Loading...
HomeMy WebLinkAboutAgenda Report - August 15, 2018 C-05TM CITY OF LODI COUNCIL COMMUNICATION AGENDA ITEM C-5 AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Professional Services Agreement with Civil Hydro Tech, LLC, of Sunnyvale, for Ground Water Sampling, Reporting, and On -Call, Out -of -Scope Services ($55,775), and Appropriating Funds ($55,775) MEETING DATE: August 15, 2018 PREPARED BY: Public Works Director RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute Professional Services Agreement with Civil Hydro Tech, LLC, of Sunnyvale, for groundwater sampling, reporting, and on-call, out -of -scope services, in the amount of $55,775, and appropriating funds in the amount of $55,775. BACKGROUND INFORMATION: Five groundwater contaminant plumes have been identified within the City of Lodi. One of these plumes, considered the Central Plume Source Area (CPSA), began operating a Groundwater Extraction and Soil Vapor Extraction (SVE) System in April 2011. That system, along with a variety of cleanup facilities since 2003, has removed over 17,500 pounds of PCE. The City, along with Varinder Oberoi, Principal Hydrologist, formally with West Yost Associates, Inc. (WYA), has been working closely on cleanup activities with the Central Valley Regional Water Quality Control Board (CVRWQCB). Mr. Oberoi, now with Civil Hydro Tech, LLC, has helped the City develop a work plan and protocol for attaining system closure for the CPSA. The remaining plumes (Northern, Southern, and South Central/Western Plumes) are currently part of the ongoing monitoring and sampling program administered by CVRWQCB. While at WYA, on the behalf of the City of Lodi, Mr. Oberoi recommended monitoring and reporting changes and submitted a letter to the CVRWQCB, dated November 13, 2017. The City received a revised Monitoring and Reporting order, incorporating the recommendations on January 11, 2018. As a result, new monitoring requirements have been reduced by nearly 50 percent, resulting in an annual savings of approximately $42,000. Civil Hydro Tech, LLC, recently founded by Varinder Oberoi, PE, is an environmental consulting firm which specializes in groundwater remediation. Mr. Oberoi has assisted with the City's plume management since 2007, created the City's groundwater contaminant and transport model, and was the Principal Hydrologist with WYA, responsible for preparing the revised monitoring and reporting recommendations recently submitted and approved by CRVWQCB, as noted above. The scope of work for this Professional Services Agreement reflects the reduced monitoring requirements and will consist of groundwater sampling, preparing required reports for submittal to CVRWQCB, and on-call, out - of -scope, environmental consulting services for Citywide plume management. Staff recommends authorizing City Manager to execute Professional Services Agreement with Civil Hydro Tech, LLC, of Sunnyvale, for groundwater sampling, reporting, and on-call, out -of -scope services, in the amount of $55,775. Staff also recommends appropriating funds, in the amount of $55,775. APPROVED: at! -Stephen Schw 6 suer, City Manager R:\GROUP\ADMIN\Council\2018\08152018\Civil Hydro Tech\CC_CivilHydro_AR_NL doc 8/2/2018 Adopt Resolution Authorizing City Manager to Execute Professional Services Agreement with Civil Hydro Tech, LLC, of Sunnyvale, for Ground Water Sampling, Reporting, and On -Call, Out -of -Scope Services ($55,775), and Appropriating Funds ($55,775) August 15, 2018 Page 2 FISCAL IMPACT: Revising the monitoring and sampling plan to reflect a semi-annual versus quarterly sampling schedule is expected to save approximately $43,000 per year. This work does not impact the General Fund. FUNDING AVAILABLE: Appropriation Request: Central Plume Fund 590 (59099000.77020): $34,023 Western Plume Fund 594 (59499000.77020): $6,693 Southern Plume Fund 591 (59199000.77020): $11,155 Northern Plume Fund 593 (59399000.77020). $3,904 TOTAL: $55,775 )(4. - Andrew Keys 1 Deputy City Manager/Internal Services Director Charles E. Swimley, Jr. Public Works Director Prepared by Andrew Richie, Utilities Superintendent CES/AR/trb Attachment R:\GROUP\ADMIN\Council\2018\08152018\Civil Hydro Tech\CC_CivilHydro_AR_NL.doc 8/2/2018 AGREEMENT FOR PROFESSIONAL SERVICES ARTICLE 1 PARTIES AND PURPOSE Section 1.1 Parties THIS AGREEMENT is entered into on , 2018, by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and CIVIL HYDRO TECH, LLC., a California limited liability company (hereinafter "CONTRACTOR"). Section 1.2 Purpose CITY selected the CONTRACTOR to provide the services required in accordance with attached Scope of Services, Exhibit A, attached and incorporated by this reference. CITY wishes to enter into an agreement with CONTRACTOR for Central, Western, Southern, and Nothern plumes groundwater monitoring and reporting services (hereinafter "Project") as set forth in the Scope of Services attached here as Exhibit A. CONTRACTOR acknowledges that it is qualified to provide such services to CITY. ARTICLE 2 SCOPE OF SERVICES Section 2.1 Scope of Services CONTRACTOR, for the benefit and at the direction of CITY, shall perform the Scope of Services as set forth in Exhibit A. Section 2.2 Time For Commencement and Completion of Work CONTRACTOR shall commence work pursuant to this Agreement, upon receipt of a written notice to proceed from CITY or on the date set forth in Section 2.6, whichever occurs first, and shall perform all services diligently and complete work under this Agreement based on a mutually agreed upon timeline or as otherwise designated in the Scope of Services. CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other work products as may be designated in the Scope of Services. CONTRACTOR shall not be responsible for delays caused by the failure of CITY staff to provide required data or review documents within the appropriate time frames. The review time by CITY and any other agencies involved in the project shall not be 1 counted against CONTRACTOR's contract performance period. Also, any delays due to weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall remain in contact with reviewing agencies and make all efforts to review and return all comments. Section 2.3 Meetings CONTRACTOR shall attend meetings as may be set forth in the Scope of Services. Section 2.4 Staffing CONTRACTOR acknowledges that CITY has relied on CONTRACTOR's capabilities and on the qualifications of CONTRACTOR's principals and staff as identified in its proposal to CITY. The Scope of Services shall be performed by CONTRACTOR, unless agreed to otherwise by CITY in writing. CITY shall be notified by CONTRACTOR of any change of Project Manager and CITY is granted the right of approval of all original, additional and replacement personnel at CITY's sole discretion and shall be notified by CONTRACTOR of any changes of CONTRACTOR's project staff prior to any change. CONTRACTOR represents it is prepared to and can perform all services within the Scope of Services (Exhibit A) and is prepared to and can perform all services specified therein. CONTRACTOR represents that it has, or will have at the time this Agreement is executed, all licenses, permits, qualifications, insurance and approvals of whatsoever nature are legally required for CONTRACTOR to practice its profession, and that CONTRACTOR shall, at its own cost and expense, keep in effect during the life of this Agreement all such licenses, permits, qualifications, insurance and approvals, and shall indemnify, defend and hold harmless CITY against any costs associated with such licenses, permits, qualifications, insurance and approvals which may be imposed against CITY under this Agreement. Section 2.5 Subcontracts Unless prior written approval of CITY is obtained, CONTRACTOR shall not enter into any subcontract with any other party for purposes of providing any work or services covered by this Agreement. Section 2.6 Term The term of this Agreement commences on September 1, 2018 and terminates upon the completion of the Scope of Services or on August 31, 2019, whichever occurs first. 2 ARTICLE 3 COMPENSATION Section 3.1 Compensation CONTRACTOR's compensation for all work under this Agreement shall conform to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by this reference. CONTRACTOR shall not undertake any work beyond the scope of this Agreement unless such additional work is approved in advance and in writing by CITY. Section 3.2 Method of Payment CONTRACTOR shall submit invoices for completed work on a monthly basis, or as otherwise agreed, providing, without limitation, details as to amount of hours, individual performing said work, hourly rate, and indicating to what aspect of the Scope of Services said work is attributable. CONTRACTOR's compensation for all work under this Agreement shall not exceed the amount of the Fee Proposal. Section 3.3 Costs The Fee Proposal shall include all reimbursable costs required for the performance of the Scope of Services. Payment of additional reimbursable costs considered to be over and above those inherent in the original Scope of Services shall be approved in advanced and in writing, by CITY. Section 3.4 Auditing CITY reserves the right to periodically audit all charges made by CONTRACTOR to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to furnish CITY, or a designated representative, with necessary information and assistance needed to conduct such an audit. CONTRACTOR agrees that CITY or its delegate will have the right to review, obtain and copy all records pertaining to performance of this Agreement. CONTRACTOR agrees to provide CITY or its delegate with any relevant information requested and shall permit CITY or its delegate access to its premises, upon reasonable notice, during normal business hours for the purpose of interviewing employees and inspecting and copying such books, records, accounts, and other material that may be relevant to a matter under investigation for the purpose of determining compliance with this requirement. CONTRACTOR further agrees to maintain such records for a period of three (3) years after final payment under this Agreement. 3 ARTICLE 4 MISCELLANEOUS PROVISIONS Section 4.1 Nondiscrimination In performing services under this Agreement, CONTRACTOR shall not discriminate in the employment of its employees or in the engagement of any sub CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital status, national origin, ancestry, age, or any other criteria prohibited by law. Section 4.2 ADA Compliance In performing services under this Agreement, CONTRACTOR shall comply with the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well as all applicable regulations and guidelines issued pursuant to the ADA. Section 4.3 Indemnification and Responsibility for Damage CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold harmless CITY, its elected and appointed officials, directors, officers, employees and volunteers from and against any claims, damages, losses, and expenses (including reasonable attorney's fees and costs), arising out of performance of the services to be performed under this Agreement, provided that any such claim, damage, loss, or expense is caused by the negligent acts, errors or omissions of CONTRACTOR, any subcontractor employed directly by CONTRACTOR, anyone directly or indirectly employed by any of them, or anyone for whose acts they may be liable, except those injuries or damages arising out of the active negligence, sole negligence, or sole willful misconduct of the City of Lodi, its elected and appointed officials, directors, officers, employees and volunteers. CITY may, at its election, conduct the defense or participate in the defense of any claim related in any way to this indemnification. If CITY chooses at its own election to conduct its own defense, participate in its own defense, or obtain independent legal counsel in defense of any claim related to this indemnification, CONTRACTOR shall pay all of the costs related thereto, including without limitation reasonable attorney fees and costs. The defense and indemnification obligations required by this Agreement are undertaken in addition to, and shall not in any way be limited by the insurance obligations set forth herein. Section 4.4 No Personal Liability Neither the City Council, nor any other officer or authorized assistant or agent or City employee shall be personally responsible for any liability arising under this Agreement. 4 Section 4.5 Responsibility of CITY CITY shall not be held responsible for the care or protection of any material or parts of the work described in the Scope of Services prior to final acceptance by CITY, except as expressly provided herein. Section 4.6 Insurance Requirements for CONTRACTOR CONTRACTOR shall take out and maintain during the life of this Agreement, insurance coverage as set forth in Exhibit C attached hereto and incorporated by this reference. Section 4.7 Successors and Assigns CITY and CONTRACTOR each bind themselves, their partners, successors, assigns, and legal representatives to this Agreement without the written consent of the others. CONTRACTOR shall not assign or transfer any interest in this Agreement without the prior written consent of CITY. Consent to any such transfer shall be at the sole discretion of CITY. Section 4.8 Notices Any notice required to be given by the terms of this Agreement shall be in writing signed by an authorized representative of the sender and shall be deemed to have been given when the same is personally served or upon receipt by express or overnight delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class or certified mail, postage prepaid, addressed to the respective parties as follows: To CITY: City of Lodi 221 West Pine Street P.O. Box 3006 Lodi, CA 95241-1910 Attn: Andrew Richle To CONTRACTOR: Civil Hydro Tech, LLC. 581 Montego Terrace Sunnyvale, CA 94089 Attn: Varinder Oberoi Section 4.9 Cooperation of CITY CITY shall cooperate fully and in a timely manner in providing relevant information it has at its disposal relevant to the Scope of Services. Section 4.10 CONTRACTOR is Not an Employee of CITY CONTRACTOR agrees that in undertaking the duties to be performed under this Agreement, it shall act as an independent contractor for and on behalf of CITY and not an employee of CITY. CITY shall not direct the work and means for accomplishment of 5 the services and work to be performed hereunder. CITY, however, retains the right to require that work performed by CONTRACTOR meet specific standards without regard to the manner and means of accomplishment thereof. Section 4.11 Termination CITY may terminate this Agreement, with or without cause, by giving CONTRACTOR at least ten (10) days written notice. Where phases are anticipated within the Scope of Services, at which an intermediate decision is required concerning whether to proceed further, CITY may terminate at the conclusion of any such phase. Upon termination, CONTRACTOR shall be entitled to payment as set forth in the attached Exhibit B to the extent that the work has been performed. Upon termination, CONTRACTOR shall immediately suspend all work on the Project and deliver any documents or work in progress to CITY. However, CITY shall assume no liability for costs, expenses or lost profits resulting from services not completed or for contracts entered into by CONTRACTOR with third parties in reliance upon this Agreement. Section 4.12 Confidentiality CONTRACTOR agrees to maintain confidentiality of all work and work products produced under this Agreement, except to the extent otherwise required by law or permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents owned by CONTRACTOR and clearly marked by CONTRACTOR as "Confidential" or "Proprietary", except to the extent otherwise required by law or permitted in writing by CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California Public Records Act. Section 4.13 Applicable Law, Jurisdiction, Severability, and Attorney's Fees This Agreement shall be governed by the laws of the State of California. Jurisdiction of litigation arising from this Agreement shall be venued with the San Joaquin County Superior Court. If any part of this Agreement is found to conflict with applicable laws, such part shall be inoperative, null, and void insofar as it is in conflict with said laws, but the remainder of this Agreement shall be in force and effect. In the event any dispute between the parties arises under or regarding this Agreement, the prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's fees from the party who does not prevail as determined by the San Joaquin County Superior Court. 6 Section 4.14 City Business License Requirement CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020 requires CONTRACTOR to have a city business license and CONTRACTOR agrees to secure such license and pay the appropriate fees prior to performing any work hereunder. Section 4.15 Captions The captions of the sections and subsections of this Agreement are for convenience only and shall not be deemed to be relevant in resolving any question or interpretation or intent hereunder. Section 4.16 Integration and Modification This Agreement represents the entire understanding of CITY and CONTRACTOR as to those matters contained herein. No prior oral or written understanding shall be of any force or effect with respect to those matters covered hereunder. This Agreement may not be modified or altered except in writing, signed by both parties. Section 4.17 Contract Terms Prevail All exhibits and this Agreement are intended to be construed as a single document. Should any inconsistency occur between the specific terms of this Agreement and the attached exhibits, the terms of this Agreement shall prevail. Section 4.18 Severability The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. Section 4.19 Ownership of Documents All documents, photographs, reports, analyses, audits, computer media, or other material documents or data, and working papers, whether or not in final form, which have been obtained or prepared under this Agreement, shall be deemed the property of CITY. Upon CITY's request, CONTRACTOR shall allow CITY to inspect all such documents during CONTRACTOR's regular business hours. Upon termination or completion of services under this Agreement, all information collected, work product and documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days. CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any liability resulting from CITY's use of such documents for any purpose other than the purpose for which they were intended. 7 Section 4.20 Authority The undersigned hereby represent and warrant that they are authorized by the parties to execute this Agreement. Section 4.21 Federal Transit Funding Conditions ❑ If the box at left is checked, the Federal Transit Funding conditions attached as Exhibit D apply to this Agreement. In the event of a conflict between the terms of this Agreement or any of its other exhibits, and the Federal Transit Funding Conditions, the Federal Transit Funding Conditions will control. IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Agreement as of the date first above written. ATTEST: CITY OF LODI, a municipal corporation JENNIFER M. FERRAIOLO STEPHEN SCHWABAUER City Clerk City Manager APPROVED AS TO FORM: CIVIL HYDRO TECH, LLC., a California limited JANICE D. MAGDICH, City Attorney liability company By: By: Name: VARINDER OBEROI Title: Principal Hydrologist Attachments: Exhibit A — Scope of Services Exhibit B — Fee Proposal Exhibit C — Insurance Requirements Exhibit D — Federal Transit Funding Conditions (if applicable) Funding Source: 59099000.77020, 59399000.77020, 59499000.77020, 59199000.77020 (Business Unit & Account No.) Doc ID:R:\GROUP\ADMIN\Council\2018\08152018\Civil Hydro Tech\PSA CA:Rev.01.2015 8 CIVIL 1-1YDDC TECF-I Gr viz/ Erwiroo•#Kes,.fa,L/ Wa/er Resource - July 20, 2018 Mr. Charlie Swimley Public Works Director City of Lodi 221 West Pine Street Lodi CA 95240 Exhibit A/B SENT VIA: EMAIL SUBJECT: Proposal for Central, Western, Southern, and Northern Plumes Groundwater Monitoring and Reporting Services Lodi, California. Dear Mr. Swimley: Per your request, Civil Hydro Tech, LLC (CHT) has prepared the following proposed scope of work and estimated costs for performing Groundwater Monitoring and Reporting Services (Project) for the City of Lodi (Lodi) Central, Western, Southern, and Northern Plumes (Lodi Plumes). Monitoring and sampling activities will be conducted at Central, Western, Southern, and Northern Plumes Plume wells in accordance with the revised Monitoring and Reporting Order No. R5-2018-0800 (Order), issued by the Central Valley Regional Water Quality Control Board (Water Board) on January 11, 2018. This Order replaces the requirements of Order No. R5-2008-0813 that was issued on April 17, 2008, and incorporates all the recommended monitoring and reporting changes presented by West Yost Associates on behalf of the City of Lodi in a letter dated November 13, 2017. As per the revised Order, the Water Board has reduced the monitoring and sampling frequency of the Lodi Plumes monitoring wells from quarterly to semi-annual during the 1st and 3rd quarters. The Water Board has similarly reduced the reporting, with a semi-annual report due after the 1st quarter event and an annual report due after the 3rd quarter event. SCOPE OF SERVICES The scope of services (SOS) only includes the costs and services associated for performing semi- annual monitoring and sampling services of the Lodi Plume monitoring wells for the third quarter of 2018 and the first quarter of 2019. Costs for performing monitoring, sampling, and reporting services for additional years have not been included as it is CHTs' assumption that the number of monitoring wells sampled will be reduced significantly in 2019 following completion of the ongoing soil and groundwater remedial activities for the Lodi Central Plume source and mid -plume areas. CHT proposes to perform the following tasks for Project: • Task 1: Monitoring, Sampling, and Analysis • Task 2: Data Analysis and Reporting • Task 3: Project Management • Task 4: Out of Scope Services 581 MONTEGO TERRACE, SUNNYVALE, CA 94089 TEL: 415-424-3009 Proposal for Groundwater Monitoring & reporting Services Lodi Central, Western, Southern, and Northern Plumes July 20, 2018 Page 2 TASK 1 MONITORING, SAMPLING, AND ANALYSIS Prior to commencement of field work, the current site-specific Health and Safety Plan (HASP) will be reviewed and updated 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 (CaI-OSHA) guidelines ( CCR Title 8, Section 5192 ). All CHT field staff and any potential subcontractors will review and sign the HASP before beginning field operations at the site. As stated previously, monitoring and sampling activities will be conducted at the Lodi Plumes monitoring wells in accordance with the revised Order No. R5-2018-0800. As in previous sampling events, Passive Diffusion Bag (PDB) samplers will be used in all monitoring wells; hence, typical indicator parameters (pH, electrical conductivity, and temperature) that are normally collected during well purging, will not be collected as they are not applicable. Depth - to -Groundwater (DTW) will be measured quarterly to the nearest 0.01 foot in all accessible wells and recorded on CHT's Groundwater Gauging Form and Groundwater Sampling Form for PDBs. Of the seventy seven (77) wells in the program, five (5) wells - MW -13, MW -16, MW -18, MW -16C, and MW -18C - will be monitored for DTW measurements only. Groundwater sampling activities will be performed at seventy two (72) wells annually (third quarter of 2018), and fifty two (52) wells semi-annually (first quarter of 2019), per the schedule presented on the Table shown in the next page. The Table indicates the respective number of samples collected during the semiannual and annual sampling events. Based on the manufacturer's recommendation, the PDB samplers will be deployed at depths within the screened intervals a minimum of two weeks prior to sample retrieval so as to provide adequate time to equilibrate. For our sampling event, the PDBs to be collected in a given sampling event will be deployed during the previous monitoring and sampling event. Special care will be taken to avoid potential cross -contamination of the PDB, hanger assembly, and suspension cable during deployment, including ensuring that all sample deployment cables are straight, and the PDB does not lodge in the casing prior to reaching the required depth. The PDB samplers will be procured pre -filled with de -ionized water from the manufacturer, or from the contracted laboratory at their facility, prior to deployment in the wells. The PDB samplers will be obtained from either Eon Products inc. or Colombia Analytical Services, which are the two main suppliers of PDB samplers and suspension equipment. The PDB sample for a given well will be retrieved from the well and immediately dispensed into three laboratory prepared 40 -milliliter volatile organic analysis (VOA) sample containers that have already been assigned pre -completed sample labels. Following sampling completion, the samples will be immediately placed in an iced -cooler for delivery under appropriate chain -of - custody protocol to a California -certified analytical laboratory. All relevant sample collection information, including sample collection time and date, sample depth, groundwater depth, depth to well bottom, sampling technician's name, and duplicate samples, if any, will be recorded by CHT on its Groundwater Sampling Form. DTW measurements for each monitoring well will be performed prior to PDB retrieval and depth to well bottom measurements will be recorded following PDB retrieval. CHT assumes that any needed access agreements' are in place with the owners of the property where the monitoring wells of the Lodi Plumes are located. 581 MONTEGO TERRACE, SUNNYVALE, CA 94089 TEL: 415-424-3009 Proposal for Groundwater Monitoring & reporting Services Lodi Central, Western, Southern, and Northern Plumes July 20, 2018 Page 3 MONITORING & SAMPLING FREQUENCY 1 Semi -Annual 2 Annual 3 Groundwater Zone Central Plume Wells G-04, G-05, G-06, G-08, G-11, G-12, G-13, G -14A, G -15A, G -16A, G -17A, G -18A, G -19A, G -24A, MW -09, MW -12, MW13*, MW -18*, MW -21A, PCP -04 G-10, MW -08, MW -15, MW -17, MW -24A Shallow < 75 feet G -16B, G -24B, G -25A, MW -21B, MW -22B, MW -23B, MW -25B G -14B, MW 24B, MW -24C Intermediate 75 < 125 feet G -25B, MW -21C, MW -22C, MW -23C G -14C, G -18B Deep 125 < 150 feet G -16C, G -18C*, MW -27D G -25C, MW -25C, MW -26D Deeper> 150 feet 34 13 # of Wells Western Plume Wells MW -11, MW -16* ** Shallow < 75 feet WMW-1A ** Deep 125 < 150 feet WMW-1B, WMW-1C, WMW-2A, WMW-2B, WMW-2C, WMW-2D ** Deeper > 150 feet 9 0 # of Wells Southern Plume Wells OS -2U, SA -03, SA -06, SA -07, SA -09, SA -10 MW -19, SA O1, SA -02, SA -04, SA -05, SA -08 Shallow <75 feet OS -2L, , SMW-1A OS -1 Intermediate 75<125feet SMW-1B ** Deeper> 150 feet 9 7 _ # of Wells Northern Plume Wells MW -2, MW -5 ** Shallow < 75 feet NMW-IA, NMW-1B, NMW-1C ** Deeper> 150 feet 5 0 # of Wells MEMIP11.111111111.11111 21) 'total 1.1 e1ls `sampled NOTES - March) and third (July - September) quarters. of each year. monitored for Depth to Groundwater only. All shall be monitored semi-annually for Depth to Groundwater 2 Wells shall be sampled semi-annually during the first (January 3 Wells shall be sampled annually during the third quarter * MW -13, MW -16, MW -18, MW -16C, and MW -18C are ** Semi-annual sampling requirements for wells 581 MONTEGO TERRACE, SUNNYVALE, CA 94089 TEL: 415-424-3009 Proposal for Groundwater Monitoring & reporting Services Lodi Central, Western, Southern, and Northern Plumes July 20, 2018 Page 4 TASK 2 DATA ANALYSIS, REPORTING, AND GEOTRACKER COMPLIANCE Following completion of the analytical program in accordance with the Project, each sample will be analyzed by a California -certified analytical laboratory using U.S. Environmental Protection Agency (EPA) sample preparation Method 5030B and EPA analytical Method 8260B. For consistency with previous analytical program, in addition to the 8260B full -spectrum scan, methyl tertiary butyl ether (MTBE), carbon disulfide, and acetone will also be reported. For quality assurance and quality control (QA/QC) purposes, CHT will analyze ten percent of the total number of samples retrieved as QA/QC duplicate samples and one trip blank per cooler. In addition to Level II QA/QC procedures used by the analytical laboratory, the relative percent difference (RPD) between the primary and duplicate samples will be calculated and documented in the monitoring reports. Semi-annual data analysis, reporting, and GeoTracker submittal will be performed for one year. CHT will maintain the City's EQuIS chemical database containing historical analytical data for the Lodi Plume wells. For each semi-annual period, the analytical laboratory will provide a GeoTracker compatible Electronic Data Deliverable (EDD) for uploading to GeoTracker and an EQuIS compatible EDD for addition to the project database. CHT will ensure that the EDDs will be processed through a rigorous set of electronic quality checks and procedures before being imported into the database. To ensure the data integrity of all the samples, CHT will randomly check ten percent (10%) of all the monitoring samples for completeness and accuracy against the laboratory PDF and field notes during the reporting stage, and another ten percent (10%) during the peer -review stage. Following the generation and QA/QC of the required tables and figures, CHT will evaluate the data and prepare a monitoring report as per the requirements of the Order. As per the Order the semi-annual report will include the following minimum information: a. A description and discussion of the groundwater sampling event and results, including trends in the concentrations of pollutants and groundwater elevations in the wells, how and when samples were collected, and whether the pollutant plume(s) is delineated. b. Groundwater contour maps for alt groundwater zones, if applicable. c. lsocontour pollutant concentration maps for all groundwater zones and all major constituents of concern, if applicable. d. A table showing well construction details such as well number, groundwater zone being monitored, coordinates (longitude and latitude), ground surface elevation, reference elevation, elevation of screen, elevation of bentonite, elevation of filter pack, and elevation of well bottom. e. Cumulative data tables for all major constituents of concern containing the water quality analytical results and depth to groundwater for all monitoring wells. f. Copies of the laboratory analytical data report. g. The status of any ongoing remediation, including cumulative information on the mass of pollutant removed from the subsurface, system operating time, the effectiveness of the remediation system, and any field notes pertaining to the operation and maintenance of the system. 581 MONTEGO TERRACE, SUNNYVALE, CA 94089 TEL: 415-424-3009 Proposal for Groundwater Monitoring & reporting Services Lodi Central, Western, Southern, and Northern Plumes July 20, 2018 Page 5 h. If applicable, the reasons for and duration of all interruptions in the operation of any remediation system, and actions planned or taken to correct and prevent interruptions. The Annual Report will contain an evaluation of the effectiveness and progress of the investigation and remediation, the information listed above for the semi-annual report, and the following minimum information: a. Both tabular and graphical summaries of all data obtained during 2018 b. Groundwater contour maps and pollutant concentration maps containing all data obtained during the previous year. c. Cumulative data tables for all major constituents of concern containing the water quality analytical results and depth to groundwater for all monitoring wells. d. A discussion of the long-term trends in the concentrations of the pollutants in the groundwater monitoring wells. e. An analysis of whether the pollutant plume is being captured by an extraction system or is continuing to spread. f. A description of all remedial activities conducted during the year, an analysis of their effectiveness in removing the pollutants, and plans to improve remediation system effectiveness. g. An identification of any data gaps and potential deficiencies/redundancies in the monitoring system or reporting program. h. If applicable, a proposal and rationale for any revisions to the groundwater sampling plan frequency and/or list of analytes. i. The results of any monitoring done more frequently than required at the locations specified in the Order also shall be reported to the Water Board. As the Order also requires summaries of the remedial system performance in the monitoring reports, CHT will work with the City's current remedial consultant that operates the Lodi Central Plume (LCP) source -area soil vapor extraction (SVE) system and the recently installed Church / Tokay groundwater extraction and treatment (GWET) system to provide the required remedial summary in the monitoring reports. In compliance with the requirements of the California Code of Regulations, Title 23, Division 3, Chapter 30, the monitoring reports (and EDD's of analytical data) will be submitted electronically by CHT to the Water Board GeoTracker database system. The 2018 Annual Report will be submitted electronically to the Geo Tracker database system by November 1, 2018, and the 2019 Semi -Annual Report will be submitted on May 1, 2019. The reports will be completed in accordance with the Order and submitted to the City in draft form for review two weeks prior to the above submittal dates. Revised reports incorporating mutually agreeable comments will be submitted to the Water Board within one week of receiving City comments and by the above prescribed submittal dates. 581 MONTEGO TERRACE, SUNNYVALE, CA 94089 TEL: 415-424-3009 Proposal for Groundwater Monitoring & reporting Services Lodi Central, Western, Southern, and Northern Plumes July 20, 2018 Page 6 TASK 3 PROJECT MANAGEMENT AND CLIENT CONSULTATION Under this Task, CHT will perform project management activities that will include, but not limited to, budget tracking, invoicing, payment for analytical laboratory services, and communication with the Client as well as the Water Board. Our services also include attending a kickoff meeting and transferring all the relevant data files (tables and figures) from the previous Consultant. All field activities, including PDB deployment, depth to water measurements, and PDB sample retrieval will be properly scheduled in advance with the appropriate City personnel. Additionally, CHT will coordinate 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 that are sampled by the City's Water Division. TASK 4 OUT OF SCOPE SERVICES In addition to the above stated Tasks, necessary out -of -scope work would include but is not limited to the following: • Ongoing well maintenance and repairs, such as well cap and well -box replacements as needed on the current Central, Western, Southern, and Northern Plumes monitoring well network of 77 monitoring wells. • Procurement of required permits and coordination of inspections with San Joaquin County, if necessary, to complete the out -of -scope work. • Ongoing evaluation, procurement. and replacement of PDB suspension tethers, as needed, to insure sample integrity and correct deployment depths. • Additional unanticipated out -of -scope work as requested by the City. FEE ESTIMATE CHT will perform the above stated scope of services on a time -and -expenses basis to not exceed our estimated fee of $47,775 without your prior written authorization. Additionally, CHT has also provided a time and materials budget estimate of $8,000 for potential out -of -scope work that may be required as part of the Project or as requested by the City. The out -of scope work will be completed in accordance with the terms and conditions of our Agreement for Consulting Services. CHT billing rates shown in the attached Estimated Budget table will be in effect for the duration of this Project. Equipment owned by CHT will be charged at the rates provided in the attached table. All equipment rentals (if necessary) and subcontractor/ sub -consultant fees (including laboratory costs) will be charged at cost +10% markup. Additionally, CHT will provide cost estimates in advance of performing out -of -scope services, if necessary, during the course of the Project 581 MONTEGO TERRACE, SUNNYVALE, CA 94089 TEL: 415-424-3009 Proposal for Groundwater Monitoring & reporting Services Lodi Central, Western, Southern, and Northern Plumes July 20, 2018 Page 7 SCHEDULE Work will commence in September 2018 upon receipt of your written authorization. We look forward to assisting you on this project. Please do not hesitate to contact Varinder Oberoi at (415) 424-3009 with any questions regarding this proposal. Sincerely, Civil Hydro Tech, LLC • Varinder Oberoi, PE (RCE #C69037) Principal Hydrologist Charlie Swimley Janice D. Magdich Director - Public Works department City Attorney Jennifer Ferraiolo Date City Clerk 581 MONTEGO TERRACE, SUNNYVALE, CA 94089 TEL: 415-424-3009 CATEGORY grin :ipal Hydrologist (QA/QC) - Licensed Professional Senor Hydrologist / Project Manager - Licensed Professional Staff Hydrologist GIS I AUTOCAD / Staff AdMinistrator / Staff Total Labor r IPMENT Fie Vehicle Water Level Meter Level D Equipment Total Equipment SUR -CONTRACTOR Analsytical Laboratory (82608) PDB Sampler To11Sub-Contractor Markup 5 1O% Total Sub -Contractor TOTAL COSTS UNITS RATE hour hour hour hour hour day day day each each $175 $150 $100 $100 $75 $100 $25 $50 $75 $30 ESTIMATED BUDGET City of Lodi Central, Western, Southern, and Northern Plumes Groundwater Monitoring, Sampling, & Reporting Services TASK 1 - MONITORING, SAMPLING, & ANALYSIS TASK 2 - DATA ANALYSIS & REPORTING Annual (2018) Semi-Annual(2019) Annual (2018) TASK 3 - PROJECT MANAGEMENT TASK 4 - OUT OF SCOPE Semi-Annual(2019) TOTAL COST Units 0 8 50 0 0 5 5 79 79 Cost Units $0 $1,200 $5,000 $0 $0 66 200 $500 $125 $250 5875 $5,925 $2,370 $8,295 $830 $9,125 0 8 40 0 0 4 4 4 63 63 Cost $0 $1,200 $4,000 $0 $0 $5,200 $400 $100 $200 $700 _ $4,725 $1,890 $6,615 $660 67,275 Units 2 16 24 16 4 a. Q a 0 0 Cost $350 $2,400 $2,400 $1,600 $300 57,050 $0 $0 $0 50 $0 $0 50 Units 2 14 20 12 4 0 0 0 0 0 Cost $350 $2,100 $2,000 $1,200 $300 $5,950 $0 $0 $0 60 $0 $0 60 Units 0 32 0 0 8 0 0 Cost Units $0 $4,800 $0 $0 $600 55,400 $0 $0 $a SO $0 $0 50 0 0 0 0 0 a 0 0 Cost $0 $0 $0 $0 $0 50 $0 $0 $0 60 $0 $0 $29,800 $1,575 50 $16,400 Task 1 $29,375 Task 2 513,000 Task 3 55,400 Task 4 58,000 $55,775 Not to Exceed $55,775 NOTE: The City of Lodi is now using the online insurance program PINS Advantage. Once you have been awarded a contract you will receive an email from the City's online insurance program requesting you to forward the email to your insurance provider(s) to submit the required insurance documentation electronically Insurance Requirements for Most Contracts (Not construction or requiring professional liability) Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder and the results of that work by the Contractor, his agents, representatives, employees or subcontractors. MINIMUM SCOPE AND LIMIT OF INSURANCE Coverage shall be at least as broad as: 1. Commercial General Liability (CGL): Insurance Services Office Form CG 00 01 covering CGL on an "occurrence" basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location (ISO CG 25 03 or 25 04) or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability: ISO Form Number CA 00 01 covering any auto or if Contractor has no owned autos, then hired, and non - owned autos with limit no less than $1,000,000 per accident for bodily injury and property damage. 3. Workers' Compensation: as required by the State of California, with Statutory Limits, and Employers Liability Insurance with limit of no less than $1,000,000 per accident for bodily injury or disease Other Insurance Provisions: (a) Additional Named Insured Status The City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers are to be covered as additional insureds on the CGL and auto policy with respect to liability arising out of work or operations performed by or on behalf of the Contractor including materials, parts, or equipment furnished in connection with such work or operations. General liability coverage can be provided in the form of an endorsement to the Contractor's insurance (at least as broad as ISO Form CG 20 10 11 85 or if not available, through the addition of both CG 20 10, CG 20 26, CG 20 33, or CG 20 38. and CG 20 37 if a later edition is used (b) Primary and Non -Contributory Insurance Endorsement The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or excess insurance. For any claims related to this contract, the Contractors insurance coverage shall be primary coverage at least as broad as ISO CG 20 01 04 13 as respects the Entity, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained by the Entity, its officers, officials, employees, or volunteers shall be excess of the Contractor's insurance and shall not contribute with it. (c) Waiver of Subrogation Contractor hereby grants to City of Lodi a waiver of any right to subrogation which any insurer of said Contractor may acquire against the City of Lodi by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the City of Lodi has received a waiver of subrogation endorsement from the insurer NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) and (c) above: 221 West Pine Street, Lodi, California, 95240; (2) The insurance certificate must state, on its face or as an endorsement, a description of the project that it is insuring. (d) Severability of Interest Clause The term "insured" is used severally and not collectively, but the inclusion herein of more than one insured shall not operate to increase the limit of the company's liability under the Contractors commercial general liability and automobile liability policies. (e) Notice of Cancellation or Change in Coverage Endorsement This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA 95240. Page 1 1 of 2 pages Risk: rev. 3/1/2018 (f) Continuity of Coverage All policies shall be in effect on or before the first day of the Term of this Agreement. At least thirty (30) days prior to the expiration of each insurance policy, Contractor shall furnish a certificate(s) showing that a new or extended policy has been obtained which meets the minimum requirements of this Agreement. Contractor shall provide proof of continuing insurance on at least an annual basis during the Term. If Contractor's insurance lapses or is discontinued for any reason, Contractor shall immediately notify the City and immediately obtain replacement insurance. Contractor agrees and stipulates that any insurance coverage provided to the City of Lodi shall provide for a claims period following termination of coverage which is at least consistent with the claims period or statutes of limitations found in the California Tort Claims Act (California Government Code Section 810 et seq.). (g) Failure to Comply If Contractor fails or refuses to obtain and maintain the required insurance, or fails to provide proof of coverage, the City may obtain the insurance. Contractor shall reimburse the City for premiums paid, with interest on the premium paid by the City at the maximum allowable legal rate then in effect in California. The City shall notify Contractor of such payment of premiums within thirty (30) days of payment stating the amount paid, the name(s) of the insurer(s), and rate of interest. Contractor shall pay such reimbursement and interest on the first (1st) day of the month following the City's notice. Notwithstanding any other provision of this Agreement, if Contractor fails or refuses to obtain or maintain insurance as required by this agreement, or fails to provide proof of insurance, the City may terminate this Agreement upon such breach Upon such termination, Contractor shall immediately cease use of the Site or facilities and commence and diligently pursue the removal of any and all of its personal property from the site or facilities. (h) Verification of Coverage Consultant shall furnish the City with a copy of the policy declaration and endorsement page(s), original certificates and amendatory endorsements or copies of the applicable policy language effecting coverage required by this clause. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Consultant's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements required by these specifications, at any time. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the effective date. (1) Self -Insured Retentions Self-insured retentions must be declared to and approved by the City. The City may require the Consultant to provide proof of ability to pay losses and related investigations, claim administration, and defense expenses within the retention. The policy language shall provide, or be endorsed to provide, that the self-insured retention may be satisfied by either the named insured or City. (j) Insurance Limits The limits of insurance described herein shall not limit the liability of the Contractor and Contractor's officers, employees, agents, representatives or subcontractors. Contractor's obligation to defend, indemnify and hold the City and its officers, officials, employees, agents and volunteers harmless under the provisions of this paragraph is not limited to or restricted by any requirement in the Agreement for Contractor to procure and maintain a policy of insurance. (k) Subcontractors Consultant shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Consultant shall ensure that City is an additional insured on insurance required from subcontractors (I) Qualified Insurer(s) All insurance required by the terms of this Agreement must be provided by insurers licensed to do business in the State of California which are rated at least "A-, VI" by the AM Best Ratings Guide, and which are acceptable to the City. Non -admitted surplus lines carriers may be accepted provided they are included on the most recent list of California eligible surplus lines insurers (LESLI list) and otherwise meet City requirements. Page 2 of 2 pages Risk: rev. 3/1/2018 RESOLUTION NO. 2018-153 A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH CIVIL HYDRO TECH, LLC, OF SUNNYVALE, FOR GROUND WATER SAMPLING, REPORTING, AND ON-CALL, OUT -OF -SCOPE SERVICES; AND FURTHER APPROPRIATING FUNDS WHEREAS, the City, along with Varinder Oberoi, Principal Hydrologist, formerly with West Yost Associates, Inc., has been working closely on cleanup activities with the Central Valley Regional Water Quality Control Board (CVRWQCB); and WHEREAS, new monitoring requirements have been reduced by nearly 50 percent; and WHEREAS, the scope of work for this Professional Services Agreement reflects the reduced monitoring requirements and will consist of groundwater sampling, preparing required reports for submittal to CVRWQCB, and on-call, out -of -scope, environmental consulting services for Citywide plume management; and WHEREAS, staff also recommends authorizing the City Manager to execute a Professional Services Agreement with Civil Hydro Tech, LLC, of Sunnyvale, for groundwater sampling, reporting, and on-call, out -of -scope services, in the amount of $55,775; and WHEREAS, staff also recommends that the City Council appropriate funds in the amount of $34,023 from the fund balance of Central Plume Cleanup Fund (59099000.77020), $3,904 from the fund balance of Northern Plume Cleanup Fund (59399000.77020), $11,155 from the fund balance of Southern Plume Cleanup Fund (59199000.77020), and $6,693 from the fund balance of Western Plume Cleanup Fund (59499000.77020) for Fiscal Year 2018/19. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby authorize the City Manager to execute a Professional Services Agreement with Civil Hydro Tech, LLC, of Sunnyvale, California, for groundwater sampling, reporting, and on-call, out -of -scope services, in the amount of $55,775; and BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize an appropriation for ground water sampling, reporting, and on-call, out -of -scope services, in the amount of $55,775, as set forth above. Dated: August 15, 2018 I hereby certify that Resolution No. 2018-153 was passed and adopted by the City Council of the City of Lodi in a regular meeting held August 15, 2018, by the following vote: AYES: COUNCIL MEMBERS — Chandler, Johnson, Kuehne, and Mayor Nakanishi NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — Mounce ABSTAIN: COUNCIL MEMBERS — None O dJ NNIFE M. FERRAIOLO City Clerk 2018-153