HomeMy WebLinkAboutAgenda Report - February 5, 2020 C-14AGENDA ITEM
CITY OF LODI
COUNCIL COMMUNICATION
TM
c-/4
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Amendment No. 2 to
Professional Services Agreement with Civil Hydro Tech, LLC, of Sunnyvale, for
Central Plume Source Area Closure Report and On -Call Citywide Plume
Management Services ($43,000), and Appropriating Funds ($43,000)
MEETING DATE:
PREPARED BY
February 5, 2020
Public Works Director
RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute Amendment
No. 2 to Professional Services Agreement with Civil Hydro Tech,
LLC, of Sunnyvale, for Central Plume Source Area Closure Report
and on-call Citywide plume management services, in the amount of $43,000, and appropriating funds in
the amount of $43,000.
BACKGROUND INFORMATION: Historical practices have resulted in the contamination of groundwater
by tetrachloroethylene (PCE) and trichloroethylene (TCE) producing
four identified groundwater contaminant plumes (Northern, Southern,
Central and Western) within the City of Lodi. Efforts to remove PCE and related contaminants from
the Central Plume Source Area (CPSA), have been ongoing since 2003, utilizing both soil vapor extraction
(SVE) and groundwater extraction (GWE) systems. To date, the operation of the current SVE/GWE
treatment systems has resulted in the removal of slightly under 20,000 pounds of PCE since operation
began.
The City, with the assistance of Civil Hydro Tech, LLC, has been working closely on cleanup activities for
the CPSA with the Central Valley Regional Water Quality Control Board (CVRWQCB). Council approved a
Professional Services Agreement with Civil Hydro Tech, LLC, on April 17, 2019, in the amount of
$141,700. The original scope of work includes providing sampling, monitoring and reporting specific to
achieving regulatory closure of the SVE/GWE system with the ultimate goal of system shutdown and
removal; assisting the City with management of the remaining groundwater plumes; and providing the City
with guidance related to the Sustainable Groundwater Management Act (SGMA).
On August 21, 2019 Council approved Amendment No. 1, in the amount of $116,209, which consisted of
performing semi-annual groundwater monitoring and sampling of the City's 72 groundwater monitoring
wells over a two-year period, preparing required reports for submittal to CVRWQCB, and out -of -scope
contingency services related to the proposed sampling and analysis program (such as any needed well
maintenance, repairs, permits, etc.). This work was previously performed by another consultant at a
substantially higher annual cost.
On September 26, 2019, staff met with CVRWQCB to present and discuss recent results of sampling
conducted within the CPSA. Based on this discussion, CVRWQCB requested the City submit a
comprehensive report detailing remedial and investigative actions to date and a proposed approach for
dealing with the remnant PCE in soil beneath the CPSA to be included with the Request for Closure of
APPROVED:
S epheASchwa-Rauef, City Manager
R:\GROUP\ADMIN\Council\2020\02052020\Civil Hydro Tech\CC_CivilHydro_AR doc 1/29/2020
Adopt Resolution Authorizing City Manager to Execute Amendment No 2 to Professional Services Agreement with Civil Hydro Tech, LLC, of Sunnyvale, for Central
Plume Source Area Closure Report and On -Call Citywide Plume Management Services ($43,000), and Appropriating Funds ($43,000)
February 5, 2020
Page 2
the SVE/GWE system. The Request for Closure Report will include a site remedial history, figures and
tables representing the reduction in PCE over the life of the SVE system and an outline of steps required
for the removal. In addition to the Request for Closure Report, additional funding is being requested for
on-call, Citywide plume management services. Funds associated with this specific task have been
exhausted to complete additional indoor air and soil vapor monitoring of the CPSA, at the request of
CVRWQCB. The current agreement amount is $257,909., Amendment No. 2, if approved, would add
$43,000 to the total agreement amount, for a total not -not -exceed agreement amount of $300,909.
Staff recommends authorizing City Manager to execute Amendment No. 2 to Professional Services
Agreement with Civil Hydro Tech, LLC, of Sunnyvale, for Central Plume Source Area Closure Report
and on-call Citywide plume management services, in the amount of $43,000, and appropriating funds in
the amount of $43,000.
FISCAL IMPACT: The Request for Closure Report is a requirement of CVRWQCB for closure
of the SVE/GWE system. Closure of the SVE/GWE system will significant
reduces the annual operating expenses. This work does not impact the
General Fund.
FUNDING AVAILABLE: Appropriation Request.-
Central
equest:Central Plume Fund (59099000.77020): $ 18,000
PCE/TCE Rates (56599000.77020): $ 25,000
TOTAL: $ 43,000
rV
ndrew Keys
eputy City Manager/Internal Services Director
Charles E. Swimley, ZIr.
Public Works Director
Prepared by Andrew Richle, Utilities Superintendent
CES/AR/tw
Attachment
R:\GROUP\ADMIN\Council\2020\02052020\Civil Hydro Tech\CC_CivilHydro_AR.doc 1/29/2020
AMENDMENT NO. 2
CIVIL HYDRO TECH, LLC.
PROFESSIONAL SERVICES AGREEMENT
THIS AMENDMENT, made and entered this day of February, 2020, by and between the
CITY OF LODI, a municipal corporation (hereinafter "CITY"), and CIVIL HYDRO TECH, LLC., a
California limited liability corporation (hereinafter called "CONTRACTOR").
WITNESSETH:
WHEREAS, CONTRACTOR and CITY entered into the Professional Services Agreement on
May 6, 2019 and Amendment No. 1 on September 18, 2019, attached hereto as Exhibit 1 and
1A, and made a part hereof; and
2. WHEREAS, CITY requested to increase the fees by $43,000, for a total not to exceed amount
of $300,909, and amend the existing scope of services to include request for closure reporting
of the SVR/GWE system, as set forth in Exhibit 2, attached hereto and made part of; and
3. WHEREAS, CONTRACTOR agrees to said amendment; and
NOW, THEREFORE, the parties agree to amend the not to exceed amount under the
Agreement and expand the scope of services set forth above. All other terms and conditions of the
Agreement remain unchanged.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Amendment No. 2 on
the date and year first above written.
CITY OF LODI, a municipal corporation CIVIL HYDRO TECH, LLC., a California limited
liability company
Herein above called "CITY" Hereinabove called "CONTRACTOR"
M
STEPHEN SCHWABAUER
City Manager
Attest:
PAMELA M. FARRIS
Assistant City Clerk
Approved as to Form:
JANICE D. MAGDICH
City Attorney ((�r,
VARINDER OBEROI
Principal Hydrologist
Exhibit 1
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Perdu
THIS AGREEMENT is entered Into oni � , 2019, by and between the CITY
OF LODI, a municipal corporation (hereinafter TATY'), and CML HYDRO TECH, LLC.,
a California limped liability company (hereinalbr'CONTRACTOR).
Section 12 PHMM
CITY selected the CONTRACTOR to provide the services required in
accordartae with attached Scope of Services, Exhibit A. attached and Incorporated by
this isfoa toe.
CITY wishes to enter into an agreement with CONTRACTOR fbr PCE/TCE
groundwater program and phare management (hereinafter 'Projecr) as am forth in the
Scope of Services attached here as Exhibit A. CONTRACTOR admawledges that it is
qualified to provide such services to CITY.
ARTICLE 2
SCOPE OF SERVICES
Section 21 Scans of Services
CONTRACTOR, for the benefft and at the direction of CITY, shall perform the
Scope of Services as set forth in (exhibit A.
Section 2.2 Time For Carnmencenrertt and Comledon of work
CONTRACTOR shall commence work pursuant to this Agreement, upon receipt
of a written notice to proceed from CITY or on the data act forth In Section 2.6,
whichever occurs first, and shall perform ag services dillgently 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 fime by CITY and any other agencies involved in the project shall not be
counted against CONTRACTOR's contract parfarrnance period, Also, any delays due to
weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall
I
remain in contact with reviewing agencies and make all efforts to review and return all
comments.
Section 2.3 Meeting
CONTRACTOR shalt attend meetings as may be set forth in the Scope of
Services.
Section 2.4 app
CONTRACTOR acknowledges that CITY has relied an CONTRACTOR's
capabilities and on the qualifications of CONTRACTOR's principals and staff as
Identified in its proposal to CiTY. The Scope of Services shaft 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 Cr1Y'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 coats associated with such
licenses, permits, qualifications, Insurance and approvals which may be imposed against
CITY under this Agreement.
Section 2.6 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 May t, 2019 and terminates upon
the completion of the Scope of Services or on April 31, 2022, whichever occurs first.
Section 2.7 option to Extend Term of Agreement
At its option, City may extend the terms of this Agreement for an additional two
(2) one (t) -year extensions; provided, City gives Contractor no less than thirty (30) days
written notice of its intent prior to expiration of the existing term. In the event City
exercises any option under this paragraph, all other terns and conditions of this
2
Agreement continue and remain in full force and effect.
The total duration of this Agreement, including the exercise of any option under
No paragraph, shad not exceed five (5) years.
ARTICLE 3
Seedon 3.1 Compensation
CONTRACTOR's compensation for all work under this Agreement shall conform
to the provlslons 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 Prevailing Wave
The Contractor agrees to conform to the provisions of Chapter 1, Part 7, Division
2 of the Labor Code. The Contractor and any Subcontrador wilt pay the general
prevailing wage rate and other employer payments for health and welfare, pension,
vacation, travel time, and subsistence pay, apprenticeship or other training programs.
The responelbility for compliance with these Labor Code requirements is on the prime
contractor.
Section 3.3 Contractor Registration — Labor Code 41725.5
No contractor or subcontractor may be awarded a contract for public work on a
public works project (awarded on or after April 1, 2015) unless registered with the
Department of Industrial Relations pursuant to Labor Code section 1725.5.
This project is subject to compliance monitoring and enforcement by the
Department of Industrial Relations.
Section 3.4 Method of Payment
CONTRACTOR shall submit invoices for completed work on a monthly basis, or
as otherwise agreed, providing, without Ilmitatlon, details as to amount of hours,
individual performing said work, hourly rate, and Indicating to what aspect of the Scope
of Servfces said work is attr(butable. CONTRACTOR's compensation for all work under
this Agreement shall not exceed the amount of the Fee Proposal.
Section 3.5 fight
The Fee Proposal shall include all reimbursable costs required for the
performance of the Scrape 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.
3
Secftlon 3.6 (AB 6261 Public Contract Code Section 9204 — Public Works Prosect
Contract Olsoute Resolution Procedure
Section 9204 of the California Pubic Contract Code (the 'Code*) provides a
claim resolution process for 'Public Wake Project" contracts, as defined, which is
hereby incorporated by this rellerence, and summartcad in the following:
QMnillions:
"Claim" means a separate demand by a contractor sent by registered mail or certified
mail with return receipt requested, for one or mora of the following:
(A) A time extension, including, without imitation, for reitef ft+om damages or
penaites for delay assessed by the City under a contract for a Pubic Works Project.
(13) Payment of money or damages arising Thom work done by, or on behalf
of, a contractor pursuant to a contract for a Pubic Works Project and payment for whlt#r
is not otherwise expressly provided or to which a claimant Is not otherwise entitled.
(C) Payment of an amount that Is disputed by the City.
`Public Works Project' means the erection. construction, alteration, repair, or
Improvement of any public stricture, building, road, or other pubic improvement of any
kind.
Claim Resolution Process:
(1) All Claims must be property submitted pursuant to the Code and include
reasonable documentation supporting the Claim. Upon receipt of a Claim, the City will
conduct a reasonable review, and within a period not to exceed 45 days, wiN provide the
claimant a written statement Ident"ng the disputed and undisputed portions of the
Claim. The City and contractor may, by mutual agreement, extend the time perlods in
which to review and respond to a Claim. If the City fails to issue a written statement,
paragraph (3) apples.
Any payment due on a portion of the Claim deemed not in dispute by the City will
be processed and made within W days after the City issues its written statement.
(2) If the claimant disputes the City's response, or If the City falls to respond
to a Claim within the time prescribed in the Code, the claimant may demand In writing,
by registered mail or certified mail, return receipt requested, an informal conference to
meet and confer for settlement of the issues in dispute, which will be conducted within
30 days of receipt.
If the Claim or any portion thereof remains in dispute after the meet and confer
conference, the City will provide the claimant a written statement, within 10 business
days, idenWng the remaining disputed and undisputed portions of the Claim. Any
payment due on an undisputed portion of the Claim will be processed and made within
4
60 days after the City issues its written statement. Any disputed portion of the Claim, as
identified by the contractor in writing, shall be submitted to nonbinding mediation, as set
forth in the Code, unless mutually waived and agreed, in writing, to proceed directly to a
civil action or binding arbitration, as applicable.
(3) A Claim that Is not responded to within the time requirements set forth in
the Code is deemed rejected in Its entirety. A Claim than is denied by reason of such
failure does not constitute an adverse finding with regard to the merits of the Claim or
the responsibility or qualifications of the claimant.
(4) Amounts not paid in a timely manner as required by the Code will beer
interest at 7 percent per annum.
(5) Subcontractors or lower tier subcontractors that lade legal standing or
privity of contract to assert a Claim directly against the City, may request in writing, on
their behaff or the behalf of a lower tier subcontractor, that the contractor present a
Claim to the Cfty for worts performed by the subcontractor or lower tier subcontractor.
The request shall be accompanied by reasonable documentation to support the Claim.
Within 45 days of receipt of such written request, the contractor shall notify the
subcontractor In writing as to whether the contractor presented the Claim to the City and,
If the original contractor did not present the Claim, provide the subcontractor with a
statement of the reasons for not having done so.
The Claim resolution procedures and timeitnes set forth In the Code are in
addition to any other change order, claim, and dispute resolution procedures and
requirements set forth In the City contract documents, to the extent that they are not in
conflict with the timeframes and procedures the Code.
Section 3.7 Auditine
CITY reserves the right to periodically audit all charges made by CONTRACTOR
to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to
fumish 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
5
this requirement CONTRACTOR further agrees to maintain such records for a period of
throe (3) years ager Mal payment under this Agreement.
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 Comoliance
In performing services under this Agreement, CONTRACTOR shall comply with
the Americans with Disabilities Act (ADA) of 1M, 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, ib elected and appointed officials, directors, officers, employees and
volunteers from and against any claims, damages, losses, and expenses (includ(ng
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, lose, 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 ads they may be liable, except those
injuries or damages arising out of the active negligence, sole negligence, or sob 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
6
Neither the City Council, nor any other officer or authorized sssistant or agent or
City employee shaft be personally responsible for any liability arising under this
Agreement.
Section 4.5 Responsibility of CITY
CITY shall not be held responsible for the caro 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 Ilfe of this Agreement,
Insurance coverage as set forth In Exhibit C attached hereto and incorporated by this
reference.
Section 4.7 Successors and Melons
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 shag 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 some 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 3005
Lodi, CA 95241-1910
Attn: Andrew Richie
To CONTRACTOR: Civil Hydro Tech, LLC.
581 Montego Terrace
Sunnyvale, CA 94089
Attn: Varinder Oberof
Sectlon 4L9 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
7
CONTRACTOR agrees that in undertaking the duties to be performed under this
Agreement, It shall act as an independent contractor for and an behalf of CITY and not
an employee of CITY. CRY shall not direct the work and means for accompNehment of
the services and work to be performed hereunder. CITY, however, retains the right to
require that work performed by CONTRACTOR meet specific standards wwfthhout regard
to the manner and means of accomplishment thereof.
Section 4.11 Termination
CITY may terninste this Agreement, with or without cause, by giving
CONTRACTOR at least an (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, CRY 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 Apolicabfe Law, Jurisdiction, Severabillty, and Attorney's Fees
This Agreement shall be govemed by the laws of the State of California.
Jurisdiction of litigation arising from this Agreement shall be venued with the San
Joaquin County Superior Court. If any part of this Agreement is found to conflict with
applicable laws, such part shall be inoperative, null, and void Insofar as it is in conflict
with said laws, but the remainder of this Agreement shall be in force and effect. In the
event any dispute between the parties arises under or regarding this Agreement, the
prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's
fees from the party who does not prevail as determined by the San Joaquin County
Superior Court.
Section 4.14 City Business License Requirement
a
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 Intearation and lModificatPon
This Agreement represents the entire undendanding of CITY and
CONTRACTOR as to those matters contained herein. No prior oral or written
understanding shall be of any force or effect with reaped 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 Prevall
AN 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 exhibib, the terms of this Agreement shall prevail.
Section 4.16 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 4.15 Ownership of Documents
All documents, photographs, reports, analyses, audits, computer media, or other
material documents or data, and working papers, whether or not in Inal 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 eolkKAW, work product and
documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days.
CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any
liability resulting from CITY's use of such documents for any purpose other than the
purpose for which they were Intended.
Section 4.20 Authority
The undersigned hereby represent and warrant that they are authorized by the
parties to execute this Agreement.
Section 4.21 Federal Transit Fundina Conditions
9
❑ K dw bat at iolt is dts r b A IM FaderN Trartslt Fun&V corrdimons db dwd M
E1Qdbit 0 appy to Ift AOreenwtt In do event d a corMKct b *i - to Wm of 0*
Apnamar-I or any of Ib a9w etdribits, and to Fed" Transit Furtdinp CwWtb rns, #w
Fadaral Transit FundkV Cond ws vAN o n h A.
IN WRNESS WHEREOF, CITY artA CONTRACTOR have auoscuesd Uft
AOnevowd as of the ttala Out aborts writlsw
CITY OF LODI, a murtioiltal corpormum
ATTEST:
APPROVED AS TO FORM: CIVA HYDRO TECH, LLC.. a C Rornia Nmitsd
MCE 0. MAG OICH, City Aftornay fsbi ty corrtpeny
ar
Name'%/AAMER O®EROI
TMo: PMndp@l Hydrologist
a6ft A - seeps of sembes
tifahm ■ - Fee rrep.at
Eahu C - Inum a Rsr,dreatsrrIs
E)dWW D - Fsderd TM" Ftr WRN CettdMorr Nf gPNoftrl
Fsn/eo Bowes: 4Y I OQ.77=10 IMF t • SP tialai■aa rpa - KP
15231M.TT0201
(Rwttreee unit A Aseourtt Nal
Dot ID tt ai0t1TlQ19�Ch�diolP8llaop
CAMMA ANT
t0
CIVIL U11YU o TECti
GvrL/ENvirow«*t..Ii>rG/ W40iW RsW&~
March 17, 2019
Mr. Charlie Swimley
Public Works Director
City of Lodi
221 West Pine. Street
Lodi CA 95240
�— Exhlblt A/9
SENT VIA: EMAIL
SUBJECT: Proposal for Groundwater Program ,and Plume Management
City of Lodi, Callfornla
Dear Mr. Swimley:
Per your request, Civil Hydro Tech (CHT) has prepared the following proposed scope of work
and estimated costs for the City of Lodi's (City) groundwater program and plume management
activities. The proposed scope of work is based an suggestions provided by the Regional Water
Quality Control Board, Central Valley Region (Water Board) during our meeting on
January 15, 2019, and consists of tasks related to the on-going efforts to obtain closure of the
Central Plume Source Area (CPSA) soil vapor extraction (SVE) system, management of the City
groundwater plumes, and the implementation of the Sustainable Groundwater Management Act
(SGMA) activities associated with the City groundwater sustainability agency (GSA). The
proposed scope of work will include performing and managing the following tasks -
l. Providing consulting services for on-going efforts to move the CPSA SVE system to
closure, including feasibility evaluation of different alternatives other than those being
currently applied;
2. Evaluation of the indoor air quality at businesses and residences within the LCP area;
3. Evaluation of a potential source for the Lodi Southem Plume (LSP);
4. Providing on-going and future consulting services to the City GSA related to the
implementation of the SGMA activities; and,
5. Providing environmental consulting services to the City on the several groundwater
contamination plumes that are currently in monitoring and cleanup phases, including
meetings with the Water Board and the City.
A dctailed description of each of the proposed scope of work is provided below.
Task 5a - Installation of Passive Soil Gas (PSG) Samplers in the CPSA
As part of the City's on-going efforts to obtain closure of the CPSA SVE system, CHT recently
completed rebound sampling of all SVE wells in accordance with the proposed recommendations
from the January 20, 2019 Results of Revised Soil Vapor Extraction System Sampling Protocol
letter to the Water Board. The rebound sampling protocol was approved by the Water Board in a
letter to Andrew Richle with the City, dated February 12, 2019. Results of the rebound sampling
event will be used by CHT to perform the following activities:
581 MONTEGO TERRACE, SUNN V VALE. CA 94089 TEL:419-424-3009
Proposal fbr Groundwater Pmgram and Plume Management Page 2
Math t7, 2019
• Identify the locations for installing passive soil gas (PSG) samplers
• Install a total of 12 PSG samplers, like Waterloo Membrane SamplerTM (WMSTM) or
Beacon BeSurt; Sample Collection KitsTM, in those locations to collect passive soil gas
samples and analyze these samples to delineate the surficial extent of the remnant
tetrachloroethene (PCE) concentrations in soil; and,
• Prepare a letter report summarizing the results of the soil gas data and submit it to the
City for review and comments. CHT will then incorporate the comments of the City and
submit the finalized letter report to the Water Board.
Task 54 Deliverables: Meeting with the City and letter report to the Water Board documenting
the results
Task Sb— Indoor Air Sampling
The Water Board, in its January 15, 2019 meeting with the City, recommended that the City
should perform indoor and ambient air sampling as part of requirements for obtaining closure for
the CPSA SVE system. The Water Board also recommended that the indoor air samples should
be collected at adjacent business and residential locations that were previously sampled in the
2004 indoor air sampling event performed by Treadwell & Rollo. CHT proposes to perform the
following activities under Task Sc —
• Prepare a work plan for sampling and analysis of indoor and ambient air in adjacent
businesses and residences, and submit it to the Water Board for approval;
• Collect up to 30 samples of indoor and ambient air (either 8 -hour or 24-hour time -
integrated samples) at the proposed locations, and submit them for laboratory analyses;
and,
• Preparc a letter report summarizing the results of the indoor air sampling event and
submit it to the City for review and comments. CHT will then incorporate the comments
of the City and submit the finalized report to the Water Board.
Task 5b Deliverables: One round of sampling, meeting with the City, letter report to the Water
Board documenting the results
Task Sc — Evaluation of Alternatives for CPSA SVE System Closure
Following completion of Tasks 5a and 5b, CHT proposes to evaluate alternatives such as
installation of a passive soil vapor extraction system, installing additional shallow SVE wells,
and targeted soil excavation in the areas that exhibit remnants of PCE in soil. As part of this
Task, CHT will perform the following activities:
• A feasibility -level cost evaluation of alternatives for soil remediation in the CPSA;
• Prepare a Technical Memorandum summarizing our evaluation and recommendations
for the selected alternative,
• Meet with the City to discuss our recommendation for the selected alternative; and,
• Prepare a letter report to the Water Board to recommend our selected alternative to
obtain closure of the LCP SVE system.
581 ,MONTE•CO TERRACE. St1hNVVALE, CA 94089 TEL: 415-424-7009
Proposal for Groundwwr Program and Plume Management Page 3
March 11, 2019
We have assumed that the City would provide one round of comments on the draft report and
that the final letter report will be submitted to the Water Board on the City's behalf.
Task 5c Deliverablas: Meeting with the City to discuss the recommended alternative acrd lemer
report to tate Water Board.
Task sd — Evaluate Potential Source in the Lodi Southern Plume using PSG Samplers
Groundwater monitoring data collected from the Lodi Southern Plume (LSP) monitoring wells
indicates an increasing trend in PCE concentrations in shallow wells OS -2U, SA -6, and SA -10.
The Water Board suggested at the January 15, 2019 meeting that the City should evaluate the
presence of a potential source in the LSP that has resulted In an increase in the PCE
concentrations in some of the shallow wells. As part of this Task, CHT will perform the
following activities:
• Review data from previous investigations to identify potential source areas;
• Install a total of 12 PSG samplers, in soil like Waterloo Membrane Sampler I'm (WMSTIM )
or Beacon BcSure Sample Collection KitsTM, to collect passive soil gas samples that will
identify the surficial extent of the PCE concentrations in soil, and analyze these samples;
and,
• Prepare a letter report summarizing the results of the soil gas data and submit it to the
City for review and comments. CHT will then incorporate the comments of the City and
submit the finalized report to the Water Board.
Task 5d Deliverables: One round of sampling, meeting with the City, letter report to the Water
Board documenting the results
Task Se — Provide On-call SGMA Consulting Services
The City has formed a groundwater sustainability agency (GSA) that would allow it to develop
strategies to manage their own groundwater, including gathering groundwater data, monitoring
water usage, regulating wells, and imposing water usage fines, among other duties related to the
implementation of the Sustainable Groundwater Management Act (SGMA). The City GSA is
part of the public entity known as Eastem San Joaquin Groundwater Authority (Authority) that
will coordinate the various GSAs' management of the San Joaquin Valley Groundwater Basin,
Eastern San Joaquin Sub -basin, California Department of Water Resources Basin No. 5-22.01, as
part of SGMA.
As part of this Task, CHT will continue to provide consulting services to the City to address
issues pertaining to the implementation of SGMA, including providing input to the City
regarding review of SGMA related requests from the Authority, review and comment on SGMA
documents including the basin -wide groundwater model and the proposed Groundwater
Sustainability Plan (GSP), and attendance at the meetings as the City's representative. This Task
will provide a mechanism for CHT to continue on-going and future support to the City for
SGMA related activities.
581 MONTEGO TERIUCE. SUNNYVALE, CA 94069 TEU 415-424.3107
Proposal ibr Groundwoor PwV= and Plume Mm% mart Pale 4
March 17.2019
Task Sf — Provide On-call Environmental Consulting Services for City -Wide Plume
Management
As part of this Task, CHT will continue to provide environmental consuking services to the City
for the several groundwater contamination plumes that are currently in monitoring and cleanup
pluses, and to address issues that continue to arise and are not currently covered by active Task
Orders. We are being asked by the City staff to provide input to the City and to the various
environmental contractors on their work, and this Task will provide a mechanism for us to
continue this support.
ESTIMATED REE
CHT proposes to perform tate work on a time -and -expense basis in accordance with the terms of
our City of Lodi Professional Services Agreement_ We will not exceed our estimated fee of
$I41,700 without your prior written authorization. A summary of estimated cost by Tasks is
provided in Table 1 below.
SCIIEDULE
Work will commence immediately upon receipt of Notice to Proceed. We anticipate completing
the proposed scope of work within approximately six months. Please do not hesitate to contact
Vaeinder Oberoi at (415) 424-3009 with any questions regarding this proposal.
Sincerely,
Civil Hydro Tech
r
Varinder Oberoi, PE (RCE 11069037)
Principal Hydrologist
581 MONTLCO TLRRACL 81ANNYVAL116 CA 94889 TLL: 415-444W
TABLE 1. ESTIMATED FEE
Sa
installation of Passive Soil Gas (PSG) Samplers in
S 19,500
the CPSA
5b
Indoor Air Sampling
S 23,900
5c
Evaluation of Alternatives for CPSA SVE System
$ 25,000
Closure
5d
Evaluate Potential Source in the Lodi Southern
S 23,300
Plume using PSG Samplers
5e
Provide On-call SGMA Consulting Services
S 25,000
5f
Provide On-call Environmental Consulting
$ 25,000
Services for City -Wide Plume Management
TOTAL
$141,700
SCIIEDULE
Work will commence immediately upon receipt of Notice to Proceed. We anticipate completing
the proposed scope of work within approximately six months. Please do not hesitate to contact
Vaeinder Oberoi at (415) 424-3009 with any questions regarding this proposal.
Sincerely,
Civil Hydro Tech
r
Varinder Oberoi, PE (RCE 11069037)
Principal Hydrologist
581 MONTLCO TLRRACL 81ANNYVAL116 CA 94889 TLL: 415-444W
Exhibit
NOTE. The Cly► of LO& is now Hx ft On onErfe frtswanee program PINS AdVsndge. Once you Itiave been awarded a
coaMact you wE/ mcoke an eerap hoer die CWs wffim ftta mea prognum nquaxffi* you b kwwwW the anal b your
kin urance prorkl er(41 bo sub N fine requbed kasurenee documenoWn eJrcOvnkedy
aLL , u r L.Y
k. u1 10;jt W. I•,Ili
Contractor shall procure and maintain for the duration of the oantnct Insurance against Waima br injuries to persons or damages
to property which may se" Ihem or In connection with the perlbmtanco of the wort hem oder and the reaulla of that work by tits
Contractor, his agents, representatives, employees or subcontriv.Vrs.
MINIMUM SCOPE AND LIMIT OF WSURANCE
Covarage shall be at reset se broad an:
1. Commercial General Uablilty (CGL): Insurance Services Office Forth CG 00 01 covering CGL on an'accurnence' beets, including
products and comple ad operetione, property damage, bodily Injury and personal & advertising injury with Unites ria lass than
52,000,000 par occurrence. If a general aggregate Writ appal either the general aggregate limit shall apply separately to this
projeclRoeation (ISO CG 23 03 or 23 04) or the general aggrogete limit shad be twig the required occurrence limit
2. Automobile LWnbfM r: ISO Form Number CA 00 01 covering any auto or tf Contractor hes no owned subs, then hired, and non -
owned autos with limit no lass then $1,000,000 per sociderd for bodily 14ury and property damage.
3. Workers' Compametlon: as required by the State of CalKamis, with Statutory Limits, and Employer's Lfebay Insurance with limit
of no less than $1,000,000 per accident for bodily Injury or disease.
(a) Additional Named Insured SIAM
The City of Lodi. its elected and appointed boards, commissions, oflloarm, agents, smployese, and volunteers are to be covered
as addition at Insureds on the CGL and auto policy with respect to liability arising out of work or opetadans pertbnmed by or on
behalf of the Conhaclor Including materiels, parts, or equipment fumfshed In comection with such work or operations. General
dabillty coverage can be provided in the forth of an endorsement to the Contractor's insurance (at West as broad as ISO Form
CG 2010 11 85 or if not aveliable, through the addition of both CG 2010, CG 20 20. CG 20 33, or CG 20 3a; ad CG 20 37 if s
lateredltion is used
(b) Primary and Non -Contributory Irmurance Endorsement
The limits of insurance coverage required may be setlef6ed by a combination of primary and umbmile or excess insurance. For
any claims related bo this contract; the Contractors insurance coverage shall be primary coverage at Mast as brood as ISO CG
20 0104 13 as respects the Entity, fa o"re, oft", employees, end volunteers, Any insurance or self insurance maintained
by the Entity, Its afflcers, ofdcisls, employees, or volunteers shall be excess of the Contractees insurance and shall not contribute
with it
(c) Warver or Subrogation Contractor hereby grants to City of Lodi a waiver of any right to subragallon which any insurer of acid
Contractor may acquire against the City of Lodi by virtue of the payment of any tees under such Insurance. Contractor sprees to
obtain any endorsement that may be neceseery to ~ this waiver of subrogation, but this provision applies regardless ofwhsther
or no the City of Lodi has received a waiver of subrogation endorsement ftam the insurer
NOTE: (1) The street address of the CfrY OF LODI must be shown along with (a) and (b) and (C) above: 221 West Pine Street,
Lodi, Calls, 95240; (2) The Insurance oertiffcate must state, an its face or ser an endorsement, a description of the ➢6tlgfd
that it is insuring.
(d) Severability of interest Clause
The berm "Insured" is used severally and not collectively, but the inclusion herein of more than one Insured shad not operate kin
Increase the limit of the company's liability under the Contrackn comrnercial general (lability and automobile liability policies.
(e) Notice of Cancellation or Chanae in Comerace Endorsement
This pokey 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 I of 2 pages ' Risk: rev. 311/2019
(f1 Continuity of Coverage
Ad policies shall be in efiect on or befaro rte tint day offt Term of this Agreement. At inset thirty (30) days prlor io the expiretion
of each insurance popcy. Cont; r shall fwrhish a certltcafa(s) showing that a new or extended policy he been obtained which
meets Ilea minimum fsquimmartls of this Agreenant Contractor shall provide proof of candy ring irourence an at lent an annual
trees durbtg the Tenn. If Contractors insurance lapse or Is d1lcontinuad for any reason. Contractor shall i medismy naflfy the
City end immediately obtain moncement insurance. Contractoragrees and stipulates that any insurance coverage provided to the
City of Lodi shall provide for a daims period blbvtdng temtinedon of coverage which is at beat consistent with the claims period or
stsWtes of Ilmltadva bund in the CeIlfomle Ton Claims Act (Ca Nomle Government Code Section 810 at seq.1
(g) Failure to Comciv
If Contractor hila or relWsea b obtain and monbtin the required insurance, or his to provide proof of om ersge, that City may obtain
"Insurance, Contractor shop reimburse the City lbr pmmkune paid, with Irtfsrheat on the pnrnium paid by the Clay at is na)Onum
allcwabIs legal ram than in allied in Cellownis. The City shall notify Contractor afsueh payment of premiums witdn thirty (30) days
of payment sb*q the arttaura paid. is rtama(s) of rte insumgs). arM rats of ittsreet Con- mc7or shall pay such rortbursernent
and interest on the Arst (lot) day of the month bllowing the City's nctbe. Nolwtthstanding any odor pmvWon of this Agreement,
if Contractor fills or reltlee to obtain or maintain Insurance as requited by this agreement or Awls to provide proof of insuranoe,
the City may tsnninsts this AgreenmW upon such breach, Upon such terminsdom Contractor shallimmadlatsfy cease use of tie
Site or facilities and commence and diipenty purua the removal of any and ad of Id personal property ham the sits or liscO es.
(h) yenicg ion of Cowraoe
Consultant atwt Itimish the Clty wO a copy of to policy decataton and endorsement page(s), original certificates and
amendatory endorsements or oopias of the applicable policy longuep effscUng ooverege required by this clause. AY cwtlflwtw
and endorsements are to be received and approved by the City before work commarlees. Hovrsver, hWinr, to obtain the raquied
documents prior to the work beginning shat not welve the Continent's obligation to provide them. The City neserves the right to
require complete, certified copies of all required insurance poNdes, irxdtrding arrdomernente required by throe specifications, of
any time Failure to exercise this right shall not constitute a waiver of the City* right to exerCtse after db effeetrw
date.
(1 Self -Insured Retenfims
Seal -insured retentions must be declared tic and approved by the City. The City may require the Consultant to provide proof of abillty
to pay loaeaa and related invesNgationa, claim adminietralion, and defense expense within rte retention. The policy lenguege shall
prowde, or be endorsed to provide, that the self-insured retention may be satisfied by either the named inured or City,
U) insuogge Limits
The limits of insurance described herein shall not limit the WRIty of the CoMmcbr and Contractors of kxm, employees, agents,
representatives or subcontracmrs. Contractor's obligation to defend, Indernnly and hold the City and its officers, officials,
employees, agents and volunteers henMess undar the provisions of this paragraph is not limited to or tssWkftd by any requirement
in the Agreement br Contractor to procure and maintain a policy of insurance.
(k) Subcontractors
Consultant shall require and veriy that all subcontractore maintain insurance rneeting all the requirements stated herein, and
Consultant shalt eneurs that City Is an additional insured an insurance required from ubaonti rs
(1) Qualified fnsunrfst
AN insurance required by the terms of this Agreement must be provided by insurers licensed to do business in the State of
Catlbmis which are rated at leest'A. Vr by the AM Best Ratinge Guide, and which are acceptable to tie City. Non admitted
surplus Nnes carriers may be accepted pnrvided they are Included on the most recent list of Calftmia ellgble surplus lines
insurers (LESU list) and otherwise mast City requirements.
Page 2 of 2 pages I Rlsk; rev WIM18
CIVIL HY PC TECH
July 22, 2019 SENT VIA: EMAIL
Mr. Charlie Swimlcy
Public Works Director— City of Lodi
221 West Pine Street
Lodi CA 95240
SUBJECT: Proposal for Central, Western, Southern, and Northern Plumes
Groundwater Monitoring, Sampling, and Reporting Services
Lodi, California.
Dear Mr. Swimley:
Per the request of the City of Lodi (CityCivil Hydro Tech, LLC (CHT) has prepared the
following proposed scope of services and estimated costs for performing Groundwater
Monitoring, Sampling, and Reporting Services 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 It, 2018.
As per the revised Order, the Water Board has reduced the monitoring and sampling frequency
of the Lodi Plumes monitoring wells to semi-annual during the 1" and 3'd quarters. The Water
Board has similarly reduced the reportinj, with a semi-annual report due after the l" quarter
event and an annual report due after the 3 quarter event.
SCOPE OF SERVICES
The scope of services (SOS) includes the costs and services associated for performing semi-
annual monitoring, sampling, and reporting services of the Lodi Plumes monitoring wells for a
period of two years:
• Year l — Third quarter of 2019 and first quarter of 2020
• Year 2 — Third quarter of 2020 and first quarter of 2021
CHT proposes to perform the following tasks for this Scope of Services:
• Task l: Monitoring and Sampling
• Task 2: Data Analysis and Reporting
• Task 3: Project Management
• Task 4: Out of Scope Services
179 N. FL MONTE AVENUE, LOS ALTOS, CA 44022 TEL: 415424-3009
Proposal for Groundwater Monitoring, Sampling, & Reporting Services Page 2
Lodi Central, Western, Southern. and Northern Plumes
July 22, 2019
TASK 1 MONITORING AND SAMPLING
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 (Cal -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.
Monitoring and sampling will be conducted for two years, beginning third quarter 2019
and extending through the first quarter 2021, with options for one (1) extension for an
additional two years. Monitoring and sampling activities will continue to 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,
G -16C, and G -18C — will be monitored for DTW measurements only. Groundwater sampling
activities will be performed at seventy two (72) wells annually (third quarter of 2019 and 2020),
and fifty two (52) wells semi-annually (first quarter of 2019 and 2020), per the schedule
presented on the Table shown in the next page.
The Table indicates the respective number of samples collected during the semi-annual 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
Eon Products Inc. prior to deployment in the wells.
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.
175 N. EL MONTE AVENUE, LOS ALTOS, CA 94022 TEL: 413-424.3009
Proposal for Groundwater Monitoring, Sampling, do Reporting Services Page 4
Lodi Central, Western, Southern, and Northern Plumes
July 22, 2019
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 two years.
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 (100/6) 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.
e. Isoeontour 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 concem 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
system, and any field notes pertaining to the operation and maintenance of the system.
175 N. EL MONTE AVENUE, LOS ALTOS, CA 94022 TEL: 415-424JO09
Proposal for Groundwater Monitoring, Sampling, do Reporting Services Page S
Lodi Central, Western, Southem and NoMem Plurnes
July 22, 2019
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 for a given year (2019 and 2020) will contain an evaluation of the
effectiveness and progress of the investigatiop 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 that year (2019 / 2020)
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 well's.
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 2019 Annual
Report will be submitted electronically to the Geo Tracker database system by
Novembcr 1, 2019, the 2020 Semi -Annual Report will be submitted on May 1, 2020, the 2020
Annual Report will be submitted electronically to the Geo Tracker database system by
November 1, 2020, and the 2021 Semi -Annual Report will be submitted on May 1, 2021. 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 rcports 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.
175 N. EL MONTE AVENUE, LOS ALTOS, CA 94022 TEL: 415-424-3009
Proposal for Groundwater Monitoring, Sampling, do Reporting Services Page 6
Lodi Central, Western, Southern, and Northern Plumes
July 22, 2019
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. 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 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 costs for performing the above stated SOS is based on our experience completing similar
work on this Project for the third quarter 2018 and first quarter 2019. The costs are based on a
time -and -expenses basis to not exceed our estimated fee of $57,320 for Year 1, which also
includes a time and materials budget estimate of $5,000 for potential out -of -scope work that may
be required as part of the Project or as requested by the City. CHT will provide cost estimates in
advance of performing any out -of -scope services, if necessary, as outlined in Task 4 during the
course of the Project. The attached Estimated Budget table provides a breakup of the costs
for completing the different Tasks under the SOS.
Potential future costs on an annual basis have also been presented for Year 2, which represent
work performed on the Project from the third quarter 2020 through the first quarter 2021.
The estimated costs assume an annual increase of 3% to account for cost of living increases
to CHT billing rates. These are projected costs and annual Amendments will be requested
from the City to reflect the true costs of the project at the time. The total value for the
Groundwater Monitoring and Reporting Services for a period of two (2) years is
approximately $116,209.
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.
175 N. EL MONTE AVENUE, LOS ALTOS, CA 94022 TEL: 415424-3009
Proposal for Groundwater Monitoring, Sampling, & Reporting Services Page 7
Lodi Central, Western, Southern, and Northern Plumes
July 22, 2019
SCHEDULE
Work will commence in September 2019 upon receipt of your written authorization. CHT looks
forward to assisting the City on this project. Please do not hesitate to contact Varinder Oberoi at
(41 S) 424-3009 with any questions regarding this proposal.
Sincerely,
Civil Hydro Tech, LLC
Varinder Oberoi, PE (RCE #C69037)
Principal Hydrologist
175 N. EL MONTE AVENUE, LOS ALTOS, CA 94022 TEL: 415-424-3009
EgnHATED BUDGET (3Q 2019 TMROUGM IQ 2021)
aW r1.a Cmdnk Wam&W%s.+rnw and 11.Itl.r9 wrr
awrtrllttlr Moaftfko =MftF • %Ppmr o Otivb
414r I:IILIV Ita
IMI.
AawCSas
-
Twzs.
n►TK
AWMWCNM
>4wFaund
'
GT00011T
Ulan
&AM
CONT
1i111n
C.0
Yn1m
C -a
OIIWi Cort wtt
coo
UaWt
Cat
uww
tat
viopat rrprolo06t (QVQCI - Lmum wafomon+i
hm,
$175
0
{0
a
W
1
(350 1
$350
0
OD
0
so
POO
SCAW MyCrocw i Plop¢ MlnkOel - Immo Profaa ml
h01R
0100
t
$1,10
9
$IAW
16
SZS60 14
AM
32
W12D
0
$0
"Slow
$t$lJ00
taR hyj- st
60H
1410
SO
Asm
40
MCC
24
$1.640 10
92.700
0
0
0
$0
315 r AgrUCIO i SW
ioW
Sias
0
$0
D
00
16
$1,60 U
U,1SD
0
$0
0
SO
02AW
min6t,a / SW
haw
f7S
0
SO
0
S0
4
$]fq 4
$300
0
"m
0$9
*36M
Ma
r
Vdhde
try
$400
S
MOD
4
5400
0
S0
0
$0
0
$0
0
SO
sm
Nat., tenni lam+
t07
115
S
$115
4
$300
0
W
0
$0
0
$0
0
0
$J70
0 E.WIWt
dw
$50
S
$110
4
U00
6
$0
0
SO
0
$O
0
$0
$40
�J/B c ulRd7�R
I.A" L&"Dy y (92000)
0
SO
M30
Ilri
as
u
$f,6t5
N
0,365
-
f•
6
SO
0
$0
o sanpE ceyaeit
wo
$1190
W
$197
63
$In
0s S -O&
*am
$s
S3
31,900
71
PAN
0
p
0
0
0
$0
0
$0
roblSWlo0tradcv
50,906
S&14I
W,1st
Mw*.V 0 rook
(009
S6f0
OUi0
(60.006
TOTALCDM(iO rife -1Q 10x11
$TldlJ00
T00J
OiW00 Tat0)
N.7J0
1!060
OS000
$57,310
ESTYNTEDEM V— T.iI Tskt TrkJ T ka TOTAL
---7a 1020-�O NAiT 333?01 1 SM 75SIi F L5000
1V WIC h/EM COST IltlJlkl
414r I:IILIV Ita
Exhibit 1A
AMENDMENT NO. 1
CIVIL HYDRO TECH, LLC.
PROFESSIONAL SERVICES AGREEMENT
THIS AMENDMENT, made and entered this `day of September, 2019, by and between
the CITY OF LODI, a municipal corporation (hereinafter 'CITY'), and CIVIL HYDRO TECH, LLC., a
California limited liability corporation (hereinafter called 'CONTRACTOR7.
WITNES6ETH:
1. WHEREAS, CONTRACTOR and CITY entered into the Professional Services Agreement on
May 6, 2019, attached hereto as Exhibit 1, and made a part hereof; and
2. WHEREAS, CITY requested to increase the fees by $116,209, for a total not to exceed
amount of :257,909, and amend the existing scope of services to include Central, Western,
Southern, and Northern Plumes Groundwater Monitoring, Sampling, and Reporting Services,
as set forth in Exhibit 2, attached hereto and made part of; and
3. WHEREAS, CONTRACTOR agrees to said amendment; and
NOW, THEREFORE, the parties agree to amend the not to exceed amount under the
Agreement and expand the scope of services set forth above. All other terms and conditions of the
Agreement remain unchanged.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Amendment No. 1 on
the date and year first above written.
CITY OF LODI, a municipal corporation
Herein above called 'CITY'
STEPHEN 5CHWASAUER
City Manager
Attest:
�
�E��h, NIFER AAS F RRAIOLO
. Clerk
Approved as to Form:
r ,
W�
JANICE �' MAGDICH
City Attomey
CIVIL HYDRO TECH, LLC., a California limited
liability company
Hereinabove called 'CONTRACTOR'
By:
VARINDER 415DER01
Principal Hydrologist
CIVIL NyUL)o TECH
C"i,b/ En.varm+.�/ Waaler Rctourcz,
January 6, 2020
Mr. Charlie Swimley
Public Works Director
City of Lodi
221 West Pine Street
Lodi CA 95240
Exhibit 2
SENT VIA: EMAIL
SUBJECT: Proposal for Additional Funding for Groundwater Program and Plume
Management, City of Lodi, California
Dear Mr. Swimley:
Per your request, Civil Hydro Tech (CHT) has prepared the following additional scope of work
and estimated costs for providing continued support to the City of Lodi's (City) groundwater
program and plume management activities. The proposed scope of work is based on our
conversation with the Regional Water Quality Control Board, Central Valley Region (Water
Board) during our meeting on September 26 2019, and consists of tasks related to the on-going
efforts to obtain closure of the Central Plume Source Area (CPSA) soil vapor extraction (SVE)
system and management of the City groundwater plumes. The proposed additional scope of work
will include performing and managing the following tasks —
1. Providing environmental consulting services to the City on the several groundwater
contaminant plumes that are currently in monitoring and cleanup phases, including
meetings with the Water Board and the City.
2. Prepare a Request for Closure report, as per the request of the Water Board, that
summarizes the various activities and sampling results within the CPSA since the start of
soil vapor extraction (SVE) for remediating the soil beneath the CPSA. This report is
being prepared to obtain approval from the Water Board for the closure and removal of
CPSA SVE system along with the already closed CPSA GWET system. The report will
also provide recommendations and actions requested by the Water Board to target the
remnants of the tetrachloroethene (PCE) plume in the soil beneath the CPSA.
A detailed description of each of the proposed scope of work is provided below.
Task 5f — Provide On-call Environmental Consulting Services for City -Wide Plume
Management
CHT is requesting additional funding for this ongoing Task for which CHT will continue to
provide environmental consulting services to the City for the groundwater contaminant plumes
that are currently in monitoring and cleanup phases, and to address issues that continue to arise
and are not currently covered by active Task orders. Previously, this Task has included additional
indoor air and soil vapor monitoring of the CPSA, as per the request of the Water Board, and
coordinating and meeting with the Water Board regarding issues related to the groundwater
plumes. This Task will provide a mechanism for CHT to continue this support as well as provide
the City staff input related to the management of these groundwater plumes.
175 N. EL MONTE AVENUE, LOS ALTOS, CA 94022 TEL: 415-424-3009
Proposal for Additional Funding for Groundwater Program and Plume Management Page 2
January 6, 2020
Task 5g — Prepare a Request for Closure for CPSA SVE System
The results of the recent passive soil gas (PSG) and indoor air sampling in the CPSA (Task 5a,
5b) indicate that the existing SVE system has 1) significantly decreased the PCE plume beneath
the CPSA and 2) PCE concentrations within indoor air at the businesses and residences in the
vicinity of the CPSA did not exceed applicable environmental screening levels. CHT and the
City of Lodi presented these results to the Water Board at a meeting on September 26, 2019.
The Water Board requested that the City submit a comprehensive report detailing remedial and
investigative actions to date and a proposed approach for dealing with remnant PCE in soil
beneath the CPSA to be included with the Request for Closure of the SVE system.
CHT has already evaluated several remedial alternatives for remnant PCE including installation
of a passive soil vapor extraction system, installation of additional shallow SVE wells, and
targeted soil excavation to remove potential remnant PCE in the soil beneath the CPSA. The
targeted soil excavation is the preferred and will be the recommended alternative when
requesting system closure on the basis of overall effectiveness, cost and feasibility.
To complete the additional work in this task, CHT is requesting $18,000 in additional funds to
supplement the funds remaining from Task 5c. This Request for Closure will be reviewed by
Phil Smith, who previously was the managing principal of this project. The Request for Closure
will include a site and remedial history, figures and tables representing the reduction in PCE over
the life of the SVE system, an outline of steps required for the removal of the SVE system
history. Task 5g will include the following activities:
• Prepare a Draft CPSA SVE and GWET systems Request for Closure report. The draft
report will be presented to the City for review and comment;
• Senior technical review by Phil Smith;
• Meet with the City to discuss our proposed path to closure; and,
• Prepare and submit a Finalized Request for Closure to the Water Board.
We assume the City will provide one round of comments on the draft Request for Closure and
that the final Request for Closure will be submitted by CHT to the Water Board on the City's
behalf. Additional work related to the closure of the SVE system will be described in later tasks,
and will likely include a Work Plan for the proposed soil removal, contracting and oversight of
the system removal, well destruction reports for the county of San Joaquin, and a final Remedial
Action Completion Report detailing system removal, implemented remedial actions and
confirmation sampling results, and long-term health and safety measures such as quarterly or
annual air quality monitoring or recommendations regarding potential land use restrictions.
ESTIMATED FEE
CHT proposes to perform the work on a time -and -expense basis in accordance with the terms of
our City of Lodi Professional Services Agreement. We will not exceed our estimated fee
without your prior written authorization. A summary of estimated cost by Tasks is provided in
Table 1 below.
175 N. EL MONTE AVENUE, LOS ALTOS, CA 94022 TEL: 415-424-3009
Proposal for Additional Funding for Groundwater Program and Plume Management Page 3
January 6, 2020
TABLE 1. ESTIMATED FEE
TASK DESCRIPTION ESTIMATED FEE
5f
Provide On-call Environmental Consulting
$ 25,000
Services for City -Wide Plume Management
5 g
Prepare the Draft and Final CPSA SVE System
S 18,000
Closure Report
TOTAL
1 $ 43,000
Please do not hesitate to contact Varinder Oberoi at (415) 424-3009 with any questions regarding
this proposal.
Sincerely,
Civil Hydro Tech
Varinder Oberoi, PE (RCE #C69037)
Principal Hydrologist
175 N. EL MONTE AVENUE, LOS ALTOS, CA 94022 TEL: 415-424-3009
RESOLUTION NO. 2020-22
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING
THE CITY MANAGER TO EXECUTE AMENDMENT NO. 2 TO
THE PROFESSIONAL SERVICES AGREEMENT WITH
CIVIL HYDRO TECH, LLC, OF SUNNYVALE, FOR CENTRAL,
WESTERN, SOUTHERN, AND NORTHERN PLUMES
GROUNDWATER MONITORING, SAMPLING, AND REPORTING
SERVICES; AND FURTHER APPROPRIATING FUNDS
WHEREAS, historical practices have resulted in the contamination of
groundwater by tetrachloroethylene (PCE) and trichloroethylene (TCE), producing four
identified groundwater contaminant plumes (Northern, Southern, Central and Western)
within the City of Lodi; and
WHEREAS, efforts to remove PCE and related contaminants from the Central
Plume Source Area (CPSA) have been ongoing since 2003, utilizing both soil vapor
extraction (SVE) and groundwater extraction (GWE) systems; and
WHEREAS, the City, with the assistance of Civil Hydro Tech, LLC, has been
working closely on cleanup activities for the CPSA with the Central Valley Regional
Water Quality Control Board (CVRWQCB); and
WHEREAS, additional funding is required for CVRWQCB-required reporting and
continued plume management; and
WHEREAS, Council approved the Professional Services Agreement with
Civil Hydro Tech, LLC, on April 17, 2019, and Amendment No. 1 on August 21, 2019;
and
WHEREAS, staff recommends the City Council authorize the City Manager to
execute Amendment No. 2 to the Professional Services Agreement with Civil Hydro
Tech, LLC, of Sunnyvale, for Central, Western, Southern, and Northern plumes
groundwater monitoring, sampling, and reporting services, in an amount not to exceed
$43,000; and
WHEREAS, staff also recommends the City Council authorize an appropriation of
funds in the amount of $18,000 from the Central Plume Fund (59099000.77020) and
$25,000 from the PCE/TCE Rates Fund (56599000.77020).
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to execute Amendment No. 2 to the Professional Services
Agreement with Civil Hydro Tech, LLC, of Sunnyvale, California, for Central, Western,
Southern, and Northern plumes groundwater monitoring, sampling, and reporting
services, in an amount not to exceed $43,000; and
BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize
an appropriation for Central, Western, Southern, and Northern plumes groundwater
monitoring, sampling, and reporting services, in the amount of $43,000, as set forth
above; and
BE IT FURTHER RESOLVED, pursuant to Section 6.3q of the City Council
Protocol Manual (Res. No. 2019-223), the City Attorney is hereby authorized to make
minor revisions to the above -referenced document(s) that do not alter the compensation
or term, and to make clerical corrections as necessary.
Dated: February 5, 2020
-------------------------------------------------------------------
-------------------------------------------------------------------
I hereby certify that Resolution No. 2020-22 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held February 5, 2020, by the following
vote:
AYES: COUNCIL MEMBERS — Chandler, Mounce, Nakanishi, and
Mayor Kuehne
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — Johnson
ABSTAIN: COUNCIL MEMBERS — None
PAMELA M. FARRIS
Assistant City Clerk
2020-22