HomeMy WebLinkAboutAgenda Report - November 17, 2021 C-13AGENDA ITEM (:'M 13
CITY OF LODI
COUNCIL COMMUNICATION
TM
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Amendment No. 5 to
Professional Services Agreement with Civil Hydro Tech, LLC, of Los Altos, for
Consulting and Project Management Services for Southern Plume Remediation
Activities, Groundwater Modeling, and City-wide Plume Management ($208,500),
and Appropriating Funds ($208,500)
MEETING DATE:
f,:742a17:191=Y1
November 17, 2021
Public Works Director
RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute Amendment
No. 5 to Professional Services Agreement with Civil Hydro Tech,
LLC, of Los Altos, for consulting and project management services
for southern plume remediation activities, groundwater modeling, and city-wide plume management, in
the amount of $208,500 and appropriating funds in the amount of $208,500.
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 (CHT),
for PCE/TCE groundwater program and plume management, in the amount of $141,700. The original
scope of work includes providing sampling, monitoring and reporting specific to achieving regulatory
closure of the Soil Vapor Extraction and Groundwater Extraction (SVE/GWE) system with the ultimate goal
of system shutdown and removal; assisting the City with management of the remaining groundwater
plumes; and providing the City with guidance related to the Sustainable Groundwater Management Act.
Since the original Professional Services Agreement was approved by Council in 2019, Council has
approved four subsequent Amendments that expanded the scope of work to include various regulatory
needs including contract extensions, additional state monitoring and reporting and preparing a closure
plan for the Central Plume Soil Vapor Extraction System. That system is now decommissioned and
removed.
In May 2020, CHT on behalf of the City prepared and submitted a Sampling Work Plan for the Lodi
Southern Plume. The work plan was prepared pursuant to the discussions with CVRWCB staff during a
January 2019 meeting to evaluate whether an unknown source may be contributing to increasing
concentrations of PCE in groundwater monitoring wells within the Southern Plume. Further sampling
was approved by CVRWCB in October 2020 to install 27 passive soil gas samplers in a 25 -foot grid
pattern at the locations shown on Figure 1. The grid sampling identified two locations with high
concentrations. After further discussion with CVRWCB it was recommended that the City perform
discrete depth soil vapor sampling to delineate the vertical extent of the PCE and TCE in soil vapor. A
Work Plan was submitted to CVRWCB and subsequently approved on October 28, 2021.
APPROVED: Steve Schwabauer
Stephen Schwabauer, City Manager
\\pwadc02Nmsc$\GROUP\ADMIN\Council\2021\1 1172021 \Civil Hydro Tech\CC_CivilHydro doc
11/312021
Adopt Resolution Authorizing City Manager to Execute Amendment No, 5 to Professional Services Agreement with Civil Hydro Tech, LLC, of Sunnyvale, for
Consulting and Project Management Services for Southern Plume Remediation Activities, Groundwater Modeling, and City-wide Plume Management ($208,500),
and Appropriating Funds ($208,500)
November 17, 2021
Page 2
Amendment No. 5, if approved, will fund ongoing environmental services and consists of Southern Plume
Remediation Activities, an update to the PCE/TCE groundwater transport model and on-call consulting
services for City-wide plume management. The proposed Southern Plume work will consist of soil vapor
sampling to delineate the vertical extent of the PCE and TCE in soil vapor. After the vertical extent is
determined, CHT recommends performing a mass removal event (MRE) using a temporary mobile SVE
system up to a period of 30 days. CHT will install the two SVE wells that will be used for performing the
MRE. CHT will prepare the Work Plan for performing SVE MRE and submit to CVRWCB for approval.
CHT will then conduct the SVE MRE and prepare and submit a final report. The current contract expires
April 30, 2023.
Following completion of the Southern Plume remediation activities, the City is requesting CHT to update
the PCE/TCE groundwater model by simulating the lateral and vertical extent of the Lodi Plumes. This
will help evaluate the migration of the Lodi Plumes to see how it could be impacting the City supply wells
and evaluate the efficiency of the Lodi Central Plume, mid -plume groundwater treatment system,
currently in operation. The model should show significant decreases in PCE/TCE concentrations, which
should, significantly reduce the number of Lodi Plume monitoring wells that are monitored and sampled
as part of the City's Monitoring and Reporting Order No. R5-2018-0800.
Staff recommends authorizing City Manager to execute Amendment No. 5 to Professional Services
Agreement with Civil Hydro Tech, LLC, of Los Altos, for Consulting and Project Management Services for
Southern Plume Remediation Activities, Groundwater Modeling, and City-wide Plume Management in
the amount of $208,500 and appropriating funds in the amount of $208,500.
FISCAL IMPACT: The PCE/TCE sampling and remediation activities are 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:
Southern Plume Fund 591 (59199000.77020): $ 153,500
PCE/TCE Rates: 55,000
TOTAL: $208,500
Andrew Keys
Andrew Keys
Deputy City Manager/Internal Services Director
Prepared by Andrew Richle, Utilities Superintendent
CES/AR/tw
Attachment
Signature: 00M: � x
Email: akeys@lodi.gov
c1-0 UQ
Charles E. Swimley, Jr.
Public Works Director
Signature:
Email: sschwabauer@lodi.gov
\\pwadc02\msc$\GROUPADMIN\Council\2021\11172021\Civil Hydro Tech\CC_CivilHydro doc 11/3/2021
PROJECT
Southern Plume Monitoring Well
PSG Sampling Locations (July 2020)
PSG Sampling Locations (December 2020)
PSG Sampling Locations (February 2021)
LSP Passive Soil Gas (PSG) Sampling Location ID
0
Soil Vapor PCE Concentration in µg/m3 (micrograms per cubic meter)
LODI SOUTHERN PLUME (LSP) SOIL VAPOR
EXTRACTION (SVE) MASS REMOVAL EVENT (MRE)
CIVIL LI''DIPC TLCL
Wa&r" Redvuree/ Pem,-a e�
EXPLANATION
1000 pg/m3 PCE soil vapor
isoconcentration contour
5000 pg/m3 PCE soil vapor
isoconcentration contour
City of Lodi Industrial Waste
Line
City of Lodi Sewer Discharge
Line
IE25 -foot grid
Approximate Extent of
Commercial PCE ESL in Soil
Vapor (67 pg/m3)
Proposed Soil Vapor Probe
& SVE Well Locations
0 50'
Approximate scale
TITLE FIGURE 1
PROPOSED SOIL VAPOR PROBE / SVE WELL LOCATIONS
& DATE
PSG SAMPLING PCE CONCENTRATIONS 10/19/2021
CLIENT
CITY OF LODI, PUBLIC WORKS DEPARTMENT
29
708
115
1,68
28
30
I
27
78.6
642
31
5
67.9
26
6
22
26.7
24
26
21'
4
032
144
233
1,010
33
20
19
19
1718
1
4,2G
2
21
211
10.8
436
842
237
396,444
40
1,490
3434
[i
12
130
14
15
41,900
2.6
1
7
1.260
1,730
L
P -s3,1
0
3
98.7
11
10
647
8
OS-
36
3
48.6
87.8
3,40
183
4.27
Z3 41
as
16,800 16.800 3.10
Southern Plume Monitoring Well
PSG Sampling Locations (July 2020)
PSG Sampling Locations (December 2020)
PSG Sampling Locations (February 2021)
LSP Passive Soil Gas (PSG) Sampling Location ID
0
Soil Vapor PCE Concentration in µg/m3 (micrograms per cubic meter)
LODI SOUTHERN PLUME (LSP) SOIL VAPOR
EXTRACTION (SVE) MASS REMOVAL EVENT (MRE)
CIVIL LI''DIPC TLCL
Wa&r" Redvuree/ Pem,-a e�
EXPLANATION
1000 pg/m3 PCE soil vapor
isoconcentration contour
5000 pg/m3 PCE soil vapor
isoconcentration contour
City of Lodi Industrial Waste
Line
City of Lodi Sewer Discharge
Line
IE25 -foot grid
Approximate Extent of
Commercial PCE ESL in Soil
Vapor (67 pg/m3)
Proposed Soil Vapor Probe
& SVE Well Locations
0 50'
Approximate scale
TITLE FIGURE 1
PROPOSED SOIL VAPOR PROBE / SVE WELL LOCATIONS
& DATE
PSG SAMPLING PCE CONCENTRATIONS 10/19/2021
CLIENT
CITY OF LODI, PUBLIC WORKS DEPARTMENT
AMENDMENT NO. 5
CIVIL HYDRO TECH, LLC.
PROFESSIONAL SERVICES AGREEMENT
THIS AMENDMENT, made and entered this day of November, 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, and Amendment No. 4 on March 18, 2021
(collectively the "Agreement"), attached hereto as Exhibits 1, 1 A, 1 B, 1 C, and 1 D, respectively,
and made a part hereof; and
2. WHEREAS, CITY requested to increase the fees under the agreement by $208,500, for a
total not to exceed amount of $830,733, and amend the existing scope of services to include
consulting and project management services for southern plume remediation activities,
groundwater modeling, and city-wide plume management, as set forth in Exhibit 2, attached
hereto and made part of; and
3. WHEREAS, CONTRACTOR agrees to said amendments; and
NOW, THEREFORE, the parties agree to amend the not to exceed amount under the
Agreement as set forth above and extend the term of the Agreement. All other terms and conditions
of the Agreement remain unchanged.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Amendment No. 5 on
the date and year first above written.
CITY OF LODI, a municipal corporation CIVIL HYDRO TECH, LLC., a California limited
liability company
Herein above called "CITY" Hereinabove called "CONTRACTOR"
By:
STEPHEN SCHWABAUER
City Manager
Attest:
JENNIFER CUSMIR
City Clerk
Approved as to Form:
JANICE D. MAGDICH
City Attorney
0
VARINDER OBEROI
Principal Hydrologist
AGMEMENT FOR PROFE33IONAL 30MCES
ARTICLE i
PARTIES AND PURPOM
S+cttan 1.4 artm
THIS AGREEMENT In entered Into on , 2019. by and between the CITY
OF LODI, a mursldpal carparatlon (heraInadter •CITY', and CML HYDRO TECH, LLC.,
a CgHernin Ilmltad lisbllky company (ttane{nafter'CONTRACTOR').
Section 1.2
CITY ae{actad the CONTRACTOR to provide ttse services raqufrod in
acvardance with attached Scope of Seru"s, Exhibit A. ettwe had and Inoorpomlad by
this referarm.
CITY wishes to anter into an a greamerd with CONTRACTOR (Or PCE/TCE
groundwater programer urd plume management [harairatter Vmocn as tat Barth in tete
Scope of Services attached hero as Exhibit A. CONTRACTOR aaknowledgea that It 4
qualified to provide such services to CITY.
ARTICLE 2
SCoieE OF SERVICES
Section 11 U pt of Servlcas
CONTRACTOR, for the benelit and at the direction of CITY, shall perform the
Scope of Services as set forth M Exhibit A.
S ct,Ion Z.2 Time For Canumencentarit god Completion of Work
CONTRACTOR shall commence work pursuant to this A$reament, upon reeelpt
of a written notice to proceed fttim CITY or on the date set forth in Section 2.6,
whichever occurs Arst, end shall perform all services diligently and complete work under
this Agreement based on a mutually agreed upon tlmellne 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 provldo required data or review documents within the appropriate time frames.
The review time by CITY and any other agencies involved in the project shall not be
counted against CONTRACTOR's contract performance period, Also, any delays due to
weather, vandalism, acts of Gad, etc., shall not be counted. CONTRACTOR shall
I
I
Exhibit 1
�+---•ter-r-r,r.�r ��x,�... _ - _ _��.�..�r-e . v � .�_
remain in contact with reviewing agencies and make all efarts to review and return all
comments.
54ctlon Z3 meeting
CONTRACTOR shall attend meetings as may be yet forth In the Scope of
Services.
Section Z4 �� gfYfnu
CONTRACTOR acknowledges the CITY has relied an CONTRACTOR's
capabilities and on the qualfRcatlonra of CONTRACTOR's principsis and staff as
Iden fled 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 nofflW
by CONTRACTOR of any change of Project ManaW and CITY is granted the right of
approval of all original, additional and replacement personnel at Cmes sols discretion
and shall be notified by CONTRACTOR of any changes of CONTRACTOR's project staff
prior to any change.
CONTRACTOR represents it is prepared to and can perform all services within
the Scope of Services (Exhibit A) and is prepared to and can perform all services
specified tharefn. CONTRACTOR represents that it has, or will have at the dme this
Agreement is executed, all licenses, permits, qualifications, insurance and approvals of
whatsoever nature are legally required for CONTRACTOR to practice its profiession, and
that CONTRACTOR shall, at its own cost and expense, keep in effect during the I% of
this Agreement all such licenses, permits, qualifications. insurance and approvals, and
shall indemnify, defend and hold harmless CITY against any costs associated with such
licenses, permits, qualfffcations, insurance and approvals which may be imposed against
CITY under this Agreement.
Section 2.5 Subcontrsets
Unless prior written approval of CITY is obtained, CONTRACTOR shall not enter
Into any subcontract with any other party for purposes of providing any work or services
covered by this Agreement.
Section 2.6 Term
The term of this Agreement commences on May 1, 2019 and terminates upon
the completion of the Scope of Services or on April 31, 2022, whichever occurs first.
Section 2.7 Ootion to Extend term 2f Agreement
At its option. City may extend the terns of this Agreement for an additional two
(2) one (1) -year extensions; provided, City gives Contractor no less than thirty (30) days
written notice of its intent prior to expiration of the existing term. In the event City
exercises any option under this paragraph, all other terns and conditions of this
2
I
Agreement continue and remain In full force and effect.
The total duration of this Agreement, Including the exercisa of any option under
this paragraph, shall not sxcee3d five (5) years,
ARTICLE 3
COMPON-SATION
Section 3.1 Compensation
CONTRACTOR's compensation for all work under this Agreement shall conform
to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by
this reference.
CONTRACTOR shalt not undertake any work beyond the scope of this
Agreement unless such addlional work is approved in advance and In writing by CITY.
Sactlon &2 Proyailin-a Wage
The Contractor agrees to conform to the provisions of Ch-epter 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.
Secdon 3.3 Contractor R. istration -Labor Code -1725.5
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.
Stictlon 3.4 Method of P3ymer_tit
CONTRACTOR shall submit invoices for completed work on a monthly basis, or
as otherMse agreed, providing, without limitation, details as to amount of hour;,
individual performing said work, hourly rate, and Indicating to what aspect of the Scope
of Services said work Is attributable. CONTRACTOR's compensation for all work under
this Agreement shall not exceed the amount of the Fee Proposal.
Section 3.3 oe
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
seetlon 7.i ial1?&l Publig Contract Code Sogion 9204 —Public works F*rv,(ect
Cgntract DIsoute Resolution'
Section 9204 of the Caftmis Pubic Contract Code (the "Coale") provider a
claim resoiutlon prows for 'Public Worla Pro*r contracts, sa deffiod, which is
hereby incorporated by this nbrence. and summarized in the following:
Deflnttlnrte:
"Claim" means a separate demand by a coMnictor sent by registered mail or cadmad
mall with return race" requested, for one or more of the following:
(A) A time extension, including, without Imitation, for m%f from darnagas or
penaitles for daisy assessed by the City under a contract for a Pubic Works Pr*ct,
(13) Payment of money or damages arising from work dome by, or an betutf
of, a contractor pursuant to a contrad for a Public Works Project and pnyment fbr 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 erection. construction, alteration, repair, or
improven►ent of any public structure, building, rood, or other public improvement of any
kind.
Claim ftealudon Proce e:
(1) All Claims must be property submitted pursuant to the Code and include
re,agonable documentation supporting the Claim. Upon receipt of a Claim, the City will
conduct a reasonable review, end 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 end contractor may, by mutual agreement, extend the time periods in
which to review and respond to a Claim. If the City fails to issue a when statement,
paragraph (3) applies.
Any payment due an a portion of the Claim deemed not in dispute by the City wilt
be processed and made within 60 days after the City issues its written statement.
(2) If the claimant disputes the City's response, or If the City falls to respond
to a Claim within the time prescribed in the Code, the claimant may demand In writing,
by registered mail or certified mail, return receipt requested, an informal conference to
meet and confer for settlement of the issues in dispute, which will be conducted within
30 days of receipt.
If the Claim or any portion thereof remains in dispute after the most 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 on an undisputed portion of the Claim will be processed and made within
4
60 days after the City issues Its written statement Any disputed portion of the Claim, as
Identified by the contractor In writing, shall be submitted to nonbinding mediation, as sat
forth in the Code, unless mutually waived and agreed, In writing, to praceed directly to a
civil action or binding artittration, 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 meson 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 to a timely manner as required by the Code will bear
interest at 7 percent per annum.
(5) Subcontractors or lower tier subcontractors that tack 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 work performed by the subcontractor or lower tier subcontractor.
The request shad 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 timefirames and procedures the Code.
Section 3.7 AwAinr�
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 sore" to maintain such records for a period of
three (3) years eor final payment under this Agreement.
ARTICLE 4
MISCELLANEOUS PROViSIONS
Sacdon 4.1 Nondlxcrlminatlon
In performing services under this Agreement, CONTRACTOR shall not
discriminate in the employment of its employees or in the engagement of any nub
CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital
status, national origin, ancestry, age, or any other criteria prohibited by law.
Seetlon 4.2 AGA Compliance
In performing services under this Agreement, CONTRACTOR shall comply with
the Americana 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 Rexpnnsibllity for Darnatue
CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold
harmless CiTY, its elected and appointed officials, directors, 0MCOm, 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 Bob 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 thermto, including without limitation
reasonable attorney fees and costa. 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 Rarsonal i_rirbifWe
L
Neither the City Council, nor any other officer or authorized assistant or agent or
City employes shaft be personally responsible for any liability arlsing under this
Agreement.
Secklon 4.S Responsibility of CITY
CITY shall not be held respon3ible for the cane 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.
Sacdon 4.6 insurance Requirem®nts 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 Aa3ians
CITY and CONTRACTOR •sch bind themselves. their partners, sucoessora,
assigns, and Inal representatives to this Agreement without the written consent of the
others_ CONTRACTOR shall not assign or transfer any interest In thins Agreement
without the prior written consent of CITY. Consent to any such transfer shall be at the
sole discretion of CITY.
section 4.8 Nallogill
Any notice required to be given by the terms of this Agreement shall be in wrkinp
signed by an authorized representative of the sender and shall be deemed to have been
given when the same Is personally served or upon receipt by express or ovemight
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 foilows:
To CITY: City of Lodi
221 West Pine Street
P.O. Box 3006
Lodi, CA 95241-1910
Attn: Andrew Richle
To CONTRACTOR: Civil Hydro Tech, LLC.
581 Montego Terrace
Sunnyvale, CA 94089
Attn: Varinder Oberoi
Sectlon 4.9 Cooperadon 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 EmBIone or CITY
7
CONTRACTOR agness that In undertaking tM duties to be perfomwd under this
Agreement, It shall act as an independent contractor for and on behalf of CITY and not
an employee of CITY. CITY shalt 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 perforated by CONTRACTOR meat specific standards without regard
to the mannerand means of accomplishment thereof.
Section 4.11 T*rrnIrwrtl4n
CITY may terminate this Agreement, with or without cause, by giving
CONTRACTOR at least teen (10) days written notice. Where phases ars 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 shalt be entitled to payment as set forth in the
attached Exhibit 13 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.
Sgeden 4.12 Confidentiali
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 A gyffcabfe_Law_, Jurisdiction, SeverabitltX, and Artarney'3 Fens
This Agreement shall be governed by the laws of the State of Catlfomia.
Jurisdiction of litigation arising from this Agreement shall be venued with the San
Joaquin County Superior Court. If any part of this Agreement is found to conflict with
applicable laws, such part shall be inoperative, null, and void Insofar as it is in conflict
with said laws, but the remainder of this Agreement shall be in force and effect. In the
event any dispute between the parties arises under or regarding this Agreement, the
prevailing party in any litigation of the dispute shall be entitled to reasonable attomey's
fees from the party who does not prevail as determined by the San Joaquin County
Superior Court.
Section 4.14 C-ity Bsrsi Less License Rogulrement
8
CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020
requires CONTRACTOR to have a city business license and CONTRACTOR agneas to
secure such license and pay the appropriate fees prior to performing any work
hereunder.
Section 4.15 Ca fon
The captions of the sections and subsections of this Agreement are for
convenience only and shall not be deemed to be relevant In resolving any question or
interpretation or intent hereunder.
Section 4.16 lrrteoradon and Modificatibn
This Agr"mant represents the entire understanding of CITY and'
CONTRACTOR as to those mations contained heroin. No prior oral or wrMen
understanding shall be of any farce or effect with respect to those maftre covered
hereunder. This Agreement may not be modified or altered except in writing, signed by
both pw les.
Smction 4.17 Contract Terms Prevail
All exhibits and this Agreement are intended to be construed as a single
document. Should any inconsistency occur between the specMc terms of this
Agreement and the attached exhibits, the terms of this Agreement shall prevail.
Saetlon 4.18 Severarbiliitir
The invalidity in whole or in part of any provision of this Agreement shall not void
or affect the validity of any other provision of this Agreement.
Section 4.19 Ownership ❑f oocurnant,
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.
S•-action 4.20 llui{rc,ri
The undersigned hereby represent and warrant that they are authorized by the
parties to execute this Agreement.
Section 4.21 F-®derai Tranait Funding Gonditions
9
❑ If ft tram at MR is clwckod. Ills Focom TnwW Fun&V an ns attdW rr
UIRit D 4pplS►10 lft AWnaetra e. In Ila We d a mlft btt�lrrawe thtta UMN d ft
Apr�rllwrt or arty d ra otlwr ■Ids and t w FarMral Tral M FW dklp Comfta %k do
Feft Trarwll Furm*q CaWil" %* am".
N MqT *M IA OF. CITY and CCKTRACTM Il m armmbd "
AErrrnwnt as aT � � �t aborrf rrrlt�
ATTEST:
Nor= 9
r
..,. a.
APPROVED AS TO FORM:
-IMICE O. MAG(XCH, Cft A tcrrwy
AWohrwuMs:
CITY OF LO01, a etwkow ompomft
ad
��ri' Ri � ►\':
CA L. HYDRO TECH, LLC., a Caftaiia ifm*d
RabRy campmy
�
fil M VA`, tER dBER01
Ptla: PItTFElpal HV*oh d
taNAlt A — #rae/a of Mrricrc
E~ ■ - fir Pr pmw
Exh" C—iorwume a 1 q - i w -ills
E:hilt G — ��rai 7tiMHt tf ti niblp CepolYnMn lR �ir��i
I�unirq rrc
iwa: CP a . 77620 P 846 ��F d P
{89�S9fIQbs?'707U]
MMIMM flet t AGOOLKA }iia,)
Doc IO:R;%GROUPOOlYlWZaund1201Y1011MIoClijM hya sAdm
i6
civilt, I-I'MCCu-cf_t
N/plrr R400"Ma.
March 17, 20 1.9
Mr. Charlie Swanley
Public Works Director
City of Lodi
221 West Pine. Street
Lodi CA 95240
E Exhibft AM 1
SENT VIA. EMAIL
SUBJECT: Proposal for Groundwater Program and Plume Management
CW of Lodi, California
Dear Mr. Swimley:
Per your request, Civil Hydro Tech (CHT) has prepared the fallowing 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 Hoard, 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 Areit (CPSA) soil vapor extraction (SVE) system, management of the City
groundwater plumes, and the implementation of the Sustainabtc Groundwater Management Act
(SOMA) activities associated with the City groundwater sustainability agency (GSA). The
proposed scope of work will include performing and managing the following tasks —
t . 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 Che 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 Revfsed Soil vapor Extraction 5Y.rrern Sampling Prorocof
letter to the Water Board. The rebound sampling protocol was approved by the Water Board in a
fetter to Andrew Richie with the City, dated February 12, 2019. Rcsults of the rebound sampling
event will be used by CHT to perform the following activities:
981 ,MONTEGO TERRACE, SUNNYVALE. CA 94099 TEL:415-424-3009
Proposal for Groundwater Program and Plume Management Page 2
Manch 17,200
Identify the locations for installing passive soil gas (PSG) samplers
• Install a total of 12 PSG samplers, like Waterloo {Membrane Samplerr" (WMSTM) or
Beacon BeSum Sample Collection 1{itsrM, in those lacarios�s to collect passive soil gas
samples and analyze these samples to delineate the surfcial 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.
tx 5a Deli vCr3bic -: Meeting with the City and letter report to the Water Board documenting
the results
Task Sb- Indoor Air Sampling
The Water Board, in its Sanuary 15, 2419 meeting with the City, recommended that the City
sltouId perform indoor arid ambient air sampling m part of requirements far obtaining closura for
the CPSA SVE system. The Water Board also recommended that die indoor air samples should
be coliccted at 4acent business and residentia.1 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 -
m 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 Por laboratory analyses;
and,
• Preparc a letter report summarizing the results of the indoor air sampling event and
submit it to the City for review and comments. CHT will then incorporate the comments
of the City and submit the finalized report to the Water Board.
TEISk 51's Delivcrai)Ies- One round of sampling, meeting with the City, letter report to the Water
Board documenting the results
Task Se - Evaluation of Alternatives for CPSA SVE System Closure
Following completion of Tasks 5a and 5b, CHT proposes to evaluate alternatives such as
installation of a passive soil vapor extraction system, installing additional shallow SVE wells,
and targeted soil excavation in the areas that exhibit remnants of PCE in soil. As part of this
Task, CHT will perform the Following activities:
• A feasibility -level cost evaluation of alternatives for soil remediation in the CPSA;
• Prepare a Technical Memorandum summarizing our evaluation and recommendations
for the selected alternative;
• Meet with the City to discuss our recommendation for the selected alternative; and,
• Prepare a letter report to the Water Board to recommend our selected alternative to
obtain closure or the LCR SVE system.
581 NlONTECO TERRACE. SUNNVVALE, CA 94089 TELA 415-424.7009
Proposal Ibr Groundwater Program and Plume Management
March 17, 20 t9
Page 3
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.
Meeting with the City to discuss the meornmended alternative sad lamer
report to etre Water Board.
Task Sd — Evaluate Potential Source in the Lodi Soothers Plume using PSG Samplers
Groundwater monitoring data collected from the Lodi Southern Plume (LSP) monitoring wells
indicates an increasing trend in PCE concentrations in shallow wells OS -21;l, SA -6, and SA -10.
The Water Board suggested at the January 15, 2019 meeting that the City should evaluate the
presence of a potential source in the LSP that has resulted in an increase in the PCE
concentrations in some of the shallow wells. As part of this Task, CHT will perform the
following activities:
• Review data from previous investigations to identify potential source areas;
• install a tom! of 12 PSG samplers, in soil like Waterloo Mrmbnaiw Samplerrm (WMSrw)
air Beacon BeSure Sample Collection Kitslµ, to eollect passive soil gas samples that wilt
identify the 9urficial 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 Delivernbles: 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 Easters: 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
issucs 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 YIONTECO TEAfL\CE.SONNYVALE, CA 94089 TEL; 41S -4Z4 -J009
Proposal lbr Groundwater Program and Plume Uwagmlant
March 17, 2019
Page 4
Tmk 5( — Provide On -emit Eavlroemental Consulting Services for City -Wider Pltrere
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
plusses, and to address issues that continue to arise and are not currently covered by active Tack
Orders. We are being asked by the City staff to provide input to the City and to the various
environmental contractors on their work, and this Task will provide a mechanism for us to
continue this support.
ESTIMATED FEC
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,"0 without your prior written authorization. A summary of estimated cost by Tasks is
provided in Table 1 below.
TABLE 1. ESTIMATED FEE
ser Installation of Passive Soil Gas (PSG) Samplers in
$ 19,500
the CPSA
5b
Indoor Air Sampling
$ 23,900
Sc
Evaluation of Alternatives for CPSA SVE System
S 25,000
Closure
Sd
Evalum Potential Source in the Lodi Southem
S 23 300
Plume using PSG Samplers
'
S 25,000
Se
Provide On-call SGMA_Consulting Services
S 25,000
517
Provide On-call Enviionmental Consulting
Services for City -Wide Plume Management
TOTAL j
$141,700
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
591 MONTEGO TERRACE, SUNNYVALE. CA 94089 TEL: 419.4244009
Exhibit C
,east
n°r,raR`',v
NO1F: The CfW of Lodi to now uafng CA cnfilre 10sU1111= l PMOrem P MY3 Advarrbyr- Gime you dulls bete atrarda9 a
canrlrrt t ynu off recalls err rerrxIf Rom Aha Chys online kwurenea program requastfrrg you b fbrwwrd on ams rT b yW
fnWererlce prOvkA t'o) to subrng lite r"Uhed rrraursince QoeuntsrrerWa sbr8anlcolly
rn3rrMIg0RRatllr4ments for MM Con&XCdr
INQ1 posr3tructTon or res lLiYl
Contractor shell pmcura and maintain far the dumdan of the Contract fnguranae against claims far rbjurise to perilons ar dempss
to property which may arias from or In connection with the perl[lrmance of the work hamunderand the results of thatwork by IN;
Contractor, his ngents, representatives, employees oroubcontradiors.
MINIMUM SCOPE AND LMIMOF INSURANCE
Coverage shell be at leset as broad as:
1. Corn more hiI Coma raI tdsbllity (CGL): Ins uraroe Sarvicas t7Rice Form CG 00 01 covering CGL an an'acctrmm,lce'basls, IncNdIN
products and completed operations, property damage, bcdtly fluty and p8monal d adverdaing injury with Iiman ;to fees than
3Z,nD0,000 par aecurrence_ It a ganeraI aggrovto limit epp1los, either the general aggregate limit shall apply mparsteiy I4 this
pro*Vtocation (ISO CG 25 03 a 23 CA or the general aggraqule limit shall ba twice the requlrod aocurlence IImIL
2. Automobile NabiBlt ., ISO form Number CA 00 01 coverfng any auto a if Contractor has no owned autos, Oren hired, and non-
awried autos with limit no boa then ;1,000,000 per a cddent for bodily fnJury and prop" damage.
3. Worker~' Campsnaatlan: as required by the Srate of CaflfnmIn, with Statutory Limits, and Empfayet'a Liability Insurance with Ifmit
of no Is as than 51,og0,000 Per accident forbodlfy Injury or dheese.
Q.tf+sr fnsurencw isrovlufcns:
(a) +Qstiilo_nrar_nlanted insured status
The City of Lodi, its elected and appointed boards, cammfssfane, oftleere, agents, employees, and valunlears are to be covered
as addillanal Insureds on the COL and auto policy with reaped to liability adaing out of work or operallors pertbmwd by or on
behalf of the Contractar Including materials. plats, or equipment famished In eonnecllon with such work aroperations. General
llebiftty coverage can be provided 0 the form of an andaraement to the Cenlractor'a Insurance (at fesat as bmad as ISO Form
CG ?,0 10 11 55 or if not Hvatlabfe, through lire addition of both CG 20 10, CG 20 29, CO 20 33, as CG 20 38; 01<i( CG 20 37 if a
lateredltion to used
(b)Pnmary amp ver-Conlnbulary InsllronC red r3gmeni
The limits of insurance coverage required may be entleffed by a combfnaton of primary and umbrella or excess insurance, For
any dafma related to this contract the Conhadoes insurance coverage shall be primary coverage at least as brand as 130 CG
20 0104 13 as respects the Entity, its officers, off eels, emplayese, and volunteers, Any insurance or self-insurance maintained
by the Entity, Its officers, officials, emplayees, or volunteers shell be excess of the Contractor's insurance and shall not contribute
with It.
(c) N ry rContractor hereby grams to City of Lodi a waiver of any right la submgalion which any insular of acid
Conhactar may gcgUlm agamat the Clty al Lodi by virtue of The payment of aray Mss under much Imuranco. Contractor agraim to
able in any aMersoment that may be na+xranary to sabot this waiver Of:lu"211an. but this prov11110n applies rmgordfang ❑fvri+uther
or not the City oft. adl has mosived a waivar of submgmifan andamoment fr m the insurer
NOTM (1) The 31met address of the CrrY L78 t sof rnuot tie shown slonq with (a) and (b) and (c) above: 221 Warrt Pine street,
Lodi, California. 95240; (2) The Insurance CaMR42te must state, an its race or as an endorsement, a deecriollan of Dte 2C4J.c(d
That Ii(a insuring.
(d) Sm�nm ii , fntq<nst (:louse
The term "Insured" is mad severally and flat ilectfvely, but the InOus an hararn of morn than one Insured shelf not oprimbe to
fncmeae the limit of the company's lisUlty under the Contractaru carnmoslEli genaml flabrl(ly and automobile liability polidea.
(a) a ' !'_V_vllo an r Rmnnr
This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written notice of such
cancellation or reductlon in coverage to the Risk Manager, City afLodl, 221 Weat Pine St„ Lodi, CA 95240,
Page 1 I of 2 pages I Risk: rev. 3/112018
()4t111!ui�[.�miaue
Ad palkiee alma be in aeras an or ballon. the int day of the Tenn of thfa Agreemenf. At issst thirty (30) days prior to life dxplreaan
Of tech insurance poesy. Con lrehYor shall llrmish a cerdeams(s) showing that a naw ar ■xmndad poky has been gbtmnea whIc,�
meati Ills minkntmn requHemenll of Mis Agnsememtt Contractor shaft pravlttis pnlof of candAuing frouwain an at lust an annual
bins duftng ttre Tamh, If Conhactoes Insurance lapses oris dlecontinued for any mason. Conbactorshall ImrrNdfata(y notify thw
City and Immedisinlyabmdn rnplswmaentIns urance. Contractor agf"s arhd stpkilo tas that any hesurathosoaveMan proudad to ft
C8y of LodI shall provide for a claims period klkrwing framhlnaton of coveregs which is at War eortshtaret with to #sane per±ad or
stotutss of Ilmftadans found in the Ca Manila TartCatms Act (Call(bmia Gave m mant Code Section 8ta at aq.).
(g) mealy
If Contractor 6116 a radrees to obtain and mefnmin the rsqulmrd Insurance, or faits to provide proof of oavemge, are Criy may Cumin
the fnsuranon. Con' clar WW reimburse the City far premiums paid, vnth Inbatheatan the premium paid by the City rt the mabcfmum
allowable legal raft Ulan In egret in Califomts. The City shall notify Cantrtctar of such payment of prarnfume wlstln thin (317) days
of payrnent stailng the mount paid, tlts mime(s) of IN Insurer(s), and nsim of ints rest. Cantrectorshaf! pry such eafturasnterht
and Internet an ft hist (119) day of Ills month IbIlOwIng Sts City's netIce. kobOewMndlrq my odw pmvleion of 9th Agreemen%
it Contractor fails or rafuasa to abtain or malotsin traiurance ss mqulrad by this agrearnemt, arfeiis to provide proof of fasuni os.
the City may torminate No Agreement upon such bnmh. upon such terminatloM Contractor shalt has latsty oesee use of the
Sita a feciiftlea and commence and al ftenty pursue the removal of any and all of IN personal property Mom the siGa or torijklte.
(h) Veoffcamlon itCoverarae
Consuttrmt ahall rum lah ohs Cfly with a copy of the poky daclaretlon end arhdorso marl poge(a), aOginof dortiffcahaa aria
Mandatory andommients araaptee of the applicable polity language of ctIng coverage required by Shia Clause. All coMficatas
and andomemenis are to be received and approved by the City be fa re work cammerees. Hewxver, faifuM to abmirr fhrraequhW
documanuo priorWtat work baylnning shall net wrilvo fhs Can anRDnt'a aWas kon to pmvtde them. The Clty fetservcss the right to
requtre complete, carliRod copies yf 4111 ntquIred Ineuronoe paikaes, including nndarsamento rmqufred by mesa ;Imd Kcatio n a. at
any time Felfuns to exwrclas this do( straff rat Canaatufa a walvwr of Mn QWN right be oxerctao nrtar the erftvaflve
dela.
(1 SeIRlnsured fterenrlatrq
Satf-insured rnlenlion a muot be docfered to and sparovod by the City. The City may raquirn the Con nunorrt to provide Proof *IF ability
W nay to 0308 and related invastlgatnrte, clotm sdminletMWn, end derensa d=art$" within ate retentan. Thor policy tonquago ahull
uhrawda, or he endanhnd to pmvids. that thin %RINinn umd WerhtiaA may be sads%d by either the named insured arCky
The Win Its of inaurence deactibed herein nha11 not limit dia Ilahilfty of the Contractor and Conkrnctors a ffkare, arnvia yaes. agants,
representatives or Sut}canlraclors. Cantmutors obllgotlon to defend. Indemnify and hold 'ha City pad its ofRcacs, otfluals,
emplayeea, agema and volur>feers harmlau underthe paovfslons ofthis paragraph is not Knitted la or renbicled by any requirement
in the Agresment for Contractor to procure and maintain a Polley of imiurance.
(k) $9tllpAn(mogd
Consultant shall require and verify that all subcanhsclom matntaln Ineumnee maedvg all the niqulrentents stated hensln, and
Consultant shall aneure that City Is an addittonM insured an insurance required from subcantmctom
(I) S).f9GliBad lrteunevfsi
All Insurance required by thin terra of this Agreement must be provided by insurers Ilcensed to do business In the Stats of
California which are rated at lent 'A-, Vt' by thta AM Best Ratinge Guide, and which are acceptable to tin City. Non -admitted
surplus lines carriers may be accepted provided they are Included an the most recent list of Califomin eegibie surplun Imes
Insurers (LESU list) and otherwise meet City requhernents.
Page 2 1 of 2 pages I — Rtsk; rev 3111MIS
RESOLUTION NO. 201"7
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING
THE CITY MANAGER TO EXECUTE A PROFESSIOMAL
SERVICES AGREEMENT WITH CIVIL HYDRO TECH. LLC, OF
SUNNYVALE, FOR THE GROUNDWATER PROGRAM AND
PCE/TCE PLUME MANAGEMENT; AND FURTHER
APPROPRIATING FUNDS
WHEREAS, the City, with the m4alstancae of Civil Hydro Tech. LLC, has been t,Ma"
closely on cleanup activities for the Central Valley Regional Water duality Control Board: and
WHEREAS, record sampling data auggests It Is approprfde to begin moving towards
regulatory closure of the moll vapor extractlo Vgrvund water extraction systems with the goal of
system shutdown and removel, Including Instseltallan of passive mall gnm samplers, Indoor and
mmblw4 air sampling, and on-call sustarfnable groundweter management act tasks; and
WHEREAS, staff recommends the City Council suthortre the City Manager to examto a
Pmfeamlonal Services Agreement with CMI Hydro Tech, LLC, of Sunnyvale, for Groundwater
Program and TCEfPCE Plume Management, In the omoLmt of $141,700: and
WHEREAS, staff recommends appropriation of fimds In ttte amount of $08,400 than the
Central Plume Fund (59099000.77020), $23,300 fmm the Soutftiam Plums Fund
(59199000.77020), $25,000 from the PCERCE Rates Fund (58599000.77020), and 125,000
from itte Water Admnistratlon Fund (50052001.72450).
NOW, THEREFORE, GE IT RESOLVED that Itte Lodi City Council dues herby
authortm the City Manager to execute a three-year Prchaaioral Service* Agreement for
Groundwater Pmgrorn and TCEIPCE Plume Management with Clvll Hydro Telt, LLC, of
Sunnyvale, Callfomia, with two optional one-year extenslona, In the amount of $141,700; and
BE IT FURTHER RESOLVED that the Lodi Clly Council does hereby appropriate funds
In the amount of $141,700, as set forth above.
Datad: April 17, 2019
R.y=�YF.��'.L•=R:�..^'�.�,.��^"'..=-'�=.��=� �.�..��w�'A'��Tw—��.—�a�.i� �..�...,.—....�ti���13��33��oQJLiA
I hereby cartlfy that Revolution No. 2019-�57 was passed moa€ adopted by the City
Council of the City of Lodi In a regular meding held April 17, 2019, by tho following vote.-
AYES:
ote:
AYES:
COUNCIL MEMBERS — Johnson, Kuehne, Maurice, Nakanishl, and
Mayor Chandler
NOES:
COUNCIL MEMBERS — Nona
ABSENT;
COUNCIL MEMBERS — None
ABSTAIN:
COUNCIL MEMBERS — None
ri�NIFG-RE MRA11(213Z"4JA
City Cleric
2019-67
Cl" U HY CC YMU
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 191 and 3`d quarters. The Water
Board has similarly reduced the rcportindp.,, with a semi-annual report due after the 19L 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[: Monitoring and Sampling
Task 2: Data Analysis and Reporting
Task 3: Project Management
• Task 4: Out of Scope Services
175 N. ft. 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 191.0.120), and by California Occupational
Health and Safety Administration. (Cal -OSHA) guidelines ( CCR Title 8, Section 5192 ). All
CHT field staff and any potential subcontractors will review and sign the HASP before
beginning field operations at the site.
Monitoring and sampling will be conducted for two years, beginning third quarter 2019
and extending through the first quarter 2021, with options for one (1) extension for an
additional two years. Monitoring and sampling activities will continue to be conducted at the
Lodi Plumes monitoring wells in accordance with the revised Order No. R5-2018-0800. As in
previous sampling events, Passive Diffusion Bag (PDB) samplers will be used in all monitoring
wells; hence, typical indicator parameters (pH, electrical conductivity, and temperature) that are
normally collected during well purging, will not be collected as they are not applicable. Depth -
to -Groundwater (DTW) will be measured quarterly to the nearest 0.01 foot in all accessible wells
and recorded on CRT'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 PDS 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 [hat all sample
deployment cables are straight, and the PDB does not Iodge 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 Califomia-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 wel Is of the Lodi Plumes are located.
175 N. EL MONTE AVENUE, LOS .ALTOS, CA 94022 TEL: 415.424.3009
Proposal for Groundwater Monitoring, Sampling, & Reporting Services Page 3
Lodi Central, Western, Southern, and Northern Plumes
July 22, 2019
Shallow <75 feet
MONITORING & SAMPLING FREQUENCY t
Semi Annual 2 Annual 3
Groundwater Zone
Central Plume Wells
G-04, G-05, 0-06, 0-08, G-1 1, G-12,043,
G -14A, G -15A, 0-16A, G -17A, G -18A MW -08, MW -15,
Deeper> 150 feet
* G-10,
G- 19A, G -24A, MW -09, MW -12, MW 13*, MW -17, MW -24A
Shallow < 75 feet
_ MW -18*, MW -21A, PCP -04
Intermediate
G-160, G -24B, G -25A, MW -21 B, MW -22B, G -14B, MW -24B, MW -24C
MW -238, MW -25B
75 < 125 feet
0-25B, MW -21C, MW -22C, MW -23C G -14C, 0-18B
Deep
_
125:5150 feet
G -16C*, G -18C*, MW -27D G -25C, MW45C, MW -26D
Deeper > 150 feet
34
13
&.,.rvru.
Western Plume Wells
MW -11, MW -16* *•
Shallow <75 feet
WMW-1A **
Deep
_
125 < 150 feet
WMW-1B, WMW-IC, WMW-2A , WMW-2B,
*•
WMW-2C, WMW-2D
Deeper> 150 feet
- 4 1 9 1
.4 ttir'flStdis
OS -2U, SA -03, SA -06, SA -07, SA -09, SA -10 MW -19, SA -01, SA -02, Shallow < 75 feet
SA -04, SA -05, SA -06
OS -2L„ SMW-1A OS -1 Intermediate
75 < 125 feet
SMW-1B ** Deeper> 150 feet
4.. --' - - 7 - MofW11111a
Northern Plumie Wells
MW -2, MW -5 ** Shallow <75 feet
NMW-lA, NMW-1B, NMW-1C ** Deeper> 150 feet
s 0 N of Wdle -
- ,� 7utdflYtrfi 'I�
NOTES
1 All shall be monitored semi-annually for Depth to Groundwater
a Wells shall be sampled semi-annually during the 11N (J;oi,uary - March) and third (July -September) quartets.
' Wells shall be sampled annually during the third Ct<<Brri:r of each year.
• MW -13, MW -16, MW -18, G -16C, and 0-1 8C are monitored for Depth to Groundwater only.
Semi-annual sampling requirements for wells
175 N. EL MONTE AVENUE, LOS ALTOS, CA 94022 TEL. 41y424-.1009
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 Califomia-certified analytical laboratory using U.S. Environmental Protection
Agency (EPA) sample preparation Method 50308 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 11 QA/QC procedures used by the analytical laboratory, the relative percent
difference (RPD) between the primary and duplicate samples will be calculated and documented
in the monitoring reports.
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.
e. Isocontour concentration maps for all groundwater zones and all major constituents of
concern, if applicable.
d. A table showing well construction details such as well number, groundwater zone being
monitored, coordinates (longitude and latitude), ground surface elevation, reference
elevation, elevation of screen, elevation of bentonite, elevation of filter pack, and
elevation of well bottom.
e, Cumulative data tables for all major constituents of concem containing the water quality
analytical results and depth to groundwater for all monitoring wells.
f. Copies of the laboratory analytical data report.
g. The status of any ongoing remediation, including cumulative information on the mass of
pollutant removed from the subsurface, system operating time, the effectiveness of the
system, and any field notes pertaining to the operation and maintenance of the system.
175 N. EL MONTE AVENUE, LOS ALTOS, CA 94022 TEL: 415.424-3009
Proposal for Groundwater Monitoring, Sampling, & Reporting Services Page S
Lodi Central, Western, Southern, and Northern Pluom
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 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 well's.
e, An analysis of whether the pollutant plume is being captured by an extraction system or
is continuing to spread.
E 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.
17$ 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 property 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. 0611, 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.
175N. EL MONTE AVENUE, LOS ALTOS, CA 94022 TEL:415.424-3009
Proposal for Groundwater Monitoring, Sampling, do Reporting Services Pap 7
Lodi Central, Western, Southern, and Northern Plumes
July 22, 2019
SCHEDULE
Work will continence in September 2014 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 M EL MONTE AVENUE, LOS ALTOS, CA 94022 TEL: 415424.3009
Nor
H
a
�l
IIIN
�.�
asses
aaa
a a
4vep4
oov
e
�
sdaaal
aase
a a
ens
oe
4 0
�
RESOLUTION NO. 2019-171
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING
THE CITY MANAGER TO EXECUTE AMENDMENT NO. 1 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 FURTHR APPROPRIATING FUNDS
WHEREAS, historical practices have resulted In the contamination of groundwater by
tetrachloroethylene (PCE) and trichloroethylene (TCE), producing four identified groundwater
contaminant plumes (Northern, Southern, Central and Western) within the City of Lodi; and
WHEREAS, efforts to remove PCE and related contaminants from the Central Plume
Source Area (CPSA), have been ongoing since 2003, utilizing both soil vapor extraction (SVE)
and groundwater extraction (GWE) systems; and
WHEREAS, the City, with the assistance of Civil Hydro Tech, LLC, has been working
closely on cleanup activities for the CPSA with the Central Valley Regional Water Quality
Control Board; and
WHEREAS, Council approved this professional services agreement with
Civil Hydro Tech, LLC, on April 17, 2019; and
WHEREAS, staff recommends the City Council authorize the City Manager to execute
Amendment No. 1 to the Professional Services Agreement with Civil Hydro Tech, LLC, of
Sunnyvale, for Central, Western, Southern, and Northern plumes groundwater monitoring,
sampling, and reporting services, In an amount not to exceed $110,209; and
WHEREAS, staff also recommends the City Council authorize an appropriation of funds
in the amount of $70,888 from the Central Plume Fund (59099000.77020), $13,045 from the
Western Plume Fund (59499000.77020, $23,242 from the Southern Piume Fund
(59199000.77020), and $8,134 from the Northern Plume Fund (59399000.77020).
NOW, THEREFORE, BE 'IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to execute Amendment No. 1 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 arrrount
not to exceed $116,209; and
BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize an
appropriation for Central, Western, Southern, and Northern plumes groundwater monitoring,
sampling, and reporting services, in the amount of $116,209, as set forth above.
Dated: August 21, 2019
I hereby certify that Resolution No. 2019-171 was passed and adopted by the City
Council of the City of Lodi In a regular meeting held August 21, 2019, by the following vote:
AYES: COUNCIL MEMBERS — Johnson, Kuehne, Mounce, Nakanishi, and
Mayor Chandler
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
NIFER i FFRRAIOLO
.ily Clerk
2019-171
Exhibit 1A '-1
AMENDMENT NO. 1
CIVIL HYDRO TECH, LLC.
PROFESSIONAL SERVICES AGREEMENT
THIS AMENDMENT, made and entered this jj±day of September, 2019, by and between
the CITY OF LODI. a municipal corporation (hereinafter OCITY"), and CIVIL HYDRO TECH, LLC., a
Caliiomia 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,
Southem, and Northem 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
STEPHEN HWASAUER
City Manager
Attest:
[ � W
E NIFER M, FIERRAIOLO
its Clerk
Approved as to Form:
JANICE U. MAGDICH
City Attorney /
CIVIL HYDRO TECH, LLC., a Califomia limited
liability company
Hereinabove called 'CONTRACTOR"
By:
VARINDER EROI
Principal Hydrologist
CIVIL Ulyuvc Tucui
G:�/ Hm+-4��/ Wa ler Resocwee-
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. Swimley:
Per your request, Civil Hydro Tech (CHT) has prepared the following additional scope of work
and estimated costs for providing continued support to the City of Lodi's (City) groundwater
program and plume management activities. The proposed scope of work is based on our
conversation with the Regional Water Quality Control Board, Central Valley Region (Water
Board) during our meeting on September 26 2019, and consists of tasks related to the on-going
efforts to obtain closure of the Central Plume Source Area (CPSA) soil vapor extraction (SVE)
system and management of the City groundwater plumes. The proposed additional scope of work
will include performing and managing the following tasks —
l. 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 tetrachloroethane (PCF,) 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. U:I: 14ONTb: AVON[ C, LOS :il'I'OS, i:A 94022 TCL: 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, implernented 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.
I^S N. E[. ill oNTF AVFNUC: LOS ALTOS, CA 94022 'rEL: a1;-424-3009
Proposal for Additional Funding for Groundwater Program and Plume Management Page 3
January 6, 2020
TABLE 1. ESTIMATED FEE
f Provide On-call Environmental Consulting $ 25,000
Services for City -Wide Plume Management
Prepare the Draft and Final CPSA SVE System
Sg Closure Report $ 18,000
5 0
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
1715 •NV V1, iVIONTL AVENUE, LOS AM'08. CA 94022 -rrL: 415-424-3009
Exhibit 1 B
AMENDMENT NO.2
CIVIL HYDRO TECH, LLC.
PROFESSIONAL SERVICES AGREEMENT
THIS AMENDMENT, made and entered this lay 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").
YY tTNE a S g TH:
1_ WHEREAS, CONTRACTOR and CITY entered into the Professional Services Agreement on
May 0, 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
Agreem&,d 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"
��r„I.F ■
Attest:
222z� ��/ k 2 -4zkn
PAMELA M. FARRIS
Assistant City Clerk
Approved as to Forth:
JANICE MAGDICH
City Attorney K
CIVIL HYDRO TECH, LLC., a California limited
liability company
Hereinabove called "CONTRACTOR"
By:
VARINDM OSEROI
Principal Hydrologist
Exhibit 1 C
AMENDMENT NO.3
CIVIL HYDRO TECH, LLC.
PROFESSIONAL SERVICES AGREEMENT
THIS AMENDMENT, made and entered this day of.Ju1y�.20, 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 B, 2019, Amendment No. 1 an September 18, 2019, and Amendment Flo. 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 systems, 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. Ali 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"
By:
sTEPWr_'iN SCI -i 'Al3n lwR —
City Manager
Attest;
91[�A A+t - - - Jcnn;-Cer 6LtSrAir
it - lark
Approved as to Form
Janice Magdich
JANICE D. MAGDICH
�e'
City Attorney
CIVIL HYDRO TECH, LLC.; a Califomia limited
liability company
Hereinabove called "CONTRACTOR'
By.
eEROI-
VARINDE
Principal Hydrologist
PW - Civel Hydro Tech - Amend 3
Final Audit Report 2020-08-03
Created: 2020-08-03
By: Linda Tremble (Itremble@lodl.gov)
Status: Signed
Transaction ID: CBJCHSCAABAALIXZ3mzyYM_nR71-Otzz_RS2CgMA4UIB
"PW - Civel Hydro Tech - Amend 3" History
Document created by Linda Tremble (Itremble@lodi.gov)
2020-08-03 - 6:37:22 PM GMT- IP address: 209.23.214.254
E,?. Document emailed to Janice D. Magdich Omagdich@lodi.gov) for signature
2020-08-03 - 6:38:07 PM GMT
Email viewed by Janice D. Magdlch Gmagdich@lodi.gov)
2020-08-03 - 9:33:02 PM GMT- IP address: 73.41.5.127
6o Document e -signed by Janice D. Magdlch Qmagdich@lodi.gov)
Signature Date: 2020-08-03 - 9:33:46 PM GMT - Time Source: server- IP address: 73.41.5.127
O Signed document emailed to Linda Tremble (Itremble@lodi.gov) and Janice D. Magdich amagdich@lodi.gov)
2020-08-03 - 9:33:46 PM GMT
U adobe Sign
Exhibit 2
IFIVIL UYUM rfCU
Crwi / E / wa.�er RCAo,Vwce l pewn.�r.,Ig
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 1 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 —
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 V. El, 1VIONTE AVENUE, LOS \LTOS, CA 941122 TFL: 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 IA 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 -tilled
with de -ionized water from the Eon Products Inc. prior to deployment in the wells.
175 N. EL ;VMNTIC 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'
Semi -Annual 2 Annual 3 Groundwater Zone
Central Plume Wells
G-04, G-05, G-06, G-08, G-11, G-12, G-13,
MW -19, SA -01, SA -02,
Shallow <75 feet
G-I4A, G -15A, G -16A, G- 17A, G -18A,
G-10, MW -08, MW -15,
G -19A, G -24A, MW -09, MW -12, MW13*,
MW -17, MW -24A
Shallow <75 feet
MW- 18*, MW -21A, PCP -04
75 < 125 feet
G-1613, G-2413, G -25A, MW -21 B, MW -2213,
G -14B, MW -24B, MW -24C
Intermediate
MW -23B, MW -25B
7
75 < 125 feet
G-25G-2513,Deep, MW -21C, MW -22C, MW -23C
G -14C, G -18B
125 < 150 feet
G-I6C*, G -18C*, MW -27D
G -25C, MW -25C, MW -26D
Deeper> 150 feet
34
13
T # of Wells
Western Plume Wells
MW -11, MW -16* ** Shallow <75 feet
WMW-IA ** Deep
125 < 150 feet
WMW-1 B, WMW-IC, WMW-2A, WMW-2B, ** Deeper> 150 feet
WMW-2C, WMW-2D -
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 I ** Shallow <75 feet
NMW-IA, NMW-1B, NMW-1C ** Deeper> 150 feet
5 0 # of Wells
57 20 Total Wells Sampled
NOTES
Allshall be monitored semi-annually for Depth to Groundwater
Wells shall be sampled semi-annually during the first (January - March) and third (July - Scptember) quarters.
3 Wel Is shall be sampled annually during (lie lhird quarter of each year,
* MW -1 3; MW -1 6, MW -18, G- I6C, and G-1 8C are monitored for Deplh to Groundwater only.
Semi-annual sampling requirements ibr wells
175 N. EL VION"i K ,AVENUE, IAS AUTOS, CA 94022 ML: 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. Isocontour concentration maps for all groundwater zones and all major constituents of
concern, if applicable.
175 N. LL MON IT AVLNCL, Los ACFOS, CA 94022 riu,: 41s-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.
£ 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.
1755 N. EL NIONTE AVENUE, LOS ALTOS, CA 94022 TEL: 4t55-424-3009
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 (G.WET) 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
(202 1) of this Task.
175 N. EL NIONTF. AVENUE, LOS AL"ros, 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 Id 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.
Tusk 2 — On-call ;F'rrvir'ra►rmental C"onsidling .Sei-vieesLot- Citu- bide Plume Management
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 $35,000 be authorized to ensure adequate
funding for on-going and future requirements of the Water Board.
ESTIMATED FEE
CHT proposes to perform the work on a time -and -expense basis in accordance with the terms of
our City of Lodi Professional Services Agreement. We will not exceed our estimated fee
without your prior written authorization. A summary of estimated cost by Tasks is provided in
Table 1 below. The attached Estimated Budget table provides a breakup of the costs for
completing the different subtasks under Task 1.
175,N. GL ibIONTC ANTNUL, LOS ALTOS, CA 94022 TLL: 415-424-3009
Proposal for Groundwater Monitoring, Sampling, & Reporting Services for Lodi Plumes Page 8
City -Wide Plume Management Services
January 8, 2021
TABLE 1. ESTIMATED FEE
Groundwater Monitoring, Sampling, and
7
1
Reporting Services for the Lodi Central, Western,$
128,864
Southern, and Northern Plumes (Lodi Plumes)
5f
On-call Environmental Consulting Services for
$ 35,000
City -Wide Plume Management
t
TOTAL
$ 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
Varinder Oberoi, PE (RCE #C69037)
Principal Hydrologist
175 N. EL MONTE AVENUE, LOS AL FOS, CA 94022 ITL: 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
TASK 1A - MONITORING SAMPLING & ANALYSIS TASK 1B -DATA
CATEGORY
UNITS
RATE
AnAw](2021)
I Semi-An0ua1(2022)
$0
Anna
ANALYSIS
(2022)
& REPOA
Semi-Annuat(2023)
i-
TASK 1C
MANAGEMENT
- PROJECT
TASK 1D
SCOPE
- OUT OF
TOTAL
COST
Units
Cost
Units
Cost
units
I cast
Units
Cost
units
`Cost
units
I cost
A&UR
0 $0 0
LSO Sample Disposal
each $2.50
77
$193
63
$158
$0
0 $0
$12,240
Principal .1 6rolaglst CQA/QC) - Licercerl Professional
Scmor ltydreloyi ti Prc, �ct hanaaer- Licensed Professional
5,aif Nydrulogi;l
015 / 5IJIUCAD r SG,ir
�dn,v, zaacr I Raft
hour
hour
hour
hour
hour
$180
$165
$115
$1D7
$7S
0
8
505,750
0
0
$0
$1,320
$
$0
$0
0
B
40
0
0
$0
$1,320
$4,600
$0
$0
2
24
24
16
4
$360
$3,960
$2,760
$1,712
$300
2
16
20
12
4
$360
$2,640
$2,300
$1,264
$300
0
32
0
0
B
$0
$5,280
$0
$0
$600
0
0
0
0
0
$0
$0
$0
$0
$0
$720
$14,520
#15,410
$2,996
$1,200
Total Labor
QkJAMEAT
$7,070
$5,920
$9A92
$699
$6,884
$660
$$,880SQ
534.646
Fialo Vemcic
i''3Ltr lrel Marr
f,evd D n4wp11,nL
day
day
day
$100
$25
$50
5
5
5
$500
$125
$250
i
4
9
$400
$100
$200
a
'0
$0
$0
$0
0
0
0
$0
$0
$0
0
D
0
$0
$0
$0
0
L
G
$6
$0
$0
$900
$225
$450
Total Equipment
$875
$700
$0
$D
$k
so
sl.575
wa-{���
�
arnrryO:al LaCcra[ary (6%608)
each $85
81
$6,885
63
$5,355 0
$0
0 $0 0
LSO Sample Disposal
each $2.50
77
$193
63
$158
$0
0 $0
$12,240
FLS a"" -
each $'36
53
$1,9C8
73
$2,628 0
$0
0 $D 0
$0
0 $0
$4,536
Tota/Sub-Conrrador
$8,986
$8,141
010°/a
$699
$660
$17,126
�P1.,Mp
$1,559
Total Sub-C44traCW,
$9,804
$8,801
SO
$0
$0
s0
$10.685
TOTAL COSTS (3Q 2021- 1Q 2022)
Task 1
$33,250
Task 2 $25,976 Task 3
$5,880
Task 4 $12,000
$67,106
ES11KATIM FEES
A.; un=d Annu.1 lnsmase
Taft IA
Tad k 10
Task 7C Task 70
TOTAL
302022-102023
3%
$34,247
$16,455
$6.056 55.000
"Ve
TOTAL 2 -YEAR COSP
$726,664
��,��. �.� _r_ -��h inciu;:u coa'ra t„-NreVwiOG fh_ .`�eviseU
%Ru,�(orrng end Sampl,ng P;en
fur u,� L�dr
Flumes
0
Exhibit 1D
AMENDMENT NO.4
CIVIL HYDRO TECH, LLC.
PROFESSIONAL SERVICES AGREEMENT
THIS AMENDMENT, made and entered this AL 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:
1. 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, 1B and 1C, 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" (".pdt") 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"
Steve Schwabauer 'J
By _ By-
STEPHEN
y STEPHEN SCHWABAUER VARINDEWBEROI
City Manager Principal Hydrologist
Attest:
JE E R C6VIS MIR
Clerk
Approved as to Form
JANICE . MAGDICH
City Attorney
Exhibit 2
civic 1 VUF-)C Tucul
Civil/ Water Relou#-eGl Pem4zr`.nr
October 20, 2021 SENT VIA: EMAIL
Mr. Charlie Swimley
Public Works Director - City of Lodi
221 West Pine Street
Lodi CA 95240
SUBJECT: Request for Approval ofAmendment No. 5
Proposal for Providing Consulting and Project Management Services for Lodi
Southern Plume Remediation Activities, Groundwater Modeling, and City -Wide
Plume Management
City of Lodi, California
Dear Mr. Swimley:
At the request of the City of Lodi (City), Civil Hydro Tech, LLC (CHT) submits this proposal
for providing Consulting and Project Management Services for the Lodi Southern Plume (LSP)
Remediation Activities, Groundwater Modeling to Evaluate the Migration of the Lodi Central,
Western, Southern, and Northern Plumes (Lodi Plumes), and City -Wide Plume Management.
This Amendment No. 5 is a continuation of ongoing environmental 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, 3, and 4.
BACKGROUND
Lodi Southern Plume Activities
Previous investigations in the LSP, which is defined as the area bounded by Park Street to the
north, Village and Maxwell Streets to the south, and by Stockton Street and School Street to the
east and west, respectively, have indicated the presence of tetrachloroethylene (PCE) and other
volatile organic compounds (VOCs) including trichloroethene (TCE) in the groundwater beneath
the LSP area that may be a result of historical and current industrial activities that occurred along
the Sacramento Street corridor. Groundwater monitoring and sampling data collected from the
LSP monitoring wells, which are presently monitored and sampled as part of the Water Board
Order No. R5-2018-0800 that was issued on January 11, 2018, have indicated the presence of
PCE in several LSP monitoring wells with increasing PCE concentrations observed in LSP well
OS -2, which is located in the parking lot of a cul-de-sac on the southernmost tip of Sacramento
Street.
CHT, on behalf of the City and as per the request of the Water Board, conducted passive soil
gas (PSG) sampling in July and December 2020 and February 2021 beneath the cul-de-sac to
evaluate the location of a potential unknown source/s of PCE/TCE that may be contributing to
the increasing PCE concentrations in LSP well OS -2. The cul-de-sac is located on the
southernmost tip of Sacramento Street and comprised of seven land parcels located at the
following addresses — 1320, 1324, 1325, 1328, 1332, 1339, and 1345 Sacramento Street. With
the exception of the 1339 Sacramento Street parcel, which currently appears to be occupied by
several trailers, Vanderlans & Sons owns the other six parcels where it manufactures the
LANSASO line of pipe plugs. Additionally, the cul-de-sac also is the location of a City's
industrial waste pump station which acts as a discharge point for industrial waste collected from
175 N. EL MONTE AVE., LOS ALTOS, CA 94022 TEL: 415-424-3009
Proposal for Providing Consulting and Project Management Services for Lodi Southern Plume Page 2
Mass Removal Event (MRE) Activities, Groundwater Modeling, and City -Wide Plume Management
October 20, 2021
the Sacramento Street corridor industrial units before it is pumped to the City's waste water
treatment plant (WWTP).
The results of the PSG sampling indicated the presence of PCE and TCE in soil vapor beneath
the cul-de-sac at concentrations that were two to three orders of magnitude greater than the San
Francisco Bay Region Environmental Screening Levels (ESLs) of 67 µg/m3 for PCE and
100 µg/m3 for TCE for commercial/industrial scenarios. The highest concentration of PCE and
TCE in soil vapor were observed in an area south of the City's pump station.
The Water Board in their July 21, 2021 Review of Additional Passive Soil Gas Samplingfor the
LSP concluded that source of the high concentrations of PCE and TCE in soil vapor may be from
spills or leaks at the City's industrial waste pripstation and historical manufacturing operations in
that area, and the soil contamination in deeper soil may be acting as a significant source to
groundwater. The Water Board also stated the LSP site is unlikely to be eligible for closure if
remediation of soil vapors that are significantly greater that the ESLs is not conducted, and
requested the City to prepare a work plan for performing additional investigation and
remediation of the PCE and TCE in the soil vapors that are above the ESLs in the vicinity of the
existing industrial waste pump station in the cul-de-sac.
Lodi Modetin Activities
The City of Lodi transient groundwater and contaminant transport model (Model) has previously
been applied to design the Lodi Central Plume Source Area (CPSA) groundwater remediation
system and the Lodi Central Plume (LCP) mid -plume groundwater extraction and treatment
(GWET) system, identify the locations and depths for the Lodi Northern Plume (LNP), LSP, and
Lodi Western Plume (LWP) nested monitoring well network, optimization of the City supply
wells, evaluation of the City Water Budget for use in SGMA, and identify groundwater
monitoring wells that could be removed from the sampling and monitoring program. The Model
was last updated in 2016 while evaluating the Water Budget for the City GSA as part of SGMA
activities.
Since the last update of the Model, the City has performed the following activities that directly
impact the migration of the Lodi Plumes —
• Modified pumping schedule due to increased surface water supplies 2016-2020.
• Installed Lodi Central Plume (LCP) mid plume extraction well EW -7R as part of the
cleanup efforts in the LCP mid plume area; and,
• Decommissioned the Lodi Central Plume Source Area (CPSA) groundwater extraction
and treatment (GWET) and soil vapor extraction (SVE) systems.
Results from the recent groundwater monitoring and sampling of the Lodi Plumes monitoring
wells, which are presently monitored and sampled as part of the Water Board Order No. R5-
2018-0800 that was issued on January 11, 2018, have indicated the following —
• The lateral and vertical extent of the Lodi Plumes has changed since the Model was last
updated; and,
• City supply well 6R is showing an increasing trend in its PCE and TCE concentrations.
175 N. EL MONTE AVE., LOS ALTOS, CA 94022 TEL: 415-424-3009
Proposal for Providing Consulting and Project Management Services for Lodi Southern Plume Page 3
Mass Removal Event (MRE) Activities, Groundwater Modeling, and City -Wide Plume Management
October 20, 2021
Additionally, the City is currently in the process of assessing and modifying the current sampling
and monitoring program to further reduce the number of Lodi Plumes monitoring wells that are
monitored and sampled as part of Water Board Order No. R5-2018-0800.
On-call City -Wide Plume Management Services
The current contract for City -Wide Plume Management Services was initially awarded in the
May 6, 2019 Professional Services Agreement (PSA) and subsequently amended three times with
Amendment No. 2 on February 18, 2020, Amendment No. 3 on July 11, 2020, and Amendment
No. 4 on March 18, 2021. 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. 5 is
provided below.
Task 7 — Lodi Southern Plume Remediation Activities
The Water Board has requested the City to prepare a work plan for additional investigation
and/or remediation of the PCE and TCE in the soil vapors that are above the ESLs in the
vicinity of the existing industrial waste pump station in the cul-de-sac located on the
southernmost tip of Sacramento Street within the LSP area. As part of the City's approach,
CHT recommends performing a mass removal event (MRE) using mobile soil vapor extraction
(SVE) system for remediating the cul-de-sac area. As part of the LSP MRE activities, CHT
will perform the following —
• Determine the vertical extent of the PCE and TCE in soil vapor at the two locations
south of the City industrial pump station where the highest PCE and TCE
concentrations were observed during the LSP PSG sampling events. Figure 1 provides
the location of the proposed soil vapor sampling points;
• Design the components of the SVE MRE, including the location and design of the
proposed SVE wells and the relevant size of the mobile skid -mounted SVE unit;
• Perform SVE MRE activities; and,
• Prepare a final report documenting the results of the SVE MRE activities and submit it
to the Water Board
Task 7a — Soil Vapor Sampling
Prior to performing an MRE, the vertical extent of the PCE and TCE in soil vapor needs to be
determined so that the components of the proposed soil vapor extraction (SVE) MRE can be
designed optimally. CHT proposes to perform the following activities under Task 7a —
• Prepare a Work Plan that identifies our approach and methodology for performing the
SVE MRE activities and submit it to the Water Board for its approval;
• Prepare a site-specific Health and Safety Plan for the SVE MRE activities;
• Obtain the requisite permits from the City and the San Joaquin Department of
Environmental Health (SJDEH) including encroachment and boring log permits to
perform the soil vapor sampling;
• Perform an Underground Utility Survey;
175 N. EL MONTE AVE., LOS ALTOS, CA 94022 TEL: 415-424-3009
Proposal for Providing Consulting and Project Management Services for Lodi Southern Plume Page 4
Mass Removal Event (MRE) Activities, Groundwater Modeling, and City -Wide Plume Management
October 20, 2021
• Provide oversight during installation of the temporary soil vapor sampling points;
• Estimate the vertical extent of the PCE and TCE in soil vapor by performing discrete
depth soil vapor sampling at the two locations where the highest PCE and TCE
concentrations were observed during the LSP PSG sampling events. This activity will
involve collecting soil vapor samples at discrete depths in 1 -liter SummaTM canisters as
per the procedures of the DTSC's Advisory — Active Soil Gas Investigations and
submitting it to a California -certified laboratory for testing by EPA method TO -15
analysis for VOCs and the leak detection compound; and,
• Prepare a letter report that summarizes the results of the soil vapor sampling and provides
a design of the proposed SVE wells, 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.
TY -sl 7a Deliverables: Work Plan to Water oard, an letter report to the Water Boa
documenting the LSP soil vapor sampling activities �
Task 7b — Installation of the SVE wells for the MRE
Following completion of Task 7a activities, CHT will install the SVE wells for performing the
MRE. CHT proposes to perform the following activities under Task 7b —
■ Obtain the requisite well installation permits from the San Joaquin Department of
Environmental Health (SJDEH) to install the SVE wells;
• Provide project management and oversight during drilling and installation of the SVE
wells and SVE observation/monitoring wells, if necessary;
• Prepare a letter report that summarizes the installation of the SVE wells, 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 7b Deliverables: Letter report to the Water Board documenting the SVE well installation
activities at---�
Task 7c — Muss Removal Event
Following completion of Task 7a and 7b activities, a SVE MRE will be performed for an initial
period of 5 days using a mobile skid -mounted SVE unit, where soil vapor and mass removal data
will be collected to monitor the effectiveness of the MRE. If the initial 5 -day MRE operation
results in favorable VOC mass removal rates, the MRE operation may be extended to
expeditiously reduce concentrations of VOCs for a period of 30 days. CHT proposes to perform
the following activities under Task 7c —
• Prepare a Work Plan for performing the SVE MRE and submit it to the Water Board for
approval;
+ Obtain the requisite permit from the San Joaquin Valley Air Pollution Control District to
operate the mobile SVE system;
• Perform the SVE MRE using a mobile SVE unit from Mako Industries, Ltd.; and,
175 N. EL MONTE :AVE., LOS ALTOS, CA 94022 TEL: 415-424-3009
Proposal for Providing Consulting and Project Management Services for Lodi Southern Plume Page 5
Mass Removal Event (MRE) Activities, Groundwater Modeling, and City -Wide Plume Management
October 20, 2021
• Collect performance data including vapor flow rates, vacuum pressure at the SVE wells,
concentrations in the extracted soil vapor, barometric pressure, ambient air temperature,
and all other relevant parameters
Following completion of the MRE, CHT will prepare a Results of SVE MRE Report (Report) that
will document the methodologies used to collect and analyze the data associated with the SVE
MRE activities. As part of this Task, CHT will perform the following :
• Prepare a Draft Report to the City for review and comment;
• Meet with the City to discuss the Draft Report; and,
• Prepare and submit a Final Report to the Water Board.
We assume the City will provide one round of comments on the Draft Report and that the Final
Report will be submitted by CHT to the Water Board on the City's behalf.
Costs related to Task 7c include the rental of the MAKO SVE mobile unit for a period of 30 days.
Task 7c Deliverables: Draft Report to the City and Final MRE Report to the Water Board d
Task 8 -- Groundwater Modeiin
As requested by the City, CHT will update the City of Lodi transient groundwater flow and
contaminant transport model (Model) to current conditions. The Model will also be modified to
include the City's revised supply well pumping schedule The updated Model will be applied to
perform the following activities —
• Simulate the lateral and vertical extent of the Lodi Plumes. Current data suggests that
PCE concentrations in City supply well 6R have increased. The Model will evaluate the
migration of the Lodi Plumes to see how it could be impacting the City supply wells.
■ Evaluate the efficacy of the LCP mid -plume GWET system in remediating the high PCE
concentration (>500 µg/1) areas of the LCP, and estimate the length of time required to
remediate the remnants of the high PCE concentration areas; and,
• Assess and modify the sampling and monitoring program to further reduce the number
of Lodi Plumes monitoring wells that are monitored and sampled as part of Water Board
Order No. R5-2018-0800.
The groundwater model will be updated using the graphical interface modeling platform
Groundwater Modeling System (GMSTM). The groundwater flow simulations will be
performed using the latest version of the U.S. Geological Survey modular finite -difference
groundwater flow code MODFLOW. The latest version of the MT31) code will be used to
simulate the migration of the VOC plumes. The Model will be updated as follows —
• Additional lithologic data and current water quality datasets will be incorporated into the
Model to update current conditions, and recalibrate the migration of the Lodi Plumes;
• Current extraction rates from the City supply wells will be simulated to determine their
impacts on the migration of the VOC plumes; and,
• Current extraction rates from the LCP mid -plume extraction well will be incorporated
175 N. EL MONTE AVE., LOS ALTOS, CA 94022 TEL: 415-424-3009
Proposal for Providing Consulting and Project Management Services for Lodi Southern Plume Page 6
Mass Removal Event (MRE) Activities, Groundwater Modeling, and City -Wide Plume Management
October 20, 2021
A technical memorandum will be prepared summarizing the results of the modeling activities.
Following completion of all the modeling activities, a meeting will be conducted with the City
staff to discuss and present the results.
Task 8 Deliverables: An update Model and a Technical Memorandum summarizing the results of
the groundwater modeling activities.
Task 9 — On-call Consulting Services for City -Wide Plume Management
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, writing work plans, 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.
TABLE 1. ESTIMATED FEE
7a Lodi Southern Plume (LSP) — Soil Vapor Sampling $ 46,500
7b
Lodi Southern Plume (LSP) — SVE Well Installation for
$ 31 000
MRE,
7c
Lodi Southern Plume (LSP) SVE MRE
$ 76,000
8
Update Lodi Groundwater Model & Simulate VOC Plume
$ 20,000
Migration
9
Provide On-call Environmental Consulting Services for
$ 35,000
City -Wide Plume Management
TOTAL
$ 208,500
175 N. EL MONTE AVE., LOS ALTOS, CA 94022 TEL: 415-424-3009
Proposal for Providing Consulting and Project Management Services for Lodi Southern Plume Page 7
Mass Removal Event (MRE) Activities, Groundwater Modeling, and City -Wide Plume Management
October 20, 2021
SCHEDULE
Work will commence immediately upon receipt of your written authorization. CHT looks
forward to assisting the City on this project, and anticipates completing the proposed scope of
services 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 (C69037)
Principal Hydrologist
175 N. EL MONTE AVE., LOS ALTOS, CA 94022 TEL: 415-424-3009
Southern Plume Monitoring Well
I# PSG Sampling Locations (July 2020)
0 PSG Sampling Locations (December 2020)
PSG Sampling Locations (February 2021)
PROJECT
38 3 41
16,800 15,800
7 LSP Passive Soil Gas (PSG) Sampling Location ID
0
3,170 Soil Vapor PCE Concentration in µg/m3 (micrograms per cubic meter)
LODI SOUTHERN PLUME (LSP) SOIL VAPOR
EXTRACTION (SVE) MASS REMOVAL EVENT (MIRE)
l a V iL i 7 l U 11EtA
/ Wa&r Revou / Deuz�-
EXPLANATION
1000 µgle PCE soil vapor
fsocorcentration contour
5000 t,glrrr3 PCE sol vapor
=concentration contour
City of Lodi Indmtrial Waste
Line
Cfty of Lodi Sewer Discharge
Line
25 -foot grid
Approximate Extent of
i ;Comff ercial PCE ESL In Soil
44. Vapor (67 uglrrP)
ItProposed Soil Vapor Probe
& SVE Well Locations
0 50'
Approximate scale
TITLEPROPOSED SOIL VAPOR PROBE / SVE WELL LOCATIONS FIGURE 1
& DATE
PSG SAMPLING PCE CONCENTRATIONS 10/19/2021
CLIENT
CITY OF LODI, PUBLIC WORKS DEPARTMENT
29
IlaB+�
•
1.58
28
'
w oft
�
0
27-
78.6644-0
- ZWwMEM-6,
4�31
`
2fi
564,
5
nfi
22
_
26.7
•
24
q _
25 ♦
4
�r
32
38.1
++����
.
;
"
3
*20 0
—'119
% 18 4
17*
18
2
4033.
21
11211
1tt�w
435
842
237
3g
1,084 ,
V$
3;
10
12.6 i
120
13.250
14
i
!
1730
1 -4-2s0
�aSP
180
396
VI �7fi
.
�
8.7
•
119
IV
r
100
9
80
48.5
16
87.8
`0'4j� .
w
.k.
��
0.27
Southern Plume Monitoring Well
I# PSG Sampling Locations (July 2020)
0 PSG Sampling Locations (December 2020)
PSG Sampling Locations (February 2021)
PROJECT
38 3 41
16,800 15,800
7 LSP Passive Soil Gas (PSG) Sampling Location ID
0
3,170 Soil Vapor PCE Concentration in µg/m3 (micrograms per cubic meter)
LODI SOUTHERN PLUME (LSP) SOIL VAPOR
EXTRACTION (SVE) MASS REMOVAL EVENT (MIRE)
l a V iL i 7 l U 11EtA
/ Wa&r Revou / Deuz�-
EXPLANATION
1000 µgle PCE soil vapor
fsocorcentration contour
5000 t,glrrr3 PCE sol vapor
=concentration contour
City of Lodi Indmtrial Waste
Line
Cfty of Lodi Sewer Discharge
Line
25 -foot grid
Approximate Extent of
i ;Comff ercial PCE ESL In Soil
44. Vapor (67 uglrrP)
ItProposed Soil Vapor Probe
& SVE Well Locations
0 50'
Approximate scale
TITLEPROPOSED SOIL VAPOR PROBE / SVE WELL LOCATIONS FIGURE 1
& DATE
PSG SAMPLING PCE CONCENTRATIONS 10/19/2021
CLIENT
CITY OF LODI, PUBLIC WORKS DEPARTMENT
Capital Improvement Program - Maintenance
FY 2021-2022
Maintenance Project Title:
PCE/TCE Oversight
I Munis Project Code:
PWWA-0052
#76
Section I:Description
District Nos:
Citywide Project Length
Priority
PCE/TCE plume management, Regional Water Quality Control Board (RWQCB) and City staff oversight costs.
Justification/factor driving project
Additional Information
Section II
Estimated Project Costs
Expenditure
Internal Staff
Contracts
Total Capital Costs
Prior Years
$ 20,000
$ 80,000
$ 100,000
$
$
$
FY 20121
Estimate
20,000
80,000
100,000
$
$
$
FY 21122
Budget
20,000
288,500
308,500
$
$
$
FY 22123
20,000
80,000
100,000
$
$
$
FY 23124 FY 24125
20,000
80,000
100,000 $ -
FY 25126
$ -
Future Yrs
Total
N/A
$
100,000
N/A
$
608,500
NIA
$
708,500
Section III
Funding Sources/Methods of Financing
Funding Source(s)
565 - PCE Rate Abatement
590 - Central Plume
591 - Southern Plums
593 - Northern Plume
594 - South Central Western Plume
Total Project Financing
Prior Years
$ 60,000
$ 10,000
$ 10,000
$ 10,000
$ 10,000
' $ 100,000
$
$
$
$
$
$
FY 20121
Estimate
60,000
10,000
10,000
10,000
10,000
100,000
$
$
$
$
$
$
FY 21122
Budget
115,000
10,000
163,500
10,000
10,000
308,500
$
$
$
$
$
$
FY 22123
60,000
10,000
10,000
10,000
10,000
100,000
$
$
$
$
$
$
FY 23124 FY 24125
60,000
10,000
10,000
10,000
10,000
100,000 $ -
FY 25126 Future Yrs
N/A
N/A
N/A
N/A
N/A
$ - NIA
$
$
$
$
$
$
Total
355,000
50,000
203,500
50,000
50,000
708,500
Section IV
Operating Budget Impact
Operating Cost or (savings)
Personnel
Other Operating Costs
Total Operating Impact
Prior Years
$ -
$ -
$ -
$
FY 20121
Estimate
-
$
FY 21122
Budget
-
$
FY 22123
-
$
FY 23124 FY 24125
- $ -
FY 25126 Future Yrs
$ - $ -
$
$
$
Total
-
-
-
RESOLUTION NO. 2021-305
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE
CITY MANAGER TO EXECUTE AMENDMENT NO. 5 TO THE PROFESSIONAL
SERVICES AGREEMENT WITH CIVIL HYDRO TECH, LLC, OF LOS ALTOS,
FOR CONSULTING AND PROJECT MANAGEMENT SERVICES FOR
SOUTHERN PLUME REMEDIATION ACTIVITIES, GROUNDWATER
MODELING, AND CITYWIDE PLUME MANAGEMENT; 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) with 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; Amendment No. 3 on August 4, 2020; and Amendment No. 4 on February 17,
2021; and
WHEREAS, staff recommends the City Council authorize the City Manager to execute
Amendment No. 5 to the Professional Services Agreement with Civil Hydro Tech, LLC, of
Los Altos, for consulting and project management services for Southern plume remediation
activities, groundwater modeling, and Citywide plume management; and
WHEREAS, staff also recommends the City Council authorize an appropriation of funds
in the amount of $153,500 from the Southern Plume Fund (59199000.77020) and $55,000 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. 5 to the Professional Services
Agreement with Civil Hydro Tech, LLC, of Los Altos, California, for consulting and project
management services for Southern Plume remediation activities, groundwater modeling, and
Citywide plume management, in the amount of $208,500; and
BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize an
appropriation of funds in the amount of $208,500, 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: November 17, 2021
I hereby certify that Resolution No. 2021-305 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held November 17, 2021, by the following vote:
AYES: COUNCIL MEMBERS — Chandler, Khan, Kuehne, and Mayor Nakanishi
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — Hothi
ABSTAIN: COUNCIL MEMBERS — None
6?1 1407�
JENNI , R CUSMIR
City Clerk
2021-305