HomeMy WebLinkAboutAgenda Report - June 1, 2016 C-12TM
CITY OF LODI
COUNCIL COMMUNICATION
AGENDA ITEM
c'a
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Amendment No. 4 to
Professional Services Agreement with Stantec Consulting Services, Inc., of
Rancho Cordova, for Groundwater Sampling, Reporting, and On -Call Out -of -Scope
Services ($20,495), and Appropriating Funds ($20,495)
MEETING DATE: June 15, 2016
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute Amendment No. 4
to Professional Services Agreement with Stantec Consulting Services,
Inc., of Rancho Cordova, for groundwater sampling, reporting, and on-call
out -of -scope services, in the amount of $20,495 and appropriating funds in the amount of $20,495.
BACKGROUND INFORMATION: There are four areas located within the City that are contaminated with
tetrachloroethene (PCE) and/or trichloroethylene (TCE). The chemicals
were prominently used in the dry cleaning and printing industries. The
City negotiated settlements with various parties and initiated a remediation program under direction of the
State of California. These areas have been identified as the Central, Western, Southern and Northern plumes.
Groundwater sampling and reporting is part of the overall remediation program.
On April 17, 2013, City Council approved a Professional Services Agreement (PSA) with Stantec Consulting
Services, Inc., (Stantec) to provide groundwater monitoring and reporting services for the Central, Western,
and Southern plumes for a two-year term with a two-year extension option.
On August 7, 2013, City Council approved Amendment No. 1 to include the scope of work provisions for well
maintenance and repair, replacement of sample bag support harnesses, updating GeoTracker information for
older wells being added to the monitoring program, and other miscellaneous services related to the monitoring
and reporting program.
On August 20, 2014, City Council approved Amendment No. 2 expanding the scope of work to include well
head maintenance and repair for 15 existing Western and Southern plume wells, and the sampling program for
the Central Plume System Closure Work Plan.
On June 17, 2015, City Council approved Amendment No. 3 to the PSA. The scope of services extends into
the third year of the PSA and included responding to Central Valley Regional Water Quality Control Board and
San Joaquin County requests, on-call environmental services related to other City cleanup activities,
deployment of passive diffusion bags at monitoring wells, and other City -requested out -of -scope services.
The scope of services for Amendment No. 4 extends into the fourth year of the PSA and includes monitoring
and sampling of five additional wells associated with the Northern Plume, in addition to other City -requested
out -of -scope services. The out -of -scope services may include monitoring well maintenance consultant and
permitting services. These services are provided on a time -and -material basis at a cost not to exceed
$20,495.
APPROVED:
Steph
R:\GROUP ADMIN\Council\2016\6-1-2016\Stantec\CCStantecAmend4_AR.doc
auer,anager,
5/24/16
Adopt Resolution Authorizing City Manager to Execute Amendment No. 4 to Professional Services Agreement with Stantec Consulting Services, Inc , of Rancho Cordova, for
Groundwater Sampling, Reporting, and On -Call Out -of -Scope Services ($20,495), and Appropriating Funds ($20,495)
June 15, 2016
Page 2
Staff recommends authorizing City Manager to execute Amendment No. 4 to the Professional Services
Agreement with Stantec Consulting Services, Inc., of Rancho Cordova, in the amount of $20,495. Staff also
recommends appropriating funds, in the amount of $20,495.
FISCAL IMPACT: Costs are funded by PCE/TCE Cleanup Funds.
FUNDING AVAILABLE: PCE/TCE Northern Plume Cleanup Funds (593): $20,495
Jordan Ayers
Deputy City Manager/Internal Services Director
Charles E. Swimley, Jr.
Public Works Director
CES/AR/trb
Attachments
R:\GROUP\ADMIN\Council\2016\6-1-2016\Stantec\CCStantecAmend4 AR.doc 5/24/16
AMENDMENT NO. 4
Stantec Consulting Services, Inc.
Professional Services Agreement
THIS AMENDMENT NO. 4 TO PROFESSIONAL SERVICES AGREEMENT, is made
and entered this _ day of June, 2016, by and between the CITY OF LODI, a municipal
corporation (hereinafter "CITY"), and STANTEC CONSULTING SERVICES, INC. (hereinafter
"CONTRACTOR").
WITNESSETH:
WHEREAS, CONTRACTOR and CITY entered into a Professional Services Agreement
(Agreement) on April 30, 2013, Amendment No. 1 on August 12, 2013, Amendment No.
2 on September 3, 2014, and Amendment No. 3 on July 8, 2015 as set forth in Exhibit 1,
1A, 1B, and 1C respectively (attached);
2. WHEREAS, CITY requested to amend said Agreement as set forth in Exhibit 2;
3. WHEREAS, CONSULTANT agrees to said amendment.
NOW, THEREFORE, the parties agree to amend the Scope of Services and Fees as set
forth in the Agreement, Amendment No. 1, Amendment No. 2, Amendment No. 3, and
Amendment No. 4 as set forth in Exhibits 1, 1A, 1B, 1C, and 2 respectively. All other terms
shall be as set forth in the agreement.
IN WITNESS WHEREOF, CITY and CONSULTANT have executed this Amendment No.
4 on . 2016.
CITY OF LODI, a municipal corporation STANTEC CONSULTING SERVICES, INC.
Herein above called "CITY" Hereinabove called "CONSULTANT"
STEPHEN SCHWABAUER GARY HAECK
City Manager Managing Senior Geologist
Attest:
JENNIFER M. FERRAIOLO
City Clerk
Approved as to Form:
JANICE D. MAGQICH
City Attorney
Exhibit 1
AGREEMENT FOR CONSULTING SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 ' Parties
THIS AGREEMENT is entered into on 2D1208, 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 of 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 of Work
CONSULTANT shall commence work within ten (10) days of executing this
Agreemerit, 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 Cf1Y 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 Meetinos
CONSULTANT shall attend meetings as Indicated In the Scope of Services,
Exhibit A.
C CltyIContracfa/ConsulltrgIPublfc WorksIPSA • Mantic 2013,doc 1
Section 2.4 Staffing
CONSULTANT acknowledges that CITY has relied on CONSULTANT'S
capabilities and on the qualifications of CONSULTANTS 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 protect 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 ere 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 Protect. CONSULTANT shall remain fully responsible for the
complete and full performance of said services and shall pay all such subconsultants.
Section 2.6 Term
This Agreement shall begin on May 26, 2013 and terminate on May 25, 2015.
City shall have an option to extend this Agreement for an additional two years on the
same terms as set forth herein by giving CONSULTANT written notice 30 days prior to
the expiration of the initial term.
CAIcily/Contreds/Consultfng/Public Wor1nPPSA - Stmtac 2013.doc 2
ARTICLE 3
COMPENSATION
Section 3.1 Compensation
CONSULTANTs compensation for all work under this Agreement shalt 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 Payment
CONSULTANT shall submit invoices for completed work on a monthly basis,
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 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.
C CItylContrada/Coneultlng/Public Works/PSA - Stantec 2013.doc 3
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.
Section 4.2 Responsiblllty for Damaae
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
aII 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 Toss, injury or
damage incurred by the CITY, including but not limited to, claims for loss of use, loss of
profits and loss of markets.
CNCIty/Contnacts1Coneuffing/Pubf{c Works/PM -Stantec2013,doc 4
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 of 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
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
51,000,000 Bodily Injury - Ea. Person
$1,000,000 Bodily Injury - Ea. Occurrence
$1,000,000 Property Damage - Ea. Occurrence
or
CA/Cfty/Contracts/Consulting/PublcW ori JPSA-Stanl.c2013.doc 5
$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
fumished 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 Endorsememr t,
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.
cdy 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 iife of this Agreement,
Worker's Compensation Insurance for all of CONSULTANT'S employees employed at
CNCIty/Contfacta/ConaultingIPublIc WorIcs/PSA - Stantec 2013.doc 6
the slte 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 tatter'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 Attomev's Fees
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 ovemight 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
CA/CitylContracts(Consulling/PublIc Vvorks&PSA - Stantec 2013.doc 7
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 le 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 conceming 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
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 thls Agreement upon seven (7) days' notice in
writing in the event the City has committed material breach of this Agreement. Non-
payment of the CONSULTANT's Invoices will be considered a material breach of thls
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 Intepratlon 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.
CNCItylContracta/Comultinp/PublIc Works/PSA - Stantec 2013.doc 8
Section 4.16 Applicable Law and Venue
This Agreement shall be govemed by the laws of the State of Califomia. Venue
for any- court -proceeding brought -under this -Agreement -will be_with the _San Joaquin.
County Superior Court.
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 thls
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.
CA/City/Contra cis/Consulting/Public WorksIPSA - Stantec 2013.doc 9
IN WITNESS WHEREOF, CITY and CONSULTANT have executed this
Agreement as of the date first above written.
ATTEST:
By:
A
RAND J e HL
City Clerk
APPROVED AS TO FORM:
By
D. 1 SCHWA : • -'
City Attomey
Dated '4\0113
Attachments:
Exhibit A — Scope of Services
Exhibit B — Fee Proposal
Exhibit C — Insurance Requirements
CITY OF LODI, a municipal corporation
KO i'1TT BARTLAM
City Manager
STANTEC CONSULTING CORPORATION
By:
CA/City/ContracWConsuRing!Pubac Works/PSA - stannic zoo 3.dac
4Or Afzr
M GRASTY
Its: Managing Prin
10
Exhibit A
SCOPE OF SERVICES
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 Sampting
Task 3: Analytical Program
Task 4: Reporting
Task 1 — Project Management and Preparation of Health and Safely Plan
Stantec will perform normal project management responsibilities including, but not limited to, budget tracldng, Invoking, sub-
contracting and payment for analytical laboratory services, and communication with the client as well as the RWQCB (when
requested) . Our services else Include attending a kickoff meeting and quarterly project meetings. All field activities, Including
quarterly PDB deployment, depth to water measurements, and PDB sample retrieval will be properly scheduled In advance with
the appropriate City personnel. As required, Stantec will perform necessary coordination with the City and the City's contracted
laboratory (Moore Twining Associates, Inc. of Fresno, California) to obtain the analytical data for water supply wells No. 02,
No. 06R, and No. 08 sampled by the City's Water Division.
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 (Cel -OSHA) guidelines (CCR Title 8, Section 5192). Prior to
performing any fieldwork, the HASP will be updated with appropriate field personnel and potential subcontractor information. The
field staff and any potential contractors will review and sign the HASP before beginning field operations at the site.
Task 2 — Mambo/ft and SantoMry
Monitoring and sampling will be conducted for two years, beginning second quarter 2013
and e:dending through the first quarter 2015. Monitoring and sampling activities will continue
to be conducted at Central Plume wells In accordance with MRP Order No. R5-2008-
0813. In addlUon, existing and proposed monitoring wells associated with the Western end
Southem Plumes wiU also be monitored and sampled in accordance with the MRP and
RFP Exhibits A through D. Sampling of the Western and Southern plume monitoring wells
Is scheduled to begin third quarter 2013. These additional wells are Identified In Treadwell
and Rollo's (T&R) February 1, 2011 Groundwater Monitvdnp Program Plan for the
Western and Southern Plume Areas (RFP Exhibit B) and subsequent T&R documents.
Per MRP Requirement (b), Page 3, PDB samplers are to be used in all monitoring wells, as such, typical Indicator
parameters (pH, electrical conductivity, and temperature) normally collected during well purging are not applicable. Per the RFP
and Exhibit B of the RFP, depth -to -groundwater will be measured quarterly to the nearest 0.01 foot In all accessible wells
(73) and recorded on Stantec's Groundwater Gauging Form and Grn+nrdwater• Samp✓Fng Fonn Ibr Passive DMVskn Sags
(Examples of these forms are Included in the sample report included as Appendix 13). It Is noteworthy that the RFP Indicates
groundwater samples will be collected quarterly from 74 wells. Per the MRP and RFP Exhibit B, the total number of wells in
the program wW be 73; well MW -T9 (listed in Table 5 of Exhibit B) was already Included In the Central Plume program as
a gauge only well. Wells to be sampled each quarter (beginning third quarter 2013) Include 41 quarterly, 49 semi-annually,
and 69 annually In accordance with the schedule presented below.
SAMPLING FREQUENCY'
Central Plume Wells
r --
Western Plume was..
G-04; G-05; G-06;
G-07; G-08; G-11;
G-12; G-13; G -14A;
G -15A; G -16A; G-168; 0-
17A; G -18A; G -19A; G -24B;
G -25A; G-258; MW -06;
MW -09;
MW -12; MW -21A; MW -21B;
MW -21C; MW -22B; MW -22C;
MW -258; MW -27D; PCP -4
•
G -24A; MW -23B; MW -23C I G-10; G -14B; G -14C; G -
18B; G -25C;
MW 08; MW -15; MW -17;
MW -24A; MW -24B; MW -
240; MW -25C; MW -26D
---r.+• .
r
WMW-IA, tNMVV-1B, WMW- I'AW-tl
IC, WMW-2A, WMW-2B,
WMW-2C, WMW-20
Southern Plume Wells
/V
•
o i
OS -2, SA -09, SA -10, SMW- SA -03, SA -06, SA -07,
1A, SMW-1B
V ti!h
•+r
MW -19, OS -1, SA -01, SA -
02, SA -04, SA -05, SA -08
Total,.W. - -- -- — ,:---c--_,,
eis Sampled i 41I 49
69
1 All wells (including G -16C, G -18C, MW -13, MW -16, and MW -18) shafl be monitored
2 Wells shall be sampled semi-annually during the first and third quarters.
quarterly for depth to groundwater.
3 Wells shall be sampled annually during the third quarter.
4 Westem and Southern Plume Wells are scheduled for sampling beginning in third quarter 2013.
The table above is modified from the MRP and Includes information from the monitoring program outlined In Tables 4 and 5 of
RFP Exhibit B 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 to provide adequate time to equilibrate. Typically, the PDBS to be collected in a given quarter will be deployed during
the previous quarterty monitoring and sampling event. The PDB deployment depths for Central Plume wells wUl continue at the
same depths as the last four years and the deployment depths for the Western and Southern Plumes will be based on Tables
4 and 5 of RFP Exhibit B. The City currently uses 18 -inch length sample bags (variable dlameters are available). Speclal
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 samplers 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 (minimum ten percent
duplicates) is employed to maximize reproducibility of analyte concentratlons
within the three containers and duplicates. The samples are Immediately placed
in an iced -cooler for delivery under appropriate chain -of -custody protocol to a
Special care is taken W avoid potential
aoss-confanr/naton of the PDS, hanger
assembly, and suspension cable during
deployment.
Calhfomia-certified analytical laboratory. The sample collection time and date, sample depth, groundwater depth, depth to well
bottom, sampling technician's name, other relevant Information, and if a duplicate was collected from the well are recorded on
Stantec's Groundwater Sampling Form for Passive Diffusion Bags. Depth -to -groundwater Is measured prior to PDB retrieval and
depth to well bottom measured following PDB retrieval. For costing purposes, Stantec will assume the same level of effort and
accessibility to the Westem and Southern Plumes wells es has been required during completion of the Central Plume program.
Stantec will also assume that any needed access agreements ere in piece with the owners of the property where the Western
and Southem Plume wells are located. Preliminary review of the SA and OS series well locations appear to Indicate they are
located on private property.
Task 3 — Analytical Pmgram and Quality Assraan v/®uaNty Gonbv/
The analytical program will be completed in accordance with MRP Order No. R5-2008-0813. Samples will be analyzed by a
California -certified analytical laboratory using U.S. Environmental Protection Agency (EPA) sample preparation Method 50308
and EPA analytical Method 62608. For consistency with previous analytical program, In addition to an 8260B full -spectrum
scan, methyl tertiary butyl ether (MTBE), carbon disulfide, and acetone will also be reported.
Quality assurance and quality control (QA/QC) protocol are not specified in the RFP or MRP. In Stantec's PDB sampling
programs, typically ten percent of the total number of samples retrieved are analyzed as QA/OC duplicate samples and one trip
blank per cooler is also analyzed. Although not required, Stantec also recommends analysis of a representative fleld blank of the
laboratory -grade delonized water within the PDB sampler. In addition to Level 11 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, Reportkry, and Gaol -nicker Submittal
Quarterly data analysts, reporting, and GeoTracker submittal will be performed
for two years. Stantec currently maintains the CIty's EQuIS chemical database
containing historical analytical data for the Central Plume wells. Stantec
requests that the City provide Excel tiles with the historical analytical and depth
to groundwater data for the Western and Southern Plume wells to be added to
the sampling program In third quarter 2013. These historical data will be
added to the City's chemical database and are critical to proper Interpretation
of analyte concentration trends. Each quarter, the project's Califoria-certified
analytical laboratory will provide a GeoTracker compatible Electronic Data
Deliverable (EDD) for uploading to GeoTracker end an EQuIS compatible EDD
for addition to the project database.
Stantec's Information Management Systems Group has prepared a document
entitled Laboratory Standard Operating Procedures, which details a thorough series
provided to the analytical fadllty. The EDDs will be processed through a rigorous set of electronic quality checks and procedures
before being Imported kilo the database. Subsequently, a random ten percent of all samples will be checked for completeness
and accuracy against the laboratory PDF and field notes. Another ten percent of the samples will be checked at the peer -
review stage. By importing the data electronically and automating the process, data Integdty end quality Is significantly improved.
A variety of software tools and applications are used by Stantec to create the MRP-requlred tables and figures for quarterly and
annual reports. Our project team determines the best applications and tools for the project dataset, which may include ArcGIS,
Manifold, Surfer, Enviroirutlte, etc., and which may evolve as new applications are developed. Stantec assumes that all weN
construction details, historical water elevation, flow, and gradient date for the Wastem and Souther Plume wells will be provided
In Excel files for inclusion In the database and generation of the MRP -required tables. If some of these datasets are not
currently available electronically, Stantec may eisa be able to work with scanned or PDF detasets, however this Is not part of
the scope es defined In this proposal.
of EDD format and quality checks and is
Following the generation and QA/QC of the required tables and figures, Stantec' scientists will evaluate the data end prepare
the narrative describing sampling methods, QA/CC data, comparisons with regulatory standards, concentration and elevation
trends, gradient data, and plume delineation. Quarterly and annual reporting will be completed in accordance with MRP Order
No. R5-2008-0813. First, second, and third quarter reports will be submitted by May 1st, August 1st, and November lst,
respectively. The fourth quarter and annual report will be submitted by March 1st. 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 by the above prescribed submittal
dates.
Historical monitoring reports for the Central Plume, submitted prior to second
quarter 2009 when Stantec began preparing them, were not in full compliance
with MRP requirements. There were several MRP reporting requirements omitted.
Most Important was Requirement (1), Page 4, which required: "A table showing
hlstorlcal...vertical (if applicable) flow directions and gradients." Chemicals are
currently detected In four groundwater zones and vertical gradients control the
migration of groundwater contaminants between the different zones. The City has
previously Installed ten multiple -aquifer well clusters to allow calculation of vertical
gradients. These data are critical to evaluating the spatial and temporal
concentration trends and monitoring remedial methods. Stantec monitoring reports
are In full compliance with the MRP and now include Table 6, Recent and
Historical VenYca/ Groundwater Gradient Data and a discussion of vertical gradients.
The RWOCB now has separate
GeoTracker sites fur the Western and
Southern Plumes and neither of Orem
sites is by complbrxx with GeoTracker
submrl requirements.
In compliance with the requirements of the California Code of Regulations, Title
23, Division 3, Chapter 30, Stantec's quarterly monitoring reports (and EDD's of quarterly analytical data) will be submitted
electronically to the State Water Board GeoTracker database system. In 2009, Stantec reviewed and summarized the City's
historical Central Plume EDDs on GeoTracker for missing data. Per the City's request, Stantec worked with the previous
analytical laboratory to obtain and upload missing EDDs, bringing the Central Plume site into GeoTracker compliance.
The RWQCB now has separate GeoTracker sites for the Western and Southern Plumes and neither of these sites is In
compliance with GeoTracker submittal requirements. Stantec will provide an estimated cost to work with the City and T&R to
bring these sites into compliance.
The MRP requires summaries of the remedial system performance in the quarterly and annual reports (I.e, MRP Reporting
Requirements [i] and [j] and Annual Reporting Requirement [e]) . Stantec will continue to work with the City's current remedial
consultant that operates the soil vapor extraction (SVE) and groundwater extraction and treatment (GWET) systems to provide
the required remedial summary In the quarterly and annual monitoring reports.
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 can 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 laboratory
water quality analyses at any time In a user friendly format.
City of Lodi
2013-2015
Monitoring, Sampling, and Reporting Services
Time and Materials
Estimated Budget
f Exhibit B
CLASSIFICATION
UNITS
RATE
Quarterly
Project
Management
2nd Qtr 2013
Monitoring &
Sampling &
Analytical
2nd Qtr 2013
Data Analysis,
Reporting, &
Geotracker
'Remaining Qtrs
Monitoring,
Sampling &
Analytical
Remaining Qtrs
Data Analysis,
Reporting, &
Geotracker
•
T
o
T
A
L
E
s
T
'
M
A
T
E
D
F
E
E
S
Units
Dollars
Units
Dollars
Units
Dollars
Units
Dollars
Units 1
Dollars
STANTEC LABOR
Senior (Billing Level 14)
Hour
$167
6
31,002
2
5334
9
51,503
3
5501
12
$2,0 11:4
Associate (Ming Level 10)
Hour
5122
0
50
0
SO
2
5244
0
S0
3
5366
Protect (Billing Level 9)
Hour
Hour
3113
595
0
2
50
5190
0
2
50
3190
21
2
52,373
5190
0
3
SO
5285
22
3
52.486
5285
Stan (Billing Level 7)
Technician III (piling Level 6)
Hour
587
0
50
26
52262
0
30
38
33,306
0
30
Senior DraftedGIS (BilOng Level 8)
Hour
5104
0
$0
0
30
10
51,040
0
51:1 '
11
31,144
Admin (BiIIIng Level 5)
Hour
580
3
5240
0
50
2.5
5200
0
50
3
5240
LABOR COSTS (Per Qlr)
51,432
52,786
55,550
54,092
55,525
STANTEC EQUIPMENT
Water Level Meter
Day
530
0
50
2
$60
0
30
3
590
0
S0
Field Vehicle
Day
5125
0
30
2
5250
0
50
3
5375
0
30
Delineators/Cones/Flags
Day
555
0
50
2
5110
0
3
3165
0
30
_30
EQUIPMENT COSTS (Per Qtr)
30
3420
30
3630
30
REBILLABLES
Laboratory (8260) 2nd Qtr 13
Each
Each
565
$65
0
0
50
30
33
0
32.145
50
0
0
30
50
0
59
50
53.835
0
0
30
30
Laboratory (8260) Remaining Qtrs
Shipping/P4stage
Each
520
1520
0
50
0
50
0
50
0
50
Mileage
Each
50,565
0
30
0
50
0
50
0
SO
0
50
Daianlzed Wider Fill Tar PD8s
Each
54
0
50
4 30
3120
0
30
53
5212
0
50
Diffusion sampler
Each
518
1 0
50
30
5540
0
30
53
5954
0
SO
REBILLABLES (Per Qtr)
Markup
10%
522
$3,086
30
55,501
30
TOTAL COST PER 1/4
51,454
56.292
35,550
510,223
36.525
ESTIMATED FEE FOR YEAR 1 55,816
ESTIMATED FEE FOR YEAR 2: % Increase = 2.60% 35,961
56,292 35,650
Not Included
3Qtrs = $30,669 3Qtrs = 319,575
4Qtrs = $57,154 4Qtrs = $26,763
367,902
$89,868
TOTAL FEE ESTIMATE FORIWC YEAR CONTRACT 311.777
$6,292 55,550
I $87,E23 546.328
5167,770
ESTIMATED FEE FOR YEAR 3: % Increase = 3.00% 36,140
ESTIMATED FEE FOR YEAR 4: % Increase a 3.00% $6,324
Not Included
Not Included
368,869 527,555
360,635 328,382
392,564
396,341
TOTAL FEE ESTIMATE FOR TWO YEAR EXTENSION 512,465
I Not Included
$119,502 555.937
3187,905
bgl_lotli m&s cwasplunes 20130307fr,2xlsc
Stantec
Page 1 of 1.
EXHIBIT C
Insurance Requirements for Contracto 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 oI
them, and the amount of such Insurance shall be as follows:
1, COMPREHENSIVE GENERAL LIABILITY 2. COMPREHENSIVE AUTOMOBILE LIABILITY
$1,000,000 Ea. Occurrence
$1,000,000 Bodily Injury - Ea. Person
$1,000,000 Bodily Injury - Ea. Occurrence
$1,000,000 Aggregate $1,000,000 Property Damage- Ea. Occurrence
3. PROFESSIONAL LIABILITY
$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 (Califomia Government Code Section 810 et seq.).
NOTE: (1) The street address of the CITY OF LODI 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 project 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 Endarsernooi
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) Severabilitv 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 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 lake 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 unloss 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. 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. GA 95240. A Waiver of Subrogation against the City of Lodi Is required.
NOTE: No contract agreement will be signed nor will any work begin on a project until the proper insurance certificate
is received by the Ctty.
Exhibit 1 A
AMENDMENT NO. 1
Stantec Consulting Corporation
Professional Services Agreement
THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, is
made and entered this 12_, day of August, 2013, by and between the CITY OF LODI,
a municipal corporation (hereinafter "CITY"), and STANTEC CONSULTING
CORPORATION (hereinafter "CONSULTANT").
WITNESSETH:
1. WHEREAS, CONSULTANT and CITY entered into a Professional Services
Agreement (Agreement) on April 30, 2013, as set forth in Exhibit 1 (attached).
2. WHEREAS, CITY requested to amend said Agreement as set forth in Exhibit 2
(attached); and
3. WHEREAS, CONSULTANT agrees to said amendment;
NOW, THEREFORE, the parties agree to amend the Scope of Services and Fee
as set forth in the Agreement as Exhibits 1 and 2, respectively. All other terms shall be
as set forth in the Agreement.
IN WITNESS WHERE=OF, CITY and CONSULTANT have executed this
Amendment No. 1 on - IZ , 2013.
CITY OF LODI, a municipal corporation
Hereinabove called "CITY"
Kb1 RADT BARTLAM
City Manager
Attest:
RANDI JOHL-OLSON, City Clerk
Approved as to Form:
D. STEPHEN SC
City Attorney
AUER
STANTEC CONSULTING CORPORATION
Hereinabove called `CONSULTANT"
Name:
Tale: Maui e.nior &e' /4,1ist
SCOPE OF SERVICES
Amendment No. 1
Stantec Consulting Corporation
Based on project history, Stantec's experience and current understanding of the additional
monitoring wells and their sampling history, a variety of out -of scope work will be required to
keep the project on track, GeoTracker compliant, present the analytical data in the best light,
and keep the Regional Board satisfied. The additional monitoring wells are existing wells MW -
11, MW -16, MW -19, OS -1, OS -2, and SA -1 through SA -10 and the new proposed wells WMW-
1A, WMW-1B, WMW-1C, WMW-2A, WMW-2B, WMW-2C, WMW-2D, SMW-1A, and SMW-1 B.
Preliminary review indicates necessary out -of -scope work would include but is not limited to the
following.
1 An evaluation of the 15 existing Western and Southem plume wells for well head
maintenance/repairs and total depths to confirm construction. Some of these wells were
constructed between 1997 through 2003, available data on well installation dates for
others is limited. Most of these wells have been sampled sporadically over the years.
2. Complete needed repairs and maintenance as identified in above evaluation.
3. An evaluation of the presence or absence and integrity of PDB suspension harnesses in
the existing 15 existing Western and Southern plume wells (separate from above
because of potential contamination issues). Several of the PDB hamesses in Central
Plume wells were simple twine with marginal integrity that warranted replacement early
in the 2009 to 2013 project. Where present with adequate integrity, confirmation is
required of the correct deployment depths for well construction and consistency with
Tables 4 and 5 of Regional Board -approved Western and Southern plume monitoring
and sampling program.
4. Procurement and deployment of new PDB harnesses as needed for the 15 existing
Westem and Southern plume wells after determining the specifications of each.
5. Procurement and deployment of new PDB hamesses for the nine (9) proposed new
Western and Southern plume wells.
6. Update for compliance with GeoTracker requirements the necessary data for existing
and proposed Western and Southern plume wells. This requires GeoTracker submittal
of Field Point Names for existing and new proposed Westem and Southern plume wells
prior to uploading new or historical data for these wells. This also requires submittal of
the eastings, northings, and elevations for the existing 15 existing Westem and Southern
plume wells. Assuming Stantec is provided a GeoTracker compliant survey EDF for
these wells, uploading these data can be performed for a nominal fee. However, the
currently available surveyed coordinates for these wells cannot simply be uploaded as is
to GeoTracker. Depending on timing and accuracy of the original survey as well as the
capability and availability of the original surveyor to produce a GeoTracker compliant
survey EDF, it may be necessary to resurvey these well to produce a properly certified
and GeoTracker compliant EDF. Assuming Stantec is provided a provided a
K;\WP\PROJECTS\PSA's\AMENDMENT Stantec_Attachment.doc
GeoTracker compliant survey EDF of the eastings, northings, and elevations for the nine
(9) proposed Western and Southern plume wells these will be uploaded to GeoTracker
within the existing proposed budget. In addition, uploading all historical analytical
groundwater data from existing Western and Southern plume wells would be required to
document presumed anaerobic biodegradation of contaminants. Providing Stantec
these data in electronic data would significantly reduce the cost to upload these data into
the project database.
7. Depending on the installation date of the nine (9) new proposed wells, a separate PDB
deployment event in advance of the first sampling event for the new and existing
Western and Southern plume wells may be required. Installation of the proposed new
wells may occur following the regular deployment of PDBs during normal quarterly
sampling for retrieval during subsequent quarterly sampling.
8 Additional unanticipated out of scope work as requested by the City.
FEE AND SCHEDULE
The scope of services outlined above is based on Stantec's experience completing a similar
scope of work on the 2009 to 2013 Central Plume Monitoring/Reporting Services project.
Stantec estimates a time and materials budget of $20,000.00 for this scope of work. Stantec
will perform these services in the most cost efficient manner possible. Additional out of scope
work may be required and additional out of scope services may be requested by the City. The
incurred costs will be influenced by the available data, schedule, and details of services actually
performed. The work is associated with the recently contracted Central, Western, and Southem
Plume, Ground Water Monitoring/Reporting Services Project (Stantec Project Number
185702670). Stantec will establish a separate Out of Scope Work/Welt Maintenance Task for
these services to track costs associated with the scope of work outlined above and will invoice
the City with the regular monthly invoices for this project. The work will be completed in
accordance with the terms and conditions of the existing Professional Services Agreement
approved by the City Council on April 17, 2013. Stantec will perform the services on a mutually
agreeable schedule with the City as dictated by the evolution of the project and the City's needs,
K:\W P\PROJECTS\PSA's\A M ENO M ENT_Sta ntec_Attach ment.d of
Exhibit 1B
AMENDMENT NO. 2
Stantec Consulting Corporation
Professional Services Agreement
THIS AMENDMENT NO. 2 T PROFS IONAL SERVICES AGREEMENT, is
made and entered this roi day of 4, by and between the CITY OF LODI,
a municipal corporation (hereinafter "CITY"), and STANTEC CONSULTING
CORPORATION (hereinafter "CONSULTANT").
WITNESSETH:
1. WHEREAS, CONSULTANT and CITY entered into a Professional Services
Agreement (Agreement) on April 30, 2013, and Amendment No. 1 on
August 12, 2013, as set forth in Exhibits 1 and 1A, respectively (attached).
2. WHEREAS, CITY requested to amend said Agreement as set forth in Exhibit 3
(attached); and
3. WHEREAS, CONSULTANT agrees to said amendment;
NOW, THEREFORE, the parties agree to amend the Scope of Services and Fee
as set forth in the Agreement and Amendment No. 1 as Exhibits 1, 1A and 3,
respectively. All other terms shall be as set forth in the Agreement.
IN WITNESS WHEREOF, CITY and CONSULTANT have executed this
Amendment No. 2 on 2014.
CITY OF LODI, a municipal corporation
Hereinabove called "CITY"
tEP-H` ' ABAUER
City Manager
Attest:
,fry,,, Qi , :_1\
(1 Q-en44•
Ei NIFER i'. ROBISON, City Clerk
Approved as to Form:
JANiCE D. MAGDICH
City Attorney
STANTEC CONSULTING CORPORATION
Hereinabove called "CONSULTANT"
Name: Gary Haeck
Title: Managing Senior Geologist
SCOPE OF SERVICES
Amendment No. 2
Stantec Consulting Services Inc.
Based on the project history and scope of services completed under the August 12, 2013 Amendment No.
1, Stantec's understanding of Western and Southern Plume wells and their sampling history, and the
recent Regional Board -requested remedial rebound evaluation sampling, a variety of out -of scope work
will be required to keep the project on track, and GeoTracker-compliant. The additional Western and
Southern Plume monitoring wells include existing wells MW -ii, MW -16, MW -19, OS -1, OS -2, and SA -1
through SA-io and recently installed nested wells WMW-1A,B,C; WMW-2A,B,C,D; and SMW-1A,B. The
rebound sampling will evaluate potential concentration rebound in eight (8) selected Central Plume wells
associated with a Board -approved work plan for remedial system shutdown. Preliminary review indicates
necessary out -of -scope work would include but is not limited to the following.
1. An evaluation of the 15 existing Western and Southern plume wells for well head
maintenance/repairs. Some of these wells were constructed between 1997 through 2003,
available data on well installation dates for others is limited. Most of these wells have been
sampled sporadically over the years.
2. Complete needed repairs and maintenance as identified in above evaluation.
3. An evaluation of the integrity of PDB suspension harnesses in existing Central Plume wells
(separate from above because of potential contamination issues). Several of the PDB harnesses in
Central Plume wells were simple twine with marginal integrity that warranted replacement early
in the 2009 to 2013 project based on initial input from T&R/WGR. Additional evaluation is now
warranted.
4. Procurement and deployment of new PDB harnesses as needed for Central Plume wells
determined to warrant replacement to insure sample integrity and correct deployment depths
each.
5. Update for compliance with GeoTracker requirements the necessary data for existing and
proposed Western and Southern plume wells. This also requires submittal of the eastings,
northings, and elevations for the existing 15 existing Western and Southern plume wells.
Assuming Stantec is provided a GeoTracker compliant survey EDD for these wells, uploading
these data can be performed for a nominal fee. However, the currently available surveyed
coordinates for these wells cannot simply be uploaded as is to GeoTracker. It will be necessary to
resurvey these well to produce a properly certified and GeoTracker compliant EDD. In addition,
uploading all historical analytical groundwater data from existing Western and Southern plume
wells would be required to document presumed anaerobic biodegradation of contaminants. The
Regional Board may also require historical EDFs to be uploaded to GeoTracker, currently only
Excel files of historical data have been provided, not EDFs for uploading to GeoTracker.
6. Additional unanticipated out of scope work as requested by the City.
7. Complete a baseline and three (3) monthly remedial -rebound monitoring and sampling events of
Central Plume wells G -o4, G -o5, G -o6, G -o8, G -1o, G -15A, MW -09, and extraction well EW -6
The sampling will evaluate potential concentration rebound in the Central Plume associated with
the Board -approved work plan for remedial system shutdown and evaluation monitoring.
Page 1 of 2
Amendment No. 2
Stantec Consulting Services Inc.
FEE AND SCHEDULE
The scope of services outlined above is based on Stantec's experience completing a similar scope of work
on the 2009 to 2014 Monitoring and Reporting Services project and the associated August 12, 2013
Amendment No. 1. Stantec reviewed the costs incurred to date for Out of Scope work completed under
Amendment No. 1. It was determined that much of the incurred cost to date were "Additional
unanticipated out of scope work" included under Item No. 6 above. Stantec estimates a time and
materials budget of $12,000.00 for the scope of work outlined under Item No. 1 through Item No. 6
above. Based on Stantec's understanding of the Board -requested remedial system shutdown and
evaluation monitoring program (Item No. 7), Stantec estimates a time and materials budget of $7,000.00
for the remedial rebound evaluation monitoring. Stantec is therefore requesting a total estimated
Amendment No. 2 budget of $19,000.00.
Stantec will perform these services in the most cost efficient manner possible. Additional out of scope
work may be required and additional out of scope services may be requested by the City. The incurred
costs will be influenced by the available data, schedule, and details of services actually performed. The
work is associated with the Central, Western, and Southern Plume, Ground Water Monitoring/Reporting
Services Project (Stantec Project Number 185702670). Stantec previously established a separate Out of
Scope Work/Well Maintenance task (Task 5) and has been tracking and invoicing associated costs under
Task 5. Stantec will continue to track and invoice costs for services outlined above (Item No. 1 through
Item No. 6) under Task 5 in regular monthly invoices for this project. Stantec will also establish Task 6
(Remedial Rebound Monitoring) for tracking and invoicing the cost of services associated with the
remedial rebound evaluation monitoring. All work will be completed in accordance with the terms and
conditions of the existing April 30, 2013 Agreement for Consulting Service, and the above scope of
services. Stantec will perform the services on a mutually agreeable schedule with the City as dictated by
the evolution of the project and the City's needs.
Page 2 of 2
Exhibit 1C
AMENDMENT NO, 3
Stantec Consulting Corporation
Professional Services Agreement
THIS AMENDMENT NO. 3 TO PROFESSIONAL SERVICES AGREEMENT, is
made and entered this ¶ day of , 2015, by and between the
CITY OF LODI, a municipal corporationeinaFter "CITY"), and STANTEC
CONSULTING SERVICES, INC. (hereinafter "CONSULTANT").
WITNESSETH:
1. WHEREAS, CONSULTANT and CITY entered into a Professional Services
Agreement (Agreement) on April 30, 2013, Amendment No. 1 on
August 20, 2013, and Amendment No. 2 on September 3, 2014 as set forth in
Exhibits 1, 1A, and 1B respectively (attached).
2. WHEREAS, CITY requested to amend said Agreement as set forth in Exhibit 3
(attached); and
3. WHEREAS, CONSULTANT agrees to said amendment;
NOW, THEREFORE, the parties agree to amend the Scope of Services and Fee
as set forth in the Agreement, Amendment No. 1, Amendment No. 2, and Amendment
No. 3, as Exhibits 1, 1A, 1B and 3, respectively. All other terms shall be as set forth in
the Agreement.
IN WITNESS WHEREOF, CITY
and
Amendment No, 3 on _j ,0
CITY OF LODI, a municipal corporation
Hereinabove called "CITY"
CONSULTANT have executed this
2015
fr
STEP WS HVVABAUER --
City Manager
Attest
JENNIFER M.j "ERRAIOLO, City Clerk
Approved as to Form
4...JAN1cE D. MAGDICH
City Attorney
STANTEC CONSULTING CORPORATION
Hereinabove called "CONSULTANT"
Name: Gary Haeck
Title: Managing Senior Geologist
Stantec
May 27, 2015
File: 185703090
Stantec Consulting Services Inc.
3017 Kilgore Road Suite 100, Rancho Cordova CA 95670-6150
Attention: Mr. F. Wally Sandelin, Director
City of Lodi Public Works Department
221 West Pine Street
Lodi, California 95240
Dear Mr. Sandelin„
Reference: Request for Contract Amendment No. 3
On -Call Environmental Services
Central, Western, and Southern Plume
Groundwater Monitoring and Reporting Services Project
Lodi, California.
1 Exhibit 3
At the direction of the City of Lodi (the City), Stantec Consulting Services Inc. (Stantec) submits this
request for Contract Amendment Number 3 to the April 30, 2013 Agreement for Consulting
Services to fund necessary and related out -of -scope, on-call environmental services for the
above -referenced project. Amendments No. 3 provides funding to complete on-call services not
included in the scope of work for the Groundwater Monitoring and Reporting Services project
(Project).
BACKGROUND
The Project was most recently contracted under the April 30, 2013 Agreement for Consulting
Services (Contract) for the two-year period from second quarter 2013 through first quarter 2015.
The Contract included a provision for an optional two-year extension (second quarter 2015
through first quarter 2017), which the City extended on April 14, 2015. The Contract included a
limited scope of work consisting of collecting groundwater samples, depth -to -water
measurements, and submission of groundwater reports. Completion of Project work often requires
additional services as requested by the City that were not included in the approved budget.
Costs for such out -of -scope work is tracked by a separate Project task, Task 5 - Out -of -scope Work,
and invoiced under Task 5 within the regular monthly invoices. A generalized description of the
scope of services to be completed under Task 5, Out -of -scope Work, is provided below.
SCOPE OF SERVICES
Based on project history, Regional Board requests for additional work, San Joaquin County
requests for information, and out -of -scope work previously requested by the City, a variety of out -
of -scope work will be required to keep the project on track and compliant with Regional Board
requirements.
May 27, 2015
Attention: Mr. F. Wally Sandelin, Director
Page 2 of 3
Reference: Request for Contract Amendment No. 3
Necessary out -of -scope work would include but is not limited to the following,
• Ongoing well maintenance and repairs, as well as well -box replacements as needed on
the current Central, Western, and Southern Plumes monitoring well network of 71
monitoring wells.
• Procurement of required permits and coordination with San Joaquin County to complete
the above work and coordinate county -required inspections of completed work.
• Ongoing evaluation and replacement of passive diffusion bag (PDB) suspension tethers as
needed to insure sample integrity and correct deployment depths.
• Continued coordination with the City's engineering staff in connection with issues
associated with the repair of monitoring well casings on nested well NMW-1 A,B,C.
• Procurement and deployment of new PDB harnesses needed for Central Plume nested
wells NMW-1 A,B,C to insure sample integrity, correct deployment depth, and compliance
with Regional Board requirements for the sampling program.
• Coordination with City engineering staff and its well installation contractor and surveyor to
obtain correctly formatted survey data for well NMW-1 A,B,C and upload GeoTracker-
compliant survey data to the GeoTracker database system.
• Additional unanticipated out -of -scope work as requested by the City.
FEE AND SCHEDULE
The scope of services outlined above is based on Stantec's experience completing similar out -of -
scope work on the Project from 2009 through 2015. Stantec estimates a time and materials
budget of $15,000.00 for the above scope of work during second quarter 2015 through first quarter
2016.
Stantec will perform these services in the most cost efficient manner possible. Additional out -of -
scope work may be required and additional out -of -scope services may be requested by the City.
As discussed above, Stantec will establish a separate Out -of -scope Work task (Task 5) and track
and invoice costs for services outlined above under Task 5 in regular monthly invoices for this
project. The work will be completed in accordance with the terms and conditions of the April 30,
2013 Agreement for Consulting Services and the attached rate sheet. Stantec will perform the
services on a mutually agreeable schedule as dictated by the evolution of the project and the
City's needs.
Oesigr, wl1 fl Ir n' rli
May 27, 2015
Attention: Mr. F. Wally Sandelln, Director
Page 3 of 3
Reference: Request for Contract Amendment No. 3
Please contact Gary Haeck if you have any questions.
Sincerely,
Stantec Consulting Services, Inc.
Sandra Pimiento, P.G.
Senior Geologist
Gary D. Haeck, Ph.D., P.G.
Managing Senior Geologist
Phone: (916) 384-0768
Fax: (916) 861-0430
Gary.Haeckestantec.com
Attachments: Task Order Number 7
Rate Schedule
gdh c;\users \gory haeck\documents\work\lodl m&s ammendmenl #3 2016-17 scope of servlces.docx
Design with community in mind
RATE SCHEDULE
ENVIRONMENTAL PRACTICE AREA
STANTEC 2013 RATE SCHEDULE
ENVIRONMENTAL PRACTICE AREA
STANTEC 2013 SCHEDULE OF HOURLY RATES AND DISBURSEMENTS
(Papp 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.
LEVEL HRLY RATE DESCRIPTION
1
2
3
4
5
6
7
8
9
10
11
12
$52
$59
$65
$72
$80
$87
$95
$104
$113
$122
$133
$144
13
14
15
16
17
18
19
$156
$167
$177
Generally Not applicable to the Southem California Market
• May on occasion be appropriate for intern and clerical support.
Clerical, Interns, & FieldlLab Techs
• Assists Office Administrators, Engineers, Designers, and field staff with clerical and routine entry level
tasks.
Junior -level position, Administrative,
• Independently carries out assignments of limited scope using standard procedures, methods and
techniques
• Assists senior staff in carrying out more advanced procedures
• Completed work is reviewed for feasibility and soundness of judgment
• Recent graduate from an appropriate post -secondary program or equivalent.
Professional level positions
• Carries out assignments requiring general familiarity within a broad field of the respective profession
• Makes decisions by using a combination of standard methods and techniques
• Actively participates in planning to ensure the achievement of objectives
• Works independently to interpret information and resolve difficulties
• Provides applied professional knowledge and initiative in planning and coordinating work programs
Highly -specialized technical professional or project supervisor
• Provides multidiscipline knowledge to deliver innovative solutions in related field of expertise
• 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
$196
$231
$272
$357
Senior level consultant or management function
• Recognized as an authority in a specific field with qualifications of significant value
• Provides multidiscipline knowledge to deliver innovative solutions in related field of expertise
• Independently conceives programs and problems for investigation
• Participates in discussions to ensure the achievement of program and/or project objectives
• Makes responsible decisions on expenditures, including large sums or implementation of major
programs andfor projects
Senior level management position
• Recognized as an authority in a specific field with qualifications of significant value
• Responsible for long range planning within a specific area of practice or region
• Makes decisions which are far reaching and limited only by objectives and policies of the organization
• Plans/approves projects requiring significant human resources or capital investment
• Graduate from an appropriate post -secondary program, with credentials or equivalent
• Generally, fifteen years experience with extensive professional and management experience
Expert Witness Services carry a 50% premium on labor Overtime be charged at 1.5 times the standard billing rate All labor
rates will be subject to annual increase.
lodl M&S ammendment a3 2018-17 scope of services
STANTEC 2013 RATE SCHEDULE
ENVIRONMENTAL PRACTICE AREA
STANTEC 2013 SCHEDULE OF HOURLY RATES AND DISBURSEMENTS
(Page 2 of 3)
Other Direct Disbursements:
Disbursement Rate
Vehicle Mileage
Prevailing IRS Rale
Actual Cost +10%
Subcontract Services
Travel/Per Diem
Actual Cost +10%
Per Diem
$ 150/day
Capital Purchases and Expendable Materials
Actual Cost +10%
Postage and Shipping
Actual Cost +10%
Standard Field Equipment
(See Attached Schedule)
Standard f=ield Equipment:
Standard Field Equipment
Rate
Air Sampling Equipment
$45/da
$10/each
Bailer - Disposable
Bailer - Disposable Weighted
515/each
Bailer -Quick E -Bailer System
$65/day
S201day
_
Bailer - Reusable
Drum - 55 Gallons
555/each
_ _
Digital Carrera
$25/day
Draeger Sampler (tubes not included)
$30/day
Field Communication - Two -Way Radia
S2Wday
$25/day
Field Camputer
Field Test Kil - Groundwater
555/each
Field Test Kit - Soil
$551each
Field Test Kit - SVE
$55/each
Field Vehicle -Mileage
Prevailing IRS rate
Field Vehicle
51251day
Field Vehicle -Sampling Truck
$250/day
Field Vehicle - TrucklVan
$150fday
Flame Ionization Detector (FID)
$130/day
$60/day
Generator
Gloves -Colored Cloth
$5/pair
Gloves - Colored Leather
515/pair
Gloves - Colored Nitrile
50.25/pair
Gloves -Kevlar Under Glave
55.00/pair
H&S - Level B Safety Equipment
51651day
H&S - Level C Safety Equipment
$65/day
H&S - Level D Safety Equipment
$50/day
H&S -Traffic Control Equipment
$55/day
$30/day
Hand Auger
Large Equipment & System -Caterpillar D4 Bulldozer
5250/day
Large Equipment & Systems - Dual Phase Extraction Treatment (DPET)
52001day
Large Equipment & Systems -Sail Vapor Extraction System
5100/day
Low Flow Purge/Sampllrtg System
$60/day
$55/day
Meter - OiWVater Interface
Meter - Anemometer
525/day
Meter - CO
565idey
Meter - Data Logger
5140/day
Meter - Dissolved Oxygen
5651day
5160/day
Meter - COIORPITemp(Conduclivity
Meter - Dosimeter
$45/day
Meter - Ferrous Iron
S5/day
lodi M&S emmendment #3 2016-17 scope of services
STANTEC 2013 RATE SCHEDULE
ENVIRONMENTAL PRACTICE AREA
STANTEC 2013 SCHEDULE OF HOURLY RATES AND DISBURSEMENTS
(Paye 3 of 3)
Standard Field Equipment (continued):
tandard Field Equipment
RaiE-
Meter - Ftnw _
$30/day
Meter - H28 Detector
5801day
Meter- LELIO2
$801day
Meter - Magnehekc (Gauge)
$35/day
Meter- Magnetometer
$50/day
$25/clay
Meter - Manometer
Meter - Measuring Wheel
$10/day
S45/day
Meter - Metal Detector
Meter-- Multimeter
$110/day
Meter- 02/CO2
S1101day
525/day
Meter - ORP
Meter -Other
quote/day
Meter - Ozone
$251dy
Meter - pH/Temp/Conductivity
$25/day
S70/day
Meter - Turbidity
Meter- Dust Monitor
S120/day
Meter -Velocity
S25/day
Meter -Water Level indicator
$38/day
Photoionizatton Detector CPRD)
$1101day
S25/day.
Pressure Washer
Pump - Afr Sampling
$451day
Pump - Cenlriftgal
$50/clay
Pump - Groundwater Sampling
$110Iday
Pump - Peristaltic
$50/day
Pump - Trash
$35/clay
Pump -Well Sampling_
S25/day
Pump -Well Sampting/Purge
S45/day
Reproduction - 11x17 Color PIot/PdndGopy
S2/copy
Reproduction - 24x38 Color PIoUPrint
$101copy
S0.15/copy
Reproduction -- 8 5x11 B&W Copies
Reproduction - 8.5x11 Color Copies
$1.25/copy
Reproduction - Oversized B&W Plot/Print
S10/copy
Reproduction -- Oversized Color Pial/Print
S15/copy
Soil Sample Ring/Steeve
S10/each
Survey Equipment -GPS
----Survey
$150/day
Equipment - Laser Plane Level & Receiver
5200/day
i Transducer
S30/each
Tether Bag
Sl5Ieach
Jodi M&S ammendment #3 2016-17 scope of services
Stantec
May 2,2016
File: 185703090
Stantec Consulting Services Inc.
3017 Kilgore Road Suite 100, Rancho Cordova CA 95670-6150
Attention: Mr. Andrew Richle, Water Plant Superintendent
Department of Public Works
2001 West Turner Road
Lodi, California 95240
Dear Mr. Richle,
Reference: Request for Contract Amendment No. 4
Additional Services for Northern Plume
Central, Western, Southern, and Northern Plumes
Groundwater Monitoring and Reporting Services Project
Lodi, California.
At the direction of the City of Lodi (the City), Stantec Consulting Services Inc. (Stantec) submits this
request for Contract Amendment Number 4 to the April 30, 2013 Agreement for Consulting
Services for the above -referenced project. Amendment No. 4 provides funding to perform
additional sampling and reporting services associated with including Northern Plume wells to the
scope of work for the Groundwater Monitoring and Reporting Services project (Project).
Amendment No. 4 additionally provides funding for on-call services to cover out -of -scope
environmental services for the above -referenced project not covered in the Groundwater
Monitoring and Reporting scope of services.
BACKGROUND
The current Project was contracted under the April 30, 2013 Agreement for Consulting Services
(Agreement) for the two-year period from second quarter 2013 through first quarter 2015. The
2013 Agreement included an optional two-year extension provision; the City executed the April
14, 2015 Contract Extension Agreement (Extension) for the two year period from second quarter
2015 through first quarter 2017. The Agreement and Extension included a limited scope of work
consisting of collecting groundwater samples, depth -to -water measurements, and submission of
groundwater reports. At the City's request, the Agreement was amended three times with
Amendment No. 1 on August 20, 2013, Amendment No. 2 on September 3, 2014, and Amendment
No. 3 on July 8, 2015. These amendments were to fund City -requested services not included in the
Agreement's limited scope of work. Costs for such out -of -scope work have been tracked in
Project Task 5 - Out -of -Scope Work, and invoiced under Task 5 within the regular monthly invoices.
In accordance with the Regional Water Quality Control Board's (RWQCB) August 27, 2014 Review
of Proposed Northern Plume Monitoring Well Location letter to the City, additional sampling and
reporting on Northern Plume wells is required on the Project. These include recently -completed
monitoring wells NMW-1A, NMW-1B, and NMW-1C, as well as existing monitoring wells MW -2 and
MW -5. Amendment No. 4 provides additional budget to complete the additional RWQCB-
May 2, 2016
Mr. Andrew Richle, Water Plant Superintendent
Page 2 of 9
Reference: Request for Contract Amendment No. 4
Additional Services for Northern Plume
Central, Western, Southern, and Northern Plumes
Groundwater Monitoring and Reporting Services Project
Lodi, California.
required monitoring, sampling, and reporting on these wells. The Northern Plume wells monitoring
and sampling results will be included within new sections of the current reports submitted to the
RWQCB. A generalized description of the scope of services to be completed for the five Northern
Plume wells is provided below.
SCOPE OF SERVICES
The scope of services for second quarter 2016 through first quarter 2017 included in Amendment
No. 4 is that required to monitor and sample the additional five Northern Plume monitoring wells
(NMW-1A, NMW-1B, NMW-1C, MW -2, and MW -5) every quarter. It also includes additional
reporting efforts to present the results on the Northern Plume wells during this period. In general
these additional services and or costs for the Northern Plume wells are required:
• Monitoring depth -to -water in the five Northern Plume wells.
• Deploying passive diffusion bag (PDB) samplers in the five Northern Plume wells,
o PDB deployment must occur a minimum of two -weeks prior to PDB retrieval and
sampling to allow for equilibration with the groundwater; typically deployment
completed during the previous quarters sampling event.
• Retrieve PDBs and collect groundwater samples from five Northern Plume wells.
• Submit the five Northern Plume well samples on a separate chain of custody form to the
analytical laboratory (Pace Analytical Services, Inc.) for required analyses.
• Calculate the groundwater elevations for the five Northern Plume wells.
• Calculate the vertical gradient between wells NMW-1 A and NMW-1 C.
• Present monitoring and sampling results from the five Northern Plume wells in separate
sections within the quarterly Groundwater Monitoring Report (GMR):
o Submit draft GMRs to the City two -weeks prior to the RWQCB-submittal date for
review and comment.
o Incorporate mutually agreeable edits into the GMRs and submit to the RWQCB.
o Upload to the Northern Plume GeoTracker site the quarterly electronic data files
(EDFs) for the five Northern Plume wells.
o Upload the quarterly GMRs to the Northern Plume GeoTracker site.
Design with community in mind
May 2, 2016
Mr. Andrew Richle, Water Plant Superintendent
Page 3 of 9
Reference: Request for Contract Amendment No. 4
Additional Services for Northern Plume
Central, Western, Southern, and Northern Plumes
Groundwater Monitoring and Reporting Services Project
Lodi, California.
Necessary out -of -scope work would include but is not limited to the following.
• Ongoing well maintenance and repairs, as well as well -box replacements as needed on
the current Central, Western, Southern, and Northern Plumes monitoring well network of 71
monitoring wells.
• Procurement of required permits and coordination with San Joaquin County to complete
the above work and coordinate county -required inspections of completed work.
• Ongoing evaluation, procurement, and replacement of passive diffusion bag (PDB)
suspension tethers as needed to insure sample integrity and correct deployment depths.
• Continued coordination with the City and with Langan in connection with issues and data
acquisition associated with adding the Northern Plume nested wells NMW-1A,B,C; and
existing Northern Plume wells MW -2 and MW -5 to the current reporting program.
• Out -of -scope work associated with setting up the database to include the Northern Plume
wells in figures and tables within the quarterly monitoring reports.
• Necessary uploads and additions to the new GeoTracker Northern Plume website (Global
ID # T10000002895) to allow future Northern Plume data to GeoTracker.
• Coordination with San Joaquin County (SJC) to provide analytical results for nested wells
NMW-1 A,B,C as requested by SJC to insure cross -contamination has not occurred.
• Additional unanticipated out -of -scope work as requested by the City.
FEE AND SCHEDULE
The scope of services outlined above for the addition of the Northern Plume wells into the
monitoring, sampling and reporting program is based on Stantec's experience completing similar
work on the Project from 2009 through 2016. Stantec estimates a time and materials budget of
$5,495 for the above scope of work during second quarter 2016 through first quarter 2017. This
amendment increases the current budget of $81,115 for second quarter 2016 through first quarter
2017 to $86,610, per the attached estimated budget.
The scope of service for out -of -scope work outlined above is based on Stantec's experience
completing similar out -of -scope work on the Project from 2009 through 2015. Stantec estimates a
Design with community in mind
May 2, 2016
Mr. Andrew Richle, Water Plant Superintendent
Page 4 of 9
Reference: Request for Contract Amendment No. 4
Additional Services for Northern Plume
Central, Western, Southern, and Northern Plumes
Groundwater Monitoring and Reporting Services Project
Lodi, California.
time and materials budget of $15,000.00 for the above scope of work during second quarter 2016
through first quarter 2017.
The total requested budget for Contract Amendment No. 4 is $101,610.
Stantec will perform these services in the most cost efficient manner possible. Additional out -of -
scope work may be required or additional out -of -scope services may be requested by the City.
As discussed above, Stantec will utilize a separate Out -of -scope work task (Task 5) and track and
invoice costs for services outlined above under Task 5 within regular monthly invoices for this
project. The work will be completed in accordance with the terms and conditions of the April 30,
2013 Agreement for Consulting Services and the attached rate sheet.
Please contact Matthew Battin if you have any questions.
Sincerely,
Stantec Consulting Services, Inc.
Matthew Battin
Associate Scientist
Phone: (916) 402-7176
Fax: (916) 861-0430
Matthew.Battin@stantec.com
aL—
Dan Schreier, P.G.
Senior Geologist
Phone: (916) 626-7882
Fax: (916) 861-0430
Dan.Schreiner@stantec.com
Attachments: Addition of Northern Plume Wells to M&S Program, Estimated Budget
Rate Schedule, Environmental Practice Area
bm v:\1857\active\185703090\O1_management\proposal\2013-2015 gw proposal\2015-2017 opt contract ext\contract amnd #4 nplume
wells \ 20160502_ 185703090 lo d i_ m & s_amnd #4 2016-17 fi n a l . d o cx
Design with community in mind
CONTRACT AMENDMENT NO. 4
ARPIL 2016
ESTIMATED BUDGET
Contract Amendment No. 4
April 2016
Exhibit A
City of Lodi
Central, Western, Southern, and Northern Plumes
Monitoring, Sampling, and Reporting Services
Time and Materials
Estimated Budget
Task 1
Project
Management
Task 2
Monitoring &
Sampling & Analytical
Task 3
Data Analysis,
Reporting, &
GeoTracker
TOTAL COST
CLASSIFICATION
UNITS
RATE
Units
Dollars
Units
Dollars
Units
Dollars Units Dollars
LABOR ALLOCATION
STANTEC LABOR
Principal - Level 16
Senior - Level 14
Associate - Level 10
Project - Level 9
Senior Drafter/GIS - Level 8
Staff - Level 7
Staff - Level 6
Tech/Admin - Level 5
hour
hour
hour
hour
hour
hour
hour
hour
$196
$167
$122
$113
$104
$95
$87
$80
0
$0
7
$1,169
0
$0
0
$0
0
$0
3
$285
0
$0
3
$240
0
$0
5
$835
0
$0
0
$0
0
$0
5
$475
40
$3,480
0
$0
0
14
3
22
11
3
0
3
$0
$2,338
$366
$2,486
$1,144
$285
$0
$240
0
$0
26
$4,342
3
$366
22
$2,486
11
$1 144
11
$1,045
40
$3,480
6
$480
LABOR ALLOCATION (per quarter)
13
$1,694
50
$4,790
56
$6,859
119 $13,343
EXPENSES ALLOCATION
STANTEC EQUIPMENT
Field Vehicle
Delineators/Cones/Flags
day
day
$125
$55
Water Level Meter
day
$30
0
$0
0
$0
0
so
3
$375
3
$165
3
$90
0
$0
0
$0
0
$0
3
$375
3
$165
3
$90
EQUIPMENT COSTS (per quarter)
$0
$630
so
$630
REBILLABLES
Shipping/Postage
Analytical Laboratory (8260B)
PDB Deionzed Water Fill
PDB sampler
PDB sampler (NMW-1A,B,C
each
each
each
each
each
0
$68
$4
$20
$30
1
$20
0
$0
0
$0
0
$0
0
$0
0
0
60
$4,080
51
$204
51
$1,020
3
$90
0
0
0
$0
0
$0
0
$0
0
$0
1
0
60
$4,080
51
$204
51
$1,020
3
$90
SUBTOTAL REBILLABLES
$20
$5,394
$0
$5,414
TOTAL EXPENSE ALLOCATION
Markup
10%
$22
$6,563
$0
$6,585
TOTAL COSTS (per quarter)
$1,716
$11,353
$6,859
$19,928
Approved Fee Est. for Year 3 (2Q15 -1Q16)
$6,140
$45,057
$27,555
$78,752
Approved Fee Est. for Year 4 (2Q16 -1Q17)
$6,324
$46,409
$28,382
$81,115
Approved total fee estimate for 2 -year Extension (2Q15 -1Q17)
$12,465
$91,465
$55,937
$159,867
Est. Fee: Northern Plume Contract Amendment #4
Est. Fee: Year 4 (2Q16 -1Q17) includes N. Plume Contr. Amnd. #4
1 $1,137
$7,462 ,
$2,909
$49,317
$1,450
$29,831
$5,495
$86,610
bgt_Jodi_m&s2015-17_cws&nplumes_20160321fnIrvl nplmods.xlsx
STANTEC Page 1 of 1
RATE SCHEDULE
ENVIRONMENTAL PRACTICE AREA
STANTEC 2013 RATE SCHEDULE
ENVIRONMENTAL PRACTICE AREA
STANTEC 2013 SCHEDULE OF HOURLY RATES AND DISBURSEMENTS
(Page 1 of 3)
Stantec
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.
LEVEL
1
2
3
HRLY RATE
DESCRIPTION
Generally Not applicable to the Southern California Market
• May on occasion be appropriate for intern and clerical support.
$52
$59
$65
Clerical, Interns, & Field/Lab Techs
4
$72
• Assists Office Administrators, Engineers, Designers, and field staff with clerical and routine entry level
5
$80
tasks.
6
$87
7
$95
Junior -level position, Administrative,
• Independently carries out assignments of limited scope using standard procedures, methods and
8
$104
techniques
9
$113
• Assists senior staff in carrying out more advanced procedures
• Completed work is reviewed for feasibility and soundness of judgment
• Recent graduate from an appropriate post -secondary program or equivalent.
10
$122
Professional level positions
1
$122
• Carries out assignments requiring general familiarity within a broad field of the respective profession
12
$144
• Makes decisions by using a combination of standard methods and techniques
• Actively participates in planning to ensure the achievement of objectives
• Works independently to interpret information and resolve difficulties
• Provides applied professional knowledge and initiative in planning and coordinating work programs
Highly -specialized technical professional or project supervisor
13
$156
• Provides multidiscipline knowledge to deliver innovative solutions in related field of expertise
14
$167
• Participates in short and long range planning to ensure the achievement of objectives
15
$177
• 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
16
$196
Senior level consultant or management function
17
$296
• Recognized as an authority in a specific field with qualifications of significant value
• Provides multidiscipline knowledge to deliver innovative solutions in related field of expertise
• Independently conceives programs and problems for investigation
• Participates in discussions to ensure the achievement of program and/or project objectives
• Makes responsible decisions on expenditures, including large sums or implementation of major
programs and/or projects
Senior level management position
18
$272
• Recognized as an authority in a specific field with qualifications of significant value
19
$357
• Responsible for long range planning within a specific area of practice or region
• Makes decisions which are far reaching and limited only by objectives and policies of the organization
• Plans/approves projects requiring significant human resources or capital investment
• Graduate from an appropriate post -secondary program, with credentials or equivalent
• Generally, fifteen years experience with extensive professional and management experience
Expert Witness Services carry a 50% premium on labor. Overtime will be charged at 1.5 times the standard billing rate. All labor
rates will be subject to annual increase.
STANTEC 2013 RATE SCHEDULE
ENVIRONMENTAL PRACTICE AREA
STANTEC 2013 SCHEDULE OF HOURLY RATES AND DISBURSEMENTS
(Page 2 of 3)
Other Direct Disbursements:
Stantec
Disbursement
Rate
Vehicle Mileage
Prevailing IRS Rate
Subcontract Services
Actual Cost +10%
Travel/Per Diem
Actual Cost +10%
Per Diem
$ 150/day
Capital Purchases and Expendable Materials
Actual Cost +10%
Postage and Shipping
Actual Cost +10%
Standard Field Equipment
(See Attached Schedule)
Standard Field Equipment:
Standard Field Equipment
Rate
Air Sampling Equipment
$45/day
Bailer — Disposable
$10/each
Bailer — Disposable Weighted
$15/each
Bailer — Quick E -Bailer System
$85/day
Bailer — Reusable
$20/day
Drum — 55 Gallons
$55/each
Digital Camera
$25/day
Draeger Sampler (tubes not included)
$30/day
Field Communication — Two -Way Radio
$20/day
Field Computer
$25/day
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
$125/day
Field Vehicle — Sampling Truck
$250/day
Field Vehicle — Truck/Van
$150/day
Flame Ionization Detector (FID)
$130/day
Generator
$60/day
Gloves — Colored Cloth
$5/pair
Gloves — Colored Leather
$15/pair
Gloves — Colored Nitrile
$0.25/pair
Gloves — Kevlar Under Glove
$5.00/pair
H&S — Level B Safety Equipment
$165/day
H&S — Level C Safety Equipment
$85/day
H&S — Level D Safety Equipment
$50/day
H&S — Traffic Control Equipment
$55/day
Hand Auger
$30/day
Large Equipment & System — Caterpillar D4 Bulldozer
$250/day
Large Equipment & Systems — Dual Phase Extraction Treatment (DPET)
$200/day
Large Equipment & Systems — Soil Vapor Extraction System
$100/day
Low Flow Purge/Sampling System
$80/day
Meter— OiI/Water Interface
$55/day
Meter — Anemometer
$25/day
Meter - CO
$65/day
Meter— Data Logger
$140/day
Meter — Dissolved Oxygen
$65/day
Meter — DO/ORP/Temp/Conductivity
$100/day
Meter— Dosimeter
$45/day
Meter— Ferrous Iron
$5/day
Design with community in mind
STANTEC 2013 RATE SCHEDULE
ENVIRONMENTAL PRACTICE AREA
STANTEC 2013 SCHEDULE OF HOURLY RATES AND DISBURSEMENTS
(Page 3 of 3)
Standard Field Equipment (continued):
Stantec
Standard Field Equipment
Meter — Flow
Rate
$30/day
Meter — H2S Detector
$80/day
Meter— LEL/02
$80/day
Meter — Magnehelic (Gauge)
$35/day
Meter— Magnetometer
$50/day
Meter— Manometer
$25/day
Meter— Measuring Wheel
$10/day
Meter — Metal Detector
$45/day
Meter — Multimeter
$110/day
Meter — 02/CO2
$110/day
Meter — ORP
$25/day
Meter — Other
quote/day
Meter — Ozone
$25/day
Meter — pH/Temp/Conductivity
$25/day
Meter — Turbidity
$70/day
Meter— Dust Monitor
$120/day
Meter — Velocity
$25/day
Meter— Water Level Indicator
$30/day
Photoionization Detector (PID)
$110/day
Pressure Washer
$25/day
Pump — Air Sampling
$45/day
Pump — Centrifugal
$50/day
Pump — Groundwater Sampling
$110/day
Pump — Peristaltic
$50/day
Pump - Trash
$35/day
Pump — Well Sampling
$25/day
Pump — Well Sampling/Purge
$45/day
Reproduction — 11x17 Color PIot/Print/Copy
$2/copy
Reproduction — 24x36 Color Plot/Print
$10/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 Ring/Sleeve
$10/each
Survey Equipment — GPS
$150/day
Survey Equipment — Laser Plane Level & Receiver
$200/day
Transducer
$30/each
Tedlar Bag
$15/each
Design with community in mind
1. AA#
2. JV#
CITY OF LODI
APPROPRIATION ADJUSTMENT REQUEST
TO:
Internal Services Dept. - Budget Division
5/9/2016
3. FROM:
Rebecca Areida-Yadav 15. DATE:
4. DEPARTMENT/DIVISION: Public Works
593
6. REQUEST ADJUSTMENT OF APPROPRIATION AS LISTED BELOW
FUND #
BUS. UNIT #
ACCOUNT #
ACCOUNT TITLE
AMOUNT
A.
SOURCE OF
FINANCING
593
32205
Fund Balance
$ 20.495 00
B.
USE OF
FINANCING
r
593
59399000
77020
Capital Projects
$ 20,495.00
7. REQUEST IS MADE TO FUND THE FOLLOWING PROJECT NOT INCLUDED IN THE CURRENT BUDGET
Please provide a description of the project, the total cost of the project, as well as justification for the
requested adjustment. If you need more space, use an additional sheet and attach to this form.
.Amendment 4 with Stantec Consulting for sampling, reporting and on-call out of scope services.
If Council has authorized the appropriation adjustment, complete the following:
Meeting Date:
Department Head Signature:
Res No:
Attach copy of resolution to this form.
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. 2016-84
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING
THE CITY MANAGER TO EXECUTE AMENDMENT NO. 4 TO THE
PROFESSIONAL SERVICES AGREEMENT WITH STANTEC
CONSULTING SERVICES, INC., OF RANCHO CORDOVA, FOR
SAMPLING, REPORTING, AND ON-CALL OUT -OF -SCOPE
SERVICES AND FURTHER APPROPRIATING FUNDS
WHEREAS, on April 17, 2013, City Council approved a Professional Services
Agreement with Stantec Consulting Services, Inc., to provide groundwater monitoring and
monitoring well maintenance services for the Central, Western, and Southern plumes. On
August 7, 2013, City Council approved Amendment No. 1; on August 20, 2014, Amendment
No. 2; and on June 17, 2015, Amendment No. 3; and
WHEREAS, Stantec has been providing related services to the City for the past seven
years with excellent results; and
WHEREAS, the scope of services for Amendment No. 4 extends into the third year of
the Professional Services Agreement and includes monitoring and sampling of five additional
wells associated with the Northern Plume, in addition to other City -requested out -of -scope
services; and
WHEREAS, staff recommends approving Amendment No. 4 to the Stantec Professional
Services Agreement to provide these services on a time -and -materials basis for an amount not
to exceed $20,495.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to execute Amendment No. 4 to the Professional Services
Agreement with Stantec Consulting Services, Inc., of Rancho Cordova, California, for sampling,
reporting, and on-call out -of -scope services, at a total cost not to exceed $20,495; and
BE IT FURTHER RESOLVED that funds in the amount of $20,495 be appropriated from
PCE/TCE Cleanup Funds.
Dated: June 1, 2016
I hereby certify that Resolution No. 2016-84 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held June 1, 2016, by the following vote:
AYES: COUNCIL MEMBERS — Johnson, Kuehne, Mounce, and Nakanishi
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — Mayor Chandler
ABSTAIN: COUNCIL MEMBERS — None
ONNIFE FERRAIOLO
City Clerk
2016-84