REQUEST ADJUSTMENT
OF APPROPRIATION AS LISTED BELOW
FUND # BUS. UNIT # ACCOUNT # ACCOUNT TITLE AMOUNT
A.
185 3205 Fund Balance $ 100,000.00
SOURCE OF
FINANCING
B.
185 185124 7323 Task 24 - SVE/GWETS Optimization $ 100,000.00
USE OF
FINANCING
r. REQUEST IS MADE TO FUND THE FOLLOWING PROJECT NOT INCLUDED IN THE CURRENT BUDGET
'lease provide a description of the project, the total cost of the project, as well as justification for the
'equested adjustment. If you need more space, use an additional sheet and attach to this form.
Task Order 24 with Treadwell & Rollo and professional services agreement with EcoGreen Hydro Solutions for groundwater
nodeling and analysis
f Council has authorized the appropriation adjustment, complete the following
Meeting Date Res No: a Attach copy of resolution to this form.
Department Head Signature /
8, APPROVAL SIGNATURES '
Deputy City Manager/Internal Services Manager Date
Submit completed form to the Budget Division with any required documentation
Final approval will be provided in electronic copy format.
RESOLUTION NO. 2012-116
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING
CITY MANAGER TO EXECUTE TASK ORDER NO. 24 WITH
TREADWELL & ROLLO AND PROFESSIONAL SERVICE
AGREEMENT WITH ECOGREEN HYDRO SOLUTIONS FOR
CITYWIDE GROUNDWATER MODELING AND ANALYSIS, AND
FURTHERAPPROPRIATING FUNDS
WHEREAS, management of the City's groundwater resources has become increasingly
complex and important, and in September 2012, the City will start up the surface water
treatment plant that will reduce groundwater extraction by 7,000 acre feet per year or more than
40 percent below current levels; and
WHEREAS, in 2008, Treadwell & Rollo prepared a groundwater flow and contaminant
transport model (model) that has been used to predict the movement of volatile organic
compounds (VOC), such as PCE, within the Central PlumeArea; and in February 2012, the City
entered into a professional services agreement with Applied Remedial Technologies to include
DBCP water quality data in the model. Results of that work identified three separate DBCP
plumes in the northwest, northeast, and southern areas of the City; and
WHEREAS, as the City brings on line the surface water treatment plant, it is appropriate
to establish a new strategy for operation of the City's well field that is focused upon optimized
coordination with surface water deliveries and the containment and/or treatment of the DBCP
and VOC plumes that are present in the groundwater beneath the City; and
WHEREAS, the services of Treadwell & Rollo and EcoGreen Hydro Solutions (formerly
Applied Remedial Technologies) will expand the model to include the Central, Southern,
Western and Northern VOC plumes and the three DBCP plumes. The model will be used to
simulate the migration of the plumes under various well field pumping scenarios and to optimize
locations for monitoring wells in the Northern, Southern, and Western plume areas.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to execute Task Order No. 24 in the amount of $37,780 with
Treadwell & Rollo, of Oakland, California, and a Professional Services Agreement in the amount
of $45,340 with EcoGreen Hydro Solutions, of Sunnyvale, California, for citywide groundwater
modeling and analysis; and
BE IT FURTHER RESOLVED that funds in the amount of $100,000 be appropriated
from the PCE/TCE Rates Fund.
Dated: August 1, 2012
hereby certify that Resolution No. 2012-116 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held August 1, 2012, by the following vote:
AYES: COUNCIL MEMBERS — Hansen, Johnson, Katzakian, Nakanishi, and
Mayor Mounce
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
RANDI JOHL
City Clerk
2012-116