Loading...
Agenda Report - April 19, 2017 C-11TM CITY OF LODI COUNCIL COM MUNICATION AGENDA ITEM C•ft AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Amendment No. 5 to Professional Services Agreement with Stantec Consulting Services, Inc., of Rancho Cordova, for Groundwater Monitoring and Reporting Services ($101,878), and Appropriating Funds ($101,878) MEETING DATE: April 19, 2017 PREPARED BY: Public Works Director RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute Amendment No. 5 to Professional Services Agreement with Stantec Consulting Services, Inc., of Rancho Cordova, for Groundwater monitoring and reporting services, in the amount of $101,878, and appropriating funds in the amount of $101,878. BACKGROUND INFORMATION: There are four areas located within the City that are contaminated with tetrachloroethene (PCE) and/or trichloroethylene (TCE). The chemicals were prominently used in the dry cleaning and printing industries. The City negotiated settlements with various parties and initiated a remediation program under direction of the State of California. These areas have been identified as the Central, Western, Southern and Northern plumes. Groundwater sampling and reporting is part of the overall remediation program. Since 2013, Council has approved four amendments and one extension to the Professional Services Agreement with Stantec Consulting Services, Inc. The amendments were necessary to modify the scope of work in response to State requirements and to include provisions for wellhead maintenance and on- call environmental services related to clean up activities. Amendment No. 5 proposes to amend the scope of service extending the current monitoring and reporting service, and the above mentioned services in the previous amendment for one additional year. The cost of the services is estimated to be $101,878 for Fiscal Year 2016/17 and Fiscal Year 2017/18. Staff recommends authorizing City Manager to execute Amendment No. 5 to Professional Services Agreement with Stantec Consulting Services, Inc., of Rancho Cordova, for ground water monitoring and reporting services, in the amount of $101,878, and appropriating funds in the amount of $101,878. FISCAL IMPACT: Costs are funded by PCE/TCE Cleanup Funds. APPROVED: e • c wa ba i - Ety Manager K:\WP\PROJECTS\WATER\PCE,TCE\2017 RFP\CAmend05_2017.doc 4/10/17 Adopt Resolution Authorizing City Manager to Execute Amendment No. 5 to Professional Services Agreement with Stantec Consulting Services, Inc., of Rancho Cordova, for Groundwater Monitoring and Reporting Services ($101,878), and Appropriating Funds ($101,878) April 19, 2017 Page 2 FUNDING AVAILABLE: The requested appropriation will fund the first year of the proposed amendment during Fiscal Years 2016/17 and 2017/18. Requested Appropriation: Central Plume Cleanup Fund: $ 61,701 Western Plume Cleanup Fund: $ 11,479 Southern Plume Cleanup Fund: $ 21,524 Northern Plume Cleanup Fund: $ 7,175 Total: $101,878 0.1/k,r- Andrew Keys Deputy City Manager/Internal Services Director Charles E. Swimley, Jr. Public Works Director Prepared by Lyman Chang, Deputy Public Works Director/City Engineer CS/LC/tdb Attachments cc: Utility Manager Public Works Management Analyst Interim Utility Superintendent Stantec Consulting Services Inc. K:\WP\PROJECTS\WATER\PCE,TCE\2017 RFP\CAmend05_2017 doc 4/10/17 AMENDMENT NO. 5 Stantec Consulting Services, Inc. Professional Services Agreement THIS AMENDMENT NO. 5 TO PROFESSIONAL SERVICES AGREEMENT, is made and entered this day of May, 2017, by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and STANTEC CONSULTING SERVICES, INC. (hereinafter "CONTRACTOR"). WITNESSETH: 1. WHEREAS, CONTRACTOR and CITY entered into a Professional Services Agreement on April 30, 2013, Amendment No. 1 on August 12, 2013, Amendment No. 2 on September 3, 2014, Contract Extension Agreement on April 14, 2015, Amendment No. 3 on July 8, 2015, and Amendment No. 4 on June 27, 2016 (collectively the "Agreement"), as set forth in Exhibit 1, attached hereto and made part hereof; and 2. WHEREAS, CITY requested to amend the Scope of Service and increase the Fees by $101,878, for a total amount of $590,260, as set forth in Exhibit 2, attached hereto and made part hereof; and; 3. WHEREAS, CITY requested to amend the term of the Agreement through March 31, 2018; and 4. WHEREAS, CONTRACTOR agrees to said amendments. NOW, THEREFORE, the parties agree to amend the Scope of Services, Fees, and Term as set forth in Exhibit 2. 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 STANTEC CONSULTING SERVICES, INC. Herein above called "CITY" Hereinabove called "CONSULTANT" STEPHEN SCHWABAUER City Manager Attest JENNIFER M. FERRAIOLO City Clerk Approved as to Form: JANICE D. MAGDICH City Attorney NAME: Title: Exhibit 1 AMENDMENT NO. 4 Stantec Consulting Services, Inc. Professional Services Agreement THIS AMENDMENT NO. 4 TO PROFESSIONAL SERVICES AGREEMENT, is made and entered this &'bay of June, 2016, by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and STANTEC CONSULTING SERVICES, INC. (hereinafter "CONTRACTOR"). WITNESSETH: 1. WHEREAS, CONTRACTOR and CITY entered into a Professional Services Agreement (Agreement) on April 30, 2013, Amendment No. 1 on August 12, 2013, Amendment No. 2 on September 3, 2014, and Amendment No. 3 on July 8, 2015 as set forth in Exhibit 1, 1A, 1 B, and 1C respectively (attached); 2. WHEREAS, CITY requested to amend said Agreement as set forth in Exhibit 2; 3. WHEREAS, CONSULTANT agrees to said amendment. NOW, THEREFORE, the parties agree to amend the Scope of Services and Fees as set forth in the Agreement, Amendment No. 1, Amendment No. 2, Amendment No. 3, and Amendment No. 4 as set forth in Exhibits 1, 1A, 1B, 1C, and 2 respectively. All other terms shall be as set forth in the agreement. IN WITNESS WHEREOF, CITY and CONSULTANT have executed this Amendment No. 4on�%,r7 ,2016. CITY OF LODI, a municipal corporation Herein above called "CITY" C STEPHE CHWABA E City Manager Attest: tti 1NNIFER FERRAIOLO City Clerk Approved as to Form: /4T1 JAD. MA9 1CH City Attorney STANTEC CONSULTING SERVICES, INC. Hereinabove called "CONSULTANT" Vn ner Managing Senior Geologist wr Ateck'rcvlbK,c %tic4vincIpal Gtolo ist Slantec Consulting Services Inc. 3017 Kilgore Road Suite 100, Rancho Cordova CA 95670-6150 May 2, 2016 File: 185703090 Attention: Mr. Andrew Rlchle, Water Plant Superintendent Department of Public Works 2001 West Turner Road Lodi, California 95240 Dear Mr. Richie, Reference: Request for Contract Amendment No. 4 Additional Services for Northern Plume Central, Western, Southern, and Northern Plumes Groundwater Monitoring and Reporting Services Project Lodi, California. Exhibit 2 At the direction of the City of Lodi (the City), Stantec Consulting Services Inc. (Stantec) submits this request for Contract Amendment Number 4 to the April 30, 2013 Agreement for Consulting Services for the above -referenced project. Amendment No. 4 provides funding to perform additional sampling and reporting services associated with including Northern Plume wells to the scope of work for the Groundwater Monitoring and Reporting Services project (Project). Amendment No. 4 additionally provides funding for on-call services to cover out -of -scope environmental services for the above -referenced project not covered in the Groundwater Monitoring and Reporting scope of services. BACKGROUND The current Project was contracted under the April 30, 2013 Agreement for Consulting Services (Agreement) for the two-year period from second quarter 2013 through first quarter 2015. The 2013 Agreement included an optional two-year extension provision; the City executed the April 14, 2015 Contract Extension Agreement (Extension) for the two year period from second quarter 2015 through first quarter 2017. The Agreement and Extension included a limited scope of work consisting of collecting groundwater samples, depth -to -water measurements, and submission of groundwater reports. At the City's request, the Agreement was amended three times with Amendment No. ) on August 20, 2013, Amendment No, 2 on September 3, 2014, and Amendment No. 3 on July 8, 2015. These amendments were to fund City -requested services not included in the Agreement's limited scope of work. Costs for such out -of -scope work have been tracked in Project Task 5 - Out -of -Scope Work, and invoiced under Task 5 within the regular monthly invoices. In accordance with the Regional Water Quality Control Board's (RWQCB) August 27, 2014 Review of Proposed Northern Plume Monitoring Well Location letter to the City, additional sampling and reporting on Northern Plume wells is required on the Project. These include recently -completed monitoring wells NMW-1A, NMW-1B, and NMW-1C, as well as existing monitoring wells MW -2 and MW -5. Amendment No. 4 provides additional budget to complete the additional RWQCB- May 2,2016 Mr. Andrew Richle, Water Plant Superintendent Page 2 of 9 Reference: Request for Contract Amendment No. 4 Additional Services for Northern Plume Central, Western, Southern, and Northern Plumes Groundwater Monitoring and Reporting Services Project Lodi, California. required monitoring, sampling, and reporting on these wells. The Northern Plume wells monitoring and sampling results will be included within new sections of the current reports submitted to the RWQCB. A generalized description of the scope of services to be completed for the five Northern Plume wells is provided below. SCOPE OF SERVICES The scope of services for second quarter 2016 through first quarter 2017 included in Amendment No. 4 is that required to monitor and sample the additional five Northern Plume monitoring wells (NMW-1A, NMW-1B, NMW-1C, MW -2, and MW -5) every quarter. It also includes additional reporting efforts to present the results on the Northern Plume wells during this period. In general these additional services and or costs for the Northern Plume wells are required: • Monitoring depth -to -water in the five Northern Plume wells. • Deploying passive diffusion bag (PDB) samplers in the five Northern Plume wells, o PDB deployment must occur a minimum of two -weeks prior to PDB retrieval and sampling to allow for equilibration with the groundwater; typically deployment completed during the previous quarters sampling event. • Retrieve PDBs and collect groundwater samples from five Northern Plume wells. • Submit the five Northern Plume well samples on a separate chain of custody form to the analytical laboratory (Pace Analytical Services, Inc.) for required analyses. • Calculate the groundwater elevations for the five Northern Plume wells. • Calculate the vertical gradient between wells NMW-1 A and NMW-1 C. • Present monitoring and sampling results from the five Northern Plume wells in separate sections within the quarterly Groundwater Monitoring Report (GMR): o Submit draft GMRs to the City two -weeks prior to the RWQCB-submittal date for review and comment. o Incorporate mutually agreeable edits into the GMRs and submit to the RWQCB. o Upload to the Northern Plume GeoTracker site the quarterly electronic data files (EDFs) for the five Northern Plume wells. o Upload the quarterly GMRs to the Northern Plume GeoTracker site. May 2, 2016 Mr. Andrew Richle, Water Plant Superintendent Page 3 of 9 Reference: Request for Contract Amendment No. 4 Additional Services for Northern Plume Central, Western, Southern, and Northern Plumes Groundwater Monitoring and Reporting Services Project Lodi, California. Necessary out -of -scope work would include but is not limited to the following. • Ongoing well maintenance and repairs, as well as well -box replacements as needed on the current Central, Western, Southern, and Northern Plumes monitoring well network of 71 monitoring wells, • Procurement of required permits and coordination with San Joaquin County to complete the above work and coordinate county -required inspections of completed work. • Ongoing evaluation, procurement, and replacement of passive diffusion bag (PDB) suspension tethers as needed to insure sample integrity and correct deployment depths, • Continued coordination with the City and with Langan in connection with issues and data acquisition associated with adding the Northern Plume nested wells NMW-1A,B,C; and existing Northern Plume wells MW -2 and MW -5 to the current reporting program. • Out -of -scope work associated with setting up the database to include the Northern Plume wells in figures and tables within the quarterly monitoring reports. • Necessary uploads and additions to the new GeoTracker Northern Plume website (Global ID # T10000002895) to allow future Northern Plume data to GeoTracker. • Coordination with San Joaquin County (SJC) to provide analytical results for nested wells NMW-1 A,B,C as requested by SJC to insure cross -contamination has not occurred. • Additional unanticipated out -of -scope work as requested by the City. FEE AND SCHEDULE The scope of services outlined above for the addition of the Northern Plume wells into the monitoring, sampling and reporting program is based on Stantec's experience completing similar work on the Project from 2009 through 2016. Stantec estimates a time and materials budget of $5,495 for the above scope of work during second quarter 2016 through first quarter 2017. This amendment increases the current budget of $81,115 for second quarter 2016 through first quarter 2017 to $86,610, per the attached estimated budget. The scope of service for out -of -scope work outlined above is based on Stantec's experience completing similar out -of -scope work on the Project from 2009 through 2015. Stantec estimates a i1 -.1'1.11 !1;1•1 -/ s h May 2, 2016 Mr. Andrew Richle, Water Plant Superintendent Page 4 of 9 Reference: Request for Contract Amendment No. 4 Additional Services for Northern Plume Central, Western, Southern, and Northern Plumes Groundwater Monitoring and Reporting Services Project Lodi, California. time and materials budget of $15,000.00 for the above scope of work during second quarter 2016 through first quarter 2017. The total requested budget for Contract Amendment No. 4 is $101,610. Stantec will perform these services in the most cost efficient manner possible. Additional out -of - scope work may be required or additional out -of -scope services may be requested by the City. As discussed above, Stantec will utilize a separate Out -of -scope work task (Task 5) and track and invoice costs for services outlined above under Task 5 within regular monthly invoices for this project. The work will be completed in accordance with the terms and conditions of the April 30, 2013 Agreement for Consulting Services and the attached rate sheet. Please contact Matthew Battin if you have any questions. Sincerely, Stantec Consulting Services, Inc. •- '/ if ', ( r •4.41 Mal thew Baffin Associate Scientist Phone: (916) 402-7176 Fax: (916) 861-0430 Matthew.Battin@stantec.com --:o f Dan Schrei l r, P.G. Senior Geologist Phone: (916) 626-7882 Fox: (916) 861-0430 Dan.Schreiner@stantec.com Attachments: Addition of Northern Plume Wells to M&S Program, Estimated Budget Rate Schedule, Environmental Practice Area rn v \IB5i\oUive\105703090 j-nonagc,rnen1 propo:ol 2013-2Qi 5 ow proposal\2015-2017 opl cordrocI ex!;conirod o:nd U4 np4,rne •.v oils\ 20! 60504_185703090_Iodi_n i!{.5 ornnd k! 26'5-17 final dor;< CONTRACT AMENDMENT NO. 4 ARPIL 2016 ESTIMATED BUDGET Contract Amendment No. 4 April 2016 Exhibit A City of Lodi Central, Western, Southern, and Northern Plumes Monitoring, Sampling, and Reporting Services Time and Materials Estimated Budget byl_bl_in6s2015-17_cw<_8npinmes_20'60021rn1, 1 nplmcds xlsx STANTEC Page 1 of 1 UNITS Hour hour hour hour hour Hour RATE 5198 5167 S $113 5104 S95 $67 SBO Task 1 Project Management Task 2 Monitoring & Sampling & Analytical Task 3 Data Analysis, Reporting, & GeoTracker TOTAL COST CLASSIFICATION Unita Collars Units Dollars Units Doflsr$ Units Dollars LABOR ALLOCATION 0 7 0 0 3 0 3 _ S0 U IbO SO SO 5285 SO 5240 0 5,. r 0 0 5.�.,, 40 0 _ Sp __.w,.S J _ � . _ .,^ 30 50 -._, ...Vic 231480. SO 0 . - 14 - 3» 22 11 3" 0 3 ...... SO.�. _ .....3.... 2.338 ..:386 Sx 48S $1.104 5285 50.. 524.0 0..._; .- 26............99.-.4 3 22 -- 11 11 40 6 $0 S 5366 • 52.468 S1,I44 _ 51045 $3.460 5480 STAN EEC LABOR Principal - L9vc! 16 Senkir - Leve! 14 Assacinte..Lavel 10 PrA(ec! -Leval 9 0en(rrrOraItarlpl5 •taioi s• $trill . Lgvel7 SFa1I - Level 8- TeOlAdmin • Level 5Ir4ur LABOR ALLOCATION !per Quenon 13 81,e94 50 54,790 56 $6,68$ 119 (13,343 exPIINseS ALLOCATION dav.., day day . ^,.. 5125 ..._ .,». 555 $30 0- 0 0 50o `— S0 S0 3 ry 3 3 53Y6_-.._..� _........ _.., $165 • 590 �....«.,___. —_... _. _._0 __. _ 0.,.._. _....-.....»3 .�. .. .Tspw _ 3 _.. 3... _. .-..._5 - Si85 _.. 5�0 STANTEC EQUIPMENT ... field Vehicle ., DolincatoiSfGOneslFlaLS Maar Level Mewl EQUIPMENT COSTS (per quarter) SO 5630 50 5630 REBILLABLES Sbu 9+P to .... �._ .. _.. _ Anb1j!1icpt LA tgjy. 8211"91........... , ,...., ..... IP9BDBIo zgLWI er PpBaamp, .,..,._...-..-.,..,.._ PC56 sam ler NMW-1A G ... Oath eac each each each - -- 8.0 _ .. ESB .... 54 520 530 1 .. 0.. .. _ 0 0 _ , Q 526 .. _ bo�.r. 50 2O ... d0•_ 0 ........ 00.- d1 6t .._,_ _ ""i -- -30 - 64 0 -.. 5204 +_02Qµ . ..p'_ ._ _o $b _ i_.. _ po . 14.080 $204 -51020. .... y . _ 0 _ _ 50,. 0 50 _ 4 _ __- f0� . �. _ .....�_>!�? 60 ... 51 61 .---- ._- 3.._....___590 :SUBTOTAL REBILLABLES Markup 10% 520 122 $5,394 38,1 3 SO 50 55.414 56.585 TOTAMPENSE ALLOCATION TOTAL COSTS (per quarter) ,_ St718 511,363 56,,859 519.928 ,Approved Fee Est. for Year 3 (2015.10101 56,140 545,057 S27.555 578.752 581,115 Approved Fee Eat. for Year 4 (2016-1017] 56.324 546,409 529,382 Approved total foo estimate for 2.year Ex(enaiQn (2015.1017) 512.465 501.465 555.937 5159,857 E91i.Fee: Northern Plume Contract Amendment1i4 last. Fee: Year 4 (2016.1[]17) included N. P1urn0 Contr. Amntr. {14 1 I 511137 T )7,402 T _ $21909 _ T • 149.317 �„ 51,450 .. [79,931 55495 1 > 6.610 byl_bl_in6s2015-17_cw<_8npinmes_20'60021rn1, 1 nplmcds xlsx STANTEC Page 1 of 1 AMENDMENT NO, 3 Stantec Consulting Corporation Professional Services Agreement THIS AMENDMENT NO. 3 TO PROFESSIONAL SERVICES AGREEMENT, is made and entered this 9+ day of ,TiA1 _. 2015, by and between the CITY OF LODI, a municipal corporation (ISbreinafter "CITY"), and STANTEC CONSULTING SERVICES, INC. (hereinafter "CONSULTANT"). WITNESSETH: 1, WHEREAS, CONSULTANT and CITY entered into a Professional Services Agreement (Agreement) on April 30, 2013, Amendment No. 1 on August 20, 2013, and Amendment No. 2 on September 3, 2014 as set forth in Exhibits 1, 1A, and 1B respectively (attached). 2. WHEREAS, CITY requested to amend said Agreement as set forth in Exhibit 3 (attached); and 3. WHEREAS, CONSULTANT agrees to said amendment; NOW, THEREFORE, the parties agree to amend the Scope of Services and Fee as set forth in the Agreement, Amendment No. 1, Amendment No. 2, and Amendment No. 3, as Exhibits 1, 1A, 1B and 3, respectively. All other terms shall be as set forth in the Agreement. IN WITNESS WHEREOF, CITY and CONSULTANT have executed this Amendment No. 3 on .014 1.4 , 2015. CITY OF LODI, a municipal corporation STANTEC CONSULTING CORPORATION Hereinabove called "CITY" Hereinabove called "CONSULTANT' City Manager Attest: NIFER i. FERRAIOLO, City Clerk Approved as to Form: •� JA ICE D. MAGDICH ` City Attorney \ J Name; Gary Haack Title: Managing Senior Geologist Stantec May 27, 2015 File: 185703090 Stantec Consulting Services Inc. 3017 Kilgore Road Suite 100, Rancho Cordova CA 95670-6150 Attention: Mr. F. Wally Sandelin, Director City of Lodi Public Works Department 221 West Pine Street Lodi, California 95240 Dear Mr. Sandelin„ Reference: Request For Contract Amendment No. 3 On -Call Environmental Services Central, Western, and Southern Plume Groundwater Monitoring and Reporting Services Project Lodi, California. Exhibit 3 1 At the direction of the City of Lodi (the City), Stantec Consulting Services Inc. (Stantec) submits this request for Contract Amendment Number 3 to the April 30, 2013 Agreement for Consulting Services to fund necessary and related out -of -scope, on-call environmental services for the above -referenced project. Amendments No. 3 provides funding to complete on-call services not included in the scope of work for the Groundwater Monitoring and Reporting Services project (Project). BACKGROUND The Project was most recently contracted under the April 30, 2013 Agreement for Consulting Services (Contract) for the two-year period from second quarter 2013 through first quarter 2015. The Contract included a provision for an optional two-year extension (second quarter 2015 through first quarter 2017), which the City extended on April 14, 2015. The Contract included a limited scope of work consisting of collecting groundwater samples, depth -to -water measurements, and submission of groundwater reports. Completion of Project work often requires additional services as requested by the City that were not included in the approved budget. Costs for such out -of -scope work is tracked by a separate Project task, Task 5 - Out -of -scope Work, and invoiced under Task 5 within the regular monthly invoices. A generalized description of the scope of services to be completed under Task 5, Out -of -scope Work, is provided below. SCOPE OF SERVICES Based on project history, Regional Board requests for additional work, San Joaquin County requests for Information, and out -of -scope work previously requested by the City, a variety of out - of -scope work will be required to keep the project on track and compliant with Regional Board requirements. Des;gn with community In mind May 27, 2015 Attention: Mr. F. Wally Sandelln, Director Page 2 of 3 Reference: Request for Contract Amendment No. 3 Necessary out -of -scope work would include but is not limited to the following. • Ongoing well maintenance and repairs, as well as well -box replacements as needed on the current Central, Western, and Southern Plumes monitoring well network of 71 monitoring wells. • Procurement of required permits and coordination with San Joaquin County to complete the above work and coordinate county -required inspections of completed work. • Ongoing evaluation and replacement of passive diffusion bag (PDB) suspension tethers as needed to insure sample integrity and correct deployment depths. • Continued coordination with the City's engineering staff in connection with issues associated with the repair of monitoring well casings on nested well NMW-1A,B,C. • Procurement and deployment of new PDB harnesses needed for Central Plume nested wells NMW-1 A,B,C to insure sample integrity, correct deployment depth, and compliance with Regional Board requirements for the sampling program. • Coordination wish City engineering staff and its well installation contractor and surveyor to obtain correctly formatted survey data for well NMW-1A,B,C and upload GeoTracker- compliant survey data to the GeoTracker database system. • Additional unanticipated out -of -scope work as requested by the City. FEE AND SCHEDULE The scope of services outlined above is based on Stantec's experience completing similar out -of - scope work on the Project from 2009 through 2015. Stantec estimates a time and materials budget of $15,000.00 for the above scope of work during second quarter 2015 through first quarter 2016. Stantec will perform these services in the most cost efficient manner possible. Additional out -of - scope work may be required and additional out -of -scope services may be requested by the City. As discussed above, Stantec will establish a separate Out -of -scope Work task (Task 5) and track and invoice costs for services outlined above under Task 5 in regular monthly invoices for this project. The work will be completed in accordance with the terms and conditions of the April 30, 2013 Agreement for Consulting Services and the attached rate sheet. Stantec will perform the services on a mutually agreeable schedule as dictated by the evolution of the project and the City's needs. C ssg with comrr_ruhy ir' g,'ir :: May 27, 2015 Attention: Mr. F. Wally Sandelin, Director Page 3 of 3 Reference: Request for Contract Amendment No. 3 Please contact Gary Haeck if you have any questions. Sincerely, Stantec Consulting Services, Inc. Sandra Pimiento, P.G. Senior Geologist Gary D. Haeck, Ph.D., P.G. Managing Senior Geologist Phone: (916) 384-0768 Fax: (916) 861-0430 Gary.Haeck@stantec.com Attachments: Task Order Number 7 Rate Schedule pdh c:\users\gory hoeck\documents \work\loll m&s ommendmenl 1t3 2016-17 scope orseMces.docx Design wuh community r .mina CONTRACT EXTENSION AGREEMENT STANTEC CONSULTING SERVICES INC. GROUNDWATER MONITORING THIS CONTRACT EXTENSION AGREEMENT, made and effective this L day of April, 2015, by and between the CITY OF LODI, a municipal corporation, hereinafter called "City", and STANTEC CONSULTING SERVICES INC., hereinafter called "Contractor." WITNESSETH: 1. CONTRACT: Contractor and City, entered into a Professional Services Agreement for Groundwater Monitoring on May 26, 2013, Amendment No. 1 on August 12, 2013 and Amendment No. 2 on September 3, 2014. The term of the Agreement, as amended, ends on May 25, 2015. 2. TERM AND TERMS: The term of this Contract Extension Agreement shall commence May 26, 2015 and terminate May 25, 2017. The Fee Schedule shall be amended as shown in Exhibit A. All other terms and conditions will remain as set forth in the Professional Services Agreement for Stantec Consulting Services Inc., Groundwater Monitoring, Amendment No. 1, and Amendment No. 2, collectively attached hereto as Exhibit B, and made a part hereof as though fully set forth herein. IN WITNESS WHEREOF, City and Contractor have executed this Contract Extension Agreement on the date and year first above written. CITY OF LODI, a municipal corporation STANTEC CONSULTING SERVICES INC. hereinabove called "City" hereinabove called "Contractor" By: STEPHEN SCHWABAt R (r. -r/ City Manager Attest: By. Title: jz3'Lz' 4 _- NIFEFui. FERRAIOLO, City Clerk Approved as to Form: J NICE s. MAGDICH, City Attorney 2015 to 2017 Contract Extension April 2016 City of Lodi Central, Western, and Southern Plumes Monitoring, Sampling, and Reporting Services Time and Materials Estimated Budget Exhibit A b0I-Iodl_mae2015-I7_cw8IplumeI 20150401fnIn1 xbx STANTEC Page 1 of 1 Task 1 Project Management Task 2 Monitoring & Sampling & Analytical Task 3 Data Analysis , Reportage OeoTracker TOTAL COST CLASSIFICATION UNITS RATE Unita Dollars Units Dollars Ungs Collars Unite miners LABOR ALLOCATION hour ,STANTEC LABOR Principal - Level 16 5196 0 i0 0 30 0 30 0 $0 Senior - Laval 14 hour hour ,our30 $187 3122 611,002 l— 0 $0 3 5501 12 32 004 21 $3,607 Associate - Level 10 Project-Level6 - - �_.r..` �V 0 30 6 3366 3 93813 3113 0 0 30 22 $2,4__66 22 32,486 Senior Draherf 315 • Level 6 S -Level? SW hour 5104 185 _' 87 380 0 2 0 3 $0 51'90 30 3240 0 5 38 30 3475 11 81,144 1151,144 10 3850 hour Hour hour 3 5285 S1off - Level 6 Tech/Adfnin - Level $ " 33 306 030w- 3 '� �-• 3240 _ 38 6 $3j306 0 10 5480 LABOR ALLOCATION (per quarter) 11 11,432 48 $4.262 64 36.328 111 512.239 EXPENSES ALLCICATION day day.. d855 ay "� STANTEC EQUIPMENT -_ Field Vehicle -..._ ... — OetnealoreiconeeiFla_, -__ _ Wafer._;- i Meter - • _ _.._..day 5 _....5i,9--___ 0$0 �'^ 0� _0 ....___..10 — 50 -�-337 -3- 3 3 ^ 5165 00 _ 0 0 r 11— 30 30 �~$0 3 3 316$ 3 $90 - EQUIPMENT COSTS (per quarter) 5630 30 $630 REBILLABI-ES each- each each oech -r$0 Soo 388 34 — 0 0 —1— $ltippIno 1 520 0 15' 5U 13b gslagy Aneiricel Laboratory (•82608) 0 $0 58 33,944 $8 51944 5200 31,000 POB_Aebnied Wate Fi0 _ PLiii imp[er �. _ _ �.� _... P()B__mglar,[..._ 1.A,B,C�-.. .._„_ - 0 3G 6D 5200 50 60 3 0 30 50 51,000 0 38 each 39 — 0 50 3 690 0 30 3 390 SUBTOTAL RESII.LABLES 820 36,.234 . 30 86,264 TOTAL EXPENSE ALLOCATION ' Mrrkup 10eb 322 56,387 10 $6,406 TOTAL COSTS (per quarter] 51,454.. 519,568 36,1325 516,648 E8Y. FSE: Naar S i2Q15 7Q16) 3% Increase from Yesr 2 --I00— from Veer 3 3.00 -ii —Sfi,440545,057 38324 - 346,403 527,656 - —. _ ' $283382 _ - .-- -- ______1_378 752 86 16- YTEE: Year 4 gale -101D3% Increase 070TAL FEE ESTIMATE FOR 3WOWAR EXTENSION (2015.1Q171 112,486 ' )91,465 I 365,037 1165,887 b0I-Iodl_mae2015-I7_cw8IplumeI 20150401fnIn1 xbx STANTEC Page 1 of 1 AMENDMENT NO. 2 Stantec Consulting Corporation Professional Services Agreement THIS AMENDMENT NO. 2 T P OFS ZONAL SERVICES AGREEMENT, is made and entered this 3rd day of 21514, by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and STANTEC CONSULTING CORPORATION (hereinafter "CONSULTANT"). WITNESSETH: 1. WHEREAS, CONSULTANT and CITY entered into a Professional Services Agreement (Agreement) on April 30, 2013, and Amendment No. 1 on August 12, 2013, as set forth in Exhibits 1 and 1A, respectively (attached). 2. WHEREAS, CITY requested to amend said Agreement as set forth in Exhibit 3 (attached); and 3. WHEREAS, CONSULTANT agrees to said amendment; NOW, THEREFORE, the parties agree to amend the Scope of Services and Fee as set forth in the Agreement and Amendment No. 1 as Exhibits 1, 1A and 3, respectively. All other terms shall be as set forth in the Agreement. • IN WITNESS WHEREOF, CITY and CONSULTANT have executed this Amendment No. 2 on 5eprkI't( 3 , 2014. CITY OF LODI, a municipal corporation STANTEC CONSULTING CORPORATION Hereinabove called "CITY" Hereinabove called "CONSULTANT" ilki STEP SC` it City Manager Attest: NIFER . ROBISON, City Clerk Approved as to Form: ANICE D'"MAGDICH ity.Attorriey Name: Gary Haeck Title: Managing Senior Geologist I Exhibit 3 SCOPE OF SERVICES Amendment No. 2 Stantec Consulting Services Inc. Based on the project history and scope of services completed under the August 12, 2013 Amendment No. 1, Stantec's understanding of Western and Southern Plume wells and their sampling history, and the recent Regional Board -requested remedial rebound evaluation sampling, a variety of out -of scope work will be required to keep the project on track, and GeoTracker-compliant. The additional Western and Southern Plume monitoring wells include existing wells MW -11, MW- i6, MW -19, OS -1, OS -2, and SA -i through SA -10 and recently installed nested wells WMW-1A,B,C; WMW-2A,B,C,D; and SMW-1A,B. The rebound sampling will evaluate potentia] concentration rebound in eight (8) selected Central Plume wells associated with a Board -approved work plan for remedial system shutdown. Preliminary review indicates necessary out -of -scope work would include but is not limited to the following. 1. An evaluation of the 15 existing Western and Southern plume wells for well head maintenance/repairs. Some of these wells were constructed between 1997 through 2003, available data on well installation dates for others is limited. Most of these wells have been sampled sporadically over the years. 2. Complete needed repairs and maintenance as identified in above evaluation. 3. An evaluation of the integrity of PDB suspension harnesses in existing Central Plume wells (separate from above because of potential contamination issues). Several of the PDB harnesses in Central Plume wells were simple twine with marginal integrity that warranted replacement early in the 2009 to 2013 project based on initial input from T&R/WGR. Additional evaluation is now warranted. 4. Procurement and deployment of new PDB harnesses as needed for Central Plume wells determined to warrant replacement to insure sample integrity and correct deployment depths each. 5. Update for compliance with GeoTracker requirements the necessary data for existing and proposed Western and Southern plume wells. This also requires submittal of the eastings, northings, and elevations for the existing 15 existing Western and Southern plume wells. Assuming Stantec is provided a GeoTracker compliant survey EDD for these wells, uploading these data can be performed for a nominal fee. However, the currently available surveyed coordinates for these wells cannot simply be uploaded as is to GeoTracker. It will be necessary to resurvey these well to produce a properly certified and GeoTracker compliant EDD. In addition, uploading all historical analytical groundwater data from existing Western and Southern plume wells would be required to document presumed anaerobic biodegradation of contaminants. The Regional Board may also require historical EDFs to be uploaded to GeoTracker, currently only Excel files of historical data have been provided, not EDFs for uploading to GeoTracker. 6. Additional unanticipated out of scope work as requested by the City. 7. Complete a baseline and three (3) monthly remedial -rebound monitoring and sampling events of Central Plume wells G-04, G -o5, G -o6, G -o8, Gio, G -15A, MW -o9, and extraction well EW -6 The sampling will evaluate potential concentration rebound in the Central Plume associated with the Board -approved work plan for remedial system shutdown and evaluation monitoring. Page 1 of 2 Amendment No. 2 Stantec Consulting Services Inc. FEE AND SCHEDULE The scope of services outlined above is based on Stantec's experience completing a similar scope of work on the 2009 to 2014 Monitoring and Reporting Services project and the associated August 12, 2013 Amendment No. 1. Stantec reviewed the costs incurred to date for Out of Scope work completed under Amendment No. 1. It was determined that much of the incurred cost to date were "Additional unanticipated out of scope work" included under Item No. 6 above. Stantec estimates a time and materials budget of $12,000.00 for the scope of work outlined under Item No. 1 through Item No. 6 above. Based on Stantec's understanding of the Board -requested remedial system shutdown and evaluation monitoring program (Item No. 7), Stantec estimates a time and materials budget of $7,000.00 for the remedial rebound evaluation monitoring. Stantec is therefore requesting a total estimated Amendment No. 2 budget of $19,000.00. Stantec will perform these services in the most cost efficient manner possible. Additional out of scope work may be required and additional out of scope services may be requested by the City. The incurred costs will be influenced by the available data, schedule, and details of services actually performed. The work is associated with the Central, Western, and Southern Plume, Ground Water Monitoring/Reporting Services Project (Stantec Project Number 185702670). Stantec previously established a separate Out of Scope Work/Well Maintenance task (Task 5) and has been tracking and invoicing associated costs under Task g. Stantec will continue to track and invoice costs for services outlined above (Item No. 1 through Item No. 6) under Task 5 in regular monthly invoices for this project. Stantec will also establish Task 6 (Remedial Rebound Monitoring) for tracking and invoicing the cost of services associated with the remedial rebound evaluation monitoring. All work will be completed in accordance wit h the terms and conditions of the existing April 30, 2013 Agreement for Constilling Service, and the above scope of services. Stantec will perform the services on a mutually agreeable schedule with the City as dictated by the evolution of the project and the City's needs. Page 2 of 2 AMENDMENT NO. 1 Stantec Consulting Corporation Professional Services Agreement THIS AMENDMENT NO, 1 TO PROFESSIONAL SERVICES AGREEMENT, is made and entered this 12 day of August, 2013, by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and STANTEC CONSULTING CORPORATION (hereinafter "CONSULTANT'). WITNESSETH: 1. WHEREAS, CONSULTANT and CITY entered into a Professional Services Agreement (Agreement) on April 30, 2013, as set forth in Exhibit 1 (attached). 2. WHEREAS, CITY requested to amend said Agreement as set forth in Exhibit 2 (attached); and 3. WHEREAS, CONSULTANT agrees to said amendment; NOW, THEREFORE, the parties agree to amend the Scope of Services and Fee as set forth in the Agreement as Exhibits 1 and 2, respectively. All other terms shall be as set forth in the Agreement. IN WITNESS WHEREOF, CITY and CONSULTANT have executed this Amendment No. 1 on --1C , 2013. CITY OF LODI, a municipal corporation STANTEC CONSULTING CORPORATION Hereinabove called "CITY" Hereinabove called "CONSULTANT" a.,66/4 Kb RADT BARTLAM Name: /1'la n q i11 deo /0 ISt 9 City Manager Attest: RANDI JOHL-OLSON, City C$erk Approved as to Form: D. STEPHEN SC City Attorney AUER I Exhibit 2 SCOPE OF SERVICES Amendment No. 1 Stantec Consulting Corporation Based on project history, Stantec's experience and current understanding of the additional monitoring wells and their sampling history, a variety of out -of scope work will be required to keep the project on track, GeoTracker compliant, present the analytical data in the best light, and keep the Regional Board satisfied. The additional monitoring wells are existing wells MW - 11, MW -16, MW -19, OS -1, OS -2, and SA -1 through SA -10 and the new proposed wells WMW- 1A, WMW-1 B, WMW-1 C, WMW-2A, WMW-26, WMW-2C, WMW-2D, SMW-1A, and SMW-1 B. Preliminary review indicates necessary out -of -scope work would include but is not limited to the following. 1. An evaluation of the 15 existing Western and Southern plume wells for well head maintenance/repairs and total depths to confirm construction. Some of these wells were constructed between 1997 through 2003, available data on well installation dates for others is limited. Most of these wells have been sampled sporadically over the years. 2. Complete needed repairs and maintenance as identified in above evaluation. 3. An evaluation of the presence or absence and integrity of PUB suspension harnesses in the existing 15 existing Western and Southern plume wells (separate from above because of potential contamination issues). Several of the PDB harnesses in Central Plume wells were simple twine with marginal integrity that warranted replacement early in the 2009 to 2013 project. Where present with adequate integrity, confirmation is required of the correct deployment depths for well construction and consistency with Tables 4 and 5 of Regional Board -approved Western and Southem plume monitoring and sampling program. 4. Procurement and deployment of new PDB harnesses as needed for the 15 existing Western and Southern plume wells after determining the specifications of each. 5. Procurement and deployment of new PDB harnesses for the nine (9) proposed new Western and Southern plume wells. 6. Update for compliance with GeoTracker requirements the necessary data for existing and proposed Western and Southern plume wells. This requires GeoTracker submittal of Field Point Names for existing and new proposed Western and Southern plume wells prior to uploading new or historical data for these wells. This also requires submittal of the eastings, northings, and elevations for the existing 15 existing Western and Southern plume wells. Assuming Stantec is provided a GeoTracker compliant survey EDF for these wells, uploading these data can be performed for a nominal fee. However, the currently available surveyed coordinates for these wells cannot simply be uploaded as is to GeoTracker. Depending on timing and accuracy of the original survey as well as the capability and availability of the original surveyor to produce a GeoTracker compliant survey EDF, it may be necessary to resurvey these well to produce a properly certified and GeoTracker compliant EDF. Assuming Stantec is provided a provided a K:\WP\PROJECTS\ PSA'AAMENDMENT Stantec Attachment.doc GeoTracker compliant survey EDF of the eastings, northings, and elevations for the nine (9) proposed Western and Southern plume wells these will be uploaded to GeoTracker within the existing proposed budget. In addition, uploading all historical analytical groundwater data from existing Western and Southern plume wells would be required to document presumed anaerobic biodegradation of contaminants. Providing Stantec these data in electronic data would significantly reduce the cost to upload these data into the project database. 7. Depending on the installation date of the nine (9) new proposed wells, a separate PDB deployment event in advance of the first sampling event for the new and existing Western and Southern plume wells may be required. Installation of the proposed new wells may occur following the regular deployment of PDBs during normal quarterly sampling for retrieval during subsequent quarterly sampling. 8. Additional unanticipated out of scope work as requested by the City. FEE AND SCHEDULE The scope of services outlined above is based on Stantec's experience completing a similar scope of work on the 2009 to 2013 Central Plume Monitoring/Reporting Services project. Stantec estimates a time and materials budget of $20,000.00 for this scope of work. Stantec will perform these services in the most cost efficient manner possible. Additional out of scope work may be required and additional out of scope services may be requested by the City. The incurred costs will be influenced by the available data, schedule, and details of services actually performed. The work is associated with the recently contracted Central, Western, and Southern Plume, Ground Water Monitoring/Reporting Services Project (Stantec Project Number 185702670). Stantec will establish a separate Out of Scope Work)Well Maintenance Task for these services to track costs associated with the scope of work outlined above and will invoice the City with the regular monthly invoices for this project. The work will be completed in accordance with the terms and conditions of the existing Professional Services Agreement approved by the City Council on April 17, 2013. Stantec will perform the services on a mutually agreeable schedule with the City as dictated by the evolution of the project and the City's needs. K:\WP1PROJECTS\PSA's\AMENDMENT Stantec Attachment.dac 5ti9o(i AGREEMENT FOR CONSULTING SERVICES ARTICLE 1 PARTIES AND PURPOSE Section 1.1 Parties THIS AGREEMENT is entered into on Ups ] a -2-13, by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and STANTEC CONSULTING CORPORATION (hereinafter "CONSULTANT"). Section 1.2 Purpose CITY selected the CONSULANT to provide ground water monitoring/reporting services. CITY wishes to enter into an agreement with CONSULTANT for GROUND WATER MONITORING/REPORTING SERVICES project (hereinafter "Project") as set forth in the Scope of Services attached here as Exhibit A. ARTICLE 2 SCOPE OF SERVICES Section 2.1 Scope of Services CONSULTANT, for the benefit and at the direction of CITY, shall perform the scope of services as set forth in Exhibit A, attached and incorporated by this reference. Section 2.2 Time For Commencement and Completion of Work CONSULTANT shall commence work within ten (10) days of executing this Agreement, and complete work under this Agreement based on a mutually agreed upon timeline. CONSULTANT shall not be responsible for delays caused by the failure of CITY staff or agents to provide required data or review documents within the appropriate time frames. The review time by CITY and any other agencies involved in the project shall not be counted against CONSULTANT's contract performance period. Also, any delays due to weather, vandalism, acts of God, etc., shall allow CONSULTANT a corresponding time to complete the required work. CONSULTANT shall remain in contact with reviewing agencies and make all efforts to review and retum all comments. Section 2.3 Meetings CONSULTANT shall attend meetings as Indicated In the Scope of Services, Exhibit A. CA/City/Contracts/Consulting/Public Works/PSA - Stantec 2013.doc 1 Section 2.4 Staffing CONSULTANT acknowledges that CITY has relied on CONSULTANT's capabilities and on the qualifications of CONSULTANTs principals and staff as identified In its proposal to CITY. The scope of services shall be performed by CONSULTANT, unless agreed to otherwise by CITY in writing. CITY shall be notified by CONSULTANT of any change of Project Manager and CITY is granted the right of approval of all original, additional and replacement personnel in CITY's sole discretion and shall be notified by CONSULTANT of any changes of CONSULTANT's project staff prior to any change. CONSULTANT represents that it is prepared to and can perform all services within the scope of services specified in Exhibit A. CONSULTANT represents that It has, or will have at the time this Agreement Is executed, all licenses, permits, qualifications, insurance and approvals of whatsoever nature are legally required for CONSULTANT to practice its profession, and that CONSULTANT shall, at its own cost and expense, keep in effect during the life of this Agreement all such licenses, permits, qualifications, insurance and approvals. Section 2.5 Subcontracts CITY acknowledges that CONSULTANT may subcontract certain portions of the scope of services to subconsultants as specified and identified in Exhibit A. Should any subconsultants be replaced or added after CITY's approval, CITY shall be notified within ten (10) days and said subconsultants shall be subject to CITY's approval prior to initiating any work on the Project. CONSULTANT shall remain fully responsible for the complete and full performance of said services and shall pay all such subconsultants. Section 2.6 Term This Agreement shall begin on May 26, 2013 and terminate on May 25, 2015. City shall have an option to extend this Agreement for an additional two years on the same terms as set forth herein by giving CONSULTANT written notice 30 days prior to the expiration of the initial term. CA/City/Contracts/Consulting/Public Works/PSA - Stantes 2013.doc 2 ARTICLE 3 COMPENSATION Section 3.1 Compensation CONSULTANTs compensation for all work under this Agreement shall not exceed the amount of Fee Proposal, attached as a portion of Exhibit A. CONSULTANT shall not undertake any work beyond the scope of this Agreement unless such additional work is approved in advance and in writing by CITY. Section 3.2 Method of Payment CONSULTANT shall submit invoices for completed work on a monthly basis, providing, without limitation, details as to amount of hours, individual performing said work, hourly rate, and indicating to what aspect of the scope of services said work is attributable and such invoices shall be paid within thirty (30) days of receipt by the City. Section 3.3 Costs The fees shown on Exhibit A include all reimbursable costs required for the performance of the individual work tasks by CONSULTANT and/or subconsultant and references to reimbursable costs located on any fee schedules shall not apply. Payment of additional reimbursable costs considered to be over and above those Inherent in the original Scope of Services shall be approved by CITY. CONSULTANT charge rates are attached and incorporated with Exhibit A. The charge rates for CONSULTANT shall remain in effect and unchanged for the duration of the Project unless approved by CITY. Section 3.4 Auditing CITY reserves the right to periodically audit all charges made by CONSULTANT to CITY for services under this Agreement. Upon request, CONSULTANT agrees to furnish CITY, or a designated representative, with necessary information and assistance. CONSULTANT agrees that CITY or its delegate will have the right to review, obtain and copy all records pertaining to performance of this Agreement. CONSULTANT agrees to provide CITY or Its delegate with any relevant information requested and shall permit CITY or its delegate access to its premises, upon reasonable notice, during normal business hours for the purpose of interviewing employees and inspecting and copying such books, records, accounts, and other material that may be relevant to a matter under investigation for the purpose of determining compliance with this requirement. CONSULTANT further agrees to maintain such records for a period of three (3) years after final payment under this Agreement. CA/City/Contracts/Consulting/Public Works/PSA - Stantec 2013.doe 3 ARTICLE 4 MISCELLANEOUS PROVISIONS Section 4.1 Nondiscrimination In performing services under this Agreement, CONSULTANT shall not discriminate in the employment of its employees or in the engagement of any subconsultants on the basis of race, color, religion, sex, sexual orientation, marital status, national origin, ancestry, age, or any other criteria prohibited by law. Section 4.2 Responsibility for Damaae CONSULTANT shall indemnify and save harmless the City of Lodi, the City Council, elected and appointed Boards, Commissions, all officers and employees or agent from any suits, claims or actions brought by any person or persons for or on account of any injuries or damages sustained or arising from the services performed in this Agreement but only to the extent caused by the negligent acts, errors or omissions of the consultant and except those injuries or damages arising out of the active negligence of the City of Lodi or its agents, officers or agents. The total amount of all claims the CITY may have against the CONSULTANT under this Agreement or arising from the performance or non-performance of the services under any theory of law, including but not limited to claims for negligence, negligent misrepresentation and breach of contract, shall be strictly limited to (i) in the case of a claim that is not covered by one of the insurance policies of CONSULTANT referred to in Section 4.5 below, the lesser of the fees or $500,000, or (ID in the case of a claim that is covered by one of the insurance policies of CONSULTANT referred to in Section 4.5 below, the amount set forth in said Section. As the CITY's sole and exclusive remedy under this Agreement any claim, demand or suit shall be directed and/or asserted only against the CONSULTANT and not against any of the CONSULTANTS employee's, officers, or directors. The CONSULTANT'S liability with respect to any claims arising out of this Agreement shall be absolutely limited to direct damages arising out of the services and the CONSULTANT shall bear no liability whatsoever for any consequential loss, injury or damage incurred by the CITY, including but not limited to, claims for loss of use, loss of profits and loss of markets. CA/City/Contracts/Consultlng/Publlc Works/PSA - Stanton 2013.doc 4 Section 4.3 No Personal Liability Neither the City Council, the City Engineer, nor any other officer or authorized assistant or agent or employee shall be personally responsible for any liability arising under this Agreement. Section 4.4 Responsibility of CITY CITY shall not be held responsible for the care or protection of any material or parts of the work prior to final acceptance, except as expressly provided herein. Section 4.6 Insurance Requirements for CONSULTANT CONSULTANT shall take out and maintain during the life of this Agreement, insurance coverage as listed below. These insurance policies shall protect CONSULTANT and any subcontractor performing work covered by this Agreement from claims for damages for personal injury, including accidental death, as well as from claims for property damages, which may arise from CONSULTANTS operations under this Agreement, whether such operations be by CONSULTANT or by any subcontractor or by anyone directly or indirectly employed by either of them, and the amount of such insurance shall be as follows: 1. COMPREHENSIVE GENERAL LIABILITY $1,000,000 Bodily Injury - Ea. Occurrence/Aggregate $1,000,000 Property Damage - Ea. Occurrence/Aggregate or $1,000,000 Combined Single Limits 2. COMPREHENSIVE AUTOMOBILE LIABILITY $1,000,000 Bodily Injury - Ea. Person $1,000,000 Bodily Injury - Ea. Occurrence $1,000,000 Property Damage - Ea. Occurrence or CA/City/Contracts/Consulting/Public works/PSA - Stantec 2013.doc 5 $1,000,000 Combined Single Limits NOTE: CONSULTANT agrees and stipulates that any insurance coverage provided to CITY shall provide for a claims period following termination of coverage. A copy of the certificate of insurance with the following endorsements shall be furnished to CITY: (a) Additional Named Insured Endorsement Such insurance as is afforded by this policy shall also apply to the City of Lodi, its elected and appointed Boards, Commissions, Officers, Agents, Employees and Volunteers as additional named insureds insofar as work performed by the insured under written Agreement with CITY. (This endorsement shall be on a form furnished to CITY and shall be included with CONSULTANTS policies.) (b) Primary Insurance Endorsement Such insurance as is afforded by the endorsement for the Additional Insureds shall apply as primary insurance. Any other insurance maintained by the City of Lodi or its officers and employees shall be excess only and not contributing with the insurance afforded by this endorsement. (c) Severability of interest Clause The term "Insured" is used severally and not collectively, but the inclusion herein of more than one insured shall not operate to increase the limit of the company's liability. (d) Notice of Cancellation or Change in Coverage Endorsement This policy may not be canceled by the company without 30 days' prior written notice of such cancellation to the City Attomey, City of Lodi, P.O. Box 3008, Lodi, CA 95241. (e) CONSULTANT agrees and stipulates that any insurance coverage provided to CITY shall provide for a claims period following termination of coverage which is at least consistent with the claims period or statutes of limitations found in the Califomia Tort Claims Act (California Govemment Code Section 810 et seq.). "Claims made" coverage requiring the insureds to give notice of any potential liability during a time period shorter than that found in the Tort Claims Act shall be unacceptable. Section 4.6 Worker's Compensation Insurance CONSULTANT shall take out and maintain during the life of this Agreement, Worker's Compensation Insurance for all of CONSULTANT'S employees employed at CA/City/Contracts/Consulting/Public Works/PSA - Stantec 2013.doc 6 the site of the project and, if any work is sublet, CONSULTANT shall require the subcontractor similarly to provide Worker's Compensation Insurance for all of the Tatter's employees unless such employees are covered by the protection afforded by the CONSULTANT. In case any class of employees engaged in hazardous work under this Agreement at the site of the project is not protected under the Worker's Compensation Statute, CONSULTANT shall provide and shall cause each subcontractor to provide insurance for the protection of said employees. This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written notice of such cancellation or reduction in coverage to the City Attorney, City of Lodi, P.O. Box 3006, Lodi, CA 95241. Section 4.7 Attorney's Fees In the event any dispute between the parties arises under or regarding this Agreement, the prevailing party In any litigation of the dispute shall be entitled to reasonable attorney's fees from the party who does not prevail as determined by the court. Section 4.8 Successors and Assigns CITY and CONSULTANT each bind themselves, their partners, successors, assigns, and legal representatives to this Agreement without the written consent of the others. CONSULTANT shall not assign or transfer any interest in this Agreement without the prior written consent of CITY. Consent to any such transfer shall be at the sole discretion of CITY. Section 4.9 Notices Any notice required to be given by the terms of this Agreement shall be deemed to have been given when the same is personally served or sent by certified mail or express or overnight delivery, postage prepaid, addressed to the respective parties as follows: To CITY: City of Lodi F. Wally Sandelin, Public Works Director 221 West Pine Street P.O. Box 3006 Lodi, CA 95241-1910 To CONSULTANT: Stantec Consulting Corporation Jim Grasty, Principal 3017 Kilgore Road, Ste. 100 Rancho Cordova, CA 95670 CA/City/Contracts/Consulting/Public Wbrks/PSA - Stantec 2013.doc 7 Section 4.10 Cooperation of CITY CITY shall cooperate fully in a timely manner in providing relevant information that it has at its disposal. Section 4.11 CONSULTANT Is Not an Employee of CITY It is understood that CONSULTANT is not acting hereunder in any manner as an employee of CITY, but solely under this Agreement as an independent contractor. Section 4.12 Termination CITY may terminate this Agreement by giving CONSULTANT at least ten (10) days written notice. Where phases are anticipated within the Scope of Services, at which an intermediate decision is required conceming whether to proceed further, CITY may terminate at the conclusion of any such phase. Upon termination, CONSULTANT shall be entitled to payment as set forth in the attached Exhibit A to the extent that the work has been performed. Upon temtlnation, CONSULTANT shall immediately suspend all work on the Project and deliver any documents or work in progress to CITY. However, CITY shall assume no liability for costs, expenses or lost profits resulting from services not completed or for contracts entered into by CONSULTANT with third parties in reliance upon this Agreement. CONSULTANT may terminate this Agreement upon seven (7) days' notice in writing in the event the City has committed material breach of this Agreement. Non- payment of the CONSULTANT's invoices will be considered a material breach of this Agreement. Section 4.13 Severability The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. Section 4.14 Captions The captions of the sections and subsections of this Agreement are for convenience only and shall not be deemed to be relevant in resolving any question or interpretation or intent. Section 4.15 intearatlon and Modification This Agreement represents the entire integrated Agreement between CONSULTANT and CITY; supersedes all prior negotiations, representations, or Agreements, whether written or oral, between the parties; and may be amended only be written instrument signed by CONSULTANT and CITY. CNCIty/Contracts/ConsuldnglPubllc WorkslPSA - Stantec 2013.doc 8 Section 4.16 Applicable Law and Venue This Agreement shall be governed by the laws of the State of Califomia. Venue for any court proceeding brought under this Agreement will be with the San Joaquin County Superior Court. Section 4.17 Contract Terms Prevail All exhibits and this Agreement are intended to be construed as a single document. Should any Inconsistency occur between the specific terms of this Agreement and the attached exhibits, the terms of this Agreement shall prevail. Section 4.18 Authority The undersigned hereby represent and warrant that they are authorized by the parties to execute this Agreement. Section 4.19 Ownership of Documents All documents, photographs, reports, analyses, audits, computer tapes or cards, or other material documents or data, and working papers, whether or not in final form, which have been obtained or prepared for this project, shall be deemed the property of CITY. Upon CITY's request, CONSULTANT shall, upon payment of the applicable invoices, allow CITY to inspect all such documents during regular business hours. Upon termination or completion, all information collected, work product and documents shall be delivered by CONSULTANT to CITY within ten (10) days. CONSULTANT Is allowed to retain a copy of all said items for archival purposes. CITY agrees to indemnify, defend and hold CONSULTANT harmless from any liability resulting from CITY's use of such documents for any purpose other than the purpose for which they were prepared. CAICity/Contracts/ConeuitlnglPublIc Works/PSA - Stantec 2013.doc 9 IN WITNESS WHEREOF, CITY and CONSULTANT have executed this Agreement as of the date first above written. ATTEST: By: RANDI"J� City Clerk APPROVED AS TO FORM: CITY OF LODI, a municipal corporation By I K s - • BARTLAM City Manager STANTEC CONSULTING CORPORATION By By: D. SCHW • :A _ • R City Attorney Dated: 20016 Attachments: Exhibit A — Scope of Services Exhibit B — Fee Proposal Exhibit C — Insurance Requirements M GRASTY Its: Managing Prin CA/City/Contracts/Consulting/Pubic Works/PSA - Stantec 2013.doc 10 Exhibit A 1 SCOPE OF SERVICES To complete the Scope of Seryices, Stantec proposes the following tasks: Task 1: Project Management and Preparation of Health and Safety Plan Task 2: Monitoring and Sampling Tesk 3: Analytical Program Tesk 4: Reporting Task 1 — Project Management and PteparaMfa i of Health and SahO' Plan Stantec will perform normal project management responsibilities Including, but not limited to, budget tracking, Invoking, sub- contracting and payment for analytical laboratory services, and communication with the client as well as the RWQCB (when requested) . Our services also include attending a kickoff meeting and quarterly project meetings. All field activities, Including quarterly PDB deployment, depth to water measurements, and PDB sample retrieval will be properly scheduled in advance wfh the appropriate CIty personnel. As required, Stantec will perform necessary coordination with the City and the City's contracted laboratory (Moore Twining Associates, Inc. of Fresno, California) to obtain the analytical data for water supply wells No. 02, No. 06R, and No. 08 sampled by the Clty's Water Division. Prior to commencement of field work, a site-specific Health end Safety Plan (HASP) will be prepared for the project as required by the Occupational Health end Safety Administration (OSHA) standard guidelines (29 CFR 1910.120) , end by California Occupational Health and Safety Administration (Cal -OSI -IA) guidelines (CCR Title 8, Section 5192). Prior to performing any fieldwork, the HASP will be updated with appropriate field personnel end potential subcontractor information. The field staff and any potential contractors will review end sign the HASP before beginning field operations at the site. Task 2 — Monte/ft and Sanp kzg Monitoring and sampling will be conducted for two years, beginning second quarter 2013 and extending through the first quarter 2015. Monitoring and sampling activities will continue to be conducted at Central Plume wells In accordance with MRP Order No. R5-2008- 0813. In addition, existing and proposed monitoring wels associated with the Western and Southem Plumes will also be monitored and sampled In accordance with the MRP and RFP Exhibits A through D. Sampling of the Western and Southern plume monloring wells Is scheduled to begin third quarter 2013. These additional wells are Identified In Treadwel end Rollo's (T&R) February 1, 2011 Groundwater MonAnfirg Program Plan Or the Western and Southern Plume Areas (RFP Exhibit B) and subsequent T&R documents. Per MRP Requtrement (b), Page 3, PDB samplers ere to be used in all monitoring wells, parameters (pH, electrical conductivity, and temperature) normally collected during well purging are not applicable. Per the RFP and Exhibit B of the RFP, depth -to -groundwater will be measured quarterly to the nearest 0.01 foot In all accessible wells (73) end recorded on Stantec's Groundwater Gauging Form and Groundwater SamplGp Form !ler Passive Diffusion Bags (Examples of these forms are included in the sample report Included as Appendix B). It is noteworthy that the RFP indicates groundwater samples will be collected quarterly from 74 wells. Per the MRP and RFP Exhibit 6, the total number of wells In the program will be 73; well MW -19 (listed in Table 5 of Exhibit B) was etreedy Included In the Central Plume program as a gauge only well. Wells to be sampled each quarter (beginning third quarter 2013) Include 41 quarterly, 49 seml-annually, and 69 annually In accordance with the schedule presented below. as such, typical Indicator Central Plume WeIs 0-04; G-05; 0-06; 0-07; G-08; 0-11; 0-12; 3-13; G -'14A; G -1$A; G -16A; G -16B; G - ITA; G -18A; G -19A; G7,24B; G -25A; G -25B; MW -,06; MW -09; MW -12.j MW -.21A; ..MW -21B; MW -RIC; MW -22B; •MW'22C; MW -250; MW -27D; PCP -4 13-24A; MW -23B; MW -23C 0=10; 0-146; .G -14C; G - 18B; G -25.C; MW O8; MW -15; MW -17; MW -24A; MW -24B; MW= 240; MW -250;• MW -26D Southern Plume Wa654 OS -2, SA -09, SA -10, SMW- IA, SMW-IB SA -03, SA -06, SA -07, MW -I9, oS-.1, SA -01, SA` 02f SA -04, SA -0S, SA -08 WoitsSanipletf 1 All wells (including G -16Q, 0-18C, MW -13, MW -16, and: MW -18)' shall, be monitored quarterly for -depth, fo grOU nlwater. 2 Wells shall be sampled send -annually Strand the first arid third quarters. 3 Welts Shall be sampled annually during the third quarter. 4 Westem end Southern Plume Wells ere scheduled for serail ng beginning In_ttdrd quarter 2013. _•� __ The table above Is modified from the MRP and Includes Information from the monitoring program outlined In Tables 4 and 5 of RFP Exhibit B to Indicate the respective number of samples collected during the quarterly, semi-annual, and annual sampling events. The PDB samplers are deployed et depths within the screened intervals a minimum of two weeks prior to sample retrieval to provide adequate time to equilibrate. Typically, the PDBs to be collected In given quarter will be deployed during the previous quarterly monitoring and sampling event. The PDB deployment depths for Central Plume wells will continue at the same depths as the last four years and the deployment depths for the Western and Southern Plumes will be based on Tables 4 and 5 of RFP Exhibit B. The City currently uses 1B -inch length sample begs (variable diameters ere available). Special care is taken to avoid potential cross -contamination of the POB, hanger assembly, and suspension cable during deployment also to ensure that the sample deployment cables are straight, and the PDB does not lodge In the casing prior the reaching the required depth. The PDB samplers can be procured pre -filled from the manufacturer or may be fltled In the field with laboratory -supplied delonized water. Eon Products Inc. and Colombia Analytical Services are the two main suppliers of PDB samplers and suspension equipment. The P05 sample for a given well Is retrieved from the well end immediately dispensed Into at least three, laboratory -prepared, 40 -milliliter volatile organic analysis (VOA) sample containers with pre -completed sample labels. Appropriate sampling protocol for preparing sample -splits (minimum ten percent duplicates) is employed to maximize reproducibility of analyte concentrations within the three containers and duplicates. The samples are immediately placed In an Iced -cooler for delivery under appropriate chain -of -custody protocol to a Special cans Is arken 0 avoid pofanlfal cross-conmmLmdon of dm PDB, hanger assembly, and summns on cable during deployment California -certified analytical laboratory. The sample collection time and date, sample depth, groundwater depth, depth to well bottom, sampling technician's name, other relevant Information, end if a duplicate was collected from the welt are recorded on Stantec's Groundwater Sampling Form for Passive Diffusion Begs. Depth -to -groundwater Is measured prior to PDB retrieval and depth to well bottom measured following PDB retrieval. For costing purposes, Stantec will assume the same level of effort end accessibility to the Western end Southern Plumes wells as has been required during completion of the Central Plume program. Stantec will also assume that any needed access agreements ere In place with the owners of the property where the Western and Southern Plume wells are located. Preliminary review of the SA and OS series well locations appear to indicate they are located on private properly. Task 3 — Analyef el Pn7gram and Qraaffly Asswwnce/OueMy Coning/ The analytical program will be completed In accordance with MRP Order No. R5-2008-0813. Samples will be analyzed by a California -certified analytical laboratory using U.S. Environmental Protection Agency (EPA) sample preparation Method 5030B and EPA analytical Method 8260B. For consistency with previous analytical program, In addllion to an 82608 full -spectrum scan, methyl tertiary butyl ether (MTBE) , carbon disulfide, and acetone will also be reported. Quality assurance and quality control (QA/OC) protocol are not specified In the RFP or MRP. In Stantec's PDB sampling programa, typically ten percent of the total number of samples retrieved are analyzed as QA/OC duplicate samples and one trip blank per cooler Is also analyzed. Although not required, Stantec also recommends analysis of a representative field blank of the laboratory -grade delonized water within the PDB sampler. 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. Task 4 — Data Analysis, Repoitbap, and GeoTracker Sabnlifa/ Quarterly data analysis, reporting, and GeoTredcer submittal will be performed for two years. Stentec currently maintains the City's EQuIS chemical database containing historical analytical data for the Central Plume wells. Stantec requests that the City provide Excel files with the historical analytical and depth to groundwater data for the Western and Southern Plume walls to be added to the sampling program In third quarter 2013. These historical data will be added to the City's chemical database and are critical to proper Interpretation of analyte concentration trends. Each quarter, the project's California -certified analytical laboratory MN provide a GeoTracker compatible Electronic Data Deliverable (EDD) for uploading to GeoTracker and an EQuIS compatible EDD for addition to the project database. Stentec's information Management Systems Group has prepared a document entitled Laboratory Standard Operating Procedures, which details a thorough series of EDD format and quality checks and Is provided to the analytical facility. The EDDa will be processed through a rigorous set of electronic quality checks and procedures before being Imported into the database. Subsequently, a random ten percent of all samples will be checked for completeness and accuracy against the laboratory PDF and field notes. Another ten percent of the samples will be checked at the peer - review stage. By Importing the data electronically and automating the process, data integrity and quality fs significantly Improved. A variety of software tools and applications are used by Stantec to create the MRP -required tables and figures for quarterly and annual reports. Our project team determines the beat applications and tools for the project dataset, which may Induce ArcGIS, Manifold, Surfer, Envlrolnslte, etc., and which may evolve as new applications ere developed. Stantec assumes that ail well construction details, historical water elevation, flow, end gradient data for the Western and Southern Plume wells will be provided In Excel files for Inclusion In the database and generation of the MRP -required tables. If some of these datasets are not currently available electronically, Stantec may also be able to work with scanned or PDF datasets, however this Is not part of the scope es defined In thls proposal. Following the generation and QA/QC of the required tables and figures, Stantec' adentists will evaluate the data and prepare the narrative describing sampling methods, QA/QC data, comparisons wfth regulatory standards, concentration and elevation trends, gradient data, and plume delineation. Quarterly and annual reporting will be completed In accordance with MRP Order No. R5-2008-0813. First, second, and third quarter reports will be submitted by May 1st, August 1st, end November Ist, respectively. The fourth quarter and annual report will be submitted by March 1st. Reports will be submitted to the City In draft form for review by the City two weeks prior to the above submittal dates. Revised reports Incorporating mutually agreeable comments will be submitted to the RWQCB within one week of receiving City comments end by the above prescribed submittal dates. Historical monitoring reports for the Central Plume, submitted prior to second quarter 2009 when Stantec began preparing them, were not In full compliance with MRP requirements. There were several MRP reporting requirements omitted. Most Important was Requirement (1), Page 4, which required: "A table showing historical...vertical (If applicable) flow directions and gradients." Chemicals are currently detected In four groundwater zones and vertical gradients control the migration of groundwater contaminants between the different zones. The City has previously Installed ten multiple -aquifer well clusters to allow calculation of vertical gradients. These data are critical to evaluating the spatial and temporal concentration trends and monitoring remedial methods. Stantec monitoring reports are In full compliance with the MRP and now Include Table 6, Recent and Historical Vertical Groundwater Gradient Data and a discussion of vertical gradients. The RWQCB now has saprarem GeoTiaater sides hbr the Westem and Southern Plumes and nether of thesis sides /s in camphor= with GeoTreater submittal regmiavnanb. In compliance with the requirements of the Califomle Code of Regulations, Title 23, Division 3, Chapter 30, Stantec's quarterly monitoring reports (and EDD's of quarterly analytical data) will be submitted electronically to the State Water Board GeoTracker database system. In 2009, Stantec reviewed and summarized the City's historical Central Plume EDDs on GeoTrecker for missing date. Per the CIty's request, Stantec worked with the previous analytical laboratory to obtain and upload missing EDDs, bringing the Central Plume site Inb GeoTracker compliance. The RWQCB now has separate GeoTracker sites for the Westem and Southern Plumes and neither of these sites Is in compliance with GeoTracker submittal requirements. Stantec will provide an estimated cost to work with the City and T&R to bring these sites Into compliance. The MRP requires aummartes of the remedial system performance In the quarterly and annual reports (i.e, MRP Reporting Requirements [I] and [J] and Annual Reporting Requirement [e]). Stantec will continue to work with the City's current remedial consultant that operates the soil vapor extraction (SVE) and groundwater extraction and treatment (GWET) systems to provide the required remedial summary in the quarterly and annual monitoring reports. As an option for the City, Stantec can deploy a web portal site for project management end data access by the City Project Team. The portal can provide resources to coordinate activities, transfer documents, maintain schedules, etc., and will be enabled for data access and GIS so that the City can query Information relating to water levels, field parameters, and laboratory water quality analyses at any time In a user friendly format. m 3 I—OHQJ W NI--M<I—WO LL W Wd) 41 'r o N5" '� N� , B ot Remaining Qtrs Data Analysis, Reporting, & Geotracker j u ,7pi 't f�Op �y •e9 64 h pp !N t%1 .7 p7 r 61 pf �{p� N Yl• y N O VQT Vl tOli H D 2 2 p� u2Y 2 V2J y _ .� N"I'l &� » 1 M N w• N N w N N W I1p00 10 u6-/ M S M N N g l2 N C ' �' I N R+1 ' D .'' . r n 'r 0 0 0 �r 4 4 O 4 0 O 71 11 rE ~ Remaining Qtrs Monitoring, Sampling & Analytical 411 G $501 50 SO 5285 i Oo po M tANto X Q) 0INN 1A V7 1N.O� tn 50 53.835 L C� Nv+ S212 5954 } pr1 {V S0. - N S C MOOor/ g C3 M M1'1 Ofli17 O.4 H S A 2nd Qtr 2013 Data Analysis, Reporting, & Geotracker a 0 12 S 1.503 5244 Mto IIO l4 H•N Vl oR y N OOO V 1 / A 401 O V a a I h N a 0P M H N C] 4l 0§! 4 N VI; I. H pepnput i.oN pepnpul 3ON 11O4'St 7_':t •0 C :Z C to NK Nd6 N 0 OO 004 O0 C V T3 2nd Qtr 2013 Monitoring & Sampling & Analytical 1, Z CI M C C4 49 O cTroRi 47 IA ect co yrnNtoNa w 6 bNm S .,..jrO M I d O Ntn yru714 ••+n w C 4.1 0. aMd" N a N OONINI 00 N NN g 0.022 Quarterly Project Management d X00 L4 14 C4f 0•qq 4:-.;1444 44 b C 0 N I 05 O VY 05 OS OS nz5 05 05 N N 11 OTAL FEES Ti MA E FOR 1WOYEAR CONTRACT $11,777 ESTIMATED FEE FOR YEAR 3: % Increase = 3.00% $6,140 ESTIMATED FEE FOR YEAR 4: % Increase = 3.00% 56.324 frOTAL FEE ESTIMATE FOR TWO YEAR EXTENSION $12,465 100 0 N 0 0 r 04O t 4C•-i0,OO tC� r IG a hI� Pi LO N r N Nl W a an g 0 Vy . 4 m W O M W 1f7 n N Y7 y to . .10 ill O .a CO yVOIN C.7�v1 4, Z 5 Q7Q 7 TI'2zg2 7 7 p7®'. T ❑"8 }k �• Each ham Each Each Each Each '�?C :mase = CLASSIFICATION STANTEC LABOR Senior (BM Level 14) Associate (Bing Level 10) Project (Bing Level 9) Staff (B�ng Level7) tchnicianlu Level B ienior Drafter/GIS (Billing Level 8) ran (Bang Level 5) OR COSTS (PerOtrl STANTEC EQUIPMENT Water Level Meter 1EQUIPMENT COSTS (Per Qtr) Lab. 8260 2nd Qtr 13 Laborato 8260 Remain • Qtr: Shf, ... .-•e 3elonlzed Water FW for PDB: Diffusion .: . - r 1REB1LLABLES (Per Qtr) EXHIBIT C Insurance Requirements for Contractor The Contractor shall take out and maintain during the life of this contract, insurance coverage as listed below. These Insurance policies shall protect the Contractor and any subcontractor performing work covered by this contract from claims for damages for personal Injury, Including accidental death, as well as from claims for property damages, which may arise from Contractor's operations under this contract, whether such operations be by Contractor or by any subcontractor or by anyone directly or indirectly employed by either of them, and the amount of such Insurance shall be as follows: 1. COMPREHENSIVE GENERAL LIABILITY $1,000,000 Ea. Occurrence $1,000,000 Aggregate 3. PROFESSIONAL LIABILITY $1,000,000 Ea. Occurrence NOTE: Contractor agrees and stipulates that any Insurance coverage provided to the City of Lodi shall provide for a claims period following termination of coverage which Is at least consistent with the claims period or statutes of limitations found in the California Tort Claims Act (California Government Code Section 810 et seq.). NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) above: 221 West Pine Street, Lodi, California, 95241-1910; (2) The Insurance certificate must state, on its face or as an endorsement, a description of the protect that it is insuring. A copy of the certificate of insurance with the following endorsements shall be furnished to the City: (a) Additional Named Insured Endorsement Such insurance as is afforded by this polioy shall also apply to the City of Lodi, its elected and appointed Boards, Commissions, Officers, Agents, Employees, and Volunteers as additional named Insureds. (This endorsement shall be on a form fumished to the City and shall be Included with Contractor's policies.) (b) primary Insurance Endorsement Such insurance as is afforded by the endorsement for the Additional Insureds shall apply as primary insurance. Any other Insurance maintained by the City of Lodl or Its officers and employees shall be excess only and not contributing with the Insurance afforded by this endorsement. 2. COMPREHENSIVE AUTOMOBILE LIABILITY $1,000,000 Bodily Injury - Ea. Person $1,000,000 Bodily Injury - Ea. Occurrence $1,000,000 Property Damage - Ea. Occurrence (0) Saverablljty of Interest Clause The term "insured" is used severally and not collectively, but the incluslon herein of more than one insured shall not operate to Increase the limit of the company's liabllity. (d) Notice of Cancellation or Change In Coverage Endorsement This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written notice of such cancellation or reduction In coverage to the Risk Manager, City of Lodi, 221 W. Pine St., Lodi, CA 95240. Compensation insurance The Contractor shall take out and maintain during the life of this contract, Worker's Compensation Insurance for all of Contractor's employees employed at the site of the protect and, If any work is sublet, Contractor shall require the subcontractor similarly to provide Worker's Compensation Insurance for all of the latter's employees unless such employees are covered by the protection aftordod by the Contractor. In case any class of employees engaged in hazardous work under this contract at the site of the project Is not protected under the Worker's Compensation Statute, the Contractor shall provide and shall cause each subcontractor to provide insurance for the protection of said employees. This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 W. Pine St., Lodi, CA 95240. A Waiver of Subrogation against the City of Lodl Is required. NOTE: No contract agreement will be signed nor will 1tt work begin on a project until the proper Insurance certificate Is received by the City. 5 Stantec March 9, 2017 File: 185703090 Stantec Consulting Services Inc. 555 Capitol Mall Suite 650, Sacramento CA 95814-4583 Attention: Mr. Andrew Richle, Water Plant Superintendent Department of Public Works 2001 West Turner Road Lodi, California 95240 Dear Mr. Richle, Reference: Request for Contract Extension and Amendment No. 5 Central, Western, Southern, and Northern Plumes Groundwater Monitoring and Reporting Services Project Lodi, California. Exhibit 2 At the direction of the City of Lodi (the City), Stantec Consulting Services Inc. (Stantec) submits this request for a Contract Extension to the April 30, 2013 Agreement for Consulting Services (Agreement) for the above -referenced project. This contract was previously extended in the April 14, 2015 Contract Extension Agreement, which expires on May 25, 2017. Additionally, Stantec submits a proposal for Amendment No. 5 to the Agreement for continued on-call services to support the Groundwater Monitoring and Reporting Services project (Project) at the Central, Western, Southern, and Northern Plumes in Lodi, California. BACKGROUND The current Project was contracted under the April 30, 2013 Agreement for Consulting Services (Agreement) for the two-year period from second quarter 2013 through first quarter 2015. The 2013 Agreement included an optional two-year extension provision; the City executed the April 14, 2015 Contract Extension Agreement (Extension) for the two year period from second quarter 2015 through first quarter 2017. The Agreement and Extension included a limited scope of work consisting of collecting groundwater samples, depth -to -water measurements, and submission of groundwater reports. At the City's request, the Agreement was amended four times with Amendment No. 1 on August 20, 2013, Amendment No. 2 on September 3, 2014, Amendment No. 3 on July 8, 2015, and Amendment No. 4 on June 27, 2016. These amendments were to fund City -requested services not included in the Agreement's limited scope of work. Additionally, Stantec and the City seek to reconcile changes to the scope of work outlined in the original Agreement and four subsequent Amendments. A generalized description of the scope of services to be completed is provided below. CA March 9, 2017 Mr. Andrew Richle, Water Plant Superintendent Page 2 of 7 Reference: Request for Contract Extension and Amendment No. 5 Central, Western, Southern, and Northern Plumes Groundwater Monitoring and Reporting Services Project Lodi, California. SCOPE OF SERVICES The scope of services for second quarter 2017 through first quarter 2018 included in Amendment No. 5 include quarterly monitoring and sampling the Central, Western, Southern, and Northern Plume monitoring wells. To complete the scope of services, Stantec proposes the following tasks: Task 1: Project Management and Consultation with the Client Task 2: Monitoring, Sampling, and Analysis (Includes Health and Safety Plan preparation) Task 3: Data Analysis, Reporting, and GeoTracker Compliance Task 4 - Out of Scope Services TASK 1 - PROJECT MANAGEMENT AND CONSULTATION WITH THE CLIENT Stantec will perform normal project management responsibilities including, but not limited to, budget tracking, invoicing, sub- contracting and payment for analytical laboratory services, and communication with the client as well as the California Regional Water Quality Control Board (RWQCB; when requested). Our services also include attending a kickoff meeting and quarterly project meetings. All field activities, including quarterly passive diffuser bag (PDB) deployment, depth to water measurements, and PDB sample retrieval will be properly scheduled in advance with the appropriate City personnel. As required, Stantec will perform necessary coordination with the City and the City's contracted laboratory (Moore Twining Associates, Inc. of Fresno, California) to obtain the analytical data for water supply wells No. 02, No. 06R, and No. 08 sampled by the City's Water Division. TASK 2 - MONITORING, SAMPLING, AND ANALYSIS Prior to commencement of field work, a site-specific Health and Safety Plan (HASP) will be prepared for the project as required by the Occupational Health and Safety Administration (OSHA) standard guidelines (29 CFR 1910.120 ), and by California Occupational Health and Safety Administration (Cal -OSHA) guidelines ( CCR Title 8, Section 5192 ). Prior to performing any fieldwork the HASP will be updated with appropriate field personnel and potential subcontractor information. The field staff and any potential contractors will review and sign the HASP before beginning field operations at the site. Monitoring and sampling will be conducted for two years, beginning second quarter 2017 and extending through the first quarter 2019, with options for two (2) extensions for an additional two years each. Monitoring and sampling activities will continue to be conducted at Central Plume Design with community in mind March 9, 2017 Mr. Andrew Richle, Water Plant Superintendent Page 3 of 7 Reference: Request for Contract Extension and Amendment No. 5 Central, Western, Southern, and Northern Plumes Groundwater Monitoring and Reporting Services Project Lodi, California. wells in accordance with MRP Order No. R5-2008-0813 (MRP). In addition, existing monitoring wells associated with the Western, Southern, and Northern Plumes will also be monitored and sampled in accordance with the MRP. Per MRP Requirement (b), Page 3, PDB samplers are to be used in all monitoring wells, as such, typical indicator parameters (pH, electrical conductivity, and temperature) normally collected during well purging are not applicable. Depth -to -groundwater will be measured quarterly to the nearest 0.01 foot in all accessible wells (76) and recorded on Stantec's Groundwater Gauging Form and Groundwater Sampling Form for Passive Diffusion Bags. Of the 76 wells in the program, 5 wells are gauge only. Groundwater sampling activities will be performed at 44 wells quarterly, 51 wells semi-annually (first and third quarters of the year), and 71 wells annually (third quarter of the year) per the schedule presented on the table below. SAMPLING FREQUENCY' Central Plume Wells # of wells Western Plume We114 # of wells Quarterly G-04; G-05; G-06; G-08; G-11; G-12; G-13; G -14A; G -15A; G -16A; G -16B; G -17A; G -18A; G -19A; G -24B; G -25A; G -25B; MW -09; MW -12; MW -21A; MW -21B; MW -21C; MW -22B; MW -22C; MW -25B; MW -27D; PCP -4 27 Southern Plume We114 # of wells WMW-1A, WMW-1B, WMW-1C, WMW-2A, WMW-2B, WMW-2C, WMW-2D 7 OS -2*, SA -09, SA -10, SMW-1 A, SMW-1 B Semi-annually2 G -24A; MW -23B; MW -23C MW -11 Annually3 G-10; G -14B; G -14C; G -18B; G -25C; MW 08; MW -15; MW -17; MW -24A; MW -24B; MW -24C; MW -25C; MW -26D 13 5 SA -03, SA -06, SA -07 3 0 Northern NMW-1A, NMW-1B, Plume Wells NMW-1 C, MW -2, MW -5 # of wells 5 0 Total Wells Sampled 1 All 76 wells (including G -16C, G -18C, MW -13, MW -16, and MW -18) shall be monitored quarterly for depth to groundwater. 2 Wells shall be sampled semi-annually during the first and third quarters. 3 Wells shall be sampled annually during the third quarter. *Well OS -2 has two samples deployed in it. One at 75.0 and one at 86.5 feet bgs. -4- 44 51 MW -19, OS -1, SA -01, SA -02, SA -04, SA -05, SA -08 7 71 Design with community in mina March 9, 2017 Mr. Andrew Richle, Water Plant Superintendent Page 4 of 7 Reference: Request for Contract Extension and Amendment No. 5 Central, Western, Southern, and Northern Plumes Groundwater Monitoring and Reporting Services Project Lodi, California. The table above has been modified from the MRP to include the Western, Southern, and Northern Plume wells and to indicate the respective number of samples collected during the quarterly, semi- annual, and annual sampling events. The PDB samplers are deployed at depths within the screened intervals a minimum of two weeks prior to sample retrieval to provide adequate time to equilibrate. Typically, the PDBs to be collected in a given quarter will be deployed during the previous quarterly monitoring and sampling event. Special care is taken to avoid potential cross -contamination of the PD8, hanger assembly, and suspension cable during deployment also to ensure that the sample deployment cables are straight, and the PDB does not lodge in the casing prior the reaching the required depth. The PDB samplers can be procured pre -filled from the manufacturer, or may be filled by the contracted laboratory at their facility, or may be filled in the field with laboratory - supplied deionized water prior to deployment in the wells. Eon Products Inc. and Colombia Analytical Services are the two main suppliers of PDB samplers and suspension equipment. The PDB sample for a given well is retrieved from the well and immediately dispensed into at least three, laboratory -prepared, 40 -milliliter volatile organic analysis (VOA) sample containers with pre - completed sample labels. Appropriate sampling protocol for preparing sample -splits (minimum ten percent duplicates) is employed to maximize reproducibility of analyte concentrations within the three containers and duplicates. The samples are immediately placed in an iced -cooler for delivery under appropriate chain -of -custody protocol to a California -certified analytical laboratory. The sample collection time and date, sample depth, groundwater depth, depth to well bottom, sampling technician's name, other relevant information, and if a duplicate was collected from the well are recorded on Stantec's Groundwater Sampling Form for Passive Diffusion Bags. Depth -to - groundwater is measured prior to PDB retrieval and depth to well bottom measured following PDB retrieval. Staniec assumes that any needed access agreements are in place with the owners of the property where the Central, Western Southern, and Northern Plume wells are located. TASK 3 - DATA ANALYSIS, REPORTING, AND GEOTRACKER COMPLIANCE The analytical program will be completed in accordance with the MRP. Samples 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. Quality assurance and quality control (QA/QC) protocol are not specified in the MRP. In Stantec's PDB sampling programs, typically ten percent of the total number of samples retrieved are analyzed as QA/QC duplicate samples and one trip blank per cooler is also analyzed. In addition to Level II QA/QC procedures used by the analytical laboratory, the relative percent difference (RPD) Design with community in mind March 9, 2017 Mr. Andrew Richle, Water Plant Superintendent Page 5 of 7 Reference: Request for Contract Extension and Amendment No. 5 Central, Western, Southern, and Northern Plumes Groundwater Monitoring and Reporting Services Project Lodi, California. between the primary and duplicate samples will be calculated and documented in the monitoring reports. Quarterly data analysis, reporting, and GeoTracker submittal will be performed for two years. Stantec will maintain the City's EQuIS chemical database containing historical analytical data for the Central, Western, Southern, and Northern Plume wells. Each quarter, the project's California - certified 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. Stantec's Information Management Systems Group has prepared a document entitled Laboratory Standard Operating Procedures, which details a thorough series of EDD format and quality checks and is provided to the analytical facility. The EDDs will be processed through a rigorous set of electronic quality checks and procedures before being imported into the database. Subsequently, a random ten percent of all samples will be checked for completeness and accuracy against the laboratory PDF and field notes. Another ten percent of the samples will be checked at the peer -review stage. By importing the data electronically and automating the process, data integrity and quality is significantly improved. A variety of software tools and applications are used by Stantec to create the MRP -required tables and figures for quarterly reports. Our project team determines the best applications and tools for the project dataset, which may include ArcGIS, Manifold, Surfer, Envirolnsite, etc., and which may evolve as new applications are developed. Following the generation and QA/QC of the required tables and figures, Stantec's scientists will evaluate the data and prepare the narrative describing sampling methods, QA/QC data, comparisons with regulatory standards, concentration and elevation trends, gradient data, and plume delineation. Quarterly reporting will be completed in accordance with the MRP. First, second, and third quarter reports will be submitted by May 1st, August 1st, and November 1st, respectively. The fourth quarter and annual report will be submitted by March 1st. Reports will be submitted to the City in draft form for review two weeks prior to the above submittal dates. Revised reports incorporating mutually agreeable comments will be submitted to the RWQCB within one week of receiving City comments and by the above prescribed submittal dates. In compliance with the requirements of the California Code of Regulations, Title 23, Division 3, Chapter 30, Stantec's quarterly monitoring reports (and EDD's of quarterly analytical data) will be submitted electronically to the State Water Board GeoTracker database system. The RWQCB has separate GeoTracker sites for the Central, Western, Southern, and Northern Plumes. Design with community In mind March 9, 2017 Mr. Andrew Richle, Water Plant Superintendent Page 6 of 7 Reference: Request for Contract Extension and Amendment No. 5 Central, Western, Southern, and Northern Plumes Groundwater Monitoring and Reporting Services Project Lodi, California. The MRP requires summaries of the remedial system performance in the quarterly reports. Stantec will continue to work with the City's current remedial consultant that operates the soil vapor extraction (SVE) and groundwater extraction and treatment (GWET) systems to provide the required remedial summary in the quarterly monitoring reports. TASK 4 - OUT OF SCOPE SERVICES Necessary out -of -scope work would include but is not limited to the following. • Ongoing well maintenance and repairs, as well as well -box replacements as needed on the current Central, Western, Southern, and Northern Plumes monitoring well network of 76 monitoring wells. • Procurement of required permits and coordination with San Joaquin County to complete the above work and coordinate county -required inspections of completed work. • Ongoing evaluation, procurement, and replacement of passive diffusion bag (PDB) suspension tethers as needed to insure sample integrity and correct deployment depths. Additional unanticipated out -of -scope work as requested by the City. FEE AND SCHEDULE The scope of services outlined above is based on Stantec's experience completing similar work on the Project from 2009 through 2017. Stantec estimates a time and materials budget of $91,878 for the above scope of work during second quarter 2017 through first quarter 2018 per the attached estimated budget table. Additionally, Stantec estimates a time and materials budget of $10,000 for potential out -of -scope work based on our experience on the Project. The total requested budget for Contract Amendment No. 5 is $101,878. Stantec will perform these services in the most cost efficient manner possible. Additional out -of - scope work may be required or additional out -of -scope services may be requested by the City. As discussed above, Stantec will utilize a separate Out -of -scope work task (Task 4) and track and invoice costs for services outlined above under Task 4 within regular monthly invoices for this project. The work will be completed in accordance with the terms and conditions of the April 30, 2013 Agreement for Consulting Services and the attached rate sheet. Design with community in mind March 9, 2017 Mr. Andrew Richle, Water Plant Superintendent Page 7 of 7 Reference: Request for Contract Extension and Amendment No. 5 Central, Western, Southern, and Northern Plumes Groundwater Monitoring and Reporting Services Project Lodi, California. Stantec billing rates are in effect for 2017. As such, Stantec's rates are subject to annual increase. Equipment owned by Stantec will be charged at the rates provided in the attached table. Equipment rentals (if applicable) will be charged at cost +10% markup. Equipment and reimbursable expenses (not listed in the above table) will be charged at cost +10% markup. All subcontractor/ subconsultant fees (including laboratory costs) will be charged at cost +10% markup. Stantec will provide cost estimates for other fees/expenses as needed during the course of the project (in advance of performing such services). Potential future costs on an annual basis have been presented for years 2 through 6, which represent work performed on the Project from the second quarter 2018 through the first quarter 2023. The estimated costs assume an annual increase of 3% to account for cost of living increases to Stantec 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 of this contract extension could be approximately $659,000. Please contact Matthew Bailin if you have any questions. Sincerely, Stantec Consulting Services, Inc. 0 Matthew Bailin Associate Scientist Phone: (916) 669-5975 Fax: (916) 442-3249 Matthew.Battin@stantec.com Jaff Auchterlonie, P.G. Managing Principal Geologist Phone: (916) 669-5939 Fax: (916) 442-3249 Jaff.Auchterlonie@stantec.com Attachments: Estimated Budget Rate Schedule, Environmental Practice Area bm v:\1857\active\185703090\O1_management\proposal\2017 conlract exlension proposal\170309_185703090_lodi_ms_proposal.docx Design with community in mind CONTRACT AMENDMENT NO. 5 MARCH 2017 ESTIMATED BUDGET TOTAL COST g O oo w�. yy" W N Pp mS m m a P. r (V vi N' :L.1. _8 ci 0 o o .� oo o "2 - H NN ," N;§.n't: ;�. a ,..:44, rn •n N o "' io e N 7 O N co T m q b P1 1.1 Pi 0 0 N'0 0 0: 1 -• .521 S 2 N1 Task 4 - Out of Scope O . 2;2 1 I 2:2 1 i I.O I { 1 N - o 0 0 0 0 0 0 0 '0 0 0;0 o 0?0 0 0; 1 o;0:0 0:0 Task 3 - Data Analysis, Reporting, & GeoTracker 1. ta Oo N•W. VN.m c7'h: N:!P :22.1. �i:2 2 V, OM:2 po pp3o2n!2:p is co X 74 -0 V co N•P1: 0 (o I X100:0 O O :0. 0:01 00=.(0.0 Task 2 • Montaring. Sampling. & Analysis a A f^ 2 w 7, 4.y ✓• P-_ .2 �.2 .2.AYR 3 1� H•N a N 7, ma 00000)0. 0 n:c7_P1.0 0 N 0 00 p-� p p Task 1 - Management and Consultation with the Client n p ; CO O oa•=gym• .00H�o.1 n.a • � .H Niga as NH� • i"p: H:N0Ng e ,o 0 0 i 0 E 0 CO 0 0•C9 .0 0 00 0 0 0 0 0 ,- 0 0 0 0 f - :.R H N: w w: iA. v . .43.!0'3 Rate Table (drop down): CLASSIFICATION I DNiTS LABOR ALLOCATION J J .5- J J J J'5 r.s t.t t s t 00 T >-> >. ? U U U a 0'0 a -0 '.0 U .0 u..5 .. v VI 1!'!` 1° v 5 u E' f t U `, x °�2 ock i ',.Ri y. E o. O .$:g O 0.� 222 '• , U'_r -Z ii U N W L L L=Q 1� 41 c 0 o Cy* Z:: Ri:O. p.i. >I 1 i N REBILLABLES Anatyli L Lobargipr}• Ie240B1 PDB Deiontred Water r•:: POB SoiTtp er............... PDB B. C; SURiCltAl REliIIABLES TOTAL EXPENSE ALLOCATION SURCONSULTANT ALLOCATION TOTAL SUBCOt1SULTANT ALLOCA11031 — TOTAL COSTS (per quarter) �Nh1,1OS POM .0 O -P W W 19 W .1- 00000 0 0 0 0 0 b 0- ^ P ¢ co P n1Pj a h •O co co ro co co 1,9 Irdb. 19E mom• b443'34" a bdgt_lodi_m&x_2017 contract_ext(2).xlsx RATE SCHEDULE ENVIRONMENTAL PRACTICE AREA 2017 SCHEDULE OF BILLING RATES ENVIRONMENTAL SERVICES Stantec Charges for all professional, technical, and administrative staff directly charging time to the project will be calculated and billed on the basis of the following schedule. BILLING LEVEL 3 4 5 HOUR RATE r DESCRIPTION $78 $87 $95 Junior Level Position • Works under the supervision of a senior professional • Independently carries out assignments of limited scope using standard procedures, methods and techniques • Assists senior staff in carrying out more advanced procedures • Completed work is reviewed for feasibility and soundness of judgment • Graduate from an appropriate post -secondary program or equivalent • Generally, less than four years' experience Fully Qualified Professional Position 6 $105 • Carries out assignments requiring general familiarity within a broad field of the respective 7 $113 profession 8 $122 • Makes decisions by using a combination of standard methods and techniques • Actively participates in planning to ensure the achievement of objectives • Works independently to interpret information and resolve difficulties • Graduate from an appropriate post -secondary program, with credentials or equivalent • Generally, three to six years' experience First Level Supervisor or First Complete Level of Specialization 9 $131 • Provides applied professional knowledge and initiative in planning and coordinating work 10 $141 programs 11 $152 • Adapts established guidelines as necessary to address unusual issues • Decisions accepted as technically accurate, however may on occasion be reviewed for soundness of judgment • Graduate from an appropriate post -secondary program, with credentials or equivalent • Generally, five to nine years' experience Highly Specialized Technical Professional or Supervisor of Groups of Professionals 12 $166 • Provides multi -discipline knowledge to deliver innovative solutions in related field of expertise 13 $178 • Participates in short and long range planning to ensure the achievement of objectives 14 $191 • Makes responsible decisions on all matters, including policy recommendations, work methods, and financial controls associated with large expenditures • Reviews and evaluates technical work • Graduate from an appropriate post -secondary program, with credentials or equivalent • Generally, ten to fifteen years' experience with extensive, broad experience Senior Level Consultant or Management 15 $201 • Recognized as an authority in a specific field with qualifications of significant value 16 $221 • Provides multidiscipline knowledge to deliver innovative solutions in related field of expertise 17 $257 • Independently conceives programs and problems for investigation • Participates in discussions to ensure the achievement of program and/or project objectives • Makes responsible decisions on expenditures, including large sums or implementation of major programs and/or projects • Graduate from an appropriate post -secondary program, with credentials or equivalent • Generally, more than twelve years' experience with extensive experience Senior Level Management Under Review by Vice President or Higher 18 $300 • Recognized as an authority in a specific field with qualifications of significant value 19 $325 • Responsible for long range planning within a specific area of practice or region 20 $361 • Makes decisions which are far reaching and limited only by objectives and policies of the 21 $397 organization • Plans/approves projects requiring significant human resources or capital investment • Graduate from an appropriate post -secondary program, with credentials or equivalent • Generally, fifteen years' experience with extensive professional and management experience Expert Witness Services carry a 50% premium on labor. Overtime will be charged at 1.5 times the standard billing rate. All labor rates will be subject to annual increase. 170309_]85703090_lodi_MS_pro posa I.docx 3 Page 10 or 2017 SCHEDULE OF BILLING RATES ENVIRONMENTAL SERVICES Other Direct Disbursements: Stantec Disbursement AIMMIF Vehicle Mileage Rate Prevailing IRS Rate Subcontract Services Actual Cost +15% Travel/Per Diem Actual Cost +15% Capital Purchases and Expendable Materials Actual Cost +15% Postage and Shipping Actual Cost+15% Standard Field Equipment (See Attached Schedule) Standard Field Equipment: .. -.Sta do a'rd Field Equipment Rate Air Sampling Equipment $65/day Bailer- Disposable $10/each Bailer - Disposable Weighted $15/each Bailer- Quick E -Bailer System $85./day Bailer- Reusable $20/day Drum - 55 Gallons $65/each Digital Camera $25/day Draeger Sampler (tubes not included) $30/day Field Communication - Two -Way Radio $20/day Field Computer $55/day Field Test Kit - Groundwater $55/each Field Test Kit - Soil $55/each Field Test Kit - SVE $55./each Field Vehicle - Mileage Prevailing IRS rate Field Vehicle $135/day Field Vehicle - Sampling Truck $275/day Field Vehicle - Truck/Van $160/day Flame Ionization Detector (HD) $145/day Generator $70/day Gloves - Colored Cloth - $5/pair Gloves - Colored Leather $15/pair Gloves - Colored Nitrile $0.25/pair Gloves - Kevlar Under Glove $5.00/pair H&S - Level B Safety Equipment $185/day H&S - Level C Safety Equipment $95/day H&S - Level D Safety Equipment $60/day H&S - Traffic Control Equipment $65/day Hand Auger $30/day Low Flow Purge/Sampling System $85/day Meter- Oil/Water Interface $60/day Meter - Anemometer $25/day Meter - CO $65/day Meter - Data Logger $140/day Meter - Dissolved Oxygen $65/day Meter - DO/ORP/TempJConductivity $100/day Meter - Dosimeter $45/day Meter- Ferrous Iron $5/day Meter - Flow $30/day Meter - H2S Detector $,80/day Meter - LEL/02 $80/day Meter- Magnehelic (Gauge) $35/day 170309_ 185703090_1odi_MS proposaI.docx 3 Page 11 of 2017 SCHEDULE OF BILLING RATES ENVIRONMENTAL SERVICES Standard Field Equipment (continued): Stantec Standard Field Equipment •_ Meter - Magnetometer Rate $50/day Meter- Manometer $25Jday Meter -Measuring Wheel $10/day Meter -Metal Detector $45/day Meter- Multimeter $1 lOJday Meter - 02/CO2 $1 l 0/day Meter - ORP $25/day Meter - Other quote/day Meter - Ozone - $25/day Meter - pH/Temp/Conductivity $30/day Meter - Turbidity $70/day Meter- Dust Monitor $120/day Meter - Velocity $25/day Meter - Water Level Indicator $35/day Photoionization Detector IND) ,$1 10/day Pressure Washer $45/day Pump - Air Sampling $45/day Pump - Centrifugal $50/day Pump - Groundwater Sampling $l 10/day Pump - Peristaltic $50/day Pump - Trash $35/day Pump - Well Sampling $25Jday Pump - Well Sampling/Purge $45/day Reproduction - 1 lx1 7 Color Plot/Print/Copy $2/copy Reproduction - 24x36 Color Plot/Print $l0/copy Reproduction -8.5x11 B&W Copies $0.15/copy Reproduction - 8.5x1 1 Color Copies $1.25/copy Reproduction - Oversized B&W Plot/Print $l0/copy Reproduction - Oversized Color Plot/Print $15/copy Soil Sample Ring/Sleeve $10/each Survey Equipment - Laser Plane Level & Receiver $200/day Transducer $30/each Tedlar Bag - $15/each NOTE: Other equipment needs will be priced on a per project basis. 170309_185703090_lodi_MS_proposal.docx Page 12 of 3 1. AA# 2. JV# CITY OF LODI APPROPRIATION ADJUSTMENT REQUEST TO: 'Internal Services Dept. - Budget Division 3. FROM: Rebecca Areida-Yadav 5 DATE: 3/30/2017 4. DEPARTMENT/DIVISION: Public Works 6. REQUEST ADJUSTMENT OF APPROPRIATION AS LISTED BELOW FUND # BUS. UNIT # ACCOUNT # ACCOUNT TITLE AMOUNT A SOURCE OF FINANCING 590 32205 Fund Balance $ 61,701.00 594 32205 Fund Balance $ 11,479.00 591 32205 Fund Balance $ 21,524.00 593 32205 Fund Balance $ 7,175.00 B. USE OF FINANCING 590 59099000 77020 Central Plume Capital Projects $ 61,701.00 594 59499000 77020 77020 Western Plume Capital Projects Southern Plume Capital Projects $ 11,479 00 $ 21,524.00 591 59199000 593 59399000 77020 Northern Plume Capital Projects $ 7,175.00 7. REQUEST IS MADE TO FUND THE FOLLOWING PROJECT NOT INCLUDED IN THE CURRENT BUDGET Please provide a description of the project, the total cost of the project, as well as justification for the requested adjustment. If you need more space, use an additional sheet and attach to this form. Amendment No. 5 to Professional Services Agreement with Stantec Consulting Services for groundwater monitoring and reporting services. PWWA-0042 If Council has authorized the appropriation adjustment, complete the following Meeting Date: Department Head Signature: Res No: Attach copy of resolution to this form 8. APPROVAL SIGNATURES Deputy City Manager/Internal Services Manager Date Submit completed form to the Budget Division with any required documentation. Final approval will be provided in electronic copy format. RESOLUTION NO. 2017-64 A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE CITY MANAGER TO EXECUTE AMENDMENT NO. 5 TO THE PROFESSIONAL SERVICES AGREEMENT WITH STANTEC CONSULTING SERVICES, INC., OF RANCHO CORDOVA, FOR GROUNDWATER MONITORING AND REPORTING SERVICES, AND WELLHEAD MAINTENANCE AND ON-CALL ENVIRONMENTAL SERVICES; AND FURTHER APPROPRIATING FUNDS WHEREAS, since 2013, Council has approved four amendments and one extension to the Professional Services Agreement with Stantec Consulting Services, Inc., of Rancho Cordova, which were necessary to modify the scope of work in response to State requirements and to include provisions for wellhead maintenance and on-call environmental services related to cleanup activities; and WHEREAS, Amendment No. 5 amends the Scope of Services extending the current monitoring and reporting service, and the wellhead maintenance and on -cal! environmental services mentioned in the previous amendment for one additional year; and WHEREAS, staff recommends that the City Council authorize the City Manager to execute Amendment No. 5 to the Professional Services Agreement with Stantec Consulting Services, Inc., for groundwater monitoring and reporting services, and wellhead maintenance and on-call environmental services, in the amount of $101,878; and WHEREAS, staff further recommends appropriating funds in the amount of $101,878 for these services. 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 Stantec Consulting Services, Inc., of Rancho Cordova, California, for groundwater monitoring and reporting services, and wellhead maintenance and on-call environmental services, in the amount of $101,878; and BE IT FURTHER RESOLVED that the Lodi City Council does hereby appropriate funds in the amount of $101,878. Dated: April 19, 2017 hereby certify that Resolution No. 2017-64 was passed and adopted by the City Council of the City of Lodi in a regular meeting held April 19, 2017 by the following vote: AYES: COUNCIL MEMBERS — Chandler, Johnson, Mounce, Nakanishi, and Mayor Kuehne NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — None ABSTAIN: COUNCIL MEMBERS — None NIFER FERRAIOLO City Clerk 2017-64 CITY COUNCIL DOUG KUEHNE, Mayor ALAN NAKANISHI, Mayor Pro Tempore MARK CHANDLER BOB JOHNSON JOANNE MOUNCE CITY OF LODI CITY HALL, 221 WEST PINE STREET P.O. BOX 3006 LODI, CALIFORNIA 95241-1910 (209) 333-6706 / FAX (209) 333-6710 EMAIL: pwdept@lodi.gov www.lodi.gov April 13, 2017 Stantec Consulting Services, Inc. 3017 Kilgore Road, Suite 100 Rancho Cordova, CA 95670-6150 STEPHEN SCHWABAUER City Manager JENNIFER M. FERRAIOLO City Clerk JANICE D. MAGDICH City Attorney CHARLES E. SWIMLEY, JR. Public Works Director SUBJECT: Adopt Resolution Authorizing City Manager to Execute Amendment No. 5 to Professional Services Agreement with Stantec Consulting Services, Inc., of Rancho Cordova, for Groundwater Monitoring and Reporting Services ($101,878), and Appropriating Funds ($101,878) Enclosed is a copy of background information on an item on the City Council agenda of Wednesday, April 19, 2017. The meeting will be held at 7 p.m. in the City Council Chamber, Carnegie Forum, 305 West Pine Street. This item is on the consent calendar and is usually not discussed unless a Council Member requests discussion. The public is given an opportunity to address items on the consent calendar at the appropriate time. If you wish to write to the City Council, please address your letter to City Council, City of Lodi, P. O. Box 3006, Lodi, California, 95241-1910. Be sure to allow time for the mail. Or, you may hand -deliver the letter to City Hall, 221 West Pine Street. If you wish to address the Council at the Council Meeting, be sure to fill out a speaker's card (available at the Carnegie Forum immediately prior to the start of the meeting) and give it to the City Clerk. If you have any questions about communicating with the Council, please contact Jennifer M. Ferraiolo, City Clerk, at (209) 333-6702. If you have any questions about the item itself, please call Lyman Chang at (209) 333- 67'6. dh.rles E. Swimley, Jr. F[;q Public Works Director CES/tdb Enclosure cc: City Clerk