HomeMy WebLinkAboutAgenda Report - February 17, 2021 C-09AGENDA ITEM
CITY OF LODI
COUNCIL COMMUNICATION
TM
C-9
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Amendment No. 4 to
Professional Services Agreement with Civil Hydro Tech, LLC, of Sunnyvale, for
Central, Western, Southern, and Northern Plumes Groundwater Monitoring,
Sampling, and Reporting Services ($163,864), and Appropriating Funds
($163,864)
MEETING DATE:
PREPARED BY:
February 17, 2021
Public Works Director
RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute Amendment
No. 4 to Professional Services Agreement with Civil Hydro Tech,
LLC, of Sunnyvale, for Central, Western, Southern, and Northern
plumes groundwater monitoring, sampling, and reporting services, in the amount of $163,864 and
appropriating funds in the amount of $163,864.
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.
On May 6, 2019, the City executed a Professional Services Agreement with Civil Hydro Tech, LLC, for
PCE/TCE groundwater program and plume management, 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.
On August 21, 2019, Council approved Civil Hydro Tech, LLC (CHT), Amendment No. 1, in the amount of
$116,209, which consisted of performing semi-annual groundwater monitoring and sampling of the City's
network of groundwater monitoring wells over a two-year period, preparing required reports for submittal to
Central Valley Regional Water Control Board (CVRWCB), and out -of -scope contingency services related to
the proposed sampling and analysis program; such as any needed well maintenance, repairs, permits, etc.
On September 26, 2019, Staff met with CVRWCB to present and discuss results of sampling conducted
within the CPSA. Based on this discussion, the CVRWCB 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 the SVE/GWE
system. The Request for Closure Report included 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.
On February 5, 2020, council approved Amendment No. 2, in the amount of $41,000, the cost of
preparing the Request for Closure Report and providing on-call environmental consulting services.
On May 18, 2020, the CVRWCB approved the City's recommended approach for CPSA remedial
systems closure and decommissioning based on the submitted Request for Closure Report. On July 15,
2020 Council approved Amendment No onsulting an roject management services for
APPROVED:
Stephen Schwab ity Manager
2/3/2021
Adopt Resolution Authorizing City Manager to Execute Amendment No. 4 to Professional Services Agreement with Civil Hydro Tech, LLC, of Sunnyvale, for Central,
Western, Southern, and Northern Plumes Groundwater Monitoring, Sampling, and Reporting Services ($163,864), and Appropriating Funds ($163,864)
February 17, 2021
Page 2
decommissioning and removal of the central plume source area groundwater extraction and soil vaper
extraction systems, in the amount of $157,500. On January 6, 2021 Council awarded the contract for the
SVE System Decommissioning and Removal to A.M. Stephens Construction Co., Inc., of Lodi in the
amount of $601,714. Staff is currently finalizing the contract and construction should begin shortly after.
Task No. 1 of Amendment No. 4, if approved, will cover an additional two years of monitoring, sampling
and reporting events from the third Quarter 2021 through the first Quarter 2023. Task No. 2 consists of
on-call environmental consulting services for City-wide plume management of 77 monitoring wells.
Historically, this task has provided a mechanism for CHT to continue to support, as well as, provide the
City staff input related to the management of these groundwater plumes. Examples of past work
completed under this task included investigative sampling and reporting, unscheduled meetings with the
City and CVRWCB, presentations to the CVRWCB, and responding to CVRWCB review and comments
to our ongoing plume management tasks. Staff requests that an additional $35,000 be authorized to
ensure adequate funding for on-going and future requirements of CVRWCB.
The decommissioning and removal of the SVE system should consequently reduce the number of wells
required to be monitored within the CPSA. Staff and CHT are planning to propose further reducing the
monitoring, sampling, and reporting frequency. There could be significant savings in monitoring and
sampling costs if subsequently approved by CVRWCB.
Staff recommends authorizing City Manager to execute Amendment No. 4 to Professional Services
Agreement with Civil Hydro Tech, LLC, of Sunnyvale, for Central, Western, Southern, and Northern
plumes groundwater monitoring, sampling, and reporting services, in the amount of $163,864 and
appropriating funds in the amount of $163,864.
FISCAL IMPACT: The sampling, monitoring, and reporting is a requirement of CVRWCB.
Failure to perform could result in violations or fines. This work does not
impact the General Fund.
FUNDING AVAILABLE: Requested Appropriation:
Central Plume Fund 590 (59099000.77020):
$
78,608
Western Plume Fund 594 (59499000.77020):
$
15,464
Southern Plume Fund 591 (59199000.77020):
$
25,771
Northern Plume Fund 593 (59399000.77020):
$
9,021
PCE/TCE Rates:
35,000
TOTAL:
Andrew Keys
Andrew Keys
Deputy City Manager/Internal Services Director
Cha es E. Swlmle , Jr.
Public Works Director
Prepared by Andrew Richle, Utilities Superintendent
CES/AR/tw
Attachment
$163,864
R:\ GROUPWDMIN\Council\2019\08212019\Civil Hydro Tech\CC Civil HydroAR.doc 2/3/2021
AMENDMENT NO. 4
CIVIL HYDRO TECH, LLC.
PROFESSIONAL SERVICES AGREEMENT
THIS AMENDMENT, made and entered this day of March, 2021, 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, Amendment No. 1 on September 18, 2019, Amendment No. 2 on February 18,
2020, and Amendment No. 3 on August 4, 2020 (collectively the "Agreement"), attached
hereto as Exhibits 1, 1A, 1 B and 1 C, respectively, and made a part hereof; and
2. WHEREAS, CITY requested to extend the term of the Agreement to April 30, 2023; and
3. WHEREAS, CITY requested to increase the fees under the Agreement by $163,864, for a
total not to exceed amount of $622,273, as set forth in Exhibit 2, attached hereto and made
part of; and
4. WHEREAS, CONTRACTOR agrees to said amendments; and
5. WHEREAS, This Agreement and other documents to be delivered pursuant to this Agreement
may be executed in one or more counterparts, each of which will be deemed to be an original
copy and all of which, when taken together, will be deemed to constitute one and the same
agreement or document, and will be effective when counterparts have been signed by each of
the parties and delivered to the other parties. Each party agrees that the electronic signatures,
whether digital or encrypted, of the parties included in this Agreement are intended to
authenticate this writing and to have the same force and effect as manual signatures. Delivery
of a copy of this Agreement or any other document contemplated hereby, bearing an original
manual or electronic signature by facsimile transmission (including a facsimile delivered via
the Internet), by electronic mail in "portable document format" (".pdf') or similar format
intended to preserve the original graphic and pictorial appearance of a document, or through
the use of electronic signature software will have the same effect as physical delivery of the
paper document bearing an original signature.
NOW, THEREFORE, the parties agree to amend the not to exceed amount under the
Agreement as set forth above and extend the term of the Agreement. All other terms and conditions
of the Agreement remain unchanged.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Amendment No. 4 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"
By: By:
STEPHEN SCHWABAUER
City Manager
VARINDER OBEROI
Principal Hydrologist
Attest:
JENNIFER CUSMIR
City Clerk
Approved as to Form:
JANICE D. MAGDICH
City Attorney
Exhibit 1
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES ANO PURPOSE
Section 1.1 PSIM
THIS AGREEMENT is entered into on , 2019, by and between the CITY
OF LODI, a municipal corporation (hm*naftnr'CITY"), and CIVIL HYDRO TECH, LLC.,
a Calffomi■ limited liablilty company (hereln0or'CONTRACTORh.
Sact,ion 12 PuMM
CITY selected the CONTRACTOR to provide the services requW in
accordance with attached Scope of Services, Exhibit A. attached end Incorporated by
this ref rence.
CITY wishes to enter into an agreement with CONTRACTOR for PCE/TCE
groundwater program and plume management (here(nafter 'Project"} as let Borth in the
Scope of Services attached here es Exhibit A. CONTRACTOR acknowledges that it is
qualified to provide such services to CITY.
ARTICLE 2
SCOPE OF SERVICES
Soctlon 21 Scone of Sgry1cos
CONTRACTOR, for the benefit and at the diractlon of CITY, shall perform the
Scope of Services as sat 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 2.0,
whichever occurs first, and shall perform all services dll%W* 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 to project shall not be
counted against CONTRACTOR's contract performance perlod. Also, any delays due to
weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall
1
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 Z.4 %Iffin,g
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 discretlon
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, perrmits, 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 terra of this Agreement commences on May 1, 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 (I) -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 terms 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
this paragraph, shall not exceed five (5) years.
ARTICLE 3
COMPENSATION
Section 11 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= Prevailing Wage
The Contractor agrees to conform to the provisions of Chapter 1, Part 7, Division
2 of the Labor Code. The Contractor and any Subcontractor will 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 responsibility for compliance with these Labor Code requirements is on the prime
contractor.
Section 3.3 Contractor Registration — Labor Codo_61725.5
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 Methad of Payment
CONTRACTOR shall submit invoices for completed work on a monthly basis, or
as otherwise agreed, providing, without Ilmltatlon, 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 3.5 gos[t
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.
3
Section 3.6 (AS 6261 Public Contra" Cgde Section 9204 -Public Works Project
Contract Dispute Resolution Procedure
Section 9204 of the California Public Contract Code (the "Cods') provides a
claim resolution process for "Public Worts Project" contracts, as defined, which Is
hereby incorporated by this reference, and summarized In the following:
t]eflnfdons:
'Claim" means a separate demand by a contractor sent by registered mail or certo
mail with return reeelpt requested, for one or more of the following:
(A) A time extension, including, without limitation, for relief from darnages or
penalties for delay assessed by the City under a contract for a Pubic Works Project.
(B) Payment of money or damages arising from work done by, or on behalf
of, a contractor pursuant to a contract for a Public Works Project and payment for which
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 erectlon. construction, alteration, repair, or
improvement of any public structure, building, road, or other public 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 reeetpt of a Claim, the City will
conduct a reasonable review, and within a period not to exceed 45 days, will provide the
claimant a written statement Identifying the disputed and undisputed portions of the
Claim. The City and contractor may, by mutual agreement, extend the time periods In
which to review and respond to a Claim. If the City falls to Issue a written statement,
paragraph (3) applies.
Any payment due on a portion of the Claim deemed not In dispute by the City will
be processed and made within 60 days after the City issues its written statement.
(2) If the claimant disputes the City's response, or K 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, Identifying the remaining disputed and undisputed portions of the Claim. Any
payment due an 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 that 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 bear
interest at 7 percent per annum.
(5) Subcontractors or lower tier subcontractors that lack legal standing or
privity of contract to assert a Claim directly against the City, may request In writing, on
their behalf or the behalf of a lower tier subcontractor, that the contractor present a
Claim to the City 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 timelines 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 Auditin
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
5
this requirement. CONTRACTOR further agrees to maintain such records for a period of
three (3) years ager final 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 AOA 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 Ree2onsiblilty for Darna e
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
6
Neither the City Council, nor any other officer or authorized assistant or agent or
City employee shall be personally responsible for any liability arising under this
Agreement.
Section 4.5 Responsibility of CITY
CITY shall not be held responsible for the care or protection of any material or
parts of the work described in the Scope of Services prior to final acceptance by CITY,
except as expressly provided herein.
Section 4.6 insurance Requirements for CONTRACTOR
CONTRACTOR shall take out and maintain during the life of this Agreement,
Insurance coverage as set forth in Exhibit C attached hereto and incorporated by this
reference.
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 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 Sheet
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 40 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 on behalf of CITY and not
an employee of CITY. CITY shall not direct the work and means for accomplishment of
the services and work to be performed hereunder. CITY, however, retains the right to
require that work performed by CONTRACTOR meet spec standards without regard
to the manner and means of accomplishment thereof.
Section 4.11 Tarminartion
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 Confidentlafi
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, Iuurisdiction. Severability. and Attvrnev'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 Iltigation of the dispute shall be entitled to reasonable attomey's
fees from the party who does not prevail as determined by the San Joaquin County
Superior Court.
Section 4.14 City Business License Reguirement
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 Capti❑ns
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 5.16 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.
Sactlon 4.17 Contract Terms Prevail
All exhibits and this Agreement aro 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 4.15 Ownership of Documents
All documents, photographs, reports, analyses, audits, computer media, or other
material documents or data, and working papers, whether or not in final form, which
have been obtained or prepared under this Agreement, shall be deemed the property of
CITY. Upon CITY's request, CONTRACTOR shall allow CITY to inspect all such
documents during CONTRACTOR's regular business hours. Upon termination or
completion of services under this Agreement, all information collected, work product and
documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days.
CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any
liability resulting from CITY's use of such documents for any purpose other than the
purpose for which they were intended.
Section 4.20 Authority
The undersigned hereby represent and warrant that they are authorized by the
parties to execute this Agreement.
Section 4.21 Federal Transit Fundina Conditions
9
❑ If ft bout A W t is dwcked, the Federal Trfnf t F'u dkV carMffione WKhod es
E*Wbit D gvfy fl0 this ABrs www. In the event of a ronlfict b wggn ftte Mmes of #*
A4gtaerrunt or arry d Ib oMw erd"Nkl, w W the Fademl Trsnak F'urdrq Condtlnne, the
Federal Trwmk Fundtq Can lfJons will oonbol.
IN WITMEM WHEREOF. CITY arra CoffrRACTOR hmm e"cubd odg
Aorserrra+nt as er tha doe. first abme wrlow
CITY OF LrODI, a rnursi i* oorponmw
ATTEST:
. 4lt I
UdM1 I -:� t
w �•-"*�
APPROVED AS M FORM:
JANICE D. MAGOICH, City Attomey
CIVIL HYs RO TECH, LLC., a Cadlffomat ilm%d
kobi Ry campany
n
8(. -��._ - - -- - _ Irl- .
Noma: VR ER OBEROI
Tlfie: Princ w tfyslroloBist
Attacfinrrrlw,:
ftrxMblt A — Sool r of Str k*o
E~ a — Fere pmpoaaf
EehfWt C—haurwca ftquirwrAwft
FJrtffbft 0 — FwNtM Trarratf Funding Car{rlfakwu INaPPqgWgM!.
FundbV 8ouesa: CP 00099-W.77G201; W138( _9490008.77'QZO�i�����$�QQQ�7 SNP
883 9U!]0.77QxQj
(B"knes Unit A AeomM f4m)
Doo 117:R;ZROUP%AOMtMCnundI1Z01WMIrA01t#CIw*+odrdWBA.dn
CAA*vAZ.2017
10
CIVIL H19vvvo TECU
March 17, 20 l9
Mr. Charlie Swimley
Public Works Director
City of Lodi
221 West Pine, Street
Lodi CA 95240
Exhlbit AIB
SENT VIA: EMAIL
SUBJECT: Proposal for Groundwater Program and Plume Management
City of Lodi, California
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 on 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 Southern 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 detailed 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, SUNNYVALE. CA 94089 TEL: 415-424-3009
Proposal for Groundwater Program and Plume Management Page 2
March 17, 2019
• Identify the locations for installing passive soil gas (PSG) samplers
Install a total of 12 PSG samplcrs, like Waterloo Membrane Sampler7"t (WMST11) or
Beacon ReSure Sample Collection KitJm, 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.
] ask 5a Dc:11 verables: Meeting with the City and letter report to the Water Board documenting
the results
Task 5b— 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 5c —
• 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,
• Prepare 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 5e — 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 -revel 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 MONTEGO TERRACE, SUNNVVALa, CA 94089 TEL; 415-424-3009
Proposal for Groundwater Program and Plume Management Page 3
March 17, 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 0-cl i ver3t les: Meeting with the City to discuss the meornmended alternative and letter
report to the Water Board.
Task Sd — Evaluate Potential Source in the Lodi Southern Plume using PSG Samplers
Groundwater monitoring data collected from the Lodi Southern Plume (LSF) monitoring wells
indicates an increasing trend in PCE concentrations in shallow wells OS -211, SA -6, and SA40.
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 -
0 Review data from previous investigations to identify potential source areas;
■ Install a total of 12 PSG samplers, in soil like Waterloo Membrane Samplerru (WMSTII)
or Beacon BeSurc 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 Eastern 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 TEna,10E. St1VNVVAt,E, CA 94089 TEL; 415.424.3007
Proposal ibr Groundwater Program and Plume Manajement
Mach 17, 2019
Pane 4
Task Sf — Provide On-call Environmental Consulting Services for City -Wide Plume
Management
As part of this Task, CHT will continue to provide environmental consulting services to the City
for the several groundwater contamination 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. We are being asked by the City staff 10 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 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 of
$141,700 without your prior written authorization. A summary of estimated cost by Tasks is
provided in Table I below.
TABLE 1. ESTIMATED FEE
5a Installation of Passive Soil Gas (PSG) Samplers in $ 19,500
the CPSA
5b
Indoor Air Sampling
$ 23,900
5c
Evaluation of Alternatives for CPSA SVE System
S 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
$ 25,000
5 f
Provide On-call Environmental Consulting
$ 25,000
Services for City -Wide Plume Management
TOTAL
S141,700
SCHEDULE
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
Varinder Oberoi at (415) 424-3009 with any questions regarding this proposal.
Sincerely,
Civil Hydro Tech
Varinder Oberoi, PE (RCE #C69037)
Principal Hydrologist
561 MONTEGO TERRACE, 6UNNYVALE. CA 94M TEL. 413-424-3009
6thlbit C
N01l: The City of Lodi a now using On enSM lnsuraneo program PINS AdVaeaga Ones, you hove been awarded r
conbactyou will l"Whre an man ftom Cin CAtyrr Gnaw bsuronea progress nquastlag you b IbrwardBre email b your
Insurance provlclerts) to submit fin required Insunnee doeumerraCan owtimnically
Inaurjlnce_Reouiremento far gnt CrrrrharCb
Int construction Qru)f(nn mrofeeelanal Ila�ltitvl
Contractor shall procure and maintain for the duration of the contract Insurance against claims for injuries 10 pemons or damages
to property which may arts* from or In connocficn with the performance of the work hamunderand the results of that work by the
Contractor, No agents, representatives, am&yeea orsubcontractors,
MINIMUM SCOPE AND LIMIT OF INSURANCE
Coverage shell be at long t as, broad as:
1. Commertist General Llabtllty (CGL): Insurance Services Dolce Form CG 00 01 covering CGL on an'accumenee' basis, Including
products and completed operations, property damage, bodily tr4ury and peraonef a advertising injury colts limits no leas than
I2,t1flt1,000 per accurrenca. if a panoral aggrepta HM appltae, elthar the go noreI aggregate timft than apply separately to this
pru*Vocatfon (ISO CG 25 03 or 25 04) ortha general aggregete limit shall be tvnce the required occurrence iimlt.
2, Automobile Liabift, 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 lase than $1,000,000 per accident for bodily tNury and property damage.
3. Workers' Compensation: as required by the State of California, with Statutory Limos, and Employer's Liability Insurance with limit
of no leas than $1,000,000 per accident for bodily Injury or disease.
Other IgRuranca Prnvlstone:
(a) A I n Lfte MU—$n
The City of Lodi, its elected and appointed board@, commissions, officers, agents, employees, and volunteers are to be covered
as additional inau reds on the CGL and auto put icy with fespadt to IlabilIty arising out of work or operations parlbnned by or on
behalf of tha Contractor Including materials, parte, or equipment furnished In cartnectlon with such work or operofIQn@ General
Mobility coverage ran be provided In the form of an and orsemant to the Cao"ctor's Inaurance (at la tat as broad a@ 150 Form
CG 20 10 1185 or If not avallable, through the addition of both CG 2010, CG 20 2$, CO20 33, or CG 20 38: t= CG 20 37 V a
Inter edition Is used
(b) Prtt►lary and Non•ConrnbSif". in uRng#-ELr a"ment
The limits of Insurance coverage required may be amdofed by a combination of primary and umbrella or excess insurance. For
any daime related to this contract the Contractor's insurance coverage shall be prtmary coverage at Nest as broad as 150 CG
20 01 0413 as, respects the Entity, its officers. oMcM* employees, and volunteers, Any insurance or self4rouranoe maintained
by the Entity, Its officers, officials, employees, or volunteers shalt be exceas of the Contractor's insurenoe and shall not contribute
with It.
(c) Worvar of aj&onpLqn Contractor hereby grants to City of Lodi a waiver of any right to aubrogatlon which any insurer of said
Contractor may amuirre aga mat the City of Lodi by virtue of 10a payment of any foga under such Insurance. Canlraator agrees bD
obtain any endorsementthat may be naceaearyto affeft"a waiver of subrogalion, but this provlalonapplies regardless ofwhethor
or not the City of Lodi has received a waiver of subrogation sndoraement from the insurer
NOTE: (1) The street address of the CITY OF LOr]l rnu8t no shown along with (a) and (b) and (c) above: 221 Wait Pine Street,
Lodl, Califomie, 95240; (2) The Insurance Cer0cate must state, on its face or as, an endorsement, a description of the ISI
Ihat It is Insuring.
(d) Soverabtlily of Interest Clause
The term "Insured" Is used severally and not collectively, but the Inclusion heroin of more than one Insured shall not operaN to
increase the limit of the company's liability under the Contractors Commercial gerieral Ilablllly and aulomubile liability polities.
(e) 1n ar hylp r<_+n COv-frMEnoQDemanl
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 5t, Lodi, CA 95240.
Page 1 1 of 2 pages I Risk' rev. 3/1/2018
M Qorrtlnuity atqOMk=
All policies shall be in silted on air before the Amt day of dile Tartu of this Agreement. At Nast thirty (30) days prior to the expiration
of saCh insurance pokey. Contractor shall furneh a aertlfitabs(s) showing that new or extended policy has been obtained which
meets the mininnurn requirements of this Agreement Contractor shall provide proof of continuing !neuroma an at Nast an annual
basis during the Term. If Contr"oe✓s Imauranas lapses or is discontinued for any reason. Contractor shall immediately notlry the
City and immed1mWy obtain fop lscemenI Insurance. Contra otoregroes and atpuIstea that any insurance oov*nW provided to the
City of Lodi ahail provide for a cis ima parlod fallowing term Inatian of coverage which is at Is eat cdnsletent with the claims period or
statutes of limitation found in the Callfnmis Tort Claims Act (Cal Ito mia f3overnmentCode Section ala et seq.).
(g) FailW[M LQLfll UN
If Contractor fails or rehrses to obtaln and maintain the required insurance, or fails to provide proof of ooverapa. the City may ohtaln
the insuranoe. Contractor shah rebriburee the City fbr premfums paid, with Interest an the premium paid by the City et this maximum
allowable legal rete then in oftat in California. The City shall nasty Contractor of such payment of premiums within thirty (30) days
of payment staring the amount paid, the name($) of the Insunsr(s), and rata of interest. Contractor shall pay such taint ursenrsnt
and interest an the drat (oat) day ar the month following the City's notice. Notwithstanding any other provision of tilts Agreement,
if Contractor fills or refuses to obtain or maintain Insurance as Mqulrad by this agreement, or fails to provide proof of insurance,
the City may carminate this Agnmement upon main breach, upon such termination, Contractor shall irrrmediaWy oeeee use of tM
Site or tact ittee and commsnde and diligently pursue III removal of any and all of Its personal property Morn the site or fec (ties.
(h) Ve.nflCatton of Caveraoe
Consultant shati furnish the City with a copy of the policy declaration aid endorsement page (a). original carffEcates and
emendatory endorsements araopiea ofthe applicable policy language efflecting coverage required by this Hausa. Alt certificates
and an dorsern ants are to be received and approved by the City before work Commences. However, fallure to obtain the required
documenta prior to the work beginning shall not waive the Canis uttani's obligation to provfda them. The City reserves its right to
require Comtplete, 03M ad coplea of all required Insurance polices, including endoreements requirad by these spacifleatio a 9. at
any time FrNurs to exercise this right shall not canstlbrtle a walvef of the City's right to exerc(se after the affective
diets.
(t) oalf-Insured Retentions
Seif-tnsured ratentions must be declared h] and approved by the City. The City may require the Consultant to provide proof of abilfty
to pay lossoa and related investigations, swim sdminlatration, and defense expanses within the retention. The policy language shall
Prov de, or be endomed to provide, that tha seif-insured retention may be sadalfed by either the named insured or City.
QI rna�rrsr,�l;,}pti)g
The limits of insurance described herein shall not Ihrlt the debility of the Contreelor and Contractor's officers, employees, agents,
representativee or subcontractors. Contractor's ebllgatton to defend, Indemnify and hold the City and its sincere, officials,
employees, agents and volunteers harmless under the provisions of thisparagraph is not limited to or restricted by any requirement
In the Agreement for Contractor to PMCurG and maintain a policy of insurance.
(k) j=gftia r4
Consultant shall mqu(m and verify that all subcontractors maintain Insurance meatimg all the requirements stated herein, and
Consultant shall ensure that City Is an additional Insurers an insurance required from subcontractors
(Il Quli lu tnsumrfal
All Insurance required by the terms of this Agreement must be provided by insurers licensed to do buafneae in the State of
Callfomia which are rated at least W, Vr by the AM Best Platings Guide, and which are acceptable to the City. Non-admilbad
surplus lines carriers may be accepted provided they are Included on the most recent list of California eligible surplus Imes
insurers (LESLI list) and otherwise meet City requkarttatis.
Page 2 1 of 2 pages 1 _ _ Risk; rev 3/1/2018
CIML UYUM rrcu
c4a/ .Ne.�/ Water R&OWC4./Dew0#4;0V
July 22, 2019 SENT VIA: EMAIL
Mr. Charlie Swimley
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 (City), Civil 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 11, 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 3rd quarters. The Water
Board has similarly reduced the reportins, with a semi-annual report due after the I" 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 I — 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 1: Monitoring and Sampling
• Task 2: Data Analysis and Reporting
Task 3: Project Management
a Task 4: Out of Scope Services
175 N. EL MONTE AVENUE. LOS ALTOS, CA 94022 TEL. -415-424-3009
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 (l) 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. 115-2018-0800. 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 we] Is of the Lodi Plumes are located.
175 N. EL MONTE AVENUE, LOS .ALTOS, CA 94022 TEL: 4154243009
Proposal for Groundwater Monitoring, Sampling, & Reporting Services Page 3
Lodi Central, Western, Southern, and Northern Plumes
July 22, 2019
MONITORING & SAMPLING FREQUENCY'
Semi-Annual 2
Annual 3
Groundwater Zone
Central Plume Wells
G-04, G-05, G-06,0-08, G-11, G-12, G-13,
0-14A, G-15A, G-16A, G-17A, G-18A,
G-10, MW-08, MW-l5,
G-19A, G-24A, MW-09, MW-12, MW 13*,
MW-17, MW-24A
Shallow < 75 feet
MW-18*, MW-21 A, PCP-04
Intermediate
G-16B, G-24B, G-25A, MW-21 B, MW-22B,
G146MW-24B,
-, -B, MW-24C
MW-23B, MW-25B
75 < 125 feet
Deep
G-25B, MW-21C, MW-22C, MW-23C
G-14C, G-18B
125:5 150 feet
G-16C*, G-18C*, MW-27D
G-25C, MW-25C, MW-26D
Deeper> 150 feet
Western Plume Wells
MW-11, MW-16* **
Shallow <75 feet
Deep
WMW-1A **
125 < 150 feet
WMW-IB, WMW-11C, WMW-2A, WMW-213, **
WMW-2C, WMW-2D
Deeper> 150 feet
-
9
0
.d owdu
Southern Plume Wells
OS-2U, SA-03, SA-06, SA-07, SA-09, SA-10
MW-19, SA-01, SA-02,
SA-04, SA-05, SA-08
Shallow < 75 feet
OS-1
Intermediate
OS-2L„ SMW-lA
75 < 125 feet
**
SMW-lB
Deeper> 150 feet
9
7
* of www
Northern Plume Wells
MW-2, MW-5 I**
Shallow <75 feet
Deeper> 150 feet
NMW-IA, NMW-1B, NMW-1C **
s 0 M of Wdle
NOTES
1 All shall be monitored semi-annually for Depth to Groundwater
2 Wells shall be sampled semi-annually during the fiat (January - March) and third (July - September) quarters.
Wells shall be sampled annually during the third giPaM, r of each year.
• MW-13, MW-16, MW-18, 0- 16C, and G-1 8C are monitored for Depth to Groundwater only.
•• Semi-annual sampling requirements for wells
175 N. EL MONTE AVENUE, LOS ALTOS, CA 94022 TEL: 413424-3009
Proposal for Groundwater Monitoring, Sampling, & 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 beitig
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 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
system, and any field notes pertaining to the operation and maintenance of the system.
175 N. EL MONTE AVENUE, LOS ALTOS, CA 94022 TEL: 415-424-3009
Proposal for Groundwater Monitoring, Sampling, & Reporting Services Page 5
Lodi Central, Western, Southern, and Northern Plumes
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
November 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 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.
175 N. EL MONTE AVENUE, LOS ALTOS, CA 94022 TEL: 415-424-3009
Proposal for Groundwater Monitoring, Sampling, & 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.
a 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 $116,209.
CHT billing rates shown in the attached Estimated Budget table will be in effect for the duration
of this Project. Equipment owned by CHT will be charged at the rates provided in the attached
table. All equipment rentals (if necessary) and subcontractor/ sub -consultant fees (including
laboratory costs) will be charged at cost +10% markup.
175 N. EL MONTE AVENUE, LOS ALTOS, CA 94022 TEL: 415-424.3009
Proposal for Groundwater Monitoring, Sampling, & Reporting Services Page 7
Lodi Central, Western, Southern, and Northern Plumes
July 22, 2019
SCHEDULE
Work will commence in September 2019 upon receipt of your written authorization. CHT looks
forward to assisting the City on this project. Please do not hesitate to contact Varinder Oberoi at
(415) 424-3009 with any questions regarding this proposal.
Sincerely,
Civil Hydro Tech, LLC
Varinder Oberoi, PE (RCE #C69037)
Principal Hydrologist
175 N. EL MONTE AVENUE, LOS ALTOS, CA 94022 TEL: 415424.3009
ESTIMATED BUDGET (3Q 2019 THROUGH 1Q 2021)
City of LOdi CMWA Why Samw% and Ncwft r Pw�ls
Gmlrl WWW Monlmlin& Sreyliny • R I N SOnrk+o
CATEGORY
umm
RALE
1-}IORifOl ly
� k 11liRLY45
- M.'f - PAU MNLVMSS
i EPONJI11S
TyAS s • PRUE"
}LLAT,-
A4fL 4•GBTM
TOM
Alrovi(285$}
irtlli•Arprral(i�)
R�A1[2t1g}
54•atilRnstY {2i�}
ull�
C.9
E urlllr
can
un8s
cod
U ft
cafe
urllr
Cab
CUT
uropal Mydmkq.A (Q4/QCj-LaeAsetl Pr ks wl
h—
$175
0
$0
0
s0
2
1350
2
$350
0
$0
0
s0
f708
ienw Hydrologist l Pmj= Kwper- Lim -,d P. .1
Mur
$160
B
$1,780
8
$11m
16
$2,560
14
$2140
32
$5,170
0
$0
$11A88
Staff Hyd.34.ga
Mur
$110
50
$5,500
40
54,400
24
$1640
20
SLIM
0
$0
a
$0
f1417M
-IS / AUIOCAO / Staff
lar
$105
0
so
0
$0
16
$1,680
12
$1,250
0
s0
0
! $0
$2}88
mmsu- mr / Setif
Mur
$75
0
$0
0
$0
4
$300
4
$300
a
$6pp
d
Il $0
m
Tawlluior -_-
19.09
$M4
:.!tl y4Ade
day
1100
5
5500
4
$400
0
$0
0
$0
0
s0
0
$0
Water Lerd Meter
day
$25
s
$125
4
$100
0
$0
a
so
0
w
c
so
s1ss
svd D Eq pn ert
day
$50
5
$250
4
s200
0
so
0
so
0
$0
0
$0
$se
TmlINNERs>
eam
-KA
$85
$2.50
81
77
16,885
$193
63
63
$51355
$158
0
$0
0
0
0
ip
0
f0
1171
5U8-CONTRAL70r
layb Ai Latvatny (82608)
Lab SarriPle 0sposai
fa212M
PDB Sample
wh
$36
53
$1,909
73
$2,678
0
$0
0
$9
0
s0
0
$41118
rOw +dtr
M.*w a f0%
68.986
$899
$8,141
$660
$17,126
fL9w9
Taetwow*Now_
TOTAL CK IS (3Q U29 - 1Q 2628)
lot 1
$47L
TOO 1
f1MMf
Tm* 3
S&M
U04
OLM/
iS7,320
ESTHAATEp FFJM A� Afrtdt eurfrf TAY 1 rot a Trea T—kA TOTAL
J0 2920 -10 7421 3% 333 7111 S14 x98 35 8x2 16 000 tKM
43\ LL 1\11.0 IfQ
Exhibit 1 A
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 `CONTRACTOR").
WITNESSETH:
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"
By:
V&4k�
ST HEN ER
City Manager
Attest:
, WIM
ai,` r r
Approved as to Form:
r
(JANIC99V MAGDICH
-City Attorney
CIVIL HYDRO TECH, LLC., a California limited
liability company
Hereinabove called CONTRACTOR"
By: .
VARINDER EROI
Principal Hydrologist
CIVIL 1d"YIDUC TLCU
aveZ/ Ewvwaftm4ftuG/ Wa-ler Re4 e
January 6, 2020
Mr. Charlie Swimley
Public Works Director
City of Lodi
221 West Pine Street
Lodi CA 95240
SENT VIA: EMAIL
SUBJECT: Proposal for Additional Funding for Groundwater Program and Plume
Management, City of Lodi, California
Dear Mr. Swim ley:
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
5f
Provide On-call Environmental Consulting
$ 25,000
Services for City -Wide Plume Management
Sg
Prepare the Draft and Final CPSA SVE System
$ 18,000
Closure Report
TOTAL
$ 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
Exhibit 1 B
AMENDMENT NO. 2
CIVIL HYDRO TECH, LLC.
PROFESSIONAL SERVICES AGREEMENT
THIS AMENDMENT, made and entered this�ay 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:
1. 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
Herein above called "CITY"
Attest:
PAMELA M. FARRIS
Assistant City Clerk
Approved as to Form:
(JkAINICE MAGDICH
i Y
CIVIL HYDRO TECH, LLC., a California limited
liability company
Hereinabove called "CONTRACTOR"
By: t�p�
VARIN OBEROI
City Manager
Principal Hydrologist
Exhibit 1 C
AMENDMENT NO.3
CIVIL HYDRO TECH, LLC.
PROFESSIONAL SERVICES AGREEMENT
THIS AMENDMENT, made and entered this I day of.Jul�,2 0, 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").
W I T N E 8 SETH:
1. WHEREAS, CONTRACTOR and CITY entered into the Professional Services Agreement on
May 6, 2019, Amendment No. 1 on September 18, 2019, and Amendment No. 2 on February
18, 2020, (collectively the "Agreement'), attached hereto as Exhibits 1, 1A and 1B,
respectively, and made a part hereof; and
2. WHEREAS, CITY requested to increase the fees under the agreement by $157,500, for a
total not to exceed amount of $458,409, and amend the existing scope of services to include
consulting and project management services for decommissioning and removal of PCEITVE
groundwater and SVE system, as set forth in Exhibit 2, attached hereto and made part of; and
3. WHEREAS, CONTRACTOR agrees to said amendments; and
NOW, THEREFORE, the parties agree to amend the not to exceed amount under the
Agreement and expand the scope of services as set forth above. All other terms and conditions of the
Agreement remain unchanged.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Amendment No. 3 on
the date and year first above written.
CITY OF LODI, a municipal corporation
Herein above called "CITY"
tvBy:
STEPHEN SCI4 ABA ER
City Manager
Attest:
Ci��it lark JLnr�i��� CuSrn�Y'
Approved as to Form:
Janice Magdich
JANICE D. MAGDICH
�e'
City Attorney
CIVIL HYDRO TECH, LLC.; a California limited
liability company
Hereinabove called "CONTRACTOR"
By:
VARINDF EROI
Principal Hydrologist
Exhibit 2
CIVIU UYUM TECU
Cr vtZ/ Eh~zwr .G/ Wader Res�/ Dewn,6eri hg
January 8, 2021 SENT VIA: EMAIL
Mr. Charlie Swimley
Public Works Director — City of Lodi
221 West Pine Street
Lodi CA 95240
SUBJECT: Request for Approval of Amendment No. 4
Central, Western, Southern, and Northern Plumes Groundwater
Monitoring, Sampling, and Reporting Services Project and City -Wide Plume
Management Services
Lodi, California.
Dear Mr. Swimley:
At the request of the City of Lodi (City), Civil Hydro Tech, LLC (CHT) submits this proposal
for performing Groundwater Monitoring, Sampling, and Reporting Services for the Lodi Central,
Western, Southern, and Northern Plumes (Lodi Plumes) and City -Wide Plume Management
Services. This Amendment No. 4 is a continuation of ongoing consulting services for the Lodi
Plumes provided by CHT as part of the May 6, 2019 Professional Services Agreement (PSA)
between the City and CHT and subsequent Amendments 1, 2, and 3.
BACKGROUND
The current contract for the Groundwater Monitoring, Sampling, and Reporting Services for the
Lodi Plumes was contracted for a period of two years under Amendment I issued on
September 18, 2019, and also included an optional two (2) one (1) -year extension provision. As
per the City's request, CHT had provided costs for a period of two years commencing in
June 1, 2021 till May 31, 2023 for this project.
The current contract for City -Wide Plume Management Services was initially awarded in the
May 6, 2019 Professional Services Agreement (PSA) and subsequently amended two times with
Amendment No. 2 on February 18, 2020 and Amendment No. 3 on July 11, 2020. These
amendments were to fund ongoing environmental consulting services to the City on the Lodi
Plumes that are not currently covered by active Task Orders.
A generalized description of the scope of services to be completed for Amendment No. 4 is
provided below.
SCOPE OF SERVICES
The scope of services (SOS) includes the costs and services associated for performing the
following Tasks —
Task 1— Senn -annual Manitorinj?, Samplin.Y, rind Reportine Services of the Lodi Plumes
At the City's request, CHT proposes to perform the following monitoring and sampling activities
for a period of two years at the Central, Western, Southern, and Northern Plumes monitoring
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. :
175 N. EL MONTE AVENUE, LOS ALTOS, CA 94022 TEL: 415-424-3009
Proposal for Groundwater Monitoring, Sampling, & Reporting Services for Lodi Plumes Page 2
City -Wide Plume Management Services
January 8, 2021
• Year 1 — Third quarter of 2021 and first quarter of 2022
• Year 2 — Third quarter of 2022 and first quarter of 2023
CHT proposes to perform the following tasks for this Scope of Services:
• Task 1: Monitoring and Sampling
• Task 2: Data Analysis and Reporting
• Task 3: Project Management
• Task 4: Out of Scope Services — This will include a proposed revision to
the current monitoring and sampling program that will result in
decreasing by 15 to 20% the number of sampling wells
TASK 1A 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 2021 and
extending through the first quarter 2023 with options for one (1) extension for an additional two
(2) 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 2021 and 2022),
and fifty-two (52) wells semi-annually (first quarter of 2022 and 2023), 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 under the current Order and will be modified following a submission and
approval of the revised monitoring and sampling plan. 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.
175 N. EL MONTE AVENUE, LOS ALTOS, CA 94022 TEL: 415-424-3009
Proposal for Groundwater Monitoring, Sampling, & Reporting Services for Lodi Plumes Page 3
City -Wide Plume Management Services
January 8, 2021
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-10, MW -08, MW -15,
Shallow < 75 feet
G -19A, G -24A, MW -09, MW -12, MW13*,
MW -17, MW -24A
MW -18*, MW -21A, PCP -04
G-1613, G-2413, G -25A, MW -21 B, MW -2213,
G-1413, MW -24B, MW -24C
Intermediate
MW -23B, MW -25B
75 < 125 feet
G-25G-2513,Deep, MW -21C, MW -22C, MW -23C
G -14C, G -18B
125 < 150 feet
G -16C*, G -18C*, MW -27D
G -25C, MW -25C, MW -26D
Deeper> 150 feet
34
i 13
# of Wells
Western Plume Wells
MW -11, MW -16*
**
Shallow < 75 feet
WMW-IA
**
Deep
125 < 150 feet
WMW-1B, WMW-1C, WMW-2A, WMW-213,
WMW-2C, WMW-2D
**
Deeper> 150 feet
9
0
# of Wells
Southern Plume Wells
OS -21J, SA -03, SA -06, SA -07, SA -09, SA -10
MW -19, SA -01, SA -02,
Shallow <75 feet
SA -04, SA -05, SA -08
OS -2L,, SMW-IA
OS -1
Intermediate
75 < 125 feet
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
20 Total Wells Sampled
NOTES
All shall be monitored semi-annually for Depth to Groundwater
z Wells shall be sampled semi-annually during the first (January - March) and third (July - September) quarters.
3 Wells shall be sampled annually during the third quarter of each year.
* MW -13, MW -16, MW -18, G -16C, and G -18C are monitored for Depth to Groundwater only.
** Semi-annual sampling requirements for wells
175 N. EL MONTE AVENUE, LOS ALTOS, CA 94022 TEL: 415-424-3009
Proposal for Groundwater Monitoring, Sampling, & Reporting Services for Lodi Plumes Page 4
City -Wide Plume Management Services
January 8, 2021
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.
TASK 1B 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 (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 concentration maps for all groundwater zones and all major constituents of
concern, if applicable.
175 N. EL MONTE AVENUE, LOS ALTOS, CA 94022 TEL: 415-424-3009
Proposal for Groundwater Monitoring, Sampling, & Reporting Services for Lodi Plumes Page 5
City -Wide Plume Management Services
January 8, 2021
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
system, and any field notes pertaining to the operation and maintenance of the system.
h. Capture Zone estimate of the Lodi central Plume (LCP) mid -plume groundwater
extraction and treatment (GWET) system groundwater extraction well EW -7R
i. 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 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 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 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.
175 N. EL MONTE AVENUE, LOS ALTOS, CA 94022 TEL: 415-424-3009
Proposal for Groundwater Monitoring, Sampling, & Reporting Services for Lodi Plumes Page 6
City -Wide Plume Management Services
January 8, 2021
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 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 2021 Annual
Report will be submitted electronically to the Geo Tracker database system by
November 1, 2021, the 2022 Semi -Annual Report will be submitted on May 1, 2022, the 2022
Annual Report will be submitted electronically to the Geo Tracker database system by
November 1, 2022, and the 2023 Semi -Annual Report will be submitted on May 1, 2023. The
reports will be completed in accordance with the Order and submitted to the City in draft form
for review one week 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.
TASK 1C PROJECT MANAGEMENT AND CLIENT CONSULTATION
Under this subtask, 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 1D OUT OF SCOPE SERVICES
In addition to the above stated subtasks, 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;
■ 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 ensure sample integrity and correct deployment depths; and,
■ Additional unanticipated out -of -scope work as requested by the City or the Water Board.
Additionally, this subtask also includes the preparation of a Revised Monitoring and Sampling
Plan for the Lodi Plumes, and submitting it to the Water Board for approval during the first year
(2021) of this Task.
175 N. EL MONTE AVENUE, LOS ALTOS, CA 94022 TEL: 415-424-3009
Proposal for Groundwater Monitoring, Sampling, & Reporting Services for Lodi Plumes Page 7
City -Wide Plume Management Services
January 8, 2021
FEE ESTIMATE — TASK 1
CHT costs for performing the above stated SOS is based on the costs for performing similar
tasks during the previous years. The costs are based on a time -and -expenses basis to not exceed
our estimated fee of $67,106 for Year 1, which also includes a time and materials budget
estimate of $12,000 for potential out -of -scope work that may be required as part of the Project or
as requested by the City. This subtask also includes costs for preparing the Revised Monitoring
and Sampling Plan for the Lodi Plumes, and submitting it to the Water Board for approval. CHT
will provide cost estimates in advance of performing any out -of -scope services, if necessary, as
outlined in Task Id during the course of the Project. The attached Estimated Budget table
provides a breakup of the costs for completing the different subtasks under Task 1.
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 2022 through the first quarter 2023.
The estimated costs assume an annual increase of 3% for Tasks 1 through 3 to account for
cost of living increases to CHT billing rates. Task 1 d 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. 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 $128,864.
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.
Task 2 — On-call Environmental Consufting Services for Cilp-Wkle Plume Manet enrent
This Task will allow CHT to continue providing environmental consulting services to the City on
the several groundwater contaminant plumes that are currently in monitoring and cleanup phases,
and to address issues that arise and are not currently covered by active Task Orders.
Historically, this Task has provided a mechanism for CHT to continue to support as well as
provide the City staff input related to the management of these groundwater plumes. Past work
included, investigative sampling and reporting, meetings with the City and Water Board,
presentations to the Water Board, and responding to the Water Board review and comments to
our ongoing plume management tasks. Our labor hours would be detailed on monthly invoices
for this Task. The City requests that an additional $35,000 be authorized to ensure adequate
funding for on-going and future requirements of the Water Board.
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. The attached Estimated Budget table provides a breakup of the costs for
completing the different subtasks under Task 1.
175 N. EL MONTE AVENUE, LOS ALTOS, CA 94022 TEL: 415-424-3009
Proposal for Groundwater Monitoring, Sampling, & Reporting Services for Lodi Plumes Page 8
City -Wide Plume Management Services
January 8, 2021
TABLE 1. ESTIMATED FEE
Groundwater Monitoring, Sampling, and
1 Reporting Services for the Lodi Central, Western, $ 128,864
Southern, and Northern Plumes (Lodi Plumes)
5f
On-call Environmental Consulting Services for
$ 35,000
City -Wide Plume Management
TOTAL
1 $ 163,864
SCHEDULE
Work will commence in May 2021 for Task 1 and immediately for Task 5f 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 (415) 424-3009 with any questions regarding this proposal.
Sincerely,
Civil Hydro Tech, LLC
in
Varinder Oberoi, PE (RCE #C69037)
Principal Hydrologist
175 N. EL MONTE AVENUE, LOS ALTOS, CA 94022 TEL: 415-424-3009
ESTIMATED BUDGET FOR TASK 1 (3Q 2021 THROUGH 1Q 2023)
City of Lodi Central, Western, Southern, and Northern Plumes
Groundwater Monitoring, Sampling, & Reporting Services
NOTES
1 Year 1 Out -of -Scope Casts include costs for preparing the Revised Monitoring and Sampling Plan for the Lodi Plumes
CAVY Ul LUC TECH
TASK 1A - MONITORING, SAMPLING, & ANALYSIS
TASK 1B - DATA ANALYSIS & REPORTING
TASK 1C - PROJECT
TASK 11) - OUT OF
CATEGORY
UNITS
RATE
MANAGEMENT
SCOPE
TOTAL
COST
Annual (2021)
Semi -Annual (2022)
Annual{2022)
Semi -Annual [2p23]
Units
Cast
Unite
I Cost
Units
I Cost
I Units
I Cost
Units
Cost
Units
Cost
FABOR
Principal Hydrologist (QA/QC) - Licensed Professional
hour
$180
0
$0
0
$0
2
$360
2
$360
0
$0
0
$0
$720
Senior Hydrologist / Project Manager - Licensed Professional
hour
$165
8
$1,320
8
$1,320
24
$3,960
16
$2,640
32
$5,280
0
$0
$14,520
Staff Hydrologist
hour
$115
50
$5,750
40
$4,600
24
$2,760
20
$2,300
0
$0
0
$0
$15,410
GIS / AIITOCAD / Staff
hour
$107
0
$0
0
$0
16
$1,712
12
$1,284
0
$0
0
$0
$2,996
Administrator / Staff
hour
$75
0
$0
0
$0
4
$300
4
$300
6
$600
0
$0
$1,200
Total Labor
$7,020
$5,920
$9,092
$6,584
$5,860
$0
$34,846
EQUIPMENT
Field Vehicle
day
$100
5
$500
4
$400
0
$0
0
$0
0
$0
0
$0
$900
Water Level Meter
day
$25
5
$125
4
$100
0
$0
0
$0
0
$0
0
$0
$225
Level D Equipment
day
$50
5
$250
4
$200
0
$0
0
$0
0
$0
0
$0
$450
Total Equipment
.6575
$700
$0
s0
$0
$0
$1„575
SUB -CONTRACTOR
Analaydcal Laboratory (82608)
each
$85
81
$6,885
63
$5,355
0
$0
0
$0
0
$0
0
$0
$12,240
Lab sample Disposal
each
$2.50
77
$193
63
$158
PDB Sampler
each
$36
53
$1,908
73
$2,628
0
$0
0
$0
0
$0
0
$0
$4,536
TotalSubContractor
$8,986
$8,141
$17,126
Markup @ 10%
$899
$660
$1,559
Total Sub -Contractor
$9,884
$8,801
$0
$o
$D
so
515.685
TOTAL COSTS (3Q 2021- 1Q 2022)
Task 1
$33,250
Task 2
$15,976
Task 3
$5,880
Task 4
$12,000
$67,106
ESTIMATED FEES Assurrwd Anaaal lft a"
Task 1A Task 1B
Task 1C
Task 1D TOTAL
3Q 2022-102023 3%
534,247 $16,455
$6,056
$5,000 $61,759
TOTAL 2 -YEAR COST $128,964
NOTES
1 Year 1 Out -of -Scope Casts include costs for preparing the Revised Monitoring and Sampling Plan for the Lodi Plumes
CAVY Ul LUC TECH
Capital Improvement Program - Maintenance
Maintenance Project Title: Plume Groundwtr Monitor&Rep
Munis Project Code: PWWA-0066 #77
Section I Description Project Length Priority
Annual sampling, monitoring and reporting services. On-call environmental, hydrogeologic and plume management services.
Justification/factor driving project
This project would provide funding for the City's ongoing Groundwater Monitoring and Reporting Program. In accordance with the California Central Valley Regional Water Quality
Board Monitoring and Reporting Program No. R5-2008-0813 issued on April 17, 2008.
Additional Information
Of the $194,280 total, $54,680 and $21,420 and $18,180 were carried forward; the $5,000 and $95,000 were FY 20 budgeted items.
Section II Estimated Project Costs
Expenditure Prior Years
Contracts $ -
Internal Staff $ -
Total Capital Costs $ -
FY 19120 FY 20121
Estimate Budget
$ 232,280 $ 203,864
$ 5,000
$ 237,280 $ 203,864
FY 21122
FY 22123
FY 23124
$ -
FY 24125
Future Yrs Total
$ 436,144
$ 5,000
$ - $ 441,144
$ -
$ -
$ -
Section III Funding Sources/Methods of Financing
Funding Source(s) Prior Years FY 19120 FY 20121 FY 21122
Budget
565 - PCE Rate Abatement $ - $ 46,420 $ 35,000
590 - Central Plume $ - $ 97,680 $ 88,608
591 - Southern Plums $ - $ 43,180 $ 35,771
593 - Northern Plume $ - $ 25,000 $ 19,021
594 - South Central Western $ - $ 25,000 $ 25,464
Total Project Financing $ - $ 237,280 $ 203,864 $ -
FY 22123
FY 23124
FY 24125 Future Yrs Total
$ 81,420
$ 186,288
$ 78,951
$ 44,021
$ -
$ -
$ 50,464
-
-
,
Section IV Operating Budget Impact
Operating Cost or Prior Years FY 19120
(savings) Budget
Personnel $ -
Other Operating Costs $ -
Total Operating Impact $ - $ -
FY 20121 FY 21122
FY 22123 FY 23124
$ - $ -
FY 24125
Future Yrs Total
$ -
$ -
$ - $ -
$ -
$ - $ -
RESOLUTION NO. 2021-37
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING
THE CITY MANAGER TO EXECUTE AMENDMENT NO. 4 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 vaper 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, Council approved the Professional Services Agreement with Civil Hydro
Tech, LLC, on April 17, 2019, Amendment No. 1 on August 21, 2019, Amendment No. 2 on
February 5, 2020, and Amendment No. 3 on July 15, 2020; and
WHEREAS, staff recommends the City Council authorize the City Manager to execute
Amendment No. 4 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
WHEREAS, staff also recommends the City Council authorize an appropriation of funds
in the amount of $78,608 from the Central Plume Fund (59099000.77020), $15,464 from the
Western Plume Fund (59499000.77020), $25,771 from the Southern Plume Fund
(59199000.77020), $9,021 from the Northern Plume Fund (59399000.77020), and $35,000 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. 4 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 $163,864, thereby extending the term of the Agreement to April 30, 2023; and
BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize an
appropriation in the amount of $163,864, 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 17, 2021
I hereby certify that Resolution No. 2021-37 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held February 17, 2021, by the following vote:
AYES: COUNCIL MEMBERS — Chandler, Hothi, Khan, Kuehne, and
Mayor Nakanishi
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
67 /CJ-NNIFE CUSMIR
ity Clerk
2021-37