Loading...
HomeMy WebLinkAboutC-8727-2 - Water Well Rehabilitation - Tamura Shallow WellCITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1 949-644-3039 Fnx newportbeachca.gov February 28, 2024 General Pump Company, Inc. Attn: Daniel Pichardo 159 N. Acacia Street San Dimas, CA 91773 Subject: Water Well Rehabilitation Tamura Shallow — C-8727-2 Dear Mr. Pichardo: On February 28, 2023, the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on March 1, 2023, Reference No. 2023000046771. The Surety for the contract is Travelers Casualty and Surety Company of America and the bond number is 107488433. Enclosed is the Faithful Performance Bond. Si(ncceerrrelly,, Leilani I. Brown, City Clerk Enclosure MMC EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 107488433 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 5,307.00 , being at the rate of $ 16.00 thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to General Pump Company, Inc. hereinafter designated as the "Principal," a contract for The work necessary for the completion of this contract consists of: 1. Mobilization of equipment and personnel to the well site; 2. Disconnecting the piping & electrical systems from the well and removing the motor, pump column and pump bowls from the well. Inspect the condition of the pump system. City staff will handle all electrical disconnections from the permanent motor. Permanent motor may be stored on -site inside the pump house on a pallet supplied by Contractor; 3. Initially conduct wire -brushing and bailing of sediment fill from the bottom of the well. Use a hydrogen peroxide solution to help remove encrusting material from the casing walls; 4. Conduct an initial video survey of the entire well casing; 5. Perform "Air -Jetting" of the well to help dislodge and loosen any material from the perforations and the gravel pack around the well; 6. Conduct chemical treatment of the well using HerChemTec solutions. Add additional chemical treatment with acid; 7. Perform mechanical re -development via simultaneously swabbing and airlifting of the chemical solutions from the well. Fluids generated during this process shall be treated prior to discharge to the local storm drain system; 8. Mobilize, install, operate, maintain and then remove a temporary test pump and test motor capable of pumping up to 2,300 gpm; 9. Conduct pumping development by pumping and surging; 10. Conduct a 12-hour step-drawdown test and a 24- to 48-hour constant rate pumping test; 11. Near the end of the constant rate pumping test, perform a dynamic spinner survey in the well; 12. Remove the test pump and disinfect the well; 13.Re-install the new pump components in the well and conduct vibration testing, and trim balance, followed by a 72-hour pumping test at the design rate, Disinfect the pump components during installation; 14. Perform well chlorination and clean up the well site, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and Travelers Casualty and Surety Company of America , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Three Hundred Thirty One Thousand Six Hundred Seventy Eight Dollars ($331,678.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, General Pump Company, Inc. Page B-1 executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys' fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. General Pump Company, Inc. Page B-2 IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 27th day of January ,2022 General Pump Company, Inc. Name of Contractor (Principal) Travelers Casualty and Surety Company of America Name of Surety 21688 Gateway Center Drive Diamond Bar, CA 91765 Address of Surety 909-612-3030 Telephone APPROVED AS TO FORM: CITY ATTOR El 'S OFFICE Date: By: ar Att me r oti Misty R. Hemje, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED General Pump Company, Inc. Page B-3 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of )SS. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. (seal) SEE ATTACHED LOOSE CA ACKNOWLEDGMENT State of California County of )SS. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) General Pump Company, Inc. Page B-4 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE 5 1189 A notary public or other officer completing this certificate verifies only the Identity of the Individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Ca if��o++IIrni 1 County of J} p� A n f j� On q, before me, A/lilt f JI)' ) Q V 1 Vl t/I Date A r a ! m I Here Insert Name and Title the Officer personally appeared who proved to me on the basis of satisfactory evidence to to the within instrument and acknowledged to me that he/ authorized capacity(! s), and thatPy his/h4r/t+ir signature upon behalf of which he person( acted, xe uted the im ALEXA JUAREZ Notary Public California Los Angeles County Commission p 22664ZZ My Comm. Expires Nov 10, 2022 Place Notary Seal and/or Stamp Above of erson(sD whose name() is/ r s bscrib executed the same In is/hj /th it Instrument the person(, r th entity I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Slg Signor ure of Notary Public Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator n (lther Number of Pages: Signer's Name: ❑ Corporate Officer — Tltle(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: Signer is Representing: 02019 National Notary Association ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Contra Costa ) On 1 2 L before me, Gillian C. Bhaskaran, Notary Public (insert name and title of the officer) personally appeared Misty R. Hemje who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ---`,,,:,`r GILLIAN C. BNASKARAN WITNESS my hand and official seal. Notary Public -California Contra Costa County i Commission N 2354657 My Comm, Expires May 13, 2025 y • Travelers Casualty and Surety Company of America AAIW Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint MISTY R HEMJE of SAN FRANCISCO , California , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. wu 1WIbW{n' State of Connecticut By: A49� City of Hartford ss. Robert L. Rane enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly �authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. '�r�Hb �" { ��fj /j�f '�%/yy�/ q�lel My Commission expires the 30th day of June, 2026 n+Duo ""` Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in - Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 27th day of January 2022 tyr & Kevin E. Hughes, Assi tanttant Secretary rim vurl,'y the authenticity of this Power ofAttorney, please callus at 1-800-421-3880, Please refer to the above -named Attorney(s)-in-Factand the details of the bond to which this PowerofAttorney is attached. CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1949-644-3039 FAx newportbeachca.gov May 5, 2023 General Pump Company, Inc. Attn: Daniel Pichardo 159 N. Acacia Street San Dimas, CA 91773 Subject: Water Well Rehabilitation Tamura Shallow - C-8727-2 Dear Mr. Pichardo: On February 28, 2023, the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on March 1, 2023, Reference No. 2023000046771. The Surety for the bond is Travelers Casualty and Surety Company of America and the bond number is 107488433. Enclosed is the Labor & Materials Payment Bond. Sincerely, Leila I�wn, MMC City Clerk Enclosure EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 107488433 Premium included in Performance Bond LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to General Pump Company, Inc. hereinafter designated as the "Principal," a contract for The work necessary for the completion of this contract consists of: 1. Mobilization of equipment and personnel to the well site; 2. Disconnecting the piping & electrical systems from the well and removing the motor, pump column and pump bowls from the well. Inspect the condition of the pump system. City staff will handle all electrical disconnections from the permanent motor. Permanent motor may be stored on -site inside the pump house on a pallet supplied by Contractor; 3. Initially conduct wire -brushing and bailing of sediment fill from the bottom of the well. Use a hydrogen peroxide solution to help remove encrusting material from the casing walls; 4. Conduct an initial video survey of the entire well casing; 5. Perform "Air -Jetting" of the well to help dislodge and loosen any material from the perforations and the gravel pack around the well; 6. Conduct chemical treatment of the well using HerChemTec solutions. Add additional chemical treatment with acid; 7. Perform mechanical re -development via simultaneously swabbing and airlifting of the chemical solutions from the well. Fluids generated during this process shall be treated prior to discharge to the local storm drain system; 8. Mobilize, install, operate, maintain and then remove a temporary test pump and test motor capable of pumping up to 2,300 gpm; 9. Conduct pumping development by pumping and surging; 10. Conduct a 12-hour step-drawdown test and a 24- to 48-hour constant rate pumping test; 11. Near the end of the constant rate pumping test, perform a dynamic spinner survey in the well; 12. Remove the test pump and disinfect the well; 13.Re-install the new pump components in the well and conduct vibration testing, and trim balance, followed by a 72-hour pumping test at the design rate. Disinfect the pump components during installation; 14. Perform well chlorination and clean up the well site, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, Travelers Casualty and Surety Company of America duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Three Hundred Thirty One Thousand Six Hundred Seventy Eight Dollars ($331,678.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; General Pump Company, Inc. Page A-1 for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations-or-additions-to-the-terms-of-tie-Gentraet-er-te-the ` ef"e- be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contractor to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. General Pump Company, Inc. Page A-2 IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 27th day of January , 2022 General Pump Company, Inc. Name of Contractor (Principal) Travelers Casualty and Surety Company of America Name of Surety 21688 Gateway Center Drive Diamond Bar, CA 91765 Address of Surety 909-612-3030 Telephone APPROVED AS TO FORM: Misty R. Hemje, Attorney -In -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED General Pump Company, Inc. Page A-3 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ) ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ) ss. On 20 before me, (seal) SEE ATTACHED LOOSE CA ACKNOWLEDGMENT Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) General Pump Company, Inc. Page A-4 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Ca if rnI i County of ���//pp �yy nn 1��nn "^ //pp On before me, � W/1d "li I \ ,YY i I l / �kmDate Inn/� Here Insert Na e and Title 4f the Officer personally appeared��N1fAp� Name() of si4nerf who proved to me on the basis of satisfactory evidence to be the person( ) whose name() Isla subscribed to the within instrum nt and acknowledg d to me that he/sqe/t+y execu d the same in iq/h /th�ir authorized capacity(i ), and that (py his/hir/jir signature( on the instrument the person(d), or th entity upon behalf of which he person( acted, exe uted the inst ument. III ALEPublbi JUARU Notary ic - California eLos Angeles County Commission g 2266422 My Comm. Expires Nov 10, 2022 Place Notary Seal and/or Stamp Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Sign ure _ 9 Sig ure of Notary Public Completing this information can deter alteration of the document or fraudulent reattachment of this form to on unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: ©2019 National Notary Association Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): _ ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Trustee ❑ Other: Signer is Representing: ❑ Attorney in Fact ❑ Guardian or Conservator ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Contra Costa On -jamVagel 2112422 before me, Gillian C. Bhaskaran, Notary Public (insert name and title of the officer) personally appeared Misty R. Hemje who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ,,.' 4 GILLIAN C. BHaSKaRpN Notary Public • California Contra Costa County Commission p 2354657 "''�My Comm, Expires May 13, 2025 r Travelers Casualty and Surety Company of America AIW Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint MISTY R HEMJE of SAN FRANCISCO , California , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or .guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. �,� '"40* pV(V 9N0 '`� eJyr -�. YM' R � `yy � Nr N� State of Connecticut By: A46 City of Hartford as. Robert L. Rane enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. AP}O IN WITNESS WHEREOF, I hereunto set my hand and official seal. UA My Commission expires the 30th day of June, 2026t "'Anna P. Nowik, Notary Public ., This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in - Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 27th day of January 2022 Kevin E. Hughes, Assistant Secretary ' To verity Ple authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above-namedAttorney(s)-in-Fact and the details of the bond to which this Power ofAttomey is attached. 3/1123, 9:54 AM Batch 15406236 Confirmation RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Recorded in Official Records, Orange County Hugh Nguyen,Clerk-Recorder III[ 1111111111111111111116111Jill IfIll[IIIIIIIIIIIIIIIIIIIIIIII NO FEE *$ R 0 0 1 4 2 2 5 3 8 0$> 2023000046771 9:45 am 03/01/23 90 CR-SC06 N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.000.000.00 0.00 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and General Pump Company, Inc., San Dimas, California, as Contractor, entered into a Contract on January 11, 2022. Said Contract set forth certain improvements, as follows: Water Well Rehabilitation Tamura Shallow - C-8727-2 Work on said Contract was completed, and was found to be acceptable on February 28, 2023, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Travelers Casualty and Surety Company of America. L31 Public Works Director City of Newport Beach VERIFICATION certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on at Newport Beach, California. BY mik� City Clerk htips://gs.secure-recording.corn/Batch/Confirmation/15406236 214 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and General Pump Company, Inc., San Dimas, California, as Contractor, entered into a Contract on January 11, 2022. Said Contract set forth certain improvements, as follows: Water Well Rehabilitation Tamura Shallow - C-8727-2 Work on said Contract was completed, and was found to be acceptable on February 28, 2023, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Travelers Casualty and Surety Company of America. M Public Works Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. ,n,IInn r� Executed on at Newport Beach, California. BY�711�1/�� City Clerk r I y CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids shall be submitted electronically via PlanetBids to office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 By 10:00 AM on the 30th day of November, 2021, at which time such bids shall be opened and read for WATER WELL REHABILITATION TAMURA SHALLOW Contract No. 8727-2 $350,000 Engineer's Estimate Approved by L/ James M. Houlihan Deputy PWD/City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Plans via PlanetBids: http://www.planetbids.com/portal/portal.cfm?CompanylD=22078 MANDATORY PRE-BID SITE WALK: A mandatory job walk will be conducted for this project on November 16, 2021 at 2:OOPM. at the located at Beachpoint Church 17415 Magnolia St., Fountain Valley, CA 92708 Hard copy plans are available via Mouse Graphics at (949) 548-5571 659 W. 19th Street, Costa Mesa, CA 92627 Contractor License Classification(s) required for this project: Water Well Drilling "C-57" For further information, call Ben Davis, Project Manager at (949) 644-3317 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http://newportbeachca.gov/qovernment/open-transparent/online-services/bids-rfps- vendor-registration a 4 E HLA R Q L. 159 N. ACACIA STREET * SAN DIMAS, CA 91773 PUMP Mp PHONE: (909) 599-9606 * FAX: (909) 599-6238 �ppq Y CAMARILLO, CA 93010 * PHONE: (805) 482-1215 www.genpump.com WELL & PUMP SERVICE SINCE 1952 Sewing Southern California and Central Coast REQUEST FOR BIDS Water Well Rehabilitation Tamura Shallow Contract No. 8727-2 NOVEMBER 30, 2021 @ 10:00 A.M. PREPARED BY DANIEL PICHARDO GENERAL PUMP COMPANY, INC. FOR THE CITY OF NEWPORT BEACH 100 CIVIC CENTER DRIVE NEWPORT BEACH, CA 92660 Lic. #496765 City of Newport Beach WATER WELL REHABILITATION TAMURA SHALLOW Contract No. 8727-2 INSTRUCTIONS TO BIDDERS 1. The following documents shall be completed, executed, uploaded and received by the City Clerk via PlanetBids in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND (Original copies must be submitted to the City Clerk's Office in Sealed Envelope) DESIGNATION OF SUBCONTRACTORS ACKNOWLEDGEMENT (Subcontractor information to be submitted via PlanetBids) CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any; Contractor shall confirm via PlanetBids) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL ACKNOWLEDGEMENT (Line Items to be completed via Planet8ids) The City Clerk's Office will open and read the bid results from PlanetBids immediately following the Bid Opening Date (Bid Due Date.) The Bid Results are immediately available to the public via PlanetBids following the Bid Opening Date (Bid Due Date). Members of the public who would like to attend this reading may go to Bay E, 2nd Floor of the Civic Center (Located at 100 Civic Center Dr.) 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. Original copies must be submitted to the City Clerk's Office. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 3. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. Original, sealed copies must be submitted to the City Clerk's Office by the Bid Opening Date (Bid Due Date.) The title of the project, Contract Number and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 4. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 3 Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 6. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 10. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. 11. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. 12. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 13. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. 14. Pursuant to Public Contract Code section 9204, for any demand by contractor, whether on behalf of itself or a subcontractor that lacks privity of contract with the City but has requested that contractor proceed on its behalf, sent by registered mail or certified mail return receipt requested for a time extension, payment by the City for money or damages arising from work done by, or on behalf of, the contractor and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled, or for payment of an amount that is disputed by the City, the following is a summary of the claims resolution process to be applied: A. The City shall review the claim and, within 45 days, shall provide a written statement identifying the portions of the claim that are disputed and undisputed. This time period may 4 be extended by mutual agreement. The claimant shall furnish all reasonable documentation to support the claim. If the City needs approval from its City Council to provide the written statement and the City Council does not meet within the prescribed time period, the City shall have up to 3 days following the next regular meeting of the City Council to provide the written statement. Payment of the undisputed portion of the claim shall be made within 60 days after the City issues its written statement. B. If the claimant disputes the City's written statement or if the City does not issue a written statement in the prescribed time period, the claimant may demand in writing an informal meet and confer conference, which shall be scheduled within 30 days of receipt of claimant's demand. C. Within 10 business days of the meet and confer conference, if a dispute remains, the City shall provide a written statement identifying the portion of the claim that remains in dispute and the undisputed portion. The City shall pay any remaining amount of the undisputed portion within 60 days. Any disputed portion of the claim shall be submitted to nonbinding mediation or similar nonbinding process, with the City and claimant sharing the costs equally and agreeing to a mediator within 10 business days. If the parties cannot timely agree on a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate the remaining disputed portion. If mediation is unsuccessful, any remaining disputed portion shall be addressed using procedures outside of Public Contract Code section 9204. D. Failure by the City to meet the time requirements herein shall result in the claim being rejected in its entirety and shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. The signature below represents that the above has been reviewed. -! 496765 - Engr A, C57,C61,1321 Contractor's License No. &Classification "AXfhe zed nature/Title Michael Bodart, President 1000002769 11/30/2021 DIR Registration Number & Expiration Date Date General Pump Company, Inc. Bidder 19 City of Newport Beach WATER WELL REHABILITATION TAMURA SHALLOW Contract No. 8727-2 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of Ten Percent (10%) of the Total Amount Bid Dollars ($ 10% ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of WATER WELL REHABILITATION TAMURA SHALLOW, Contract No. 8727-2 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 12th General Pump Company, Inc. Name of Contractor (Principal) Travelers Casualty and Surety Company of America Name of Surety day of November 2021. utho ized Signature/Title, M)cN4 bdwt uthori ed Age t Sigr) ture 21688 Gateway Center Drive, Diamond Bar, CA 91765 Misty R. Hemje, Attorney -In -Fact Address of Surety Print Name and Title 909-612-3647 Telephone (Notary acknowledgment of Principal & SUretV must be attached) 9 **SEE ATTACHED LOOSE CA ACKNOWLEDGMENT FOR SURETY ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of )Ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity(ies) claimed by Signer(s): Trustee Power of Attorney CEO/CFO/COO President / Vice -President / Secretary / Treasurer Other: Other Information: 7 (seal) Thumbprint of Signer Check here if no thumbprint or fingerprint is available. ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of }ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of }ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature pz (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Contra Costa On tJ LA n L('/V 1 11 before me, T. Le, Notary Public (insert name and title of the officer) personally appeared Misty R. Hemje who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) 7E ,hE T. LE ,`�Notary Public - California z z r_ San Francisco County Z ' ° Commission R 2335281 My Comm. Expires Nov 19. 2024 �� Lit **SEE ATTACHED LOOSE CA ACKNOWLEDGMENT** CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of CaltbgiaAngeles County of November 15, 2021 On Date personally appeared before me, Michael Bodart Alexa Juarez, Notary Public Here Insert Name and Title of the Officer who proved to me on the basis of satisfactory evidence to Ye the person(whose name() is/ar su scribed to the within instrument and acknowledged to me that he/s�ument. a/th y execut d the same in his/het/thlr authorized capacity(i s), and that by his/h r/t eir signature() on the instrument the person( ), or the entity upon behalf of whichihe person() acted,tx uted the ins t ALEXA JUAREZ }�- Notary Public - California %rMy Los Angeles County Commission A 2266422 Comm. Expires Nov 10, 2022 Place Notary Seal and/or Stamp Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my h and ofOial seal. Sigature`-� Signature of Notary Public Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: ©2019 National Notary Association Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: Travelers Casualty and Surety Company of America A01k Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint MISTY R HEMJE of SAN FRANCISCO , California , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. �Np�. Q moo v. J*QTY A,ypB KA B`�� CONN. O'� ��e State of Connecticut By: City of Hartford ss. Robert L. Rane enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2026 �+orn►Y t i Puwoc Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in - Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 12th day of November , 2021 �pEup� '��Y ANS y �C4 VP i� 8G op T 9� 4i1R(Farrp)1rz m INiirNN, MGM CONN �p:rL SM y � fl Kevin E. Hughes, Assi tant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please ,refer to th.,e above-named Attorney(s)-in-factand the details of the bond to which this Powerof Attorney is attached. City of Newport Beach WATER WELL REHABILITATION TAMURA SHALLOW Contract No. 8727-2 DESIGNATION OF SUBCONTRACTOR(S) - AFFADAVIT State law requires the listing of all subcontractors who will perform work in an amount in excess of one- half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the subcontractors as listed in the Bidder's electronic bid have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. Bidders must also include DIR registration numbers for each subcontractor. , General Pump Company, Inc. Bidder 9 22--z, Adthdprized Signature/Title Michael Bodart, President City of Newport Beach WATER WELL REHABILITATION TAMURA SHALLOW Contract No. 8727-2 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's Name General Pump Company, Inc. FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $150,000, provide the following information: No. 1 Project Name/Number Water Well Rehab Tamura & Dolphin Deep Project Description well / pump rehab Approximate Construction Dates: From 09/2019 To: 08/2020 Agency Name City of Newport Beach Contact Person Anthony Nguyen Telephone (949) 644-3080 Original Contract Amount $ 473,660 Final Contract Amount $ 366,800 If final amount is different from original, please explain (change orders, extra work, etc.) Change orders resulting in contract deducts Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No 10 No. 2 Project Name/Number Arlington Desalter Well 3 Project Description Well / pump rehab Approximate Construction Dates: From 11/2020 Agency Name Western Municipal Water District Contact Person Sergio Felix To: 05/2021 Telephone (951) 571-7204 Original Contract Amount $183,230 Final Contract Amount $183,230 If final amount is different from original, please explain (change orders, extra work, etc.) N/A Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No No. 3 Project Name/Number Rehab of Well 5 Project Description well / pump rehab Approximate Construction Dates: From 02/2020 To: 06/30/2020 Agency Name City of Monrovia Contact Person Sean Sullivan Telephone C20 932-5522 Original Contract Amount $ 297,101 Final Contract Amount $ 297,101 If final amount is different from original, please explain (change orders, extra work, etc.) N/A Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No 11 No. 4 Project Name/Number Well 6 Rehabilitation Project Project Description well / pump rehab Approximate Construction Dates: From 02/2021 To: 06/2021 Agency Name Mesa Water District Contact Person Mark Pelka Telephone 049 207-5451 Original Contract Amount $194,000 Final Contract Amount $194,000 If final amount is different from original, please explain (change orders, extra work, etc.) N/A Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. go No. 5 Project Name/Number Well 28 Pump Replacement Project Description well / pump rehab Approximate Construction Dates: From 10/2019 To: 02/2020 Agency Name City of South Gate Contact Person Ana Ananda Telephone (626 975-4672 Original Contract Amount $192,120 Final Contract Amount $192,120 If final amount is different from original, please explain (change orders, extra work, etc.) N/A Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No 12 No. 6 Project Name/Number Project Description W1 mto, ;`i o V Approximate Construction Dates: From To: ' Agency Name Contact Person ��� sit, (, Telephone qo�l M -15D 06 Original Contract Amount $ +� Final Contract Amount $ ?Q)'�b�,. U v If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. NO Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on-site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of,4he Contractor's current financial conditions. General Pump Company, Inc. Bidder 13 , X6 f orized Signature/Title Michael Bodart, President City of Newport Beach WATER WELL REHABILITATION TAMURA SHALLOW Contract No. 8727-2 NON -COLLUSION AFFIDAVIT State of California ) ) ss. County of Los Angeles ) Michael Bodart being first duly sworn, deposes and says that he or she is President of General Pump Company, inc. , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of California th'.!tI-hQ foregoing is true and correct General Pump Company, Inc.' Bidder Auttr odd Signature/Title Michael Bodart, President Subscribed and sworn to (or affirmed) before me on this day of , 2021 by , proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. [SEAL] ** See attached loose CA Jurat 14 Notary Public My Commission Expires: CALIFORNIA JURAT GOVERNMENT CODE § 8202 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ALEXA JUAREZ Notary Public - California Los Angeles County Commission # 2266422 My Comm. Expires Nov 10, 2022 Place Notary Seal and/or Stamp Above Subscribed and sworn to (or affirmed) before mnne�� on this day of , 20 'vl , by ate Month Year (and (�) ), Name(s of Signer( proved to me on the basis of satisfactory evidence to be the person(s) who a wed before me. Signa Signature of Notary Public nn-rinwl n I Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: ©2019 National Notary Association Number of Pages: City of Newport Beach WATER WELL REHABILITATION TAMURA SHALLOW Contract No. 8727-2 DESIGNATION OF SURETIES Bidder's name General Pump Company, Inc. Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance/bond type): Insurance Certificates Hub International - 16030 Ventura Blvd, Encino, CA 91436 Sherri Ben -Nun - 818-257-7438 Bonding Company Gallagher Construction Services One Market Plaza, Spear Tower, Suite 200 San Francisco, CA 91405 Kevin Re - 415-288-1636 15 City of Newport Beach WATER WELL REHABILITATION TAMURA SHALLOW Contract No. 8727-2 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name General Pump Company, Inc. Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 16 Current Record Record Record Record Record Year of for for for for for Record 2020 2019 2018 2017 2016 Total 2021 No. of contracts 181 172 161 147 144 131 936 Total dollar Amount of Contracts (in 19,200 18,500 17,100 16,300 15,700 14,900 101,700 Thousands of $ No. of fatalities 0 0 0 0 0 0 0 No. of lost SHA log not Workday Cases available until 1 0 t 0 0 2 2022 No. of lost workday cases involving 0SRA log no permanent available unt 1 0 0 0 0 0 0 transfer to 2022 another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 16 Legal Business Name of Bidder Business Address: Business Tel. No.: General Pump Company, Inc. lig N. Acacia Street, San Dimas, CA 91773 909-599-9606 State Contractor's License No. and Classification: 496761- Engr ;a, C57,C61,D21 Title Michael Bodart The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Nlichyl odart, President 11/30/2021 Ginger Campbell, Secretary Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or if fewer than all of the partners/joint ventures submit with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. [NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI 17 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California • personally appeared who proved to me on the basis of satisfactory evidence to Lie the person(s) whose name(s) i[/ re subscribed to the within instrument and acknowledg d to me that h f /s e/they executed the same in h�s/h1 r/their authorized capacity(ies), and that by h s/h r/their signatu e() on the instrument the person(s), or the entity upon behalf of which the person(s) act d, executed the instrument. ALEXA = Notary Public - California Los Angeles County > Commission # 2266422 WMy Comm. Expires Nov 10, 2022 Place Notary Seal and/or Stamp Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Sigature Signature of Notary Public Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: ©2019 National Notary Association Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: CORPORATE SEAL MINUTES OF SPECIAL MEETING OF SHAREHOLDERS AND DIRECTORS OF GENERAL PUMP COMPANY, INC. A California Corporation A special meeting of the Shareholders and Directors of GENERAL PUMP COMPANY, INC., a California corporation, was held at 159 N. Acacia Street, San Dimas, CA, 91773 on March 13, 2018 at 10:00 a.m. The roll call was as follows: PRESENT: Michael Bodart, Ginger Campbell, Tom Nanchy, William Tweed, Fernando Munoz, Walter Ray Reece and Ron White ABSENT: None The meeting was called to order by the President, Michael Bodart and Ginger Campbell, who presided as Secretary of the meeting. The President announced that the meeting was held pursuant to the provisions of the By -Laws. No objection being made, a reading of the minutes of the last meeting of the corporation was dispensed with and upon motion duly made, seconded and unanimously carried, the same were approved without reading. The President stated that the first order of business was to approve signing authority on bids, bid bonds and contracts as follows: Michael Bodart, as President / Director of Engineering to a maximum value of $2,000,000 each occurrence, Walter Ray Reece, General Manager, Camarillo Branch to a maximum value $500,000 each occurrence, Thomas Nanchy, Sr. Project Manager / Project Engineer to a maximum value of $500,000 each occurrence, and Upon motion duly made, seconded and unanimously carried, the following resolution was adopted: RESOLVED, that the corporation approves the authority of Michael Bodart, Walter Ray Reece, and Thomas Nanchy as representatives of General Pump Company, Inc., to sign bids, bid bonds and contracts as listed above. There being no further business to come before the meeting, said meeting was adjourned. ATTEST: Ginher Ca bell, Secretary Mic ail Bodart, President City of Newport Beach WATER WELL REHABILITATION TAMURA SHALLOW Contract No. 8727-2 ACKNOWLEDGEMENT OF ADDENDA Bidder's name General Pump Company, Inc. The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received Signature NO ADDENDUM IN City of Newport Beach WATER WELL REHABILITATION TAMURA SHALLOW Contract No. 8727-2 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation.- Business orporation: Business Address: 159 N. Acacia Street, San Dimas, Ca 91773 Telephone and Fax Number: 909-599-9606 AND 909- 599-6238 General Pump Company, Inc. California State Contractor's License No. and Class: 496761 AND Engr A, C57,C61,D21 (REQUIRED AT TIME OF AWARD) Original Date Issued: 8/1.1/1986 Expiration Date: 08/31/2022 List the name and title/position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: Daniel Pichardo- Project Engineer The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone Daniel Pichardo Project Engineer 159 N. ,acacia St. San Dimas 909-599-9606 Corporation organized under the laws of the State of California 19 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: No All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: NO For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide.- Provide rovide:Provide the names, addresses and telephone numbers of the parties; `A Briefly summarize the parties' claims and defenses; NA Have you ever had a contract terminated by the owner/agency? If so, explain. NO Have you ever failed to complete a project? If so, explain. NO For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor co - nce (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Ye / No 20 Are any claims or actions unresolved or outstanding? Ye/ No R o� If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. General Pump Company, Inc. Bidder .lichael Bodart (Print name of Owner or President of CorporaUQxa/ ompany) Aut orized Signature/Title President/ Diretor of Engineering Title 11/30/2021 Date On before me, , Notary Public, personally appeared , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Notary Public in and for said State My Commission Expires: ** Attached is the loose CA .acknowledgment' 21 (SEAL) CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California 1 County ofq J} ,��n(� ri1a,vidgiie; On �VYL/IV Y before me, V Date d , , _ Here Insert Name and Title of the Officer personally appeared f7 who proved to me on the basis of satisfactory evidence to bp the person() whose name() is/a s bscribed to the within instrument and acknowledged to me that he/she/thy executed the same in hi /he /thjir authorized capacity(i s), and that y his/h /jir signature() on he instrument the person( j, or the entity upon behalf of which he person(i acted, xe uted the inst ument. Place Notary Seal and/or Stamp Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Sigature Si re of Notary Public Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: ©2019 National Notary Association Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: ALEXAJUAREZ Notary Public - California ` Los Angeles County > Commission 11 2266422 My Comm. Expires Nov 10, 2022 Place Notary Seal and/or Stamp Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Sigature Si re of Notary Public Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: ©2019 National Notary Association Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: City of Newport Beach WATER WELL REHABILITATION TAMURA SHALLOW Contract No. 8727-2 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property -Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 22 CONTRACTORS CICa STATE LICENSE BOARD " ACTIVE LICENSE 1_.496765 CORP GENERAL PUMP COMPANY INC C57 C61/D21 A ,gym 08/31/2022 vAm.cslb.ca.gov I' ICIIIIIIIIIIIII ' Department of Industrial Relations STATE OF CALIFORNIA APPLICATION FOR PUBLIC WORKS CONTRACTOR REGISTRATION Registration Information Type: Renewal Period: July 1, 2019—June 30, 2022 Contractor Information Contractor Name: GENERAL PUMP COMPANY, INC. Trade Name: License Type Number: 1000002769 Contractor Physical Address Physical Business Country: United States of America Physical Business Address: 159 N. ACACIA ST. Contractor Mailing Address Mailing Business Country: Mailing Business Address: Contact Info Physical Business City/ Province: SAN DIMAS Physical Business State: CA Physical Business Postal Code: 91773 Mailing Business City/ Province: Mailing Business State: Mailing Business Postal Code: Daytime Phone: Daytime Phone Ext.: Mobile Phone: Business Email: gcampbell@genpump.com Applicant's Email: asantacruz@genpump.com Registration Services:: Page 1 of 2 5/24/2019 8:53:11 AM ItR91 A>_ PUMP CO -SPAY KEY PERSONNEL KEY PERSONNEL MICHAEL G. BODART, PRESIDENT / DIRECTOR OF ENGINEERING Academic University of Missouri - Bachelor of Science in Civil Engineering Background Post Graduate C.E. Courses in Geohydrology, University of Southern California Certifications 1999 -Byron Jackson Training Certificate 1998 -Grade 1 & 2 Distribution and Treatment Certificates 1998 -Engineering "A" License 1995 -Dale Carnegie Course 1995 -Mackay Pump Rehabilitation Certificate 1992 -Golden State Pump Technical Training Certificate 1990 -Completed Graduate C.E. Courses in Geohydrology at U.S.C. 1986 -Layne & Bowler Pump School Certification 1986 -Baroid 1 -week Drilling Fluid Technology Course Certification 1985 -National Water Works Correspondence Course Certification Professional General Pump Companv, Inc. - President / Director of Engineering - 1993 - Present Experience Layne Western - Regional Engineering and Sales Manager (4 offices) Federal Highway Administration - Civil Engineer Professional Presentations Michael G. Bodart (Mike Bodart) is recognized as an expert in the field of pump engineering and well rehabilitation in southern California. He has been invited to speak for numerous professional water related associations and conventions. Has been speaking professionally for more than 34 years and has presented in nationally known associations such as AWWA, Tri-State, Southern California Water Utility Association, Inland Water Works Association, Groundwater Resources Association and Central Coast Water Association. In 1992, Mike was part of a selected six -person panel of engineers who met in Kansas City to assist in training nationwide engineers in the water well pump business. THOMAS A. NANCHY, SR. PROJECT MANAGER / PROJECT ENGINEER 2004 -Byron Jackson Training Certificate 1989 -Dale Carnegie Course 1992 -Golden State Pump Technical Training Certificate 1986 -Layne & Bowler Pump School Certification 1994 -Baroid 1 -week Drilling Fluid Technology Course Certification 1998 -National Water Works Correspondence Course Certification 1994 -Goulds Pump Course 2020-BNSF Safety Course Professional Experience Tom Nanchy, Sr. Project Manager, has been in the well and pump industry for over Forty (40) years. Throughout his professional career, he has been involved with hundreds of well rehabilitations and is highly regarded in the industry. His wide range of experience allows him to solve many difficult well and pump a NV pip WNIPA-AT issues and provide options. He has also spoken at many professional organizations throughout California with regards to well maintenance and well rehabilitations. Tom is AWWA certified pump installer and a certified pump installer for Large Water Systems (NGWA). He is factory trained and certified by Byron Jackson and Cla-Valve. Tom also holds a certificate with the Mine Safety and Health Administration (MSHA). WALTER "RAY" REECE JR. BSBM-BSBA, GENERAL MANAGER Professional Experience Combined over 40 years of experience managing businesses providing well rehabilitation, maintenance, well drilling, coring, pump manufacturing, and investigative drilling in the environmental, mining, energy and water resource industries. Earned two Bachelor of Science degrees in Business Administration and Management including a Finance focus. Identified, developed and negotiated contracts with private, public and governmental agencies to safely and successfully provide well rehabilitation technologies, pump and motor maintenance, drilling and construction services for a variety of applications. Ray has devoted time to technological transfers of information by conducting industry related seminars and guest lecturing at High Schools, Colleges, Universities, SME, AWWA, and the California Nevada American Water Works Association (Cal -NV AWWA). FERNANDO MUNOZ. OPERATIONS MANAGER Professional Experience Over 40 years' experience of quality control to ensure pumps are ready for installation, scheduling and management of shop and field production crews, and day-to-day management of those Company areas. Certifications Grade 2 - Distribution Certificate Grade 2 - Water Treatment Operator JAMES M. HINSON, SR. APPLICATION ENGINEER Professional Experience Over 40 years' experience of pump engineering. Conducts systems analyses, defines new and/or replacement hydraulic requirements, designs to procurement of materials. LUIS A. BUSSO, P.G., SR. PROJECT GEOLOGIST Professional Experience Professional groundwater work for the past 14 years encompassing field monitoring and technical report writing for siting, geologic log analysis, design, construction, pump testing, water quality sampling, and rehabilitation of municipal -supply and irrigation -supply water wells. Combining geological and industry knowledge toward well project developments on behalf of water districts, cities, farmers, and other private owners within Central and Southern ��Nr9,RA_L d . PWNJP CJMPAN]T California. He currently works alongside Ray Reece, at General Pump Company's Camarillo facility to design and implement pump and well solutions for the clients in the greater Santa Barbara and Ventura Counties. Academic Background University of California Santa Barbara — Bachelor of Science in Geologic Studies MARK HAAS, PROJECT MANAGER Professional Background Professional background includes 18 years' experience within the well and pump industry. His experience includes Field Service Technician, AirBurst® Operations to include R & D for Frazier Industries and Bolt, Technologies for air gun operations and functionality and Certified Crane Operator. MICHAEL R. GARCIA, PROJECT ENGINEER Professional Background Work alongside Project Manager to ensure progression and completion of pump projects. Review project specifications and prepare documents for engineered projects including as -built drawings and field crew instructions. Assist in project coordination and communication between field crews, vendors, and customers. Academic Background Loyola Marymount University, Los Angeles -Master of Science in Mechanical Engr. University of Redlands, Redlands - Bachelor of Science in Physics DANIEL J. PICHARDO, PROJECT ENGINEER Professional Background Coordinate with project managers, operations manager, and senior applications engineer for materials procurement for all existing projects. Communicate with vendors and customers for timely delivery. Maintain safety manuals for continued safety compliance. Academic Background Seattle University - Bachelor of Science, Civil Engineering, Mathematics Minor J. ALFREDO ("FREDDY") RAMIREZ, PROJECT MANAGER Professional Background Professional background includes 23 years' experience within the well and pump industry. His experience includes designing complete pump assemblies, performing well rehabs, well destructions as well as welding. His wide range of experience allows him to have knowledge in multiple fields in the industry. ItGORNMALL PUMP MP&M QUALIFICATIONS, EXPERIENCE, AND UNDERSTANDING OF THE PROJECT CAPABILITIES General Pump Company, Inc. is a Professional Well Redevelopment and Pump Equipment contractor located in San Dimas and Camarillo, California. The Engineering staff, field support and service crews, and office support staff are 100% dedicated to well evaluation and rehabilitation, and pump equipment evaluation and services. The technical staff at General Pump Company, Inc. has worked in almost every aspect of the well and pump industries. This diverse experience provided us with unique qualifications to serve our customers and provide them with solution -oriented approaches to get their system back into operation. Our engineers and Hydrogeologist have all worked in the drilling and design segment of the water, and/or oil and gas industries, and many of our shop and support technicians have worked for major pump manufactures. General Pump Company, Inc. employs only experienced Engineers, Hydrogeologist and Technical Field Personnel that can offer Customers assistance in the following areas: • Assess Well Yields to Minimize Operating and Maintenance Costs • Determine the Efficiency of Production and ASR Wells and Pumps • Engineered Pump and Well Equipment • Pump Facility Design and Construction / Booster Facility Design and Construction • Pipeline Design and Construction • Appropriate Mechanical and Chemical Redevelopment • Periodic Monitor and Maintenance Programs • Water Quality and Production Solutions / Well System Optimization • Engineered Pump Suctions • Pump and Motor Repair / Custom Pump Design and Machining • Electrical, SCADA and Transducer Support • Casing Repair and Swedging • Video and Geophysical Logging Support General Pump Company, Inc., an Engineering Service Company, is dedicated to supporting the ongoing needs of the Water Industry, and committed to providing: • Solution -oriented engineering using problem -solving techniques by degreed Engineers with diverse well system and groundwater experience, and pump application engineers from major pump manufacturing companies. • Full-time machine shop, staffed with experienced personnel capable of building and repairing standard and custom pump equipment and specialty products. • Self-contained chemical trailers to include safety support and operational controls. • Trained and certified operators for periodic monitoring and maintenance programs. • In-house training facility and training programs for customers and our own personnel. • Strong project and construction management for any size project. • Instant communications with cellular radio/phones for all staff, engineering, technical, field and shop personnel, resulting in better services at a reduced risk and overall cost. • Modern, safe and reliable equipment with the Onlv Telescoping Well Rigs with Spudders in the industry which are required for effective redevelopment of wells in pump houses. 4 PUMP COINVT SAFETY Safety is paramount when men and equipment are involved. A good safety record is important along with adequate insurance and bonding. General Pump Company, Inc. has the best safety record in Southern California for the water well and pump rehabilitation business. Over the past years, General Pump Company, Inc. has had minimal loss of time for work related injuries ANNUAL CONTRACTS Award of an Annual Contract is a great honor and to have an Annual Contract renewed year after year is the greatest complement to a service company. It proves that the contractor has met or exceeded the customers' set goals and expectations. General Pump Company, Inc. has been selected by over 45 cities in Southern California to maintain their well and pumping systems. We have more Annual Contracts with cities than all our competitors combined. Additionally, General Pump Company, Inc. is the primary contractor or sole -source contractor for 15 private utilities and water districts. Most of these are multi- year contracts having been renewed several times over. MACHINE SHOP CAPABILITIES General Pump Company, Inc. is the only well and pump Service Company in Southern California that builds 100% of our bowl assemblies. This level of expertise, along with our in-house machining, allows us to supply or repair with a greater level of knowledge that your pump equipment will be reliable and efficient. Our repair and fabrication facility maintains the most complete line of lathes, welding and associated machining tools. General Pump Company, Inc. has an expansive repair and fabrication facility. This facility has proven to be invaluable during our 69 years of business, since many pump and motor repairs require a strong interface between machining, welding and electrical support in order to be completed. We have three major groups within our repair and fabrication facility that allow us to serve your needs in a variety of ways: • Fabrication and Machining: Including lathes, milling machines, grinders, balancing machines, flame welding, gas and electric welding, heli -arc, etc. We perform welding on steel, aluminum, brass, cast iron, resurfacing, and custom work. We repair all types of pumps by all manufacturers in our facility up to approximately 24 -inch impeller diameter for single and multi -stage Horizontal Pumps and 30 -inch diameter for Vertical Turbine Pumps. Assembly: In general, the pumps we supply are designed and manufactured by General Pump Company at one of our Engineering Service Centers. Assembly of pumps assures the highest quality product, with the assurance that it is built correctly and will meet the design criteria specified. • Field Services: This service has helped us establish ourselves as well and pump problem solvers since many operational problems can be traced to poor installation practices. Having the proper diagnostic equipment and knowing how to use it distinguishes us as "The Leader in Well and Pump Services". pJ�N'illF MACHINE SHOP CAPABILITIES (Continued) Precision Alignment - We've invested in the latest Precision Alignment technology and have established a growing list of customers who use us for these services. Removal, Installation, Mechanical and Startup - We perform field-testing, removal, installation and machining services to offer a turnkey pump service. General Pump Company, Inc. can provide you with high quality workmanship to meet your water supply needs. Our highly skilled employees can also perform repairs on many types of well and booster pumps. Pump Repair Booster End Suction Horizontal Split Case Vertical Turbine Right -Angle Drive Impeller Rebuilding Balancing, Trimmed Eyes & Flanges Machine Shop Shaft Manufactured: Sleeves Made: Threads and Tapping Mechanical Seals Re -Machine Seat, High Pressure, High High Temperature EQUIPMENT AND FIELD SERVICE Pumps & Motors, Precision Straightening, Electrical Motors Bronze, Mild Steel, Stainless Steel Electric Motors New & Overhauled, Rewound, Balanced, Custom Bases, Shaft Repaired Upgrades General Pump Company, Inc. maintains a full service machine shop, clean and safe rigs and cranes are a minimum requirement for reliability, quality workmanship and safety. General Pump Company, Inc. has several trucks fully loaded with essential equipment to handle many urgent repairs in the field. Our well and pump service crews are always ready and willing to assist your Water Utility with making a repair to keep your well and booster facilities running. Just let us know and we will be on the way, ready to provide you with the highest quality service available. General Pump Company, Inc. has the newest fleet of rigs and equipment in Southern California. Maintenance and repairs are made at our San Dimas and Camarillo Facilities to make sure our field operations can safely and efficiently respond to our customer's needs. Below are the benefits to our customers. • Reliable work - In water emergencies, it is important that this large equipment is ready to respond without breakdowns. • Safety - Our new equipment is not likely to malfunction resulting in major damage or possible injuries. • The most up-to-date equipment to assemble the Customers' pumps. General Pump Company, Inc. has the only telescoping pump rigs in Southern California. PUMP COIMAUNT General Pump Company, Inc. has chemical treatment equipment with fully operational safety equipment that includes eyewash and shower, along with other special redevelopment tools, which allow General Pump Company, Inc. to perform the most cost-effective cleaning to your wells. -000- d "HERA PIMP COMPANIY3 OTHER KEY FACTS ABOUT GENERAL PUMP COMPANY Although General Pump Company has the largest list of City Contracts, we also have close relationships with many Cities, Water Districts, and private water companies. Seminars — General Pump Company is responsible for giving out thousands of Continuing Education Units (CEUs). General Pump Company sponsors many of these classes and is also invited speakers for many water associations. Teaching our customers how to protect their greatest capital assets (water systems) is part of our programs to help Southern California Cities become more cost effective in their water operations. Byron Jackson (Flowserve Corp) — Byron Jackson submersible pumps have a unique design that requires a high degree of understanding. General Pump Company is one of two companies that are certified to sell and service BJ pumps and motors. This equipment must be purchased by a local dealer. BJ pumps are manufactured by Flowserve Corporation. There are no equals to the construction of these heavy duty pumps and motors. BJ pumps have been used for City water systems in the U.S. for over 100 years. General Pump has been working with these pumps for over 60 years in Southern California. The City of South Pasadena utilizes Byron Jackson pumps. Safety - Safety is paramount when men and equipment are involved. A good safety record is important along with adequate insurance and bonding. General Pump Company, Inc. has the best safety record in Southern California for the water well and pump rehabilitation business. Over the past seven years, General Pump Company, Inc. has had minimal loss of time for work related injuries. Response Time - The location of a full service pump facility can play a large role in our ability to respond, but also can substantially decrease or increase the cost of a project due to the hours spent hauling equipment to and from your sites. In summary, a 20 -mile further commute will typically add about 20% higher cost for all field work. AirBurstO - AirBurstO Technology is recognized throughout the United States as being one of the most effective development tools that can be used for high capacity wells. When Frazier Industries looked to expand their process into Southern California, they decided to team up with General Pump Company. General Pump Company performs more than 98% of all AirBurstO procedures in Southern California. This process has successfully cleaned the Cities' wells for over ten (10) years. TEAM ORGANIZATION Sten 1: Calls for service are taken by one of our engineers. This step is important and based on the issue may require further field inspections, testing, evaluation of data (City and GPC), and a meeting with one of our experienced engineers. Based on our evaluation, we will submit options for the City to consider. Each option requires a discussion of Risk, Benefit, and Cost. As more information and test data becomes available, the course of action may change. Each change requires GPC's engineers to reevaluate and discuss options. President/Director of Engineering (35 plus years' experience): General oversight of all GPC projects and project management team, and engineering. Project Managers/ Engineers (30-40 years' experience) (Outside): Meet with customers, prepare solutions and options, and evaluate system problems along with pump and well problems. Project Managers /Engineers (10-25 years of experience) (Inside): Answer customer's technical questions, perform engineering, support outside project managers / engineers, and work closely with our field foremen, job plans and schedules. Operation Manager (40 years of experience): General oversight of field and shop operations; includes quality control, technical assistance, and equipment allocations for projects. Senior Pump Engineer (40 years of experience): Performs detailed engineering evaluations, pump inspections, and submits recommendations to project managers / engineers. Professional Geologist (14 years of experience): Reviews well rehabilitation processes, down hole testing, and submits recommendations. Field Technicians, Foremen, Electricians, Certified Welders, Certified Crane Operators, and 40 -hour HAZMAT certified (10-30 years experience): Play an important role in the job planning, inspections, quality control, and solutions to the issues being discussed. General Pump Company acquires only professional and experienced personnel to service our customers. WATER WELL REHABILITATION TAMURA SHALLOW CONTRACT NO. 8727-2 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 11th day of January, 2022 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and GENERAL PUMP COMPANY, INC., a California corporation ("Contractor"), whose address is 159 N. Acacia Street, San Dimas, CA 91773, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has advertised for bids for the following described public work: The work necessary for the completion of this contract consists of: 1. Mobilization of equipment and personnel to the well site; 2. Disconnecting the piping & electrical systems from the well and removing the motor, pump column and pump bowls from the well. Inspect the condition of the pump system. City staff will handle all electrical disconnections from the permanent motor. Permanent motor may be stored on-site inside the pump house on a pallet supplied by Contractor; 3. Initially conduct wire -brushing and bailing of sediment fill from the bottom of the well. Use a hydrogen peroxide solution to help remove encrusting material from the casing walls; 4. Conduct an initial video survey of the entire well casing; 5. Perform "Air - Jetting" of the well to help dislodge and loosen any material from the perforations and the gravel pack around the well; 6. Conduct chemical treatment of the well using HerChemTec solutions. Add additional chemical treatment with acid; 7. Perform mechanical re -development via simultaneously swabbing and airlifting of the chemical solutions from the well. Fluids generated during this process shall be treated prior to discharge to the local storm drain system; 8. Mobilize, install, operate, maintain and then remove a temporary test pump and test motor capable of pumping up to 2,300 gpm; 9. Conduct pumping development by pumping and surging; 10. Conduct a 12 -hour step -drawdown test and a 24- to 48-hour constant rate pumping test; 11. Near the end of the constant rate pumping test, perform a dynamic spinner survey in the well; 12. Remove the test pump and disinfect the well; 13.Re-install the new pump components in the well and conduct vibration testing, and trim balance, followed by a 72 -hour pumping test at the design rate. Disinfect the pump components during installation; 14. Perform well chlorination and clean up the well site (the "Project" or "Work"). C. Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non -Collusion Affidavit, Notice to Successful Bidder, Labor and Materials Payment Bond (Exhibit A), Faithful Performance Bond (Exhibit B), Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 8727-2, Standard Specifications for Public Works Construction (current adopted edition and all supplements), and this Contract, and all modifications and amendments thereto (collectively the "Contract Documents"), all of which are incorporated herein by reference. The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. 2. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project. All of the Work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 3. COMPENSATION 3.1 As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of Three Hundred Thirty One Thousand Six Hundred Seventy Eight Dollars ($331,678.00). 3.2 This compensation includes: 3.2.1 Any loss or damage arising from the nature of the Work; 3.2.2 Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the Work; and 3.2.3 Any expense incurred as a result of any suspension or discontinuance of the Work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, including tsunamis, and which loss or expense occurs prior to acceptance of the Work by City. General Pump Company, Inc. Page 2 4. PROJECT MANAGER Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the term of the Contract. Contractor has designated Daniel Pichardo to be its Project Manager. Contractor shall not remove or reassign the Project Manager without the prior written consent of City. City's approval shall not be unreasonably withheld. 5. ADMINISTRATION This Contract shall be administered by the Public Works Department. City's Public Works Director, or designee, shall be the Project Administrator and shall have the authority to act for City under this Contract. The Project Administrator or designee shall represent City in all matters pertaining to the Work to be rendered pursuant to this Contract. 6. NOTICE OF CLAIMS 6.1 Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). 6.2 To the extent that Contractor's claim is a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, the Parties agree to follow the dispute resolution process set forth therein. Any part of such "Claim" remaining in dispute after completion of the dispute resolution process provided for in Public Contract Code section 9204 or any successor statute thereto shall be subject to the Government Claims Act requirements requiring Contractor to file a claim in strict conformance with the Government Claims Act. To the extent that Contractor's claim is not a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, Contractor shall be required to file such claim with the City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 7. WRITTEN NOTICE 7.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first-class mail, addressed as hereinafter provided. General Pump Company, Inc. Page 3 7.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Public Works Director City of Newport Beach Public Works Department 100 Civic Center Drive P.O. Box 1768 Newport Beach, CA 92658 7.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: Daniel Pichardo General Pump Company, Inc. 159 N. Acacia Street San Dimas, CA 91773 8. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Contract. No civil service status or other right of employment shall accrue to Contractor or its employees. Contractor shall have the responsibility for and control over the means of performing the Work, provided that Contractor is in compliance with the terms of this Contract. Anything in this Contract that may appear to give City the right to direct Contractor as to the details of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Work. 9. BONDING 9.1 Contractor shall obtain, provide and maintain at its own expense during the term of this Contract both of the following: (1) a Faithful Performance Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract in the form attached as Exhibit B and incorporated herein by reference; and (2) a Labor and Materials Payment Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract and in the form attached as Exhibit A and incorporated herein by reference. 9.2 The Faithful Performance Bond and Labor and Materials Payment Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A- (or higher) and Financial Size Category Class General Pump Company, Inc. Page 4 VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. 9.3 Contractor shall deliver, concurrently with execution of this Contract, the Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. 10. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with the Contractor on the Project. 11. PROGRESS Contractor is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 12. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Contract, the services to be provided under this Contract shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Contractor. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 14. PREVAILING WAGES In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting General Pump Company, Inc. Page 5 one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 15. SUBCONTRACTING The subcontractors authorized by City, if any, to perform the Work on this Project are identified in the Contractor's Proposal and are attached as part of the Contract Documents. Contractor shall be fully responsible to City for all acts and omissions of any subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor, nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Work to be performed under this Contract shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 16. RESPONSIBILITY FOR DAMAGES OR INJURY 16.1 City and its elected or appointed officers, agents, officials, employees and volunteers shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 16.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project, or the Work of any subcontractor or supplier selected by Contractor. 16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees and volunteers (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any Work performed or Services provided under this Contract including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent, reckless, and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, General Pump Company, Inc. Page 6 subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable for any or all of them). 16.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Contract. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 16.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project Work. 16.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 16.7 Nothing in this Section or any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for above. 16.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. 17. CHANGE ORDERS 17.1 This Contract may be amended or modified only by mutual written agreement of the parties. 17.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. 17.3 There shall be no change in the Contractor's members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 18. CONFLICTS OF INTEREST 18.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et seq., which (1) require such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Contract, and (2) General Pump Company, Inc. Page 7 prohibit such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 18.2 If subject to the Act and/or Government Code §§ 1090 et seg., Contractor shall conform to all requirements therein. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 19. TERMINATION 19.1 In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non -defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. 19.2 Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days' prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Contract. 20. STANDARD PROVISIONS 20.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. 20.2 Compliance with all Laws. Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator. 20.3 Integrated Contract. This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. General Pump Company, Inc. Page 8 20.4 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Contract and any other attachments attached hereto, the terms of this Contract shall govern. 20.5 Interpretation. The terms of this Contract shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Contract or any other rule of construction which might otherwise apply. 20.6 Amendments. This Contract may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 20.7 Severability. If any term or portion of this Contract is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Contract shall continue in full force and effect. 20.8 Controlling Law and Venue. The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 20.9 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 20.10 No Attorney's Fees. In the event of any dispute or legal action arising under this contract, the prevailing party shall not be entitled to attorneys' fees. 20.11 Counterparts. This Contract may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. 21. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project site, has become familiar with the local conditions under which the Work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. 22. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. General Pump Company, Inc. Page 9 23. RECITALS City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. [SIGNATURES ON NEXT PAGE] General Pump Company, Inc. Page 10 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date:: By.- B Aaro0i C. Harp City Attorney ATTEST: Date:_3 • /S'• 20ZZ By: ,�--Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By Kevin Mu on Mayor CONTRACTOR: GENERAL PUMP COMPANY, INC., a California corporation Date: Signed in Counterpart By: Michael Bodart Chief Executive Officer/Chief Financial Officer [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements General Pump Company, Inc. Page 11 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTOPEY'S OFFICE Date: r / 2-1,)l 2 2 Aaron C. Harp City Attorney ATTEST: Date: NO Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Kevin Muldoon Mayor CONTRACTOR: GENERAL PUMP COMPANY, INC., a California corporation Date:_ By: Mica oda Chief Executive Officer/Chief Financial Officer [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements General Pump Company, Inc. Page 11 EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 107488433 Premium included in Performance Bond LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to General Pump Company, Inc. hereinafter designated as the "Principal," a contract for The work necessary for the completion of this contract consists of: 1. Mobilization of equipment and personnel to the well site; 2. Disconnecting the piping & electrical systems from the well and removing the motor, pump column and pump bowls from the well. Inspect the condition of the pump system. City staff will handle all electrical disconnections from the permanent motor. Permanent motor may be stored on-site inside the pump house on a pallet supplied by Contractor; 3. Initially conduct wire -brushing and bailing of sediment fill from the bottom of the well. Use a hydrogen peroxide solution to help remove encrusting material from the casing walls; 4. Conduct an initial video survey of the entire well casing; 5. Perform "Air -Jetting" of the well to help dislodge and loosen any material from the perforations and the gravel pack around the well; 6. Conduct chemical treatment of the well using HerChemTec solutions. Add additional chemical treatment with acid; 7. Perform mechanical re -development via simultaneously swabbing and airlifting of the chemical solutions from the well. Fluids generated during this process shall be treated prior to discharge to the local storm drain system; 8. Mobilize, install, operate, maintain and then remove a temporary test pump and test motor capable of pumping up to 2,300 gpm; 9. Conduct pumping development by pumping and surging; 10. Conduct a 12 -hour step -drawdown test and a 24- to 48-hour constant rate pumping test; 11. Near the end of the constant rate pumping test, perform a dynamic spinner survey in the well; 12. Remove the test pump and disinfect the well; 13.Re-install the new pump components in the well and conduct vibration testing, and trim balance, followed by a 72 -hour pumping test at the design rate. Disinfect the pump components during installation; 14. Perform well chlorination and clean up the well site, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, Travelers Casualty and Surety Company of America duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Three Hundred Thirty One Thousand Six Hundred Seventy Eight Dollars ($331,678.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; General Pump Company, Inc. Page A-1 for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. General Pump Company, Inc. Page A-2 IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 27th day of January , 2022 . General Pump Company, Inc. Name of Contractor (Principal) Travelers Casualty and Surety Company of America Name of Surety 21688 Gateway Center Drive Diamond Bar, CA 91765 Address of Surety 909-612-3030 Telephone APPROVED AS TO FORM: CITY ATTORKIEY'S OFFICE Date: 2-/%722— fn C. H Attornc 7� _� 410'0�4,lz A t orized natre itle AQVbrized' gent Signat re Misty R. Hemje, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED General Pump Company, Inc. Page A-3 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of }ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. SEE ATTACHED LOOSE CA ACKNOWLEDGMENT State of California County of } ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) General Pump Company, Inc. Page A-4 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Ca County of %*& I 611111 LIA On before me, RU/114 d7A k�i PRA I' b Date Here Insert N e and Title if the Officer personally appeared M114d Namel of Sianer( who proved to me on the basis of satisfactory evidence to e the person(td whose name(�)Yh is/ subscribed to the within instrum nt and acknowledg d to me that he/sqe/trey execut the same in /th it authorized capacity(i ), and that y his/h)r/thrir signature( on the instrument the person( , or thIentity upon behalf of which the person(acted executed the instrument. p ALEXA JUAREZ Notary Public - California Z Los Angeles County > Commission # 2266422 r C1 LItOR��', My Comm. Expires Nov 10, 2022 Place Notary Seal and/or Stamp Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Sign ure Sig ure of Notary Public Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: ©2019 National Notary Association Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Contra Costa On JOIV'RA 942 22 before me, Gillian C. Bhaskaran, Notary Public (insert name and title of the officer) personally appeared Misty R. Hemje who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. e� +,.',,, `T, GILLIAN C. BHASKARAN Z WITNESS my hand and official seal. = Notary Public - California = Vim. w Contra Costa County > Commission # 2354b57 My Comm. Expires May 13. 2025 f CL� Signature Travelers Casualty and Surety Company of America AW Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint MISTY R HEMJE of SAN FRANCISCO , California , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. 0SUMeJP�tYgryQ� aNARTFMCONN VAt n State of Connecticut City of Hartford ss. By: Robert L. Rane enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal.~ r/�2 NOTARY t My Commission expires the 30th day of June, 2026 * �+. pUP11C a Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in - Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 27th day of January 2022 6"to* t 00# bf • ti� Kevin E. Hughes, Assl tant Secretary To verify q)e authenticity of this Power of Attorney, please caii us at 1-800-421-3880. Please refer to the above-named Attorneys) -in -Fact and the details of the bond to which this Power ofAttorney is attached, EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 107488433 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 5,307.00 , being at the rate of $ 16.00 thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to General Pump Company, Inc. hereinafter designated as the "Principal," a contract for The work necessary for the completion of this contract consists of: 1. Mobilization of equipment and personnel to the well site; 2. Disconnecting the piping & electrical systems from the well and removing the motor, pump column and pump bowls from the well. Inspect the condition of the pump system. City staff will handle all electrical disconnections from the permanent motor. Permanent motor may be stored on-site inside the pump house on a pallet supplied by Contractor; 3. Initially conduct wire -brushing and bailing of sediment fill from the bottom of the well. Use a hydrogen peroxide solution to help remove encrusting material from the casing walls; 4. Conduct an initial video survey of the entire well casing; 5. Perform "Air -Jetting" of the well to help dislodge and loosen any material from the perforations and the gravel pack around the well; 6. Conduct chemical treatment of the well using HerChemTec solutions. Add additional chemical treatment with acid; 7. Perform mechanical re -development via simultaneously swabbing and airlifting of the chemical solutions from the well. Fluids generated during this process shall be treated prior to discharge to the local storm drain system; 8. Mobilize, install, operate, maintain and then remove a temporary test pump and test motor capable of pumping up to 2,300 gpm; 9. Conduct pumping development by pumping and surging; 10. Conduct a 12 -hour step -drawdown test and a 24- to 48-hour constant rate pumping test; 11. Near the end of the constant rate pumping test, perform a dynamic spinner survey in the well; 12. Remove the test pump and disinfect the well; 13.Re-install the new pump components in the well and conduct vibration testing, and trim balance, followed by a 72 -hour pumping test at the design rate. Disinfect the pump components during installation; 14. Perform well chlorination and clean up the well site, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and Travelers Casualty and Surety Company of America , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Three Hundred Thirty One Thousand Six Hundred Seventy Eight Dollars ($331,678.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, General Pump Company, Inc. Page B-1 executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys' fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. General Pump Company, Inc. Page B-2 IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 27th day of January 2022 General Pump Company, Inc. Name of Contractor (Principal) Travelers Casualty and Surety Company of America Name of Surety 21688 Gateway Center Drive Diamond Bar, CA 91765 Address of Surety 909-612-3030 Telephone APPROVED AS TO FORM: CITY ATTOR E 'S OFFICE Date: 2 -- By: By: 74 ar C. Har r�. Attorne cp',., ItfriZE d- W�g P�hik'f/ AI `L ALAbrized Agent SignO ure Misty R. Hemje, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED General Pump Company, Inc. Page B-3 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of }ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California SEE ATTACHED LOOSE CA ACKNOWLEDGMENT County of }ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) General Pump Company, Inc. Page B-4 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California,,1 County of J t] A11A J} On bekA fore me, hU1 DateM� � AAA LAdr Here Insert Name and Title the Officer personally appeared of who proved to me on the basis of satisfactory evidence to b the person( whose name(�Iis/hfii is/ar s bscribed to the within instrument and acknowledged to me that he/sh /the executed the same in /tit apthorized capacity(is), ad thay his/h/tl�eeir signature() on the instrument the person(),r th entity upon behalf of which he person(I acted, xecuted the inst ument. I o ALEXAJUAREZ Notary Public California i Yom= a Los Angeles County > Commission N 2266422 10` i- My Comm. Expires Nov 10, 2022 Place Notary Seal and/or Stamp Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Sig Signaure of Notary Public yr I wI'10i16 Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: ©2019 National Notary Association Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Contra Costa On before me, Gillian C. Bhaskaran, Notary Public (insert name and title of the officer) personally appeared Misty R. Hemje who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. OMY GILLIAN C. SHASKARAWITNESS my hand and official seal Notary Public • CaliforniaContra Costa County fCommission # 2354657 Comm, Expires May 13, 2025 r Signature Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint MISTY R HEMJE of SAN FRANCISCO , California , their true and lawful Attorneys) -in -Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. ,SY AA,,�ppp704a `�CONN. KU State of Connecticut City of Hartford ss. By: Robert L. Rane , enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. � i/�G�, / ' NOTARY /� My Commission expires the 30th day of June, 2026 t; �J�i rue,ic Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in - Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 27th day of January , 2022 •f'M�a i .Y AN CNN. 6 VA � " oaacNrAr Kevin E. Hughes, Assistant Secretary To verby the authenticity of this Power ofAttorney, please call us at 1-800-421-3880. Please refer to the above-named Attorney(s)-in-Fact and the details of the bond to which this Power of Attorney is attached, EXHIBIT C INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance providing statutory benefits and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each employee for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with California law for all of the subcontractor's employees. The insurer issuing the Workers' Compensation insurance shall amend its policy by endorsement to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers.. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its elected or appointed officers, agents, officials, employees and volunteers. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance, and if necessary umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate and two million dollars ($2,000,000) completed operations aggregate. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an General Pump Company, Inc. Page C-1 insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its elected or appointed officers, agents, officials, employees and volunteers shall be included as additional insureds under such policies. C. Primary and Non Contributory. Contractor's insurance coverage shall be primary insurance and/or the primary source of recovery with respect to City, its elected or appointed officers, agents, officials, employees and volunteers. Any insurance or self-insurance maintained by City shall be excess of Contractor's insurance and shall not contribute with it. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days' notice of cancellation or nonrenewal of coverage (except for nonpayment for which ten (10) calendar days' notice is required) for each required coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed documents referenced in this Contract must be returned to City within ten General Pump Company, Inc. Page C-2 (10) regular City business days after the date on the "Notification of Award". Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Contract. The certificates and endorsements for each insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf. At least fifteen (15) days prior to the expiration of any such policy, evidence of insurance showing that such insurance coverage has been renewed or extended shall be filed with the City. If such coverage is cancelled or reduced, Contractor shall, within ten (10) days after receipt of written notice of such cancellation or reduction of coverage, file with the City evidence of insurance showing that the required insurance has been reinstated or has been provided through another insurance company or companies. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. The City reserves the right at any time during the term of the Contract to change the amounts and types of insurance required by giving Contractor ninety (90) calendar days' advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be General Pump Company, Inc. Page C-3 entitled to coverage for higher limits maintained by the Contractor. Any available proceeds in excess of specified minimum limits of insurance and coverage shall be available to the City. F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self-insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self -insure its obligations to City. If Contractor's existing coverage includes a self-insured retention, the self-insured retention must be declared to City. City may review options with Contractor, which may include reduction or elimination of the self-insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. G. City Remedies for Non Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Contract, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Coverage not Limited. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other agreement relating to City or its operations limits the application of such insurance coverage. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Work under this or any other Contract or agreement with City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City with five (5) calendar days of the expiration of the coverages. General Pump Company, Inc. Page C-4 K. Maintenance of General Liability Coverage. Contractor agrees to maintain commercial general liability coverage for a period of ten (10) years after completion of the Project or to obtain coverage for completed operations liability for an equivalent period. General Pump Company, Inc. Page C-5 City of Newport Beach WATER WELL REHABILITATION TAMURA SHALLOW Contract No. 8727-2 PROPOSAL (Contractor shall submit proposals via the PROPOSAL (Bid Line Items) contained in PlanetBids. Contractor shall sign the below acknowledgement) To the Honorable City Council City of Newport Beach 100 Civic Center Drive Newport Beach, California 92660 Councilmembers: The undersigned declares that the Contractor has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 8727-2 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: 11/30/2021 Date 909-599-9606 and 909-599-6238 Bidder's Telephone and Fax Numbers 196765 and Engr A, C61,C57,D21 Bidder's License No(s). and Classification (s) 10000112769 DIR Registration Number General Pump Company, Inc. M�� 3idder's Authorized Signature and Title Michael Bodart, President 159 \. Acacia St. San Dimas, CA 91773 Bidder's Address Bidder's email address dpichardon?gcnp°mp.con' PR -1 Ricl R2Si-flCS uic tier D -Ia,1 Vendor Name General Pump Company Address 159 N. Acacia Street San Dimas, California 91773 United States Respondee Daniel Pichardo Respondee Title Project Engineer Phone 909-599-9606 Email aesparza@genpump.com Vendor Type DGS License # 496765 CADIR Bid Format Electronic Submitted 11 /30/2021 9:37 AM (PST) Delivery Method Bid Responsive Bid Status Submitted Confirmation # 273164 File Title File Name File Type Bid Submittal C 8727 2 General Pump Company (2).pdf Bid Submittal C 8727 2 General Pump Company (2).pdf General Attachment Bid Bond C 8727 2 General Pump Company.pdf Bid Bond C 8727 2 General Pump Company.pdf Bid Bond SubconIrac(ors Showing 3 Subcontractors Name & Address Desc License Num Christopher S Nelson Downwell Video N/A 34428 Yucaipa Blvd Surveys #E118 Yucaipa, California 92399 Condition Monitoring Services, Inc. Level III field N/A 855 San Ysidro Lane vibration testing Nipomo, California 93444 Pacific Surveys LLC Spinner Survey 1000014306 4456 Via Saint Ambrose Claremont, California 91711 CADIR Amount Type 1000061115 $3,870.00 PW -LR -100063597`. $9,80000 1000014306 $5,000.00 Discount Terms No Discount Item # Item Code Type Item Description UOM QTY Unit Price Line Total Response Comment Section i $337,678.00 1 Mobilization/Demobilization LS 1 $8,000.00 $8,000.00 Yes 2 Remove Existing Pump Motor, Column, and Pump LS 1 $14,500.00 $74,500.00 Yes 3 Brush Casing & Sail Sediment Fill HR 16 $750.00 $12,000.00 Yes 4 Downwell Video Surveys EA 3 $1,290.00 $3,870.00 Yes 5 Air Jetting of Well LS 1 $13,800.00 $13,800.00 Yes 6 Chemical Treatment HR 24 $1,900.00 $45,600.00 Yes 7 Chemical Treatment Materials (WeIlKlean Concentrate) GL 30 $185.00 55,550.00 Yes B Chemical Treatment Materials (WeIlKlean Pipe-Klean Pre -Blend) GL 795 $46.00 $36,570.00 Yes 9 Chemical Treatment Materials(WaterSOLVimBC) GL 106 $48.00 55,088.00 Yes 10 Chemical Treatment Materials (NaHCO3) GL 795 $5.00 $3,975.00 Yes 11 Mechanical Redevelopment HR 80 $400.00 $32,000.00 Yes 12 Discharge Fluids & Compliance LS 1 $12,000.00 $12,000.00 Yes 13 Mobilization, Installation, Removal, & Demobilization of Test Pump LS 1 $28,000.00 $28,000.00 Yes 14 Pumping Redevelopment HR 32 $175.00 $5,600.00 Yes 15 Pumping Test - Step Drawdown HR 12 $175.00 $2,100.00 Yes 16 Pumping Test - Constant Rate HR 48 $175.00 S8,400.00 Yes 17 Downwell Dynamic Flowmeter(Spinner) Survey LS 1 $5,000.00 $5,000.00 Yes 18 Rebuild & Reinstallation of Permanent Pump LS 1 $60,000.00 560,000.00 Yes 19 Pump Vibration Testing LS 1 99,800.00 $9,800.00 Yes 20 Final Pumping Test LS 1 $12,500.00 $12,500.00 Yes 21 Well Disinfection & Site Cleanup LS 1 54,500.00 54,500.00 Yes 22 Chemical Treatment Materials (Chlorine) GL 5 $65.00 $325.00 Yes 23 Repair of Existing Facilities LS 1 $500.00 $500.00 Yes 24 Provide As -Built Plans LS 1 $2,000.00 $2,000.00 Yes Section Title Section 1 Grand Total Line Total $331,678.00 $331,678.00 TECHNICAL SPECIFICATIONS FOR THE REHABILIATION OF TAMURA SHALLOW WELL CITY OF NEWPORT BEACH SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA SHALLOW SECTION DESCRIPTION PAGE NO. SPECIFICCONDITIONS........................................................................................................... 1 SECTION SCA: LOCATION OF PROJECT SITE & WELL INFORMATION ............................ 1 SECTION SC -2: DESCRIPTION OF THE WORK.................................................................... 2 SECTION SC -3: PRECONSTRUCTION MEETING.................................................................. 4 SECTION SC -4: OBSTRUCTIONS AND COORDINATION WITH OTHER WORK .................. 4 SECTION SC -5: CONTRACTOR SITE SUPERVISION AND COMMUNICATION ................... 4 SECTION SC -6: CONTRACTOR RESPONSIBILITIES............................................................ 5 SECTION SC -7: CONTRACTOR'S EQUIPMENT.................................................................... 6 SECTION SC -8: PERSONAL SAFETY AND MONITORING EQUIPMENT .............................. 7 SECTIONSC -9: WATER SOURCE.......................................................................................... 7 SECTIONSC -10: SUBMITTALS.............................................................................................. 7 SECTION SC -11: PERMITS OBTAINED BY THE CONTRACTOR .......................................... 8 SECTION SC -12: CONTRACTOR NOTIFICATIONS............................................................... 8 TECHNICALPROVISIONS....................................................................................................... 1 SECTION TP -1 (BID ITEM NO. 1): MOBILIZATION/DEMOBILIZATION................................. 1 SECTION TP -2 (BID ITEM NO. 2): PUMP REMOVAL............................................................. 3 SECTION TP -3 (BID ITEM NO. 3): BRUSH CASING & BAIL SEDIMENT FILL ...................... 5 SECTION TP -4 (BID ITEM NO. 4): DOWNWELL VIDEO SURVEYS ....................................... 7 SECTION TP -5 (BID ITEM NO. 5): "AIR -JETTING" OF WELL...............................................10 SECTION TP -6 (BID ITEM NOS. 6A TO 6E): CHEMICAL TREATMENT.................................12 SECTION TP -7 (BID ITEM NO. 7): MECHANICAL REDEVELOPMENT.................................15 SECTION TP -8 (BID ITEM NO. 8): DISCHARGE FLUIDS & COMPLIANCE ..........................17 SECTION TP -9 (BID ITEM NO. 9): MOBILIZATION/DEMOBILIZATION OF TEST PUMP......... 21 SECTION TP -10 (BID ITEM NO. 10): PUMPING REDEVELOPMENT....................................24 SECTION TP -11 (BID ITEM NOS. 11A & 11B): PUMPING TESTS........................................26 SECTION TP -12 (BID ITEM NO. 12): DOWNWELL DYNAMIC FLOWMETER SURVEY ........30 SECTION TP -13 (BID ITEM NO. 13): REBUILD & REINSTALL OF PERMANENT PUMP ...... 32 SECTION TP -14 (BID ITEM NO. 14): PUMP VIBRATION TESTING......................................34 SECTION TP -15 (BID ITEM NO. 15): FINAL PUMPING TEST...............................................38 SECTION TP -16 (BID ITEM NOS. 16A & 1613): DISINFECT WELL & CLEANUP ..................39 TOC -1 SPECIFIC CONDITIONS SECTION SC -1: LOCATION OF PROJECT SITE & WELL INFORMATION A. The Tamura Shallow Well is located on the east border of the Hisamatsu Tamura School and just northwest of the intersection of Magnolia and Slater Ave, in the City of Fountain Valley, as shown on Figure 1, "Well Location Map," in Appendix 1. Available information from the State Well Completion Report (provided in Appendix 2), and from Figure 2, "As -Built Well Diagram" (provided in Appendix 1), reveals the following pertinent construction details: 1. The well was constructed in 1996 to a depth of 370 ft below ground surface (bgs) using the reverse -circulation drilling method. 2. The well casing consists of: o 20 -inch outside diameter (OD) blank (unperforated) casing that extends from slightly above ground surface to a depth of 158 ft bgs o A 2 -foot long "reducer" section that reduces the OD of the blank casing from 20 inches at 158 ft bgs to an OD of 16 inches at 160 ft bgs. o 16 -inch OD blank casing from 160 ft bgs to 370 ft bgs, interspersed with louvered casing between the depths of 170 ft and 360 ft bgs. o Louvered casing perforations consist of Roscoe Moss Company (RMC) Ful-flo louvers. Sections of louvered casing were reportedly placed between the depths of 170 ft to 210 ft bgs; 220 ft to 240 ft bgs; 260 ft to 305 ft bgs; and 335 ft to 360 ft bgs. The slot opening size of the louvers is 0.065 inches (or "65 -slot"). o A 10 -foot long section of 16 -inch OD blank cellar casing extends down from the bottom of the louvers, at 360 ft, to a depth of 370 ft bgs. A well cap covers the bottom of the cellar casing. o All well casing has a wall thickness of 5/16 -inch and is composed low carbon steel (LCS). 3. The casing was set within a 34 -inch diameter ream to a depth of 160 ft bgs, followed by a lower 26 -inch diameter ream between 160 ft and 393 ft bgs. The last 10 feet of the 26 -inch borehole ream were filled with cement to create a bottom plug, from 383 ft to 393 ft bgs. 4. The gravel pack is composed of 6 X 12 gradation material supplied by Colorado Silica Sand, Inc, (CSSI) and was placed atop the cement bottom plug, between the depths of 135 ft and 383 ft bgs. 5. A sanitary seal composed of cement grout surrounds the well casing, from ground surface to 135 ft bgs, above the gravel pack. 6. The well was equipped with three accessory tubes, consisting of a 3 -inch OD gravel feed tube that extends to a depth of 160 ft bgs, a 4 -inch ID (internal diameter) camera port sounding tube that enters the well casing at a depth of 145 ft bgs, and a 2 -inch ID air vent tube that enters the casing at a depth of 1 ft bgs. SC -1 B. Initial pumping development and testing of the well following completion of construction revealed that at a rate of 3,017 gallons per minute (gpm) the total amount of water level drawdown was 34.7 ft. Thus, the initial calculated specific capacity of the well was 86.9 gpm per foot of drawdown (gpm/ft ddn). C. A video survey of the well was performed in October 2020; a copy of the video survey report is provided in Appendix 3. This report reveals the following salient conditions in the well at that time: 1. The growth on the inner surface of the casing was considered moderate. 2. Louvered perforations were reported at the approximate depths of 173 ft to 213 ft below reference point (brp), 223 to 243 ft brp, 263 ft to 308 ft brp, and from 338 ft brp to at least 363 ft brp; the bottom of this perforation zone was not reached due to the presence of sediment fill at a depth of 363 ft brp. SECTION SC -2: DESCRIPTION OF THE WORK A. Work will include furnishing of all materials, labor, equipment, fuel, tools, transportation, and services to complete the rehabilitation and testing of the well as described in these Specifications (the Work). All Work Tasks are mandatory and are to be completed, unless directed differently by the CITY or its representative (herein referred to as the TECHNICAL REPRESENTATIVE). B. Well Rehabilitation Tasks A summary of the work required for rehabilitation of the well is presented below. The Project Technical Provisions, Part 2, Sections 1 through 16 provide greater detail on each of these tasks. The required Tasks include, but are not limited to, the following: 1. Mobilization of personnel, equipment, and operating supplies to the well site. 2. Removal of the existing motor, pump column and pump bowls. 3. Initiation of rehabilitation of the well by brushing the well casing using a steel wire brush and bailing sediment fill from the bottom of the well casing. During brushing, 50 gallons of 34% hydrogen peroxide (H2O2) or similar may be used to help remove biofilm from the well. 4. A video inspection of the casing after brushing and bailing, to be delivered to the CITY and its TECHNICAL REPRESENTATIVE for review. 5. Use of an "Air -Jetting" method of active scale and/or encrustation removal such as AirBurst®, Bore Blast®, Arc Wave (Plasma Pulse Wave), or other approved equal. This is an optional task to be performed at the specific request of the CITY. 6. Conduct chemical treatment of the well as specified herein using Well-Kleano Concentrate, Well-Klean® Pre -blend, WaterSOLVTm BC, Sodium Bicarbonate (NaHCO3) and other approved chemicals. These chemicals will need to be swabbed and agitated separately, throughout all louvered intervals of the well casing, as specified herein. The bid item is based on the total number of gallons of water to be treated in the well and the treatment method (chemicals to be used) specifically recommended by HerChemTech, LLC (HCT). SC -2 7. Conduct mechanical redevelopment of the well by simultaneous airlifting and swabbing of the well casing. Care must be exercised by the CONTRACTOR when using swabbing tools to preclude damage to any and all sections of the well casing. Discharge the fluids into one or more temporary onsite above -ground tanks for treatment, prior to final disposal. Fluids discharged during this and all other tasks as part of this Work shall only be released in compliance with the De Minimis Order authorization letter from the Regional Board Executive Officer, to be obtained solely by the CONTRACTOR. 8. Perform interim video surveys to help ensure the effectiveness of the chemical and mechanical rehabilitation operations. These interim video surveys are to be reviewed by the CITY and its TECHNICAL REPRESENTATIVE. 9. Install a temporary deep well, turbine -type test pump in the well and conduct pumping redevelopment (pumping and surging) for a maximum period of 32 hours. Pump the initial discharge to temporary onsite above -ground tank(s), collect a water sample, and analyze the sample for all constituents specified in the site-specific Regional De Minimis Order authorization letter, as specified therein (see Appendix 4). The motor (i.e. prime mover) that drives the test pump shall be an electric engine. During this pumping redevelopment, water levels shall be monitored using an electronic water level sounder, pumping rates/volumes using a dual reading (instantaneous and total flow) flow meter, and sand production using a Rossum Centrifugal Sand Sampler (Rossum-type sand tester) device. 10. Perform a step drawdown pumping test for up to 12 hours, and then a constant rate pumping test for between 24 and 48 hours, to determine the new (current) specific capacity of the newly rehabilitated well. Water levels, pumping rates/volumes, and sand production shall be monitored during these tests. 11. Conduct a dynamic flowmeter (spinner) survey near the end of the constant rate pumping test. 12. Perform a final video survey to check the well casing for possible damage from installation and/or removal of temporary test pump, and to determine the amount of sediment fill at the bottom of the well casing; bail the accumulated sediment. 13. The CONTRACTOR shall refurbish, repair, and replace, as necessary, pumping components for the existing pump motor, pump column, pump bowls, and other items as specified in the well, complete and capable of pumping at a design rate against and at a Total Dynamic Head (TDH) as specified herein. This will include reconnecting all piping, wiring the pump into the existing electrical system and conducting the requisite testing of the pump. This will also include conducting vibration testing of the new pump and performing a 3 -day (72 -hour) continuous pumping test on the well. 14. Perform the final disinfection of the well and conduct site cleanup at the well site, as specified. 15. Restore the site to its original condition, prior to work at the site. SC -3 SECTION SC -3: PRECONSTRUCTION MEETING A. Upon issuance of a Notice to Proceed, or earlier when mutually agreeable, the CITY will arrange a preconstruction conference. B. The CONTRACTOR'S superintendent, the CITY, the CITY's TECHNICAL REPRESENTATIVE, Engineer/Architect representatives of utilities, major subcontractors and others involved in performance of the Work, and others necessary to the agenda shall attend the Pre -construction Meeting. At a minimum, the agenda shall consist of the following: 1. Office, construction, and storage areas 2. CITY's requirements 3. Construction facilities, controls, and construction aids 4. Coordination of construction with CITY operations and others 5. Temporary utilities 6. Safety and first aid procedures 7. Security procedures 8. Housekeeping procedures C. CONTRACTOR will record minutes of meeting and distribute copies of minutes within seven (7) days of meeting to participants and interested parties. SECTION SC -4: OBSTRUCTIONS AND COORDINATION WITH OTHER WORK A. At least forty-eight (48) hours prior to commencing the rehabilitation work and prior to any operations involving existing CITY facilities, the CONTRACTOR shall notify the TECHNICAL REPRESENTATIVE. B. Prior to any rehabilitation work, the CONTRACTOR shall expose all known nearby utility crossings in order to provide for grade and alignment adjustments, if necessary. SECTION SC -5: CONTRACTOR SITE SUPERVISION AND COMMUNICATION A. The CONTRACTOR shall provide a qualified and experienced foreman and well rehabilitation superintendent, one of whom shall be constantly in attendance throughout rehabilitation of the well. In addition to directing all well rehabilitation and testing activities, the foreman shall be capable of coordinating the work with all personnel, subcontractors, the TECHNICAL REPRESENTATIVE and the CITY so that the overall project is successfully executed and completed without undue conflicts or delays. No changes in key CONTRACTOR personnel will be allowed without approval of the CITY. Approval may be granted provided the qualifications and experience of the replacement worker are equivalent or better than the initial worker. B. At all times the CONTRACTOR shall have at the work site the means for communicating (i.e., cellular telephones) between all workers at the site, their office and the TECHNICAL REPRESENTATIVE. Two-way radios are not an acceptable form of communication. The telephone numbers for all workers shall be provided to the TECHNICAL REPRESENTATIVE at the pre -construction meeting so that the CONTRACTOR's personnel are available at all times for status updates. Telephones with a vibrating mode shall be made available to CONTRACTOR's field crew so that the incoming calls may be detected above the noise at the work site. SC -4 SECTION SC -6: CONTRACTOR RESPONSIBILITIES A. The CONTRACTOR is solely responsible for making all necessary provisions for mobilizing onto and demobilizing from the well site with the necessary equipment, tools, supplies, materials, and personnel. B. The CONTRACTOR shall make adequate provision for the protection of the work area and the well against fire, theft and vandalism, and for the protection of the public against exposure to injury. The CONTRACTOR shall bear the responsibility for protection of all equipment and material at the worksite. To prevent intrusion by unauthorized persons, the CONTRACTOR shall fence the area with chain link fence and this fencing shall be covered with green screening material. Further, gates, where installed, shall be a locking type and existing doors to the facility shall be kept closed when not immediately in use. All openings in the fenced enclosure shall be closed when not immediately in use. C. The CONTRACTOR shall satisfy himself/herself of all local conditions affecting his/her work. The CONTRACTOR is responsible to have inspected the well site prior to submitting a bid and commencing construction activities. An as -built well design schematic is provided on Figure 2 within Appendix 1 for reference. Neither information contained in this section, nor that derived from maps or plans, or from the CITY including their representatives or employees, shall relieve the CONTRACTOR from any responsibility specified herein, or from fulfilling any and all terms and requirements of his/her contract. D. The CONTRACTOR shall submit a Notice of Intent at least 45 days before the start of a new discharge to comply with the California Regional Water Quality Control Board, Santa Ana Region (Regional Board) Order No. R8-2020-0006, NPDES No. CAG998001 (De Minimis Order), as described therein, as applicable to the Work, and as directed by the CITY. The CONTRACTOR shall also meet all requirements of that order, as well as all site-specific requirements imposed by the site-specific authorization letter from the Regional Water Board Executive Officer. These will include, but not be limited to implementing a Monitoring and Reporting Program (MRP), performing any/all water quality sampling, obtaining laboratory testing (including payment for same), and reporting to all applicable regulatory agencies, as described in the authorization letter. E. The CONTRACTOR must have on-site at all times safety data sheets (SDS) for all treatment chemicals. F. The CONTRACTOR shall submit all required reports and data to the CITY and other appropriate agencies. G. The CONTRACTOR shall keep the CITY Project Manager and the TECHNICAL REPRESENTATIVE continuously informed of the onsite work schedule so that well rehabilitation and testing activities can be monitored as required by the CITY. H. The CONTRACTOR is responsible for any damage to properties adjacent to any of the well sites caused by CONTRACTOR activities associated with the Work described herein and shall restore these properties to their original condition. I. The CONTRACTOR shall use only potable water when clearing the well water for the video survey and also during chemical mixing. When using potable water, an airgap must be maintained between the hose outlet and the standing water surface. SC -5 SECTION SC -7: CONTRACTOR'S EQUIPMENT A. The CONTRACTOR shall provide all equipment, tools, supplies, materials, power and personnel required to complete the work. All equipment supplied by the CONTRACTOR shall be in good working condition and available for inspection by the TECHNICAL REPRESENTATIVE prior to the beginning of the Work. If, in the opinion of the TECHNICAL REPRESENTATIVE, any of the equipment is not suitable for well redevelopment operations, either because of mechanical problems, excessive noise, deviation from the Specifications, or the build-up of substances which could cause well contamination (i.e., from oil, diesel, hydraulic leaks or exhaust residue, etc.), the CONTRACTOR shall adjust, replace or decontaminate said equipment with suitable equipment at the CONTRACTOR's expense, and to the satisfaction of the TECHNICAL REPRESENTATIVE. B. All chemicals used for rehabilitation shall be new upon delivery to the site unless otherwise specified herein. C. At the pre -construction meeting, the CONTRACTOR shall furnish a complete list of equipment to be used in the performance of the Work. The Work shall not proceed until the CITY and the TECHNICAL REPRESENTATIVE are satisfied that the listed equipment is adequate for the Work and will be at the site when needed. D. The required list of equipment shall include, but not be limited to, the following: 1. Pump removal and installation equipment: o Approximate mast height o Total available rig horsepower 2. Type and size of rehabilitation brushes to be used 3. Type of "Air -Jetting" device to be utilized 4. Specifications for the dual -swab assembly 5. Specifications for discharge water storage tanks 6. Specifications and calibration information for the inline flow meter(s) 7. Types and manufacturers of all chemicals to be used 8. Specifications for chemical mixing tanks 9. Test pumping equipment: o Variable speed engine o Size and type of pump bowl and column assembly 10. Permanent pump to be installed in the well o Depth setting o Design flow rate Table 1 provides a list of additional submittals that the CITY will require. SC -6 SECTION SC -8: PERSONAL SAFETY AND MONITORING EQUIPMENT A. The CONTRACTOR shall ensure that its personnel are properly trained in the handling, use and storage of all rehabilitation chemicals, and shall have proper safety equipment (in addition to basic personal protective equipment) on the worksite at all times. All work shall take place with adequate ventilation. All workers shall be required to wash with soap and water after handling chemicals, eating, drinking, smoking, or using sanitary facilities. B. Material safety data sheets (MSDS) for all rehabilitation chemicals shall be submitted to the TECHNICAL REPRESENTATIVE and the CITY and shall be kept onsite throughout the rehabilitation process. C. Required additional safety equipment to be available for use onsite at all times shall consist of, but is not limited to, the following: 1. Portable eyewash station 2. Safety goggles o Rubber or neoprene gloves 3. Rubber boots and Tyvek suits 4. Respirator with acid cartridges D. The CONTRACTOR shall ensure adequate water supply is onsite at all times to flush skin and eyes in case of accidental spills. E. The CONTRACTOR shall provide the following field monitoring equipment: 1. pH field meter, measuring pH levels (range of 0 - 14 units) 2. Chlorine field meter, measuring residual chlorine (range of 0 - 200 mg/L) 3. Turbidity field meter, measuring nephelometric turbidity units (range of 0 - 1,000 NTU) SECTION SC -9: WATER SOURCE A. The CONTRACTOR shall secure and maintain, at his/her expense, temporary water service for the rehabilitation work at each site. The CONTRACTOR shall then provide adequate distribution facilities for the water, both at the jobsite and offsite, which conform to applicable codes and safety regulations. The water source for the project is to be obtained from a City of Fountain Valley fire hydrant that is located at the well site. SECTION SC -10: SUBMITTALS A. All records shall be available to the TECHNICAL REPRESENTATIVE and/or the CITY at all times at the job site. All submittals shall be delivered to the CITY in both hard copy and electronic form. Required submittals and submittal schedule are summarized in Table 1. Table 1 is provided only as a guide and is not all inclusive. SC -7 SECTION SCA 1: PERMITS OBTAINED BY THE CONTRACTOR A. The CONTRACTOR shall obtain authorization to discharge under the California Regional Water Quality Control Board, Santa Ana Region (Regional Board) General Waste Discharge Requirements for Discharges To Surface Waters That Pose An Insignificant (De Minimis) Threat to Water Quality, Order No. 138-2020-0006, NPDES No. CAG998001 (De Minimis Order). A copy of this Order is provided in Appendix 4 to these Technical Specifications. The CONTRACTOR is strongly encouraged to become well -versed with all requirements of this Order and the site-specific authorization letter in advance of commencing the Work Compliance with this Order is the sole responsibility of the CONTRACTOR, as are all possible penalties resulting from noncompliance with this Order. B. The De Minimis Order defines Dischargers as "Individuals, agencies, and/orotherparties who discharge wastewater that pose an insignificant (de minimis) threat to water quality of surface waters." For the purposes of these Technical Specifications, the CONTRACTOR shall be considered the Discharger. C. Under the De Minimis Order, the CONTRACTOR shall submit a Notice of Intent as described in the De Minimis Order: "At least 45 days before the start of a new discharge, the Discharger shall submit a complete Notice of Intent to the Regional Water Board office at the address on the cover page of this Order." D. Under the De Minimis Order, project discharge will not be permitted until the CONTRACTOR has received an authorization letter from the Regional Board Executive Officer: "A Discharger (... ] who has complied with the requirements for coverage under this Order, is authorized to discharge under this Order, once the Executive Officer has issued an authorization letter, as described in this Order." Upon receipt of this authorization, the CONTRACTOR shall also provide evidence of authorization to the CITY and its TECHNICAL REPRESENTATIVE. SECTION SC -12: CONTRACTOR NOTIFICATIONS A. The CONTRACTOR shall notify the CITY at least seven (7) days prior to any discharge, so that the CITY can notify OCFCD of these discharges. B. The CONTRACTOR shall be responsible for collection of the appropriate samples, cost of analysis, reporting, and adhering to the site-specific De Minimis Order authorization letter requirements. All collected documents should be submitted to the CITY and also as required by the authorization letter. C. Discharge water will be conveyed to existing discharge points at the well site. The discharge points at the site convey flows to storm drains, and ultimately, to the Talbert Channel. D. Business License(s) from the City of Newport Beach. E. Any other permits or licenses necessary to complete the work. END OF SPECIFIC CONDITIONS 1w; SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA SHALLOW TECHNICAL PROVISIONS SECTION TP -1 (BID ITEM NO. 1): MOBILIZATION/DEMOBILIZATION PART 1 -GENERAL A. Description Mobilization and demobilization shall include the transportation of personnel, equipment, and operating supplies to and from the well site; establishment of portable sanitary facilities; obtaining an adequate source of fresh water and other preparatory work, as necessary, at the well site; and other work required for mobilization by the CONTRACTOR. B. Bidding Details Details regarding any changes/additions to this section or quantities and/or values for bidding purposes are presented in the Basis of Measurement for Bidding and Payment in Part 4 of this section. C. Submittals Data and information on the equipment to be used for this project including, but not limited to, the type of rig, air compressors, and other pertinent equipment shall be submitted by the CONTRACTOR. Refer to Table 1 in the Special Provisions for details on these and other submittals associated with the project. PART 2 - MATERIALS A. The CONTRACTOR shall provide: a crane, a pump rig, or other suitable equipment adequate for pump removal and installation; all tools, accessories, power, fuel, materials, supplies, lighting, water, and other equipment; and experienced personnel necessary to conduct efficient rehabilitation operations at the well site. The crane shall be in good condition and of such capacity to properly and safely lift any tools or the pump bowl and column assembly (when installing the temporary test pump or the permanent pump) from (and later into) the well. PART 3 — EXECUTION A. Prior to mobilization of all personnel, equipment, and operating supplies to be used for rehabilitation activities, the CONTRACTOR will be required to perform a video survey to document the pre-existing conditions at the well site. At the pre-bid meeting, the CITY will discuss the items that will need to be provided in these videos. After completion of rehabilitation activities at the well site, the CONTRACTOR shall perform a final video to verify that no damage has occurred to the well. The CONTRACTOR shall also ensure that the well site facility and surrounding properties are restored to a condition acceptable to the CITY. Should the videos not be adequate for documentation purposes, based on the CITY's review, then the CONTRACTOR will be required to perform additional surveys, as needed, until the videos have been completed satisfactorily in accordance with the CITY's requests. The completed video survey(s) will be presented to the CITY in DVD or in either .avi or .mp4 digital file formats, as requested by the CITY. TP -1 SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA SHALLOW B. Upon completion of the work, the CONTRACTOR shall remove all waste materials, rubbish, and debris from and near to the well site as well as all tools, construction equipment, fuel tanks, machinery, temporary structures, and surplus materials. Bailed sediment, sand, loose pump scale, broken pump pieces, etc., are to be removed from the well site and properly disposed of by the CONTRACTOR. The CONTRACTOR shall leave the well site clean and ready for use by the CITY. The CONTRACTOR shall restore all temporary work areas at the well site to the original conditions of those areas. PART 4 — BASIS OF MEASUREMENT FOR BIDDING AND PAYMENT The CONTRACTOR shall include the cost of the listed work and also that work not listed in this section, but necessary and incidental to perform and complete this bid item, in accordance with the following: a) Payment for mobilization and demobilization, including setup time of equipment, personnel and materials to and from the well site, preparation of all bonds and insurance, and costs of obtaining any and all permits to perform the work. This bid item shall be made at the lump sum price bid. b) There will be no additional payment for rig time or idle time while setup of equipment is occurring at the well site and for all materials purchased or rented as part of the setup of equipment at the well site. c) The CONTRACTOR shall submit a Notice of Intent to Discharge under the terms and conditions of the De Minimis Order, at least 45 days prior to the first anticipated discharge, but discharge shall not commence until an authorization letter has been received from the Regional Board Executive Officer. END OF SECTION TP -2 SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA SHALLOW SECTION TP -2 (BID ITEM NO. 2): PUMP REMOVAL PART 1 — GENERAL A. Description This section covers the removal from the well of the existing permanent pump and appurtenances (pipes, electrical cables, etc.). B. Bidding Details Details regarding any changes/additions to this section or quantities and/or values for bidding purposes are presented in the Basis of Measurement for Bidding and Payment in Part 4 of this section. C. Submittals Inspection report with photographs (see Item B) under Part 3 — Execution (below). Refer to Table 1 in the Special Provisions for details on these and other submittals associated with this task. PART 2 — MATERIALS A. The CONTRACTOR shall provide a crane, a pump rig, or other suitable equipment adequate for removal of the existing pump, column pipe, motor, and appurtenances. PART 3 — EXECUTION A. The CONTRACTOR shall disconnect all electrical wiring and appurtenances prior to the removal of the existing pump from the well. The CONTRACTOR shall remove all apparatuses from the well including, but not limited to: the motor, discharge head, oil tubing, water - lubrication tubing, cable, shafting, column pipe, bowl assembly, strainer, and airline. B. The CONTRACTOR shall inspect all apparatuses removed from the well and prepare and submit an inspection report describing the condition of all apparatuses removed from the well. The CONTRACTOR shall verify: the pump shaft diameter to the nearest 1/1,000 of an inch using a micrometer; shaft quantities and lengths; and column pipe diameter, quantities, and lengths; all of which are to be included with the inspection report. Photographs of the apparatuses removed from the well shall be taken by the CONTRACTOR and included within that inspection report as a submittal. C. Following removal of the existing pump, the CONTRACTOR shall sound the total depth of the well, with the measurement being recorded in feet below an established reference point, which is to be measured relative to ground (or grade) level. Should sediment fill in the bottom of the well be shallower than the total depth of the well casing, the CONTRACTOR shall then bail this sediment from the bottom of the well casing to the maximum possible extent using a bailer, scow or equivalent retrieval device. TP -3 SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA SHALLOW PART 4 — BASIS OF MEASUREMENT FOR BIDDING AND PAYMENT The CONTRACTOR shall include the cost of the listed work and also that work not listed in this section, but necessary and incidental to perform and complete this bid item, in accordance with the following: a) Payment for the pump removal will be made on a lump sum basis. b) Price shall include the cost to disconnect all electrical connections and remove all associated apparatuses from the well including, but not limited to: the motor, discharge head, oil tubing, cable, shafting, column, bowl assembly, strainer, sounding tube(s), and airline. c) Price shall also include the cost to transport and deliver the existing motor, discharge head, pump, and appurtenances from the well site to the CONTRACTOR'S yard. The CONTRACTOR shall measure and verify the pump shaft and column diameters. d) The CONTRACTOR shall prepare and submit a report to the CITY listing the condition of all pump components and any repair and/or replacement options and costs for those components. e) Payment will constitute the full compensation for all labor, materials, equipment, power, and all other items necessary and incidental to completion of the work on the well. END OF SECTION TP -4 SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA SHALLOW SECTION TP -3 (BID ITEM NO. 3): BRUSH CASING & BAIL SEDIMENT FILL PART 1 —GENERAL A. Description This section covers the brushing of the well casing and of the 4 -inch diameter camera port sounding tube, and the bailing activities to be performed in the well. B. Biddinq Details Details regarding any changes/additions to this section or quantities and/or values for bidding purposes are presented in the Basis of Measurement for Bidding and Payment in Part 4 of this section. C. Submittals Information on the make, model, type and diameter of the brush and the bailer shall be submitted by the CONTRACTOR. Refer to Table 1 in the Special Provisions for details on these and other submittals associated with the project. PART 2 — MATERIALS A. Brush A new stiff steel wire brush shall be used initially to carefully brush the interior walls of both the 20 -inch OD and 16 -inch OD well casings; particular focus shall be on the casing perforations, which according to the attached as -built well diagram, extend in depth -discrete intervals continuously between the approximate depths of 170 ft and 360 ft bgs. The approximately 145 -foot deep, 4 -inch OD camera port sounding tube shall also be brushed. B. Bailer A bailer, scow or equivalent retrieval device shall be used to remove sediment fill from the bottom of the well casing, following the wire brushing of the interior walls of the casing. PART 3 — EXECUTION A. After mobilization of a pump rig to the site, the CONTRACTOR shall use a new stiff wire brush to thoroughly brush all interior walls of the well casing. The approximately 145 -foot deep, 4 - inch OD camera port sounding tube shall also be brushed. Thereafter, the CONTRACTOR shall measure and record the depth to the top of the sediment fill in the bottom of the casing. The CONTRACTOR shall then remove all accumulated sediment fill and other material from the bottom of the well to the maximum possible extent using a bailer scow, or equivalent device. Information on the construction of the well can be found in Figure 2 of Appendix 1, "As -Built Well Diagram Tamura Shallow Well". Following bailing, the well will be allowed to sit for a period of 24- to 48 -hours to allow any suspended debris to settle to the bottom of the well. B. All bailed material (water and sediment) shall be placed in appropriate containers. The sediment, after separation from the water, shall be placed in steel, 55 -gallon -capacity drums, properly labeled, and eventually removed from the well site for disposal by the CONTRACTOR. The CONTRACTOR will be responsible for manifesting the bailed material for disposal at an appropriate landfill. The TECHNICAL REPRESENTATIVE may be onsite to collect a sample of the bailed material for possible laboratory analysis. An updated total depth of the well casing shall be measured by the CONTRACTOR shortly following bailing of sediment fill. TP -5 SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA SHALLOW PART 4 — BASIS OF MEASUREMENT FOR BIDDING AND PAYMENT The CONTRACTOR shall include the cost of the listed work and also that work not listed in this section, but necessary and incidental to perform and complete this bid item, in accordance with the following: a) Payment for brushing and bailing will be made at the unit price bid per hour. b) A total of 16 hours is allotted for wire brushing of the well casing and the camera port sounding tube, and for bailing to help perform an initial sediment removal from the well. Any additional hours beyond the bid amount will be paid at the same per unit hour price. c) During brushing of the well casing, the CONTRACTOR shall remove biofilm in the well using 50 gallons of 34% hydrogen peroxide (1-12O2). d) The time required for brushing and bailing will be recorded by the hour with 30 -minute intervals as the smallest unit of recorded time. The time recorded for payment shall commence when the equipment installed in the well is placed into operation and shall end when such brushing and bailing have stopped at the direction of the TECHNICAL REPRESENTATIVE. e) No payment will be made for delays resulting from: (i) equipment stuck in the well casing; (ii) equipment breakdown; or (iii) failure to conduct the operations in a diligent and workmanlike manner by which the desired results could ordinarily be expected. f) Any equipment and/or tools stuck downwell shall be removed by the CONTRACTOR at the CONTRACTOR's expense. The CITY will not be responsible for or reimburse the CONTRACTOR for the removal of any equipment and/or tools stuck downwell. g) It is possible that treatment with H2O2 may follow brushing and bailing. The procedure will be discussed with the CONTRACTOR by the CITY and its TECHNICAL REPRESENTATIVE. END OF SECTION TP -6 SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA SHALLOW SECTION TP -4 (BID ITEM NO. 4): DOWNWELL VIDEO SURVEYS PART 1 — GENERAL A. Description This section covers the performance of clear -viewing color video camera surveys throughout the full depth of the well. The basic purpose of these video surveys is to view the conditions within the well casing following brushing and bailing, mechanical or chemical treatment operations or at other periods, as necessary. In addition, a final video survey is to be conducted to check the well casing for possible damage that may have been caused by the installation and removal of the temporary test pump, and to determine the then -current amount of sediment fill in the bottom of the casing. A total of three (3) downwell video surveys of the well are included in this bid item. B. Biddinq Details Details regarding any changes/additions to this section or quantities and/or values for bidding purposes are presented in the Basis of Measurement for Bidding and Payment in Part 4 of this section. C. Submittals 1. The CONTRACTOR shall submit the name of the SUBCONTRACTOR retained to perform the camera survey to the CITY and its TECHNICAL REPRESENTATIVE for approval prior to use. 2. Two copies in both a playable DVD format and an Audio Video Interleaved format (.avi or.mp4 file) of the video recordings shall be provided to the CITY and one to its TECHNICAL REPRESENTATIVE within 48 hours after the survey is complete. 3. Refer to Table 1 in the Special Provisions for details on these and other submittals associated with the project. PART 2 — MATERIALS A. Camera The camera used for the survey shall be equipped with properly functioning centralizers. The equipment used by the SUBCONTRACTOR for each video survey shall produce a DVD and all other requested digital video file(s) with an automatic depth indication. B. Recordings For each of the three successful clear -viewing video surveys, the CONTRACTOR shall provide the CITY and its TECHNICAL REPRESENTATIVE with two DVD recordings, two video reports, a digital copy of the video survey, and a digital copy of the video reports, as specified. Each video survey log report, at a minimum, shall document the survey date, static water level, perforation (or screened) depth intervals and conditions, and total well depth. Refer to Table 1 for additional details regarding report submittals. TP -7 SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA SHALLOW PART 3 - EXECUTION A. The CONTRACTOR shall furnish all labor, material, and equipment required to provide as many as three clear -viewing color video surveys with dual -viewing (side -and downwell viewing) capabilities of the well after preparation of the water within the well casing to produce clear viewing conditions throughout the entire cased depth of the well. As the camera probe surveys the full casing interval in the well, a digital depth record shall be recorded on the video survey log for reference. B. The video camera shall be capable of providing dual -viewing, in both vertical and horizontal (side- and downwell) direction of the entire casing as it descends into the well. C. The CONTRACTOR will introduce a polymer -type flocculent (Barafloc, or similar) or lime solution into the well, followed by water through a garden hose. Only water from a potable supply shall be used and an airgap shall be maintained between the outlet of the hose and the surface of the water in the well. The CONTRACTOR will allow water to flow into the well for a between 24 and 48 hours in advance of the video survey to produce clear viewing conditions. Should a clear video picture of the internal casing conditions not be achieved, additional clear water preparations shall be implemented and additional video surveys conducted until a clear video picture record is obtained. This additional work, if needed, shall be accomplished at the CONTRACTOR's expense. D. As the camera surveys the full casing interval in the well, a digital depth record shall be recorded on the video survey log for reference. The digital depth counter shall be set at zero, at approximate ground surface level, with the side -viewing camera. E. The videos shall become the property of the CITY and its TECHNICAL REPRESENTATIVE when the survey is completed, and the required copies shall be provided to the CITY and its TECHNICAL REPRESENTATIVE no more than 48 hours after the survey is completed in the well. F. Following the final video survey, the CONTRACTOR shall measure and record any sediment fill remaining in the bottom of the casing, and then shall remove the sediment to the maximum possible extent using a bailer, scow or other equivalent retrieval device. All bailed material (water and sediment) shall be placed in appropriate containers. The sediment, after separation from the water, shall be placed in steel, 55 -gallon -capacity drums, properly labeled, and eventually removed from the well site for proper disposal by the CONTRACTOR. The CONTRACTOR will be responsible for manifesting the bailed material for disposal at an appropriate landfill. The TECHNICAL REPRESENTATIVE may be onsite to collect a sample of the bailed material for possible laboratory analysis. The updated total depth of the well shall be measured by the CONTRACTOR shortly following bailing. SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA SHALLOW PART 4 — BASIS OF MEASUREMENT FOR BIDDING AND PAYMENT The CONTRACTOR shall include the cost of the listed work and also that work not listed in this section, but necessary and incidental to perform and complete this bid item, in accordance with the following: a) Conduct up to three (3) clear -viewing color video surveys with dual viewing camera (side -looking and downwell capabilities) in the well following brushing and bailing, mechanical redevelopment, chemical treatment operations, and final video survey following removal of the test pump. b) Payment for each successful, clear -viewing color video survey of each entire well shall be at the per video ("each") bid price. c) Price to include clarification of the water, as specified in the Technical Provisions, in order to provide clear -viewing conditions of the entire well casing. d) There will be no additional payment for standby time while the survey is being conducted, or for re -conducting any new video surveys required due to poor viewing conditions in any of the surveys. END OF SECTION TP -9 SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA SHALLOW SECTION TP -5 (BID ITEM NO. 5): "AIR -JETTING" OF WELL PART 1 — GENERAL A. Description This section covers the initial rehabilitation of the well with a method that utilizes "Air -Jetting" of the perforated sections of the casing to help remove scale from the inside of the perforated sections of this casing, and to help disrupt/dislodge biofilm and other types of growth from the perforations and gravel pack surrounding the casing. This "Air -Jetting" will consist of an active method of scale and/or encrustation removal such as AirBurst®, Bore Blast®, Arc Wave (Plasma Pulse Wave), or other approved method, if requested by the CITY. B. Bidding Details Details regarding any changes/additions to this section or quantities and/or values for bidding purposes are presented in the Basis of Measurement for Bidding and Payment in Part 4 of this section. C. Submittals 1. The method to conduct this "Air -Jetting" shall be proposed by the CONTRACTOR and will include the use of an active method of scale and/or encrustation removal such as AirBurst®, Bore Blast®, Arc Wave (Plasma Pulse Wave), or other approved method, if requested by the CITY. 2. The CONTRACTOR shall submit the name of the SUBCONTRACTOR retained to perform the specific "Air -Jetting" method. 3. Refer to Table 1 in the Special Provisions for details on these and other submittals associated with the project. PART 2 — MATERIALS A. This shall consist of any equipment, expendables and other items associated with the AirBurst®, Bore Blast®, Arc Wave, or approved equal methods. PART 3 — EXECUTION A. The CONTRACTOR shall lower the "Air -Jetting" tool to the top of the perforated intervals in the well and begin to "jet" the perforated areas, moving the tool downwell through each depth - discrete perforated interval in the well. The air pressure / electronic power to be applied to the well shall be determined by the CONTRACTOR. B. The CONTRACTOR shall exercise extreme care in employing the CONTRACTOR -selected technique and is cautioned to set air pressures / electronic power at levels that would preclude damage to the well casing. Any damage to the casings will be the sole responsibility of the CONTRACTOR. TP -10 SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA SHALLOW PART 4 — BASIS OF MEASUREMENT FOR BIDDING AND PAYMENT The CONTRACTOR shall include the cost of the listed work and also that work not listed in this section, but necessary and incidental to perform and complete this bid item, in accordance with the following: a) Clean the existing well casing and gravel pack using an approved "air -jetting" method such as AirBurstO, Bore BlastO, Arc Wave, or approved equal. b) Payment for the specific "air -jetting" method employed shall be at the lump sum price bid. C) This will include the cost for any equipment to lift the devices into and out of the well. d) No payment will be made for delays resulting from: (i) equipment stuck in the well, (ii) equipment breakdown, or (iii) failure to conduct the operations in a diligent and workmanlike manner by which the desired results could ordinarily be expected. e) Any equipment and/or tools stuck downwell shall be removed by the CONTRACTOR at the CONTRACTOR'S expense. The CITY will not be responsible for or reimburse the CONTRACTOR for the removal of any equipment and/or tools stuck downwell. END OF SECTION TP -11 SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA SHALLOW SECTION TP -6 (BID ITEM NOS. 6A TO 6E): CHEMICAL TREATMENT PART 1 - GENERAL A. Description This section covers the treatment of the well by chemical methods, including the use of an acid and other chemicals with a swab tool to emplace the chemicals into the perforated sections of casing. The CONTRACTOR will perform chemical treatment in accordance with the specified procedures and methods described below. B. Bidding Details Details regarding any changes/additions to this section or quantities and/or values for bidding purposes are presented in the Basis of Measurement for Bidding and Payment in Part 4 of this section. C. Submittals A chemical treatment plan, including the chemical vendor, the chemicals and approximate volumes, based on current static water level conditions and the diameters of the original well casing and gravel pack, shall be submitted by the CONTRACTOR. Refer to Table 1 in the Special Provisions for details on these and other submittals associated with the project. PART 2 — MATERIALS A. Recommended Chemicals and Volumes 1. A solution incorporating the chemicals that is to be pre -mixed at ground surface. 2. The chemical mixture and potable water should be injected into all perforated zones in the well. This mixture is to be based on the total targeted treatment volume in the well. 3. The CONTRACTOR shall check the volume of water inside the casing at the time of chemical application, based on its current static water level, and independently determine the concentrations of the listed chemicals. Discuss any discrepancies with the CITY between the above -listed concentrations and those determined at the time of chemical treatment. PART 3 — EXECUTION A. The chemicals shall be thoroughly mixed at ground surface in a 5,000 -gallon tank prior to emplacement downwell, as necessary. Only potable water shall be used, and an air -gap shall be maintained between the outlet and the surface water in the mixing tank and/or vat. B. The chemicals shall be emplaced downwell through a 10- to 20 -foot long, perforated double - swab tool. C. The chemicals shall be swabbed and agitated into each 10- to 20 -foot perforated interval of the casing with the double -swab tool. D. The time for setup of all tooling, injection and swabbing of all chemicals and evacuation of the chemicals shall be a part of the bid price. Any additional and extra time expended by the CONTRACTOR during chemical treatment will be borne solely by the CONTRACTOR. TP -12 SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA SHALLOW PART 4 — BASIS OF MEASUREMENT FOR BIDDING AND PAYMENT The CONTRACTOR shall include the cost of the listed work and also that work not listed in this section, but necessary and incidental to perform and complete this bid item, in accordance with the following: a) The CONTRACTOR will need to calculate the volume of chemicals to add to each section of perforations, based on the length of the tool used. b) The chemicals are to be acquired from HercChemTech, LLC (HCT) c) The total volumes of chemicals to be used, for bidding purposes only, are as follows: o Well-Klean° - Pipe-Klean Pre -Blend: 795 gallons (397.5 gallons per event) o Well-Klean° Concentrate: 30 gallons (15 gallons per event) o WaterSOLVTm BC: 106 gallons o Sodium Bicarbonate: 750 lbs (blended with 1,500 gallons of water) d) The chemicals shall be applied to the well in the following discrete stages: 1. Initial injection and swabbing of 397.5 gallons of Well-Kleano - Pipe-Klean Pre - Blend, mixed with 15 gallons of Well-Klean° Concentrate, premixed at the surface. The period of swabbing shall be on the order of ten to fifteen minutes. Allow initial injection of Well-Klean° mixture to soak in the well for a minimum of 72 hours following completion of this injection step. 2. Secondary injection and swabbing of 397.5 gallons of Well-Kleano - Pipe-Klean Pre -Blend, mixed with 15 gallons of Well-Klean° Concentrate, premixed at the surface. The period of swabbing shall be on the order of ten to fifteen minutes. Allow secondary injection of Well-Klean° mixture to soak in the well for a minimum of 72 hours following completion of this injection step. 3. Injection and swabbing of 106 gallons of WaterSOLVTm BC. The period of swabbing shall be on the order of ten to fifteen minutes. Allow WaterSOLVTM BC to soak in the well for a minimum of 36 hours following completion of this injection step. 4. Injection and swabbing of a mixture consisting of 750 lbs sodium bicarbonate (NaHCO3) and 1,500 gallons water (0.5 lbs NaHCO3 per gallon of water), premixed at the surface. 5. The period of swabbing these chemicals in shall be on the order of 15 to 20 minutes per each 20 -foot section of all perforations in the well. 6. Following injection and swabbing of the NaHCO3-water mixture, all fluids shall be evacuated from the well by airlifting methods. e) The time for setup of all tooling, injection and swabbing of all chemicals and evacuation of the chemicals shall be a part of the bid price. Any additional and extra time expended by the CONTRACTOR during chemical treatment will be borne solely by the CONTRACTOR. f) The CONTRACTOR shall consult with HCT to confirm final quantities and procedures. g) No payment will be made for delays resulting from: (i) equipment stuck in the well, (ii) equipment breakdown, or (iii) failure to conduct the operations in a diligent and workmanlike manner by which the desired results could ordinarily be expected. TP -13 SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA SHALLOW h) Any equipment and/or tools stuck downwell shall be removed by the CONTRACTOR at the CONTRACTOR'S expense. The CITY will not be responsible for or reimburse the CONTRACTOR for the removal of any equipment and/or tools stuck downwell. END OF SECTION TP -14 SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA SHALLOW SECTION TP -7 (BID ITEM NO. 7): MECHANICAL REDEVELOPMENT PART 1 — GENERAL A. Description This section covers the redevelopment of the well by mechanical methods, including the use of a swab tool and airlift system to help dislodge biological material from each perforated section of casing. B. Bidding Details Details regarding any changes/additions to this section or quantities and/or values for bidding purposes are presented in the Basis of Measurement for Bidding and Payment in Part 4 of this section. C. Submittals Daily site activity reports shall be submitted by the CONTRACTOR. Refer to Table 1 in the Special Provisions for details on these and other submittals associated with the project. PART 2 — MATERIALS A. Mechanical redevelopment will be accomplished using a double swab tool consisting of a appropriately sized rubber packer assembly near each end of an approximately 10- to 20 -foot long perforated section of pipe that will allow for intake of fluids in the well, between the two swabs. The downhole end of the perforated pipe section on the double -swab mechanical redevelopment tool shall be capped. B. The CONTRACTOR shall provide adequate air compressor with "hospital -quiet" rated noise attenuation enclosure and shall have sufficient capacity in both volume (cubic feet per minute [cfm]) and pressure (pounds per square inch [psi]) to maintain the proper relationships between air pressure/air volume capacity and the diameters and lengths of both drill pipe and air tubing and to maintain proper airlifting efficiency during mechanical redevelopment. As a minimum, a compressor rated at 600 cubic feet per minute (CFM) and 250 pounds per square inch (PSI) is required. The air-lift rate shall be between 150 to 300 gpm; the eductor airlift pipe shall be no less than six (6) inches in diameter. PART 3 - EXECUTION A. Mechanical redevelopment to help remove biological material and redevelopment chemicals shall begin at the uppermost section of perforations with simultaneous swabbing and airlifting of each successive 10- to 20 -foot section of perforated casing until the discharge becomes reasonably clear as determined by the onsite TECHNICAL REPRESENTATIVE. Following such a determination, the assembly shall be lowered to the next 10- to 20 -foot long perforated interval and the procedure repeated until all perforated (or screened) sections in the casing have been mechanically developed. It is anticipated that each 10- to 20 -foot long perforated zone will require on the order of 1 to 3 hours (depending on the length of tool used) of such simultaneous swabbing and airlifting. All redevelopment fluids extracted during airlifting will be treated and eventually discharged, as defined in Section 8, below. Following mechanical redevelopment, any sediment accumulated in the bottom of the well shall be removed via bailing. TP -15 SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA SHALLOW PART 4 — BASIS OF MEASUREMENT FOR BIDDING AND PAYMENT The CONTRACTOR shall include the cost of the listed work and also that work not listed in this section, but necessary and incidental to perform and complete this bid item, in accordance with the following: a) Payment for mechanical redevelopment shall be at the per unit hour price. b) A total of 80 hours is allotted for mechanical redevelopment to redevelop the well by airlifting and swabbing. Any additional hours beyond the bid amount will be paid at the same per unit hour price. c) Mechanical redevelopment is to be performed via simultaneous swabbing and airlifting using the double swab tool. d) Bailing to remove sediment fill from the bottom of the casing following completion of mechanical redevelopment shall be a part of the bid price. e) The total number of hours is limited only to actual airlifting and swabbing and does not include any time for setup of tools and equipment at the surface and downwell. f) No payment will be made for delays resulting from: (i) equipment stuck in the well, (ii) equipment breakdown, or (iii) failure to conduct the operations in a diligent and workmanlike manner by which the desired results could ordinarily be expected. g) Any equipment and/or tools stuck downwell shall be removed by the CONTRACTOR at the CONTRACTOR'S expense. The CITY will not be responsible for or reimburse the CONTRACTOR for the removal of any equipment and/or tools stuck downwell. END OF SECTION TP -16 SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA SHALLOW SECTION TP -8 (BID ITEM NO. 8): DISCHARGE FLUIDS & COMPLIANCE PART 1 — GENERAL A. Description This task shall include the treatment of the mechanical redevelopment water, sampling of the discharge water prior to its release, and monitoring/reporting of the discharge in accordance with the CONTRACTOR -obtained De Minimis Order authorization letter from the Regional Board Executive Officer. All solids/sludges shall also be disposed of in compliance with the De Minimis Order. B. Bidding Details Details regarding any changes/additions to this section or quantities and/or values for bidding purposes are presented in the Basis of Measurement for Bidding and Payment in Part 4 of this section. C. Submittals Daily site activity reports shall be submitted by the CONTRACTOR. Refer to Table 1 in the Special Provisions for details on these and other submittals associated with the project. PART 2 — MATERIALS A. Two above -ground temporary storage tanks (15,000 to 21,000 Baker, Alder, or equivalent). B. Other materials may be required, as determined necessary by the treatment system to be employed. PART 3 — EXECUTION A. Two above -ground temporary storage tanks will be required to receive all mechanical development discharge fluids. These tanks may also need to be equipped with blending equipment (hoses/piping/valves) to successfully produce discharge water with concentrations/values of constituents in compliance with the applicable requirements of the De Minimis Order authorization letter. B. Above -ground temporary storage tanks used at the well site shall be cleaned thoroughly by the tank rental vendor and/or the CONTRACTOR to prevent cross -contamination with residual materials from prior tank contents. C. Initial mechanical redevelopment water shall be stored in above -ground temporary storage tanks. These fluids shall at no time be allowed to discharge to ground surface; they shall instead be hauled away via vacuum trucks for disposal at a facility licensed to receive such wastes. Manifesting of these fluids shall be performed by the CONTRACTOR. D. Treatment of the discharge fluids from mechanical redevelopment shall initially consist of neutralization of any high or low pH fluids (not within 6.5 and 8.5 pH units) that have been airlifted from the well. E. The De Minimis Order also states that "there shall be no visible oil and grease in the discharge". F. Prior to any discharge, grab samples of the fluids to be discharged shall be collected by the CONTRACTOR in accordance with the De Minimis Order: "All sampling and sample preservation shall be in accordance with the current edition of "Standard Methods for the Examination of Water and Wastewater" (American Public Health Association)." TP -17 SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA SHALLOW G. If the concentrations/values of constituents in the neutralized discharge fluids are outside of compliance with the limitations of the De Minimis Order authorization letter, the fluids may need to be temporarily passed through and stored in above -ground temporary storage tanks to undergo settling and/or blending with municipal -supply water to varying proportions. Further, dechlorination of the fluids may also need to be performed to disinfect the discharge prior to disposal. If these measures are inadequate to achieve compliance with the De Minimis Order authorization letter further and/or alternative treatment of the fluids may be required prior to discharge. H. Discharge grab samples shall be collected and analyzed at the expense of the contractor and in accordance with the De Minimis Order authorization letter to verify that the regulated constituents in the fluids to be discharged are below the maximum levels/values permitted for each constituent listed in the authorization letter: "All laboratory analyses shall be performed in accordance with test procedures under 40 CFR 136 (revised as of April 11, 2007) "Guidelines Establishing Test Procedures for the Analysis of Pollutants, " promulgated by the United States Environmental Protection Agency (EPA), unless otherwise specified in this Monitoring and Reporting Program. In addition, the Regional Water Board and/or EPA, at their discretion, may specify test methods that are more sensitive than those specified in 40 CFR 136." I. Additionally, the De Minimis Order states that "Chemical analyses shall be conducted at a laboratory certified for such analyses by the State Water Resources Control Board in accordance with Water Code Section 13176, or conducted at a laboratory certified for such analyses by the EPA or at laboratories approved by the Regional Water Board's Executive Officer." J. Discharge samples shall be collected in accordance with the site-specific CONTRACTOR - obtained De Minimis Order authorization letter from the Regional Board Executive Officer. The authorization letter will contain a site-specific Monitoring and Reporting Program (MRP) that the CONTRACTOR shall implement, similar to that presented in Attachment E of the De Minimis Order. K. For the purposes of bidding, a maximum of twelve (12) grab samples will be collected of the discharge during mechanical and pumping redevelopment and during production testing operations. These grab samples shall be collected at the frequency and in the manner specified by the De Minimis Order authorization letter. L. If the testing detects levels exceeding constituent limits, all discharge must cease immediately, and the CONTRACTOR must provide whatever additional labor, equipment, etc. are required and at no additional cost to the CITY, to reduce the concentrations of the constituents that exceeded limits to those specified in the site-specific MRP. M. All solids/sludges generated during the well rehabilitation process shall be contained onsite in appropriate containers and/or be disposed of at a pre -approved site and proof of proper disposal shall be submitted to the CITY. Laboratory testing of solids generated must be submitted to the disposal facility prior to disposal and a copy presented to the CITY prior to disposal. Solid matter shall be separated from the discharge fluids prior to disposal. The fluids remaining after separation shall be discharged in accordance with the site-specific MRP requirements. N. The CONTRACTOR is required to adhere to any and all site-specific MRP discharge limitations. Any fines and/or penalties incurred as a result of improperly discharging and/or improperly reporting the discharge of fluids generated during any chemical treatment, TP -18 SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA SHALLOW redevelopment, or testing operations shall be borne entirely by the CONTRACTOR and not by either the CITY or its TECHNICAL REPRESENTATIVE. O. Any additional or alternative requirements imposed by the Regional Board Executive Officer as a condition of authorization to discharge shall also be followed, as specified, and without exception. P. The MRP presented in the De Minimis Order provides a list of parameters and constituents that shall be monitored as part of the Standard Effluent Monitoring Program, along with the Maximum Daily Concentration Limits in milligrams per liter (mg/L), reproduced below. The CONTRACTOR is advised that all components of this list are subject to change by the Regional Board Executive Officer. The CONTRACTOR is solely responsible for maintaining all aspects of compliance with the site-specific De Minimis Order authorization letter. Parameter / Unit Sample Minimum Sampling Maximum Daily Constituent Type Frequency Concentration Limit Gallons Flow per day Estimate Daily Not Applicable (9pd) Total Petroleum pg/L 0.1 mg/L Hydrocarbons During the first Total Residual Chloirine2, 3, a, 5 30 minutes of 0.1 mg/L m /L g each discharge, Total Suspended 3 a Solids Grab then weekly, 75 mg/L thereafter; or as Sulfides directed by the Executive Officer 0.4 mg/L pH Std. Within 6.5 and 8.5 pH Units units 2 - Unless it is known that chlorine is not in the discharge. 3 - Not applicable if all wastewater will percolate prior to reaching receiving waters. 4 - This limit is not applicable if all the wastewater percolates into the ground before it reaches a section of a receiving water body with a running stream and/or accumulation of water (e.g., a lake or reservoir) that sustain aquatic life beneficial uses. 5 - Compliance with this limitation may be determined at any point between the point of discharge and the point where the discharge enters the first receiving water with a running stream and/or accumulation of water (e.g., a lake or reservoir) that sustain aquatic life beneficial use. Q. In addition to the requirements of the De Minimis Order, the CONTRACTOR shall regularly sample for E. coli, as described in Part 3 of the Water Quality Control Plan for Inland Surface Waters, Enclosed Bays, and Estuaries of California - Bacteria Provisions and a Water Quality Standards Variance Policy (Appendix 4). The CONTRACTOR is responsible for contacting the Regional Board to determine the appropriate frequency and method to implement compliance with that document. The CONTRACTOR shall then inform the CITY and its TECHNICAL REPRESENTATIVE of the Regional Board's response regarding E. coli sampling requirements for discharge monitoring. TP -19 SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA SHALLOW PART 4 — BASIS OF MEASUREMENT FOR BIDDING AND PAYMENT The CONTRACTOR shall include the cost of the listed work and also that work not listed in this section, but necessary and incidental to perform and complete this bid item, in accordance with the following: a) Payment for the treatment and discharge of well redevelopment fluids shall be at the lump sum bid price. b) Costs are to include two, above -ground, 15,000- to 21,000 -gallon storage tanks (Adler, Rain -for -Rent, or similar). c) Chemicals to neutralize any excessively acidic or basic water will be applied as necessary to maintain compliance with the site-specific De Minimis Order authorization letter, and the cost for these chemicals are to be included in the bid item. d) Costs shall also include all sampling, analysis and reporting associated with De Minimis Order authorization letter MRP compliance and Part 3 of the Water Quality Control Plan for Inland Surface Waters, Enclosed Bays, and Estuaries of California - Bacteria Provisions and a Water Quality Standards Variance Policy, which will be borne solely by the CONTRACTOR. END OF SECTION TP -20 SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA SHALLOW SECTION TP -9 (BID ITEM NO. 9): MOBILIZATION/DEMOBILIZATION OF TEST PUMP PART 1 — GENERAL 1. Description This section covers the mobilization, installation, removal and demobilization of a temporary test pump and all necessary equipment and accessories for the well. 2. Bidding Details Details regarding any changes/additions to this section or quantities and/or values for bidding purposes are presented in the Basis of Measurement for Bidding and Payment in Part 4 of this section. 3. Submittals The CONTRACTOR shall submit copies of recent calibration records and accuracy tests for the flow meter device to the CITY prior to installation of the device on the temporary discharge pipe of the well. Refer to Table 1 in the Special Provisions for details on these and other submittals associated with the project. PART 2 — MATERIALS A. Discharge Piping and Flow Meter The CONTRACTOR shall provide the temporary discharge piping required to convey well testing water to the appropriate disposal area. The discharge piping shall include an inline flow meter with 6 -digit, straight reading totalizer dial, registering in volume units of 1,000 gallons, together with an instantaneous rate of flow indicator dial that reads in gpm; the totalizer device and dial shall be suitable for a flow range of 500 to 4,000 gpm. The discharge piping shall also include a tap with a valve to take water samples not more than 20 ft from the well and a Rossum-type sand tester for measuring sand content in the pumped discharge. A butterfly valve shall be provided downstream of the flow meter to ensure an adequate water level in the discharge piping for meter accuracy at low flow rates. The flow meter shall be used to accurately (±5%) measure both instantaneous flow rates (in gallons per minute) and total flow volumes (in gallons) during pumping. This meter shall have been calibrated within the last 6 months prior to use at the well. This meter shall be tested for accuracy prior to use and certified test results documenting its accuracy and the testing firm employed shall be submitted to the CITY prior to installation of the meter on the discharge piping of the well. TP -21 SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA SHALLOW B. Temporary Test Pump The furnished test pump shall be of the deep well turbine type capable of pumping at a specified rate at a specified total dynamic head, as specified in the Basis of Measurement for Bidding and Payment in Part 4 of this section. The pump intake setting shall be as specified in the Basis of Measurement for Bidding and Payment in Part 4 of this section. A satisfactory throttling device shall be provided so that the pumping rate can be reduced to 500 gpm, if necessary. The test pump shall be set to provide adequate access for a spinner tool and for a depth discrete sampling tool into the well. The prime mover (motor) shall be an electric engine and be capable of providing variable - speeds to the gear (pump) head in order to perform pumping redevelopment and testing operations. This engine shall be equipped with suitable throttling devices to control and vary discharge rates. The engine shall meet all applicable noise regulation requirements during pumping redevelopment and subsequent testing operations. C. Water Level Probe The CONTRACTOR shall furnish an electrical water level depth gage capable of indicating changes in the water levels inside the casing to the nearest one-tenth foot and shall furnish and install an airline with a direct reading gage calibrated in feet. The CONTRACTOR shall provide whatever assistance may be required by the CITY or its TECHNICAL REPRESENTATIVE during water level and flow rate/volume monitoring. PART 3 — EXECUTION A. Following the interim video survey, the CONTRACTOR shall install and later remove a temporary test pump and all necessary equipment and accessories in the well. This test pump is to be used to perform pumping redevelopment and the final pumping tests. B. During test pump installation, a temporary 3 -inch ID (minimum) access tube shall be installed into the well alongside the pump column to provide access for a flow meter (spinner) survey and depth -specific sampling tools into the well casing during pumping. In addition, a temporary 1 -inch ID (minimum) access tube shall be installed into the well alongside the pump column to allow for installation of an electronic water level data logger for continuous monitoring of water levels leading up to, during, and following completion of the specified pumping tests. This 1 -inch ID (minimum) access tube shall terminate with an approximately 10 -foot long screened section that is to extend down to immediately above the pump bowls, to the satisfaction of the TECHNICAL REPRESENTATIVE. C. The test pump motor shall be an electric engine and be capable of providing variable -speeds to the pump head in order to perform pumping redevelopment and testing operations. Note: the bottom section of the temporary access tube should be installed/constructed so that the spinner survey tool and/or the depth -specific sampling tool are easily retrievable and do not become "snagged" on the lip of the access tube. D. Discharge piping shall be provided for the pumping unit and be of sufficient size and length to conduct the pumped water according to these Provisions. The CONTRACTOR shall provide orifices, meters, or other approved devices that will accurately measure the flow rates, in total amount of water pumped (in gallons) and the instantaneous discharge (in gpm). The discharge line shall be provided with suitable equipment for sand testing, such as the Rossum- type sand tester. The discharge piping shall be equipped with suitable throttling devices to control the discharge rates. TP -22 SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA SHALLOW E. The test pump shall NOT be equipped with a foot valve, which would otherwise prevent backspin and interfere with surging operations. The test pumping unit shall be capable of being operated without interruption for a continuous period of 72 hours during subsequent aquifer testing. F. After removing the test pump from the well, the CONTRACTOR shall remove any oil, if present, from the water surface within the well (e.g., test pump lubricating oil). An acceptable method of removal is to lower, via a cable, an oil absorbent "sock" or similar material designed to absorb spilled oil. Proper disposal of such absorbent "socks", if used, must be provided for by the CONTRACTOR. PART 4 — BASIS OF MEASUREMENT FOR BIDDING AND PAYMENT The CONTRACTOR shall include the cost of the listed work and also that work not listed in this section, but necessary and incidental to perform and complete this bid item, in accordance with the following: a) The prime mover (motor) for the deep well, line -shaft, turbine test pump shall be an electric engine of sufficient capacity to allow the test pump to operate in accordance with the following design parameters: o Maximum pumping rate: 3,500 gpm. o Total Dynamic Head (TDH): 80 ft bgs. o Depth Setting of Pump Intake: 135 ft bgs. b) Payment for test pump mobilization (including installation) and demobilization shall be made at the lump sum price bid for the well. c) Fuel for the pump motor shall be provided by the CONTRACTOR and shall be of adequate supply to allow the motor to run for a maximum continuous period of 72 hours, if needed, without interruption. d) The flow meter used shall be tested for accuracy prior to use and certified test results documenting its accuracy and the testing firm employed shall be submitted to the CITY prior to its use. Sufficient discharge piping shall be provided by the CONTRACTOR to convey the pumped water to the point of discharge at the well site. e) No payment will be made for delays resulting from: (i) equipment stuck in the well, (ii) equipment breakdown, or (iii) failure to conduct the operations in a diligent and workmanlike manner by which the desired results could ordinarily be expected. f) Any equipment and/or tools stuck downwell shall be removed by the CONTRACTOR at the CONTRACTOR'S expense. The CITY will not be responsible for or reimburse the CONTRACTOR for the removal of any equipment and/or tools stuck downwell. END OF SECTION TP -23 SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA SHALLOW SECTION TP -10 (BID ITEM NO. 10): PUMPING REDEVELOPMENT PART 1 - GENERAL A. Description This section covers the redevelopment of the well by pumping methods. B. Bidding Details Details regarding any changes/additions to this section or quantities and/or values for bidding purposes are presented in the Basis of Measurement for Bidding and Payment in Part 4 of this section. C. Submittals The CONTRACTOR shall submit copies of daily pumping redevelopment sheets listing, at a minimum, the following pumping parameters/values: 1. Date/time. 2. Pumping durations. 3. Number of surges. 4. Static water levels. 5. Flow rate(s). 6. Engine revolutions per minute (rpm). 7. Pumping water levels. 8. Water level drawdown. 9. Specific capacity values. 10. Sand content at 5, 10 & 15 minutes. 11. Turbidity. 12. Any other observations during pumping, such as odors in the discharge. Refer to Table 1 in the Special Provisions for details on these and other submittals associated with the project. PART 2 — MATERIALS A. None Specified PART 3 — EXECUTION A. Pumping redevelopment shall consist of intermittent pumping and surging of the well, beginning at an initial rate in the range of 100 to 500 gpm and continuing at successively higher rates, up to the maximum of either the installed pump or the capability of the aquifer(s) that the well is perforated against. Surging allows water to flow back through the bowls with free backspin and through the perforated openings. The procedure shall be repeated, at increments, up to a final rate recommended by the TECHNICAL REPRESENTATIVE. TP -24 SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA SHALLOW B. Within 30 minutes of startup of pumping redevelopment, a water sample for analysis of constituents required by the site-specific De Minimis Order authorization letter will be collected and submitted by the CONTRACTOR to a laboratory that is State -certified for all required analyses, to check for compliance with the authorization letter requirements. No offsite discharge shall be permitted until the Order authorization letter requirements are met. Weekly sampling of those constituents shall also be required, but additional and/or alternative requirements may be imposed by the authorization letter C. Redevelopment records shall be maintained on at least a half-hour basis showing production rate, pumping level, drawdown, sand production, and all other pertinent information concerning pumping redevelopment. Redevelopment at each rate shall continue until the following conditions have been met: 1. The specific capacity (in gpm/ft ddn) shall have reached a relatively constant value over a period of at least 4 continuous hours, or as recommended by the TECHNICAL REPRESENTATIVE. 2. Sand content (if present) measured by the Rossum-type sand tester 15 minutes after surging is no greater than 3 ppm, or as recommended by the TECHNICAL REPRESENTATIVE while pumping at the specified rate. PART 4 — BASIS OF MEASUREMENT FOR BIDDING AND PAYMENT The CONTRACTOR shall include the cost of the listed work and also that work not listed in this section, but necessary and incidental to perform and complete this bid item, in accordance with the following: a) Payment for pumping redevelopment will be made at the unit price per hour bid (see Schedule). b) A total of 48 hours is allotted for pumping redevelopment to help further develop the well. Any additional hours beyond the bid amount will be paid at the same per unit hour price. c) The time required for well redevelopment will be recorded by the hour with 30—minute intervals as the smallest unit of recorded time. The time recorded for payment shall commence when the equipment installed in the well is placed in operation and shall end when pumping is stopped. No payment will be made for delays resulting from: (i) equipment stuck in the well, (ii) equipment breakdown, (iii) arranging major pumping or testing apparatus, or (iv) failure to conduct the operations in a diligent and workmanlike manner by which the desired results could ordinarily be expected. END OF SECTION TP -25 SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA SHALLOW SECTION TP -11 (BID ITEM NOS. 11A & 116): PUMPING TESTS PART 1 — GENERAL A. Description This section covers pumping tests of the well, including the step drawdown test and a subsequent constant rate pumping test, including monitoring of water level recovery at the end of the constant rate pumping test. B. Bidding Details Details regarding any changes/additions to this section or quantities and/or values for bidding purposes are presented in the Basis of Measurement for Bidding and Payment in Part 4 of this section. C. Submittals Daily site activity reports shall be submitted by the CONTRACTOR. Refer to Table 1 in the Special Provisions for details on these and other submittals associated with the project. PART 2 - MATERIALS A. Discharge Line and Flow Meter The CONTRACTOR shall provide the temporary discharge piping required to convey well testing water to the appropriate discharge point. The discharge line shall include an in-line flow meter with 6 -digit, straight reading totalizer dial, registering in units of 1,000 gallons, together with a rate of flow indicator dial that reads in gpm; the totalizer dial shall be suitable for a flow range of 500 gpm to the specified maximum pumping rate (see Special Provisions). The CONTRACTOR shall also provide and maintain a manometer on the discharge line, upstream of any flow valves on the main discharge line, to accurately measure the discharge pressure. The discharge line shall also include a tap with a valve to take water samples not more than 20 ft from the well and a Rossum-type sand tester for measuring sand content in the pumped discharge. Some type of valve shall be provided downstream of the flow meter to ensure an adequate water level in the discharge pipe for meter accuracy at low flow rates. B. Temporary Test Pump The pump furnished shall be of the deep well turbine type capable of pumping up to the maximum specified rate in gpm against a total specified head (as specified in the Basis of Measurement for Bidding and Payment within the Special Provisions). The intake of the temporary test pump shall be set at its maximum depth (as specified in the Basis of Measurement for Bidding and Payment), unless otherwise specified by the CITY or its TECHNICAL REPRESENTATIVE. A satisfactory throttling device shall be provided so that the pumping rate can be reduced to 500 gpm, if necessary. The test pump shall be set to provide adequate access for a spinner tool and/or for a depth discrete sampling tool into the well, in addition to an electronic water level data logger. C. Water Level Probe The CONTRACTOR shall furnish an electrical water level depth gage capable of indicating changes in the water levels inside the casing to the nearest one-tenth foot and shall furnish and install an airline with a direct reading gage calibrated in feet. The CONTRACTOR shall also provide whatever assistance may be required by the CITY or its TECHNICAL REPRESENTATIVE during water level and flow rate/volume monitoring. TP -26 SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA SHALLOW PART 3 — EXECUTION A. General This item shall consist of conducting pumping tests of the newly -rehabilitated well to help determine the optimum rate of future operational pumping and shall include a step drawdown test and a constant rate pumping test. There shall be a period of at least 24 hours of non - pumping conditions following pumping redevelopment work prior to the start of the step drawdown test. The CONTRACTOR shall provide qualified personnel on a 24-hour basis during the step drawdown test and the constant rate pumping test to assure proper operation of the pumping test equipment, and to assist in water level and flow rate/volume monitoring. Discharge water shall be conveyed from the pump to the point of discharge for the property. It is imperative that the CONTRACTOR ensure that no damage by flooding or erosion is caused to the chosen drainage structure or water disposal site, or to nearby lands and/or streets. The CONTRACTOR shall provide all piping and discharge lines. No fluids will be permitted to flow offsite (except to proper drainage facilities) or to properties not owned by the CITY. The CONTRACTOR shall keep accurate records of the pumping tests of the well and furnish copies of all records to the TECHNICAL REPRESENTATIVE upon completion of each pumping test. The records shall also be made available to the TECHNICAL REPRESENTATIVE for review at any time during the tests. The records shall include physical data describing the construction features such as, but not limited to: casing depth and diameter; complete perforation (screen) description; length and setting of the test pump; a description of the measuring point and its measured height above land surface and/or mean sea level; the methods used in measuring water levels and pumping rates; sand content, if any, as monitored by the Rossum-type sand tester. The CONTRACTOR shall also keep records on the type of pumping equipment used at the well site including engines, drive components, bowls, depth setting of the bowls, lines, and shafts. The CONTRACTOR will also keep records of operation of equipment during the test including engine rpm and horsepower, fuel use, and other essential information that will be useful in designing a pump system. Whenever a continuous pumping duration at a uniform rate has been specified, failure of pumping operations for a period greater than one percent of the elapsed pumping time shall require suspension of the test until the water level in the pumped well has recovered to its original level. Recovery shall be considered "complete" after the well has been allowed to rest for a period at least equal to the elapsed pumping time of the aborted test, except that if any three successive water level measurements spaced at least 20 minutes apart show no further rise in the water level in the pumped well, the test may be resumed immediately. The TECHNICAL REPRESENTATIVE shall be the sole judge as to whether this latter condition exists. The CONTRACTOR will not be paid for any retesting performed if the specified time or recovery requirements of the TECHNICAL REPRESENTATIVE for the aborted test are not first met. Any such aborted tests are invalid and will not be accepted as a successful test. TP -27 SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA SHALLOW B. Step Drawdown Test Prior to starting the step drawdown test in the well, the static water level shall be measured by the CONTRACTOR. The well shall be "step" tested at three to four different rates as determined by the TECHNICAL REPRESENTATIVE. The step drawdown test for the well is estimated to require a total of approximately 12 pumping hours, with each step being pumped continuously for a period of 3 to 4 hours. The CONTRACTOR shall operate the pump and change the discharge rate as recommended by the TECHNICAL REPRESENTATIVE. Both a gate valve and an engine throttle shall control the discharge of the pump. The discharge shall be controlled and maintained at approximately the desired discharge for each step with an accuracy of ±5 percent. Pump discharge shall be measured with an instantaneous flow meter dial, a totalizer meter and a stopwatch, as approved by the TECHNICAL REPRESENTATIVE. Both an airline and electric sounder shall be furnished by the CONTRACTOR for water level measurements by his field crew. During the step drawdown test, the CONTRACTOR shall record sand content measurements at 30 -minute intervals. C. Constant Rate Pumping Test After a 24-hour recovery period following the end of the step drawdown test, a constant rate pumping test shall be performed at a rate as recommended by the TECHNICAL REPRESENTATIVE. This test shall be run for a continuous period of at least 24 to 48 hours, or until the TECHNICAL REPRESENTATIVE terminates the test. A water level recovery period of 24 hours shall follow the termination of the constant rate pumping test, during which time the TECHNICAL REPRESENTATIVE will collect residual drawdown (recovery) data. During the constant rate pumping test, the CONTRACTOR shall also conduct the final sand content testing. The sand content shall be determined by averaging the results of samples collected at the following times during the constant rate pumping test: a. 5 minutes after start of the test; b. after 1/4 of the total planned test time has elapsed; c. after 1/2 of the time has elapsed; d. after 3/4 of the time has elapsed; and e. near the end of the pumping test. The TECHNICAL REPRESENTATIVE will be present at the end of the constant rate pumping test to collect a water sample for laboratory analysis of Title 22, General Mineral and Inorganic constituents, should the CITY want such a sample. TP -28 SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA SHALLOW PART 4 — BASIS OF MEASUREMENT FOR BIDDING AND PAYMENT The CONTRACTOR shall include the cost of the listed work and also that work not listed in this section, but necessary and incidental to perform and complete this bid item, in accordance with the following: a) Payment for testing will be made at the unit price per hour bid. b) Conduct a 12 -hour (maximum) step drawdown and a 48-hour (maximum) constant rate pumping test of the newly rehabilitated well to assess its current, post - rehabilitation pumping rate and specific capacity. c) The time required for test pumping will be recorded by the hour with one-half hour intervals as the smallest unit of recorded time. The time recorded for payment shall commence when the equipment installed in the well is placed into operation and shall end when a test is stopped at the direction of the TECHNICAL REPRESENTATIVE. d) No payment will be made for delays resulting from: (i) equipment stuck in the well, (ii) equipment breakdown or pump failure which would result in an incomplete pumping test, (iii) arranging for the delivery of major pumping, testing apparatus, or other equipment, or (iv) failure to conduct the operations in a diligent and workmanlike manner by which the desired results could ordinarily be expected. e) No payment will be made for tests aborted due to the malfunction of testing equipment or inability of the CONTRACTOR to maintain the well discharge, as specified by the TECHNICAL REPRESENTATIVE, within the limits described herein. f) The costs of labor and equipment associated with aiding during an assumed 24-hour (minimum) water level recovery period following the final constant rate pumping test shall be included in the unit prices bid for the 24-hour (minimum) to 48-hour (maximum) pumping test. END OF SECTION TP -29 SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA SHALLOW SECTION TP -12 (BID ITEM NO. 12): DOWNWELL DYNAMIC FLOWMETER SURVEY PART 1 — GENERAL A. Description This section covers the performance of a vertical flowmeter (spinner) survey, under pumping (dynamic) conditions, which shall be conducted in the well for the purpose of providing information on the current downwell flow regime in the newly rehabilitated well. The spinner survey shall be performed near the end of the constant rate pumping test, as directed by the TECHNICAL REPRESENTATIVE. The CONTRACTOR shall furnish services for performing the spinner survey of the well. This survey shall be run in the presence of the onsite TECHNICAL REPRESENTATIVE. B. Bidding Details Details regarding any changes/additions to this section or quantities and/or values for bidding purposes are presented in the Basis of Measurement for Bidding and Payment in Part 4 of this section. C. Submittals 1. The CONTRACTOR shall submit to the CITY and its TECHNICAL REPRESENTATIVE the name and qualifications of the SUBCONTRACTOR retained to perform the dynamic spinner survey for approval prior to performing the survey. 2. One (1) field copy and two (2) final copies of the dynamic spinner survey log(s), and one (1) electronic copy in Adobe PDF & ASCII format shall be provided to the CITY and its TECHNICAL REPRESENTATIVE following completion of this survey. 3. Refer to Table 1 in the Special Provisions for details on these and other submittals associated with the project. PART 2 — MATERIALS/EQUIPMENT A. The type of spinner survey tool used by the subcontractor shall be capable of accurately measuring flows from each perforated section of the well at the pumping rates selected during the constant rate testing. The survey tool shall be equipped with centralizers to allow the tool to remain centered in the well casing throughout the survey. PART 3 — EXECUTION A. The spinner survey shall be run after the constant rate pumping test at the well has been running for a period of at least 24 hours and after the pumping level has stabilized, which will be determined in the field by the TECHNICAL REPRESENTATIVE. B. The temporary 3 -inch ID (minimum) access tube installed during pump installation will provide access to the well casing during pumping for the spinner survey. The spinner survey shall be conducted from the base of this 3 -inch ID (minimum) temporary access tube to the full extent of the well casing, or as directed by the TECHNICAL REPRESENTATIVE. C. Both static (stop counts) and dynamic tests shall be made, as directed by the TECHNICAL REPRESENTATIVE. Each stop count test shall consist of two -minute readings made at 10 - foot increments, or at increments recommended by the TECHNICAL REPRESENTATIVE. The meter used for the survey shall be calibrated within the uppermost and lowermost blank sections of the well casing. TP -30 SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA SHALLOW D. Each dynamic test shall be conducted at the rate of 1 -foot per second, unless otherwise approved by the TECHNICAL REPRESENTATIVE. The record for the test shall indicate either meter speed or percentage of total meter speed with depth. E. Three down runs shall be conducted during dynamic testing at rates of 20, 40 and 60 ft per minute for each new well, unless otherwise specified and/or approved by the TECHNICAL REPRESENTATIVE. Line speeds must be constant and not vary by more than 5 to 10%. F. The spinner survey shall become the property of the CITY at the time of the survey is completed. The CONTRACTOR shall provide three (3) field copies of the survey for the well to the TECHNICAL REPRESENTATIVE immediately upon completion and five (5) final copies, as requested by the CITY or its TECHNICAL REPRESENTATIVE, and in Adobe PDF at no additional cost to the CITY. G. Calculation of flow rates and the percentage of each flow rate from each perforated casing interval shall be performed by the logging CONTRACTOR/SUBCONTRACTOR and submitted to the TECHNICAL REPRESENTATIVE in tabular format. H. Spinner survey measurements shall also be run on digital equipment and provided to the CITY in both Adobe PDF and ASCII format. PART 4 — BASIS OF MEASUREMENT FOR BIDDING AND PAYMENT The CONTRACTOR shall include the cost of the listed work and also that work not listed in this section, but necessary and incidental to perform and complete this bid item, in accordance with the following: a) Payment for the spinner survey will be made at the lump sum bid price. b) The spinner survey shall be performed in accordance with the Technical Provisions near the end of the constant rate pumping test. c) There will be no additional payment for standby time while the spinner survey is being conducted. END OF SECTION TP -31 SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA SHALLOW SECTION TP -13 (BID ITEM NO. 13): REBUILD & REINSTALL OF PERMANENT PUMP PART 1 — GENERAL A. Description This section covers the reinstallation of the pump bowls, pump column, motor and other ancillary equipment and appurtenances in the well, resulting in a fully operable pumping system. B. Bidding Details Details regarding any changes/additions to this section or quantities and/or values for bidding purposes are presented in the Basis of Measurement for Bidding and Payment in Part 4 of this section. C. Submittals The CONTRACTOR shall submit a diagram of the as -installed pumping system in the well to the CITY, including the labeling of all components and depths of the installed components. The CITY will review and approve the design. 2. A list of all the components and their materials shall be provided. 3. Daily activity reports of the installation of the pump. 4. See Table 1 for all submittals related to this item. PART 2 — MATERIALS/EQUIPMENT A. The type and materials of the motor, discharge head, oil tubing, cable, shafting, column, bowl assembly, and strainer and all other necessary appurtenances and ancillary equipment to provide an efficient, operable pumping system shall be provided to the CITY for its review and approval. PART 3 — EXECUTION A. Installation of all pumping apparatuses for the well including, but not limited to: the motor, discharge head, air tubing, cable, shafting, column, bowl assembly and strainer. The CONTRACTOR shall connect all electrical wiring and appurtenances, as directed by the CITY. Prior to re -connection of the electrical wiring with the pump, the CONTRACTOR shall contact the CITY and have a CITY electrician present. CITY staff will perform all electrical connections to the permanent motor. B. Following re -installation and re -connection of the electrical wiring of the pump, the system shall undergo a vibration test as detailed in the following section. This testing is to consist of operating the pump at its operational pumping rate (to be determined by the CITY) for a period of three days without the pump shutting down. Should the pump fail to start, fail to operate at its operational rate, or shut -down unexpectedly during the 3 -day pumping period, then the CONTRACTOR shall rectify the problem(s) at its own expense. 1199N SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA SHALLOW PART 4 — BASIS OF MEASUREMENT FOR BIDDING AND PAYMENT The CONTRACTOR shall include the cost of the listed work and also that work not listed in this section, but necessary and incidental to perform and complete this bid item, in accordance with the following: a) Rebuild and reinstall a permanent pump in the well capable of pumping at the CITY's design rate and TDH, as specified herein. Pump design shall be submitted to the CITY for review and approval prior to procurement. Preferred manufacturers include Hydroflow, Flowserve, or Goulds. Pump design shall include trimmed 201 stainless impellers, stainless steel collets, stainless steel bolting, stainless steel shafting and bronze bearings. Payment for equipping the well with the permanent pump, as directed by the CITY, will be on a lump -sum basis and shall include, but not be limited to, the pump bowls, impellers, pump column, shaft, retainers, bushings, strainer and all other appurtenances and accessories necessary to provide for a fully operational pumping system. b) The re -installed pump shall have the following pumping rates and total TDH requirements: o Maximum pumping rate: 2,400 gpm. o Total Dynamic Head (TDH): 80 ft bgs. o Depth Setting of Pump Intake: 135 ft bgs. c) The final lump -sum bid price will constitute the final price paid to the CONTRACTOR, inclusive, regardless of the cost to the CONTRACTOR. However, because of the number of unknowns with regard to the condition of the pump components and upon examination of the pump components, the CONTRACTOR shall submit a change order to the CITY for the exact costs to repair, rebuild and replace, as necessary, the pump components. For the purposes of bidding only, a pre-set lump sum bid price of $60,000.00 is allowed for this bid item. d) No payment will be made for delays resulting from: (i) equipment stuck in the well, (ii) equipment breakdown or pump failure which would result in an incomplete pumping test, (iii) arranging for the delivery of major pumping, testing apparatus, or other equipment, or (iv) failure to conduct the operations in a diligent and workmanlike manner by which the desired results could ordinarily be expected. END OF SECTION TP -33 SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA SHALLOW SECTION TP -14 (BID ITEM NO. 14): PUMP VIBRATION TESTING PART 1 — GENERAL A. Description This section covers vibration testing of the new pumping system in the well. B. Bidding Details Details regarding any changes/additions to this section or quantities and/or values for bidding purposes are presented in the Basis of Measurement for Bidding and Payment in Part 4 of this section. C. Submittals 1. The CONTRACTOR shall submit the name of the SUBCONTRACTOR retained to perform the vibration testing on the pump system, for review by the CITY. 2. Provide three (3) bound, final written reports that include the acceptance criteria of all equipment furnished under this contract. The report to include initial testing results, acceptance criteria, corrective action taken to meet acceptance, verification of corrective action and acceptance report and baseline. PART 2 — MATERIALS/EQUIPMENT A. CONTRACTOR shall provide an acceptable testing agency specialized in the field of baseline vibration testing and machinery condition diagnosis on all rotating equipment, including drivers with current certification of ASNT Level III Vibration Analyst. Vibration test and monitoring mounting pads shall be permanently attached to the equipment at locations recommended by the equipment manufacturer or as recommended by the vibration testing services agent. PART 3 — EXECUTION A. Provide Vibration Testing of Pump. 1. Provide continuous monitoring by utilization of a cascade plot recording at minimum to maximum flow rates. This shall be done at a frequency no less than 0.500 mm seconds apart and two times the pumps blade passing frequency. 2. Provide bump test with the units off line in X, Y, Z planes on the motor support flange and at the first discharge elbow. Check against excessive frequency responses up to two times blade passing frequency. B. Equipment Vibration Monitoring and Testing: 1. CONTRACTOR shall provide an acceptable testing agency specialized in the field of baseline vibration testing and machinery condition diagnosis on all rotating equipment, including drivers with current certification of ASNT Level III Vibration Analyst. Vibration test and monitoring mounting pads shall be permanently attached to the equipment at locations recommended by the equipment manufacturer or as recommended by the vibration testing services agent. 2. Mounting pads shall be suitable permanent installation and for incorporation into a predictable maintenance program. 3. Provide cascade plot. TP -34 SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA SHALLOW 4. Analyst will review spectral and waveform data on all points and verify the equipment is free of frequency specific vibration associated with mechanical, electrical and installation related conditions that would be detrimental to overall equipment reliability. Non -synchronous vibration present that cannot be identified as electrical in nature will have to be identified and checked against known equipment bearing defect frequencies. Data will be reviewed in acceleration and velocity for the presence of unacceptable vibration signatures at a minimum of 100 x rpm. 5. Requirements for Vibration Sensor: a. Sensitivity: +/- 5 percent at 25 C = 100 mV/g. b. Acceleration Range = 80 g peak. c. Amplitude Nonlinearity = 1 percent. d. Frequency Response: • +/- 5 percent = 3-5,000 Hz • _/- 10 percent = 1-9,000 Hz. 6. Magnetically portable accelerators shall have a minimum 50 Ib. pull rated magnet. 7. Vibration standards for machinery other than pumping systems to meet applicable ISO Standard 10816. 8. Pumping Equipment tolerance shall be pursuant to Hydraulic Institute Standard 9.6.4 -2009. 9. Equipment shown to be out of range of the specified tolerance shall be repaired or replaced until the equipment meets the specified normal operation range required in the machinery fault guide analysis. All costs associated with the field tests or any required corrective action shall be borne by the CONTRACTOR. 10. The vibration analysis indicated above shall be repeated 6 months after signature testing. A report shall be prepared comparing the results of the 6 -month tests with the results of the signature tests. If the analysis indicates a degradation of greater than 1.5% of the previously measured values, or if the measured results exceed the limits established in accordance with the latest edition of Centrifugal and Vertical Pump for Vibration Measurements and allowable Values published by the Hydraulic Institute, corrective action and retesting shall be required. This includes vibrations resulting from mechanical issues as listed in sections d and a above. Repeated vibration analysis under item h referenced herein shall be conducted by the CITY. 11. Provide one (1) bound, final written report and one (1) electronic copy of such report that include the acceptance criteria of all equipment furnished under this contract. The report to include initial testing results, acceptance criteria, corrective action taken to meet acceptance, verification of corrective action and acceptance report and baseline. TP -35 SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA SHALLOW 12. Requirement for vibration analysis instrumentations: a. Frequency response: 0.18 Hz to 25 kHz. b. Resolution: 6400 lines. c. Amplitude range: 18 bit for 96 dB dynamic range. d. Supports Measurements, acceleration, velocity, displacement, envelope demodulation for bearing defect detection. e. Capable of two -place computer balancing. f. Capable of double integration from Acceleration to Displacement. g. Current Certification of machine calibration. 13. Vibration Settings: a. Minimum 1600 lines resolution. b. 4 Averages. c. Hanning Window. d. 100 Orders or 500 Hz FMAX whichever is greater. e. Collection data in acceleration. f. Bearing analysis to be done utilizing High Frequency Envelope detection such as Peak Vue (Emerson Software) or Shock Pulse (SKF Software). 2000 Hz settings. C. Vibration Limits, unless otherwise indicated 1. For pumps over 60 hp with sleeve bearings and sensing proximity probes: the maximum allowable overall shaft vibration (at maximum speed) shall not exceed 2.0 mils peak -to -peak throughout the full operating range. The maximum allowable transient shaft vibration shall be 3.5 mils peak -to -peak throughout the normal startup and shutdown speed range. These vibration values do not include shaft surface runout (electrical and mechanical) sensed by the probes. The maximum allowable shaft runout (roll speed of less than 100 rpm) shall be less than 0.25 mils. 2. The maximum allowable bearing housing vibration at full operating speed shall not exceed 0.12 IPS RMS (whichever is smaller) throughout the normal operating flow range. The maximum allowable transient bearing housing vibration shall be 0.05 IPS zero to peak throughout the normal startup and shutdown speed range. 3. The machinery shall not exhibit unusual or abnormal frequency components when measured on either the shaft or the casing. Normal frequency components are defined as excitations such as rotational speed or blade passing frequency that are inherent with the mechanical construction of the machinery. Unusual or abnormal frequency components are excitations that are nonsynchronous or not related to the known geometry of the machinery. All vibration measurements taken during the performance testing shall utilize the project vibration instruments (when furnished). TP -36 SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA SHALLOW D. Field Tests 1. Verify motor nameplate voltage and actual source voltage readings. 2. Check to ensure that motor has been connected for proper rotation. 3. Operate each pump for seven consecutive days, during which time no repairs or adjustments shall be made. Assure that the pump operates as designed and specified in response to run/stop signals. Assure that the pump operates without evidence of cavitation of damage to impellers and shafts. Repairs, replace, or realign motors, shafts, and impellers and retest. 4. Conduct vibration level tests with the pump operating at their rated capacity. 5. Adjust or replace the pump if it exceeds the maximum vibration levels. PART 4 — BASIS OF MEASUREMENT FOR BIDDING AND PAYMENT The CONTRACTOR shall include the cost of the listed work and also that work not listed in this section, but necessary and incidental to perform and complete this bid item, in accordance with the following: a) Provide continuous monitoring by utilization of a cascade plot recording at minimum to maximum flow rates. This shall be done at a frequency no less than 0.500 mm seconds apart and two times the pumps blade passing frequency. b) Provide bump test with the units off line in X, Y, Z planes on the motor support flange and at the first discharge elbow. Check against excessive frequency responses up to two times blade passing frequency. c) The final lump -sum bid price will constitute the final price paid to the CONTRACTOR, inclusive, regardless of the cost to the CONTRACTOR. END OF SECTION TP -37 SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA SHALLOW SECTION TP -15 (BID ITEM NO. 15): FINAL PUMPING TEST PART 1 — GENERAL A. Description This section covers the testing of the installed permanent pumping system. This testing is to be performed in conjunction with vibration testing. B. Bidding Details Details regarding any changes/additions to this section or quantities and/or values for bidding purposes are presented in the Basis of Measurement for Bidding and Payment in Part 4 of this section. C. Submittals Daily site activity reports shall be submitted by the CONTRACTOR. Refer to Table 1 in the Special Provisions for details on these and other submittals associated with the project. PART 2 - MATERIALS A. No materials specified. PART 3 — EXECUTION A. This item shall consist of conducting a 3 -day (72 -hour) pumping test of the pumping system. The CONTRACTOR will arrange with the CITY as to the schedule with regard to the testing of the pump. The test shall be performed at an operational pumping rate as directed by the CITY. B. Discharge water during this test shall bypass the system. It is imperative that the CONTRACTOR ensure that no damage by flooding or erosion is caused to the chosen drainage structure or water disposal site, or to nearby lands and/or streets. The CONTRACTOR shall provide all piping and discharge lines. No fluids will be permitted to flow offsite (except to proper drainage facilities) or to properties not owned by the CITY. C. The CONTRACTOR shall keep daily reports on the testing. PART 4 — BASIS OF MEASUREMENT FOR BIDDING AND PAYMENT The CONTRACTOR shall include the cost of the listed work and also that work not listed in this section, but necessary and incidental to perform and complete this bid item, in accordance with the following: a) Payment for testing will be made at the lump sum price bid. b) The time required for test pumping will be recorded by the hour with one-half hour intervals as the smallest unit of recorded time. The time recorded for payment shall commence when the equipment installed in the well is placed into operation and shall end when a test is stopped at the direction of the CITY. END OF SECTION TP -38 SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA SHALLOW SECTION TP -16 (BID ITEM NOS. 16A & 1613): DISINFECT WELL & CLEANUP PART 1 - GENERAL A. Description This section covers the disinfection of the well and site cleanup. This section is separated into two sections: disinfection without reinstallation of the permanent pump and disinfection with reinstallation of the permanent pump, as applicable. B. Bidding Details Details regarding any changes/additions to this section or quantities and/or values for bidding purposes are presented in the Basis of Measurement for Bidding and Payment and Payment in Part 4 of this section. PART 2 - MATERIALS A. The disinfectant shall be as specified in the Basis of Measurement for Bidding and Payment. B. Dosage: see Basis of Measurement for Bidding and Payment in Part 4 of this section. PART 3 — EXECUTION A. Disinfection Without Permanent Pump Reinstallation 1. A doubly capped, perforated pipe container filled with the granular chlorine compound shall be moved up and down the entire water -filled blank and louvered/screened well casing section until all the chlorine has dissolved. 2. The CONTRACTOR shall calculate the correct dosage based on volume of water in casing, at the concentration as shown in the followina table: Solution Concentration (PPM) Ca(HCIO)z (Ibs) NaCIO (gallons) 50 0.6 0.4 100 1.3 0.8 200 2.6 1.7 500 6.4 4.2 1,000 12.8 8.3 1,500 19.2 12.5 2,000 25.6 16.7 3. The chlorinated water shall remain in the well. The CONTRACTOR shall allow water to flow into the casing in order to push the chlorinated water down throughout the casing. 4. The CONTRACTOR shall cover the well casing opening following well disinfection, with a temporary cap. 5. At completion of the work, the CONTRACTOR shall remove all waste materials, rubbish, and debris from and about the well site, including all tools, construction equipment, fuel tanks, machinery, temporary structures and surplus materials, and shall clean up the site to its original pre -rehabilitation conditions. 6. The CONTRACTOR shall also restore all temporary work areas to their original condition. "Mue SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA SHALLOW 7. Should there be any damage caused during the course of work at the site, the CONTRACTOR shall repair or replace as necessary, at no additional cost to the CITY. B. Disinfection With Permanent Pump Installation 1. Work under this bid item shall consist of initially testing the well for coliform bacteria and disinfecting the well against bacteria, if BacT testing yields positive results. This bid item shall be conducted following installation of the permanent pump. The disinfection shall be conducted such that bacteriological tests performed by the CONTRACTOR reveal acceptable results. 2. The chlorination table (above) shall apply for other concentrations, as deemed necessary and as directed by the CITY: 3. Prior to performing disinfection, the CONTRACTOR shall assist the CITY in the collection of a water sample from the well for bacteriological (Bac-T) analysis for coliform bacteria and submit to a State -certified laboratory to be analyzed. The CONTRACTOR shall notify the CITY prior to performing disinfection. The pump will need to be pumped for a period of at least 15 minutes prior to sampling. Following this sample collection, the CONTRACTOR shall standby for a 48-hour minimum time period with no additional charge to the CITY for this period. Well disinfection will be determined to be satisfactory when the heterotrophic plate count of the last water quality sample is less than 500 (HPC < 500) and negative result is received for total/fecal Coliform bacteria in that final sample. Test results other than HPC < 500 and negative total Coliform bacteria will require additional well disinfection, standby time, sampling, and analysis at the CONTRACTOR's expense. 4. The Bac-T sample will be analyzed twice by the CONTRACTOR's laboratory. Should the Bac-T sample test positive for either total or fecal coliform bacteria, then the CONTRACTOR will need to disinfect the well in accordance with the following process. However, should the Bac-T sample test negative for both, then the CONTRACTOR will not need to perform any additional work. Consequently, in this event the CITY shall not be charged for this bid item. 5. The disinfecting agent shall be uniformly applied throughout the entire water column in each casing using the pump for surging without discharge. The dispersion of the disinfectant shall be assisted by pouring into the well a volume of water equal to the volume of water contained in the casing, after the disinfectant has been placed downwell. This will allow the disinfectant to flow out of the well and into the area adjacent to the perforated sections of well casing. The mixing of the disinfection agent shall be conducted by surging the pump (i.e., alternately turning the pump on and off several times) and performed for a minimum of 2 hours. 6. All accessible portions of the well above the water level shall be maintained in a damp condition with water containing the required concentration of disinfecting agent for a period of not less than 20 minutes. The disinfecting agent shall be left in the well for a period of at least 12 hours. After a 12 -hour (minimum) contact period, the well is to be pumped to completely purge the disinfecting agent. 7. All discharge piping that is reinstalled will be swabbed and disinfected with chlorine prior to being reinstalled, per the CITY's General Technical Specifications. 19M111 SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA SHALLOW C. Site Clean Up 1. At completion of the disinfection work, the CONTRACTOR shall remove all waste materials, rubbish, and debris from and about the well site, including all tools, construction equipment, fuel tanks, machinery, temporary structures and surplus materials, and shall clean up each site to its original pre -rehabilitation conditions. 2. The CONTRACTOR shall also restore all temporary work areas to their original condition. 3. Should there be any damage caused during the course of work at each site, the CONTRACTOR shall repair or replace as necessary, at no additional cost to the CITY. PART 4 — BASIS OF MEASUREMENT FOR BIDDING AND PAYMENT The CONTRACTOR shall include the cost of the listed work and also that work not listed in this section, but necessary and incidental to perform and complete this bid item, in accordance with the following: a) Payment for disinfection of the well and site cleanup shall be made at the lump sum price bid for the well. b) Disinfection of the well shall be performed with the following materials: o Granular Calcium Hypochlorite [Ca(HCIO)z] HTH, Perchloron, or equal, dry powder, 65% active ingredient (free chlorine). o Sodium Hypochlorite (HCIO), 12% active ingredient. c) The disinfection procedure shall consist of the following, dependent upon whether or not the permanent pump is reinstalled: o Disinfection without Permanent Pump Reinstallation: 2.6 lbs of granular Ca(HCIO)z per 1,000 gallons of water for 200 parts per million (ppm) solution. o Disinfection with Permanent Pump Reinstallation: 1.7 gallons of liquid NaCIO per 1,000 gallons of water for a 200 -ppm solution. d) Cleanup of the well site shall be performed as outlined in Section 17 in the Technical Provisions. e) The chlorine in the discharge during pumping will need to be properly neutralized by the CONTRACTOR prior to being pumped to the CITY -approved discharge point. END OF SECTION - END OF TECHNICAL PROVISIONS TP -41 From: Customer Service To: Morgan, Shelby Cc: Iori.alcala(d)ebix.com Subject: Compliance Alert -Vendor Number 8727-2 Date: December 13, 20215:41:19 PM [EXTERNAL EMAIL..] DO NOT CLICK links or attachments unless you recognize the sender and know the content is safe. This Account has moved from non-compliant to COMPLIANT status and is currently in compliance for certificate of insurance requirements. 8727-2 General Pump Company, Inc. Sent by Ebix, designated insurance certificate reviewer for the City of Newport Beach.