Loading...
HomeMy WebLinkAboutC-3004(S) - Groundwater Development Project - Construction of Water Wells Located at Dolphin Avenue and Tamura School Well Site1 .. P-AY46S6a,0 066L'-, PL44 W l�ou� 8ii9C�2- ' NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, ' 3300 Newport Boulevard, Post Office Box 1768, Newport Beach, California 92658 -8915 until 2AS V.nL on the L day of March, 1996, ' at which time such bids shall be opened and read for: GROUNDWATER DEVELOPMENT PROJECT ' CONSTRUCTION OF WATER WELLS LOCATED AT DOLPHIN AVENUE AND TAMURA SCHOOL WELL SITE Tide of Project C- 3004 -5 Contract No. 9890,000 Engineer's Estimate 1 11 1 1 1 11 1 I 1 0. a i —\ Approved by the Public Works Department this 6th day of February, 1996 Michael J. inacori (Acting) Utilities Manager Prospective bidders may obtain a set of contract documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, Post Office Box 1768, Newport Beach, California 92658 -8915 For further information, call Michael J. Sinacori at (714)644 -3011. Project Manager D putt _ BAKERSFIELD WELL & PUMP CO., Div. of Zim Industries. Inc. 1600 E. California Avenue • Bakersfield, CA 93307 • 805/324 -6026 aulb pR0G -!p- m AA 1r)e, w0,.k CA j(Zk(k w(�kt�. ne�Iewfe wcxtQV- As ��% C4 5 ri a %_IOAt4 LU % ( G1 [ avi . -> 1 OW 3 uk� v� Q � d tc. IBC 4 P/04 cts �8 °Loy.lraL Jatm, Y10L c� �lJlcan4 we. watAAJ or Q1tC.- GeA I AIM6.o.. aa-o , iQRts PADZ MvO S.acQm IAsP^ 4 vt,\Qe-cdaA UJ.P- would L✓vvnc�aw a `' �Cl w e� -- 1.4 1 f -D� L°'OV" o 3 °sz cc W� , & 4LXJA v15Co% a� 3 t- 4u awA a uj at.-, Voss a Q L-L&a&, c6 tQ 14. 1 46 s�42� we- w k u- use- � � ac �, u,4 t.1, O�rc1. A r� QS aM�, '0 WV3'L c'Ck'\. �. aAtVA WATER SUPPLY SERVICES iun� U .,V "+ a 10-II nnLL LLI ILn On1,F rttn IVU, JC 1019Q r,UI I II II II .I .I .I II II " II 11 J.C. 1*2iTERPRISE u v n u 2101 Autumn Rose Court n u Bakersfield, CA 93312 u (805) 589 -9677 11 II II II James Watson . Sales and Oparafignq Manager - Sakgrsfield II U Mud Friongmring E4Wience.20_,y 11 11 11 11 It U u d 2 years Los Angeles Basin 11 11 11 it 18 years Bakersfield, and Northern California u u Ed u a inn a it U n II It High School U It It Ventura College it Chromalloy/Delta Mud School U it Pal -Mix Mud School II II Annular Flow Dynamics q1t Pressure Control Seminar a u PROFCO Polymer Seminar tl1 Special Product Seminar- Crhromalloy/Delta Mud It U Advanced Mud Tech. School II 11 II Ventura Blow Out School p11 Advanced Workover /Completion Tech. -SW LA University It V 11 Ethyl Corporation Bromide School p GPC Seminar on Lime/Morex and Mores Polymer u u n a q if GttiaLPrn)ects U tl pjt Has worked on over 40 wells using oil muds in the Elk Hills area. n n pjt Has worked numerous wells in Kern County, Tact, Belddge, Lost Hills, Poso Creek, Elk a It Hills Navel Reserve and Blackwell's Comer using liquid thinners, Cypan, Ben Ex and II 11 Lignosulfonate. un ptt Has worked on several deep tests in Northern California using calcium bromide. U 11 u 11 Has worked with high-weighted muds in Lost Hills area with Chevron and Getty. U U U1 Worked with varying types of oil muds using calcium bromide as the weighted agent. II 11 n U Has vast experience with all polymers using brine water as a completion fluid and gravel u it pack fluid. hu It 11 Workover and drilling fluids on over 60 gas storage wells with Southern California Gas U II U II Company. It ttII Workover and drilling fluids for gas storage wells in Northern California with P.G. & E. U u Drilling fluids for water well drilling, rotary and air reverse drilling systems. (10 plus wells tl it II II II it It n II i at depth of 2000' plus). If II U II I- C. ENTERPRISE 2101 Autumn Rose Court 0 a Bakersfield, CA 93312 0 9 (805) 589-9677 It 11 Robert C. Phillips -Senior Engineer - Northern California Mud Engineering Experience - 21 years v;.--a T S r r-' r MCO T v i C ..0 k _� h , J C) 11 ol ado , W vom ' I l.eJ , I'A . Oa Yot E" Education Ji, y P+mlsr� I sl3.m i na i `1 .7, ri c o b a v Co r r o n Pha•.-vm III Sem i na r Special Project t Such Union .;,Piobil Chevron, and Ariao. 2 0 , Ch 0 u. at. a i c. Ju rw L a.,7 Y! for Exxon o i 43 X Po lYfilhjr 11 u d t -! fri t." 'z V)'� I for shell C"3 t. 'fir ""'U) ce. 11- n.o iflud sys t i arv.-J F, a ffi 1i1C: 3UP,.VVII->i4C! i ?xp Loration T:(:'1 w, I . F :. 1;::w.) arld lapat'i :':oIlcord 1 17 L r m i n'l r a " C, i. 1 mud :3;po I-s c lez.i n t tn p 1 a t f e,)y (ii j,!,.,jb 1 t;.'i (. I" oi 1',; x a cc, F) Y1•1 vi I. i Ou5'. 1) io h "'I U,VT- i m nv; )c i o i 4v J. C. ENTERPRISE 9 9 2101 AutUmn Rose Court a a a Bakersfield, CA 93312 a if it (805) 589-9677 IIJames (Kelly) Watson Sales Engineer 4 11 U 11 Mud Engineering Experience - 8 Years ti Education ......r 'a Special Projects o m al i. S 3 1*1 d 1 f I'-: -I a0' i L 1 j. ng nO :.T.: 7, F:4,!-�avvr.. for I t - Ncjvo .3r num:arow, abandonment •fcv mcq-•L! F, U.) u CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1A. 2 EA Mobilization and Demobilization of drill equipment to one site for wells or the unlit price Dollars and O /Od Cents $ $ l d �� per each 1 B. 200 L.F. Install Noise Control Barrier Walls ' M L:aand rs 3 Cents $ �� /oo $ Oe per Linear Foot P -1 CONSTRUCTION OF WATER WELLS AT THE DOLPHIN AVENUE AND TAMURA SCHOOL WELL SITES 3300 Newport Boulevard, P. O. Box 1768 CONTRACT NO. C- 3004 -S 1A. 2 EA Mobilization and Demobilization of drill equipment to one site for wells or the unlit price Dollars and O /Od Cents $ $ l d �� per each 1 B. 200 L.F. Install Noise Control Barrier Walls ' M L:aand rs 3 Cents $ �� /oo $ Oe per Linear Foot P -1 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, P. O. Box 1768 Newport Beach, California 92658 -8915 Gentlemen: The undersigned declares that he 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 and shall perform all work required to complete Contract No. C- 3004 -S in accord 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: NOTE: All applicable sales taxes, State and /or Federal, and any other special taxes, patent rights or royalties shall be included in the prices quoted in this proposal. SCHEDULE OF WORK ITEMS S_ ' ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL NO. AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1A. 2 EA Mobilization and Demobilization of drill equipment to one site for wells or the unlit price Dollars and O /Od Cents $ $ l d �� per each 1 B. 200 L.F. Install Noise Control Barrier Walls ' M L:aand rs 3 Cents $ �� /oo $ Oe per Linear Foot P -1 A II ITEM QUANTITY NO. AND UNIT 1C. 500 L.F 2. 200 L.F 3. 2,375 L.F 4A. 4 Each SCHEDULE OF WORK ITEMS ITEM DESCRIPTION AND UNIT UNIT TOTAL PRICE WRITTEN IN WORDS PRICE PRICE Install Noise Control Barrier Walls for Tamura School Well S' for the unit pr ce of r0 Dollars and Cents $ $ per Lineal Foot Install 36 -inch Steel Conductor Casing for the unit price of $4k O Dollars and Cents $ Pilot Bore Drilling by reverse circulation below conductor casiir Dolphin Avenue an T mura School e unit price of Dollars and j Cents $ $ per Lineal Foot Perform Electric Logging of Pilot Bore oles for the unit price of Dollars „{ and i per tacn 4B. 4 Each Perform Caliper Logging of Pilot Boreh les fort e t price of Dollars VA-1 111�avkl and per P -2 i W I �r SCHEDULE OF WORK ITEMS ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL NO. AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 5. 14 Each Perform Aquifer Isolation Zone Testing by airlifting and submersible ps the un', price of 1 liars nd s $ ; ?Xcv per Eac i one 6. 4 Each Perform Aquifer one Seal in bottom of pilot bore for the unii price f Dollars and oi Q7 Cents $ $ �� 1 M4 Each 7A. 540 L.F. Reaming Pilot Bores to 34 -inch Diameter by reverse circulation for the unit price o Dollars and Cents $ / per Lineal Foot 76, 1,760 L.F. Reaming Pilot Bores to 26 -inch Diameter by reverse irculation for the it price of �� /IV Dollars and Cents $ $,wJ ?(� per Lineal Foot 8. 680 L.F. Furnish and Install 20 -inch O.D. Carbon Steel Casi r the u ' price o I Dollars and Cents $ per Lineal Foot P -3 J SCHEDULE OF WORK ITEMS ITEM QUANTITY ITEM DESCRIPTION AND UNIT NO. AND UNIT PRICE WRITTEN IN WORDS 9. 4 Each Furnish and Install 20 -inch x 16 -inch Concentric Carbon Steel Reducer for the u it price of 0 Dollars and Cents r Each 10. 620 L.F. Furnish and Install 16 -inch O.D. Carbon Steel Casing for t e u it pric of Dollars and Cents per Lineal Foot 11. 1,100 L.F. Furnish and Install 16 -inch O.D. Carbon Ful Flo Louvered Well Screen (60 -slot) for the upfit price of Dollars and Cents per Lineal Foot UNIT TOTAL PRICE PRICE $ $ 4_5% IOU $ _2 226 to 12. 80 L.F. Furnish and Install 16 -inch O.D. Carbon Steel Pipe a Cap for the uni rice of IiAb 6V Dollars and Cents $ per Lineal Foot 13A. 940 L.F. Furnish and Install 3 -inch Gravel p �Fe Lin for the unit price of Doi P -4 I). P, n SCHEDULE OF WORK ITEMS ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL NO. AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 13B. 680 L.F. Furnish and Install 4 -inch Sounding P e (Cam port type) for the unit price of i 1. 1. OD Dollars / ' and Cents $ $ r5 per Lineal Foot t13C. 24 L.F. Furnish and Install -inch Air Vent Tu a for t e uni pr' a of 7,:5�v Dollars and Cents $ lid $ /Gd per Lineal Foot 14. 1,640 L.F. F Wish and Install Gravel Pack ( 6 12 C SI or Equal the unit price of /d3 Dollars and Cents per Lineal Foot 15. 860 L.F. Furnish and Install nt Grout Seal for the unit pri o 00 Dollars and Cents per Lineal Foot 16. 4 Each Perform Alignment Testing for the unit prjce of Dollars and Cents $ dua $ per Each ' 17. 200 Hours Perform Mechanical Well Devel pment forte un' price of awluuf A01 I& Dollars ' and Cents per Hour P -5 a I I I I� 11 I A P I I I I I I I ITEM QUANTITY NO. AND UNIT 18. 2800 LBS. 19. 6 EA 20. 160 Hours 22. 4 Each 23. 14 Each SCHEDULE OF WORK ITEMS ITEM DESCRIPTION AND UNIT UNIT TOTAL PRICE WRITTEN IN WORDS PRICE PRICE Furnish and Install SAPP Chemicals for Well Deve pment for the unit price of Dollars and Cents Per Pound Mobilization and Demobilization of Test Pump to one well f the unit price of VV"C,,aJ 40A)Mn Dollars Ott and llk Cents per each Perform Pump Development forth unit price of 0 4L Dollars and Cents per Hour Perf orm P ro du Testing for the unit p i of _I-LA1 f) Dollars I and Cents per Hour Perform Flow -Meter Survey for the unit price of t ¢R A Dollars and Cents per Each PerfoPerform Depth -Speci is VWa r r mforth -Spn' a Dollars per Each P -6 /I ► c and Cents � WoA,,p. $ aS$ iTdZj I I I I 7 Lj 1 J H I IJ SCHEDULE OF WORK ITEMS ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL NO. AND UNIT PRICE WRITTEN IN WORDS _ PRICE PRICE 24. 4 Each P rform Color Video o the nit price OAJf r Ilars and _ per Each Cents $ $ 25. 4 Each Perform Disinfection of #ach w II for e u it pr 07) 64 liars and 1-0 n Cents $ ` per Each S $ (J OTAL PRICE IN WRITTEN WORDS (Bid Items 1 - 1,04ollars and Cents Total Price / ' ADDITIONAL SCHEDULE OF WORK ITEMS ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL NO. AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 26. per Hour Construction Standby Time for th unit ri Dollars and Cents $ per H r 27. Per Linear Foot Perform Aban nment of each w fo a price of Dollars and Cents IVP $ per Linear Foot P -7 Bidders Bidder's Bidder's Contract 3� Date P -8 I INSTRUCTIONS TO BIDDERS Page 2 The following documents shall be completed, executed and received by the City Clerk in accord with the "NOTICE INVITING BIDS ". L PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON - COLLUSION AFFIDAVIT 6. TECHNICAL ABILITY AND EXPERIENCE REFERENCES ' except that cash, certified check or cashier's check (sum not less than 10% 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. The City of Newport Beach will not permit a substitute format for the documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 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 estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. 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 1 multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informailty in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substition 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 accord 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 in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the California Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." I Page 2A 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. yclo53 % �. C6 / -'OV C5' ,6 Contr's Lic. No. &Classification Bidder Dat Autho I i 1 1 1 1 '1 i 1 1 '1 Page 3 DESIGNATION OF SUBCONTRACTOR& 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 will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accord with State law and /or the Standard Specifications for Public Works Construction, as applicable. The Bidder, by signing this designation certifies that bids from the following subcontractors 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 accord with State law. No changes may be made in these subcontractors except with prior written approval of the City of Newport Beach. 6. 7. 11 12 Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we as bidder, and as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of ' Dollars ($ ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. 1 THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of ' Groundwater Development Project Construction of Water Wells Located at Dolphin Avenue and Tamura School C 30004 -S Title of Project Contract No. in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such 1 construction and shall execute and deliver to said City the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) after the date of the mailing of ' Notice of Award to the above bounded bidder by and from said City, then this obligation shall become null and void; otherwise it shall be forfeited to the said City. In the event that any bidder above named executed this bond as an individual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this day of 1996. (Attach acknowledgement of Attorney -in -Fact) Bidder ' Notary Public Authorized Signature /Title Commission Expires Surety By: ' Title: r CNA INSURANCE COMPANIES BID 60ND KNOW ALL MEN BY THESE PRESENTS. That we Bakersfield Well & Pump Company a division of Zim Industries, Inc. , Principal, and Arencan Cayclty Cam (if naading, Ior�lva -da Surety, are held and firmly bound unto City of Newport Beach , Obligee, in the sum ofNot to Faceed Ten Percent of the Total Amount of Bidi4 * it * Ye Dollars ($ 10% of Amt Bid for the payment of which we bind ourselves, our legal representatives, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has submitted or is about to submit a proposal to Obligee on a contract for Groundwater Development Project.. Construction of Water Wells located at Dolphin Avenue and Tamura School Well Site. Contract No. 3004 -S NOW, THEREFORE, it the said contract be awarded to Principal a II, within such time as may be specified, enter into the contract in writ d give such bond or bo s as may be specified in the bidding' or contract document ith surety acceptable to Oblige, or if Principal shall fail to do so, pay to Obligee the da ges which Obligee may sulfer b r ason of such failure not exceeding the penalty of this b d, then this obligation shall be vn' , otherwise to remain in full force and effect. Signed, sealed and dated March 6, 1996 G 2305a.0 CAM 1'••r nli , tr f�nnmi, mrm. T••a Aleb' Bakers tield't+j C & vv -in -Fact - N STATE OF California COUNTY OF Kern On March 6, 1996 PERSONALLY APPEARED_ SS. before me, Lori M. Foster, Notary Public Michael A. Parks personally known tome (or 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 acknowl- edged 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. WITNESS my hand and official seal. I� 7 Signatulre� PO ' S COMM. 4 1 ^46201 NOTAi7Y PUBLIC• GnLIFORNIA KERN COUNTY My Comm. trp. Dec. 4. 1998 Is This area for Official Notarial Seal Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER Bid Bond ❑ PARTNER(S) ❑ LIMITED El ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME Or PEASONIS) On ENTIT (IES) DiBuduo & DeFendis TITLE OR TYPE OF DOCUMENT I 2 NUMBER OF PAGES 3/6/96 DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE )Dne) ae•.A /94 ALL - PURPOSE- ACKNOWLE-DGE-MENT r.. American Casualty Company of Reading, Pennsylvania CHA For All the Commitments You Make' Offices /Chicago, Illinois POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men by these Presents, That AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA, a corporation duly organized and existing under the laws of the Commonwealth of Pennsylvania, and having its principal office in the City of Chicago, and State of Illinois, does hereby make, constitute and appoint Stephen E. H i gh I ey, Mi chae I F. Young. Anthony J . Di Buduo, Leonard T. Defendis, Individually of Fresno, CA Richard Johnson, Robert G. Taylor, Wayne S. Morlsakl, Indlvidua ly of Modesto, CA Kenneth L. Beggs, Lori M. Foster, Cffr—istina Byrd, Michael ar s, Individually of Baker field, CA its true and lawful Attorney -in -Fact with full power and authority hereby conferred to sign, seal and execute in its behalf bonds, undertakings and other obligatory instruments of similar nature and to bind AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company: "Article VI— Execution of Obligations and Appointment of Attorney-in-Fact Section 2. Appointment of Attorney -in -fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Executive, Senior or Group Vice President may at any time revoke all power and authority previously given to any attorney -in- fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993: "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By -Laws, and the signature of the Secretary or an Assistant Secretary and the seat of the Company may be affixed by facsimile to any certificate of any such power and any poweror certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." In Witness Whereof, AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA has caused these presents to be signed by its Group Vice President and its corporate seal to be hereto affixed this 6th day of December , 19 -94_. i AMERICAN CASUALTY COMPANY OF READING_ PENNSYLVANIA State of Illinois I ss r` �151t County of Cook 1 Vice On this 6th day of DEcr /19-2-4—, before me personally came M. C. Vonnahme, to me known, who, being by me duly sworn, did depose and say: that he resides in the Village of Darien, State of Illinois; that he is a Group Vice President of AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA, the corporation described in the which executed the above Instrument; that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. OPG DE,yq . J NOTRRY li' Lin a C. Dempsey o ° °rc My Commission Expire Oc 1bek 19, 1998 CERTIFICATE I, Robert E. Ayo, Assistant Secretary of AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA, do certi tha the Power of Attorney herein above set forth is still in force, and further certify that Section 2 of the Article VI of the By -Laws of the pany and the Resolution of the Board of Directors, set forth in said Power of Attorney are still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said Company this 6th day of March ," R be E. Ayo Assistant Secretary. &23142 -D �,� ,� �' INV. NO. G- 57422-E r Page 5 NON - COLLUSION AFFIDAVIT The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no ' bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be suggested, offered, paid or delivered to any person m4ti,11111sri,011 to influence a tance of ' said bid or awarding of the co ct; nor has the bidder any agree t or understanding of any kind what ver with any person whomsoever to pay, d iver to or share with another person ' any way or manner, any of the proceeds o the contracts sought by this bid. P ' Subscribed and sworn to before me this day of 1996. IMy Commission Expires: Notary Public r CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of ralifnrniR County of F)-eSha On before me, . (_YdA !-� Grht�yt Pr>er , Nt DATE NAME. TIyLEQF OFGI[ER' E.G..'JANE D .NOTARY personally appeared /1C NAMEISI OF NERIS) personally known to me - OR - ❑ proved to me o the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and ac- knowledged 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. _ . Curt B. Zimmerer U -' p Comm. 01011866 WITNESS my hand and official seal. NOTARY PUBLIC COUNTY g ro , txplr COUNTY lJ //ffyLJj (/eJ� Comm.6x01ra Dvo, 92, 1997 16 ATURE OF NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLEISI ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY- IN•FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENrr Y(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE . �I { , 11 LJ I 1 11 I i I 1 I I Page 6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. bdl IQ AS �o-����tgsso� l�o,,;n.. YltunNS 5 °9- '�q2 -56Zp IFMR. �AI09=1191 k N Z/WZ I-1 Page 7 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 of mailing the Notice of Award to the successful bidder: ' PAYMENT BOND (pages 8 & 9) FAITHFUL PERFORMANCE BOND (pages 10 & 11) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12,13 &14) ' WORKERS' COMPENSATION INSURANCE CERTIFICATION (page 15) CONTRACT (pages 16 & 17) ' 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. ' Payment and Faithful Performance Bonds 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. and (3) ' meeting the Policyholder's Rating and Financial Size Category criteria in the paragraph below. ' Insurance Companies affording coverage and sureties issuing bonds 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 accord 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. The Worker's Compensation Insurance Certification shall be executed and delivered to the Engineer along with a Certificate of Insurance for Worker's Compensation prior to the City's execution of the Contract. ' All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications -for Public Works ' Construction, except as modified by the Special Provisions. PAYMENT BOND Page 8 ' KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted has awarded to hereinafter designated as the "Principal ", a contract for Groundwater Development ' Project Construction of Water Wells Located at Dolphin Avenue & Tamura School in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach, and all of which are incorporated herein by this reference; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its 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 as Principal, -7 LJ LJ L as Surety, are held firmly bound unto the City of Newport Beach, in the sum of Dollars ($ ), said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the contract; for which payment well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his subcontractors, fail to pay for any materials, provisions or other supplies, 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 resoect to such work and labor, that the Surety or Sureties will pay for the same, in an amount not to exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. rI Page 9 The bond shall inure to the benefit of any and all persons, companies and corporations entitled to file claims under Section 3181 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 the provisions of Section 3247 et seq. of the Civil Code of the State of California. And said 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 or the specifications accompanying the same 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 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. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the day of 1996. ' (Seal) Name of Contractor (Principal) Authorized Signature and Title Authorized Signature and Title (Seal) Name of Surety ' Address of Surety ' Signature and Title of Authorized Agent Address of Agent Telephone Number of Agent Page 10 FAITHFUL PERFORMANCE BOND ' KNOW ALL MEN BY THESE PRESENTS, That ' WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted has awarded to ' , hereinafter designated as the "Principal ", a contract for Groundwater Development Project Construction of Water Wells located at Doll2hin Avenue & Tamura School Contract No. C- 3004 -S. in the City of Fountain Valley, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach, all of which are incorporated herein by this reference; ' WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, . as Principal as Surety, ' are held and firmly found unto the City of Newport Beach, in the sum of Dollars ($ ). ' said sum being equal to 100% of the estimated amount of the contract, to be paid to said City or its certain attorney, its successors and assigns; for which payment well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above ' bounden Principal, his or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in said contract and any alteration thereof ' made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. As a part of the obligation secured hereby, and in addition to the fact amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, in the event it is required by bringing any action in law or equity to enforce the obligations of this Bond. Page 10 FAITHFUL PERFORMANCE BOND ' KNOW ALL MEN BY THESE PRESENTS, That ' WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted has awarded to hereinafter designated as the 'Principal', a contract for Groundwater Development Project Construction of Water Wells located at Dolphin ' Avenue & Tamura School Contract No C- 3004 -S in the City of Fountain Valley, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach, all of which are incorporated herein by this reference; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, as Principal as Surety, ' are held and firmly found unto the City of Newport Beach, in the sum of Dollars ($ ). said sum being equal to 100% of the estimated amount of the contract, to be paid to said City or its certain attorney, its successors and assigns; for which payment well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above ' bounden Principal, his or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in said contract and any alteration thereof ' made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. As a part of the obligation secured hereby, and in addition to the fact amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, in the event it is required by bringing any action in law or equity to enforce the obligations of this Bond. IPage 11 And said 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 or to the specifications accompanying the same 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. ' This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effeect for six (6) months following the date of formal acceptance of the Project by the City. ' 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. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the _ day of .1996. I 1 [1 Name of Contractor (Principal) Authorized Signature and Title Authorized Signature and Title Name of Surety Address of Surety Signature and Title of Authorized Agent Address of Agent Telephone Number of Agent (Seal) (Seal) 1 1 CERTIFICATE OF INSURANCE PRODUCER COMPANIES AFFORDING COVERAGE COMPANY A LETTER COMPANY B LETTER INSURED COMPANY C LETTER COMPANY D LETTER COMPANY E LETTER COVERAGES THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES AND IS NOT AMENDED, EXTENDED OR ALTERED BY THIS CERTIFICATE. QTR TYPE OF INSURANCE POLICY NUMBER EFFECTIVE DATE EXPIRATION I DATE ALL LIMITS IN THOUSANDS GENERAL LIABILITY Ll (OCCURENCE BASIS ONLY) GENERAL AGGREGATE S COMMERCIAL COMPREHENSIVE '—I OWNERS& CONTRACTORS PRODUCTS /COMPLETED OPERATIONS AGGREGATE 5 PROTECTIVE CONTRACTUAL FOR SPECIFIC PERSONAL INJURY $ CONTRACT EACH OCCURENCE $ PRODUCT&COMPLETED OPERATION XCU HAZARDS BROAD FORM PROPERTY DAMAGE SEVERABILITY OF INTEREST CLAUSE P. I. WITH EMPLOYEE EXCLUSION FIRE DAMAGE (ANYONE FIRE) $ REMOVED MARINE MEDICAL EXPENSES (ANY ONE PERSON) $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT ae. I` ANY AUTO? ALL OWNED AUTOS BODILY INJURY (PER PERSON) SCHEDULED AUTOS BODILY INJURY (PER ACCIDENT) $ HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE $ GARAGE LIABILITY EXCESS LIABILITY EACH AGGREGATE UMBRELLA FORM OCCURENCE OTHER THAN UMBRELLA FORM $ $ WORKERS'COMPENSAT[ON STAMORY $ EACH ACCIDENT & $ DISEASE- POLICY LIMIT EMPLOYERS' LIABILITY $ DISEASE -EACH EMPLOYEE OTHER $ DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES /RESTRICTIONS /SPECIAL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH, BUT NOT LIMITED TO THE FOLLOWING CONTRACT: PROJECT TILE AND CONTRACT NUMBER CERTIFICATE HOLDER CANCELLATION CITY OF NEWPORT BEACH SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON - RENEWED, CANCELLED OR P.O. BOX 1768 3300 NEWPORT BOULEVARD COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE COMPANY AFFORDING COVERAGE SHALL PROVIDE 30 DAYS MINIMUM ADVANCE NOTICE TO THE CITY OF NEWPORT BEACH BY FIRST CLASS MAIL. NEWPORT BEACH, CALIFORNIA 92658 -8915 ATTENTION: AUTHORMED REPRESENTATIVE ISSUE DATE 1 1 Page 13 CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Automobile Liability, the City of Newport Beach, its officers and employees are additional insureds, but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of liability of the company affording coverage." 3. The limits of liability under this endorsement for the additional insureds named in Paragraph 1. of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit: [ ] Multiple Limits Bodily Injury Liability $ 1,000.000 per person Bodily Injury Liability $ 11000.000 per accident Property Damage Liability $ 1,000.000 [ ] Combined Single Limit Bodily Injury Liability $ 1,000.000 and Property Damage Liability The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one accident or occurrence in excess of the limits of liability stated in the policy as applicable to Automobile Liability Insurance. 4. Should the policy be non - renewed, cancelled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract: Groundwater Development Project Construction of Water Wells Located at Dolphin Avenue & Tamura School C- 3004 -5 Project Title Contract No. This endorsement is effective at 12:01 A.M. and forms part of Policy No, of (Company Affording Coverage) Insured Endorsement No. Issuing Company M (Authorized Representative) 1 ' Page 14 CITY OF NEWPORT BEACH GENERAL LIABILITY INSURANCE ENDORSEMENT ' It is agreed that: ' 1. With respect to such insurance as is afforded by the policy for General Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability arising out of operations performed by or on behalf of the named insureds in connection with the contract designated below or acts and omissions of the additional insureds in connection with its general supervision of such operations. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: 'The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the liabdity of the company affording coverage." 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision contained in the written contract, designated below, between ' the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU" hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured(s) named in paragraph I of this endorsement shall be the limits indicated below written on an "Occurrence" basis: ' [) Commercial[ j Comprehensive ' General Liability $ 1.000.000 each occurrence $ 1.000.000 aggregate ' The applicable limit of the Contractual Liability for the company affording coverage shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insured(s). The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to General Liability Insurance. 6. Should the policy be non - renewed, cancelled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department 7. Designated Contract_ Groundwater DevelopmentProject Construction of Water Wells Located at Dolphin Avenue & Tamura School C- 3004 -5 Project Title Contract No. This endorsement is effective at 12:01 A.M. and forms part of ' Policy No. of (Company Affording Coverage) Insured Endorsement No. Issuing Company By (Authorized Representative) Page 15 WORKERS' COMPENSATION INSURANCE CERTIFICATION ' "I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self - insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." 1 3 L-7 Date I Groundwater DevelopmentProject ' Construction of Water Wells Located at Dolphin Avenue & Tamura SchoolC- 3004 -5 Title of Project Contract No. I I 1 1 1 1 'CONTRACT Page 16 ' THIS AGREEMENT, entered into this day of . 1996, by and between the CITY OF NEWPORT BEACH, hereinafter "City," hereinafter "Contractor," is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public ' work: Groundwater DevelopmentProject Construction of Water Wells Located at Dolphin Avenue & Tamura School C- 3004 -5 Title of Project Contract No. (b) Contractor has been determined by City to be the lowest responsible bidder ' on said public work, and Contractor's bid, and the compensation set forth in this contract, is based upon a careful examination of all plans and specifications by Contractor, NOW, THEREFORE, the parties hereto agree as follows: ' 1. Contractor shall furnish all materials and perform all of the work for the construction of the following described public work: Groundwater DevelopmentProject ' Construction of Water Wells Located at Dolphin Avenue & Tamura School C- 3004 -5 Title of Project Contract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum This compensation includes (1) any loss or damage arising from the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or obstructions ' in the performance of the work; (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, and which loss or expense occurs prior to acceptance of the work by City. 3. All of the respective rights and obligations of City and Contractor are ' set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: ' ((ab) Notice Inviting Bids Instruction to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond ' (e) Certificate of Insurance and Endorsements(s) (f) Workers' Compensation Insurance Certification I I I I Page 17 (f) Plans and Special Provisions Groundwater Development Project Construction of Water Wells Located at Dolphin Avenue & Tamura School C- 3004 -5 Title of Project Contract No. (g) This Contract. 4. Contractor shall assume the defense of, pay all expenses of defense and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, injury and liability of every kind, nature and description by reason of or arising out of the negligent or willful conduct of the Contractor, his /her employees, agents and subcontractors in the performance of the Project, except such loss or damage caused solely by the active negligence of the City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. CITY OF NEWPORT BEACH a municipal corporation John Hedges, Mayor CONTRACTOR: Name of Contractor (Principal) Authorized Signature and Title Authorized Signature and Title 1 ATTEST: ' Wanda Raggio, City Clerk r APPROVED AS TO FORM: Robin Clausen, Assistant City Attorney CITY OF NEWPORT BEACH a municipal corporation John Hedges, Mayor CONTRACTOR: Name of Contractor (Principal) Authorized Signature and Title Authorized Signature and Title I TABLE OF CONTENTS SPECIAL PROVISIONS ISECTION 1 SCOPE AND CONTROL OF THE WORK I LJ I 1.00 General 1.01 Definition 1.02 Scope of Work 1.03 Overview of Work to be Done 1.04 Qualifications of Contractor 1.05 Method of Drilling ' 1.06 Construction Schedule 1.07 Payment 1.08 Liquidated Damages 1.09 Permits 1.10 Pre -Bid Conference and Site Tour 1.11 Pre - Construction 1.12 Supervision and Cooperation 1.13 Termination 1.14 Conferences 1.15 Inspection of Plans and Specifications by Contractor 1.16 Investigations and Reports 1.17 Local Conditions and Geology t 1.18 Contractor's Records/As -Built Drawings 1.19 Safety 1.20 Protection of Utilities t� 1.21 Construction Surveying Staking 1.22 Water and Power 1.23 Contractor's Work Area 1.24 Inspection and Test 1.25 Warranty 1.26 Field Offices and Sanitary Facilities 1.27 Job Site Protection ' 1.28 Availability of Materials 1.29 Additional Insured 1.30 Indemnification of Consulting Engineer 1.31 Traffic Control and Access 1.32 Dust/Noise Control 1.33 Insurance Requirements 1.34 Substitution of Securities I LJ I i i I F1 SECTION 2 TECHNICAL PROVISIONS 2.00 Mobilization and Demobilization, Noise Control Barrier Walls 2.01 Conductor (Surface) Casing 2.02 Pilot bore Drilling 2.03 Geophysical Logging 2.04 Aquifer Isolation Zone Testing 2.05 Aquifer Zone Seal 2.06 Reaming Pilot Bore 2.07 Well Casing and Screen ' 2.08 Gravel Pack 2.09 Cement Grout Seal 2.10 Alignment of Well 2.11 Mechanical Well Development 2.12 Chemicals for Well Development 2.13 Mobilization and Demobilization of Pump and Accessories 2.14 Pump Development 2.15 Production Testing of Well 2.16 Flow Meter Survey 2.17 Depth- Specific Water Sampling 2.18 Color Video Log 2.19 Disinfection of Well 2.20 Standby Time 2.21 Abandonment SECTION 3 APPENDICES ' Appendix A Sample City of Fountain Valley Encroachment Permit Appendix B Reduced Constructions Plans (Reduced %) Appendix C Reduced Reference Plans for Well Site Development Project - Phase I for Dolphin Avenue Well Site and Tamura School Well Site i I F1 I City's Representative Richard C. Slade & Associates 6442 Coldwater Canyon Avenue, Suite 214 North Hollywood, California 91606 (818) 506 -0418 SECTION 1.02 1 SCOPE OF WORK 1.02 -1 PURPOSE ' The primary purpose of the project is to provide the City with four complete and fully operational municipal - supply water wells as specified. Two separate wells, one "shallow" and one "deep ", are to be constructed at each of two well site locations. The design operational capacities of the wells are: 3,000 gallons per minute (gpm) for each deep well; and 2,000 gpm for each shallow well. 1.02 -2 PROJECT LOCATION It will be the responsibility of the Contractor to have inspected both locations and to make provision for physically moving onto and off the drilling sites with personnel, equipment, supplies and material. 1 Section 1 - Special Provisions SECTION 1 SCOPE AND CONTROL OF THE WORK 1.0 GENERAL All work necessary for the completion of this contract shall be done in accord with (1) these Special Provisions, (2) the Plans (Drawing No. W- 5250 -S consisting of 3 sheets), (3) the City's Standard Special Provisions and Standard ' Drawings for Public Works Construction, (1994 edition), including Supplements. (4) The Standard Specifications for Public Works Construction (1994 edition), including supplements. Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department for ten dollars ($10.00). Copies of the Standard Specifications may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California, 90034, ' telephone (213) 202 -7775. All work shall also conform to the latest edition of American Water Works Association (AWWA) standards as amended. SECTION 1.01 DEFINITION 1.01 DEFINITION City's Representative Richard C. Slade & Associates 6442 Coldwater Canyon Avenue, Suite 214 North Hollywood, California 91606 (818) 506 -0418 SECTION 1.02 1 SCOPE OF WORK 1.02 -1 PURPOSE ' The primary purpose of the project is to provide the City with four complete and fully operational municipal - supply water wells as specified. Two separate wells, one "shallow" and one "deep ", are to be constructed at each of two well site locations. The design operational capacities of the wells are: 3,000 gallons per minute (gpm) for each deep well; and 2,000 gpm for each shallow well. 1.02 -2 PROJECT LOCATION It will be the responsibility of the Contractor to have inspected both locations and to make provision for physically moving onto and off the drilling sites with personnel, equipment, supplies and material. 1 Section 1 - Special Provisions I r1.02 -2.1 SITE NO. 1 -DOLPHIN WELLS EAST AND WEST Site No. 1 is located in the 9600 block of Dolphin Avenue in the City of Fountain Valley. The two drill sites are spaced about 80 feet apart and are located in a green belt immediately north of Dolphin Avenue and immediately r south of Slater Avenue. The Dolphin Avenue Site is approximately 4,600 feet east of the Tamura School Site. r Access to the drill sites is from the Dolphin Avenue side of the green belt. A separate City contractor will be performing brush clearing, temporary shoring, waterline relocation and site grading prior to the Contractor mobilizing on -site. A reduced set of construction drawings for the Well Site Development Project - Phase I to be performed by a separte contractor is included for review in Appendix C. r1.02 -2.2 SITE NO. 2 - TAMURA SCHOOL WELLS NORTH AND SOUTH Site No. 2 is located at the Hisamatsu Tamura Elementary School in the 17400 block of Santa Suzanne Street in the City of Fountain Valley. The two drill sites are spaced about 80 feet apart and are located along the east boundary of the school property in an open athletic field and just west of the parking lot for r the adjoining American Baptist of the Pacific Church. The Tamura Street Site is approximately 4,600 feet west of the Dolphin Avenue Site. Primary access to the drill sites will be from a gravel access roadway on the Tamura School Site and the main entrance will be from Santa Suzanne Street. A reduced set of construction drawings for the Well Site Development Project - Phase I to be performed by a separte contractor is included for review in Appendix C. The church parking lot may not be used for automobile parking. Any 1 parking, stockpiling of materials and equipment storage are prohibited in the church parking lot. SECTION 1.03 r OVERVIEW OF WORK TO BE DONE 1.03 OVERVIEW OF WORK TO BE DONE Work includes the furnishing of all materials, labor, equipment, fuel, tools, transportation, and services for drilling, construction, development, ' testing and completion of four new production water wells as described in these specifications. Section 1.05 -4 describes the requirement of two drill rigs and a very specific sequence of construction for the four drill sites. The general work required for construction of the wells includes, but is not limited to, the following: 1. Move equipment on to (and off of) the sites. 2 Section 1 - Special Provisions r I 2. Drill the top 50 feet (approx.) of each hole to a minimum of 42 inches in diameter and in each hole install 50 feet (approx.) of 36- inch O.D. conductor (surface) casing and grout the annular space between the casing and the wall of the hole from the bottom of the conductor to ground surface. r3. Drill a total (for all four wells) of approximately 2,375 feet of pilot borehole (below conductor) with a diameter of 12 to 18- inches, collect drill cuttings, keep a drilling time log, and prepare drilling logs. 4. Conduct geophysical electric logs using spontaneous potential (SP), and short- normal and long- normal resistivity surveys of the I two deep pilot holes; conduct caliper surveys of all four final reamed boreholes. 5. Ream a total (for all 4 wells) of approximately 540 feet of hole (below conductor) to 34 inches in diameter, for 20 -inch pump house casing. ' 6. Ream a total (for all 4 wells) of approximately 1,760 feet of hole to 26- inches in diameter, for 16 -Inch casing and screen. 7. Install totals (for all four wells) of: approximately 680 feet of 20- inch O.D. carbon steel casing (pump house casing); four 20 -inch x 16 -inch steel reducers; approximately 1,100 feet of 16 -inch O.D. carbon steel Ful Flo -type louvered well screen; approximately 620 feet of 16 -inch O.D. carbon steel blank well casing; and four 20- foot long sections of 16 -inch O.D. carbon steel cellar pipe with end cap. 1 8. Install gravel feed lines and sounding pipes, gravel pack, cement annular seals, and conduct requisite alignment tests. 9. Develop the wells to full capacity by such methods as swabbing and simultaneously airlifting of each section of well screen, addition of chemicals, and pumping and surging. 10. Conduct test pumping to define well /aquifer characteristics. Simultaneous pumping of shallow and deep wells may be requested. 11. Conduct flow meter (spinner) surveys during constant discharge test pumping. 12. Maintenance of the sites and final site cleanup and restoration. The Contractor is solely responsible for making all necessary provisions for mobilizing onto and demobilizing from the well sites with his equipment, tools, supplies, materials, and personnel. 3 Section 1 - Special Provisions i The Contractor shall haul away all drill cuttings and drilling fluids for proper disposal. Drill cuttings shall NOT be spread on the drill site areas. Drilling fluids shall NOT be discharged into a storm drain. The Contractor shall be required to convey all water discharged during development and testing in a closed pipe to a suitable discharge site (discussed in Section 2.00 -1). ' The City will apply for a well drilling permit and pay all fees, it shall be the Contractor's responsibility to complete the well drilling permit by supplying additional information (i.e. inurances, workman's compensation) that is required ' by the City of Fountain Valley and to notify the County of Orange - Health Department for the sanitary seals and to obtain a City of Fountain Valley business license. ' The Contractor shall provide the necessary traffic control at Site No. 1 per the W.A.T.C.H. Handbook (latest edition) after making the necessary arrangements with the City of Fountain Valley. Submission of a bid by the Contractor shall constitute acknowledgment that, if awarded the contract, he has relied and is relying solely on his own examination of: the sites of the work; access to and from the sites; the physical conditions (both surface and subsurface) and the contractual conditions under which the work is to be performed; and all other data and matters pertaining to the fulfillment of the work. SECTION 1.04 ■ QUALIFICATIONS OF CONTRACTOR 1.04 QUALIFICATIONS OF CONTRACTOR A Bidder shall hold a valid Class C -57 California Contractor's License. Concurrent with the bid submittal, the Contractor shall submit a list of wells and the dates of construction, measuring at least 900 feet in depth of similar diameter and comparable yield to the wells to be constructed. This list shall contain at least five (5) wells constructed within the last five (5) years. Failure to submit this evidence of similar experience can be grounds for rejection of the bid. SECTION 1.05 METHOD OF DRILLING 1.05 METHOD OF DRILLING The wells shall be drilled by the reverse circulation drilling method. The drilling equipment shall be in good condition and of sufficient mast capacity as to drill the holes required by these specifications to a depth of approximately ' 900 feet. All drilling equipment, including mast and draw works, air compressors, drilling fluid pumps, drill pipe, etc., must be of requisite size, sufficient capacity, and in suitable condition to drill and set casing to the anticipated depths. 4 Section 1 - Special Provisions I The mast and all running gear (hoists, cables, etc.) shall have sufficient and demonstrated capacity to lift two (2) times the buoyant weight of either the drill string or the casing and screen assembly (whichever is greater). The Contractor shall furnish with his bid detailed information documenting the capacity of the various components of the rig used including, but not limited to, derrick /mast capacity, drill pipe type and rating, all line and hook load capacities, air compressor rating, mud pump capacity, etc. The drill rigs utilized must have the ability to fully lift and land the anticipated casing loads without the use of cranes, float plugs, or other similar methods. All drill pipes must utilize threaded flush or upset tool joints, or equal, I as approved by the City. Due to noise constraints, the use of any drill pipe requiring air impact wrenches will not be allowed. ' SECTION 1.06 CONSTRUCTION SCHEDULE 1.06 -1 COMPLETION SCHEDULE iThe Contractor shall complete all work under this contract within one hundred and eighty (180) consecutive calendar days from the date of award of contract by the City Council. The Contractor shall begin work within ten (10) calendar days from the date the City gives the Contractor written notice to proceed. The City will issue the notice to proceed only after the contract 1 documents and a detailed construction schedule has been submitted and accepted by the City. The processing of the contract documents and construction schedule can occur concurrently. 1-06.2 PROSECUTION OF WORK Upon Award of Contract by the City Council, the Contractor has seven (7) calendar days to execute the contract, including processing all required documents with the City. ' No work shall begin until a schedule of work has been submitted by the Contractor and approved by the City. The Contractor shall submit a construction schedule to the City for approval within a minimum of seven (7) calendar days prior to the City's written notice to proceed. The schedule may be bar chart or CPM style. The schedule may be on a weekly progress basis showing line item activities of work by the Contractor. The City will review the schedule and may require the Contractor to adjust it to the requirements of the City. Prior to the start of any construction work, the Contractor shall notify the City and shall supply the City with the name and telephone number(s) of the person(s) in charge of the work and a 24 -hour telephone number that can be 1 used to contact the person in charge. 5 Section 1 - Special Provisions I It is expressly understood and agreed that the time of beginning, the rate of progress, and the time of completion of the work are of the essence of this Contract. The work shall be executed with such progress as required to prevent any delay to other contractors working on other contracts at the site or the City's overall Groundwater Development Project, the Contract milestones, and the general completion of the Contract. Time extensions shall not be granted nor delay damages paid until a 1 delay occurs which is beyond the control and without the fault or negligence of the Contractor and its Subcontractors or Suppliers, at any tier and which extends actual performance of the work beyond the current Contract 1 Completion Date. Comments made by the City on the Construction Schedule during 1 review will not relieve the Contractor from compliance with the requirements of the Contract Documents. The review is only for general conformance with the scheduling requirements of the Contract Documents. An updated Construction Schedule shall be submitted to the City with the submittal of the Contractor's monthly payment request. For those activities started, but not yet completed at the time of submittal, the updated schedule shall reflect the percentage complete, as agreed between the Contractor and the City, and an estimate of the remaining duration. i As a condition precedent to the release of any retained funds, the Contractor shall, after substantial completion of the work has been achieved, submit a final Construction Schedule which accurately reflects the manner in I which the project was constructed and which includes actual start and completion dates for all work activities on the Construction Schedule. 1.06 -3 WORKING HOURS The Contractor shall conduct drilling and well construction and testing operations around -the -clock (24 hours per day). The Contractor shall notify the City of Fountain Valley Public Works Department at (714) 965 -4442 at least 72 hours prior to beginning any work in the City of Fountain Valley Right -of -Way. 1.06 -4 CONSTRUCTION SEQUENCING Prior to any construction activities, the Contractor shall provide the City of Newport Beach with a video tape of the existing condition of each well I site and the area that will be used to access the sites including the closest public road. 1 Because time is of the essence in the well construction process, two drill rigs operating on a very specific construction sequence will be necessary. 6 Section 1 - Special Provisions I 1.06 -5 CONSTRUCTION SEQUENCING WITH OTHER CITY CONTRACTS During construction of the water wells, the City will be preforming via a Phase I - Site Development Contractor, various site improvement at the Dolphin Avenue and Tamura School well sites to assist the well drilling and testing operations. ' At the Tamura School well site, an access road along the south side of the Tamura School site with a chain -link fence and grading of the building pad. A new storm drain line will be installed prior to the well drilling construction (See Appendix C for reduced sets of plans). 7 Section 1 - Special Provisions rJ L is Construction sequencing to be as follows: 1. Begin by drilling at the Site #2 deep well site. 2. After electric log and down -hole aquifer isolation sampling at Site #2, mobilize the second drill rig to the Site #1 deep well site and drilling. commence 3. Following construction and mechanical development of the Site #2 deep well, immediately mobilize test pump to the Site #2 deep well and commence pumping development and test pumping. 4. Following construction and mechanical development of the Site #1 deep well, immediately mobilize test pump to that site and commence pumping development and test pumping. 5. Immediately following test pumping at each deep well, begin construction of the adjacent shallow well. ' 6. Near the end of test pumping at the Site #2 shallow well, remobilize a test pump into the Site #2 deep well and conduct simultaneous constant rate pumping in both Site #2 wells. 7. Near the end of test pumping at the Site #1 shallow well, remobilize a test pump into the Site #1 deep well and conduct 1 simultaneous constant rate pumping in both Site #1 wells. The City recognizes that drilling efficiency and rapid advance rates both for the pilot hole and reamed borehole are critical to the successful and timely completion of the well. The Contractor shall be expected to drill the wells from commencement of drilling below the surface conductor, conduct downhole aquifer zone sampling, reaming the pilot borehole, setting casing, gravel packing and cementing without significant delays. A construction schedule including starting date shall be submitted for review by the City and a City representative. The Contractor's schedule shall incorporate permit- imposed schedules and windows for performance of the work. Refer to Section 1.06 -4 of the Special Provisions for a description of those schedule constraints. 1.06 -5 CONSTRUCTION SEQUENCING WITH OTHER CITY CONTRACTS During construction of the water wells, the City will be preforming via a Phase I - Site Development Contractor, various site improvement at the Dolphin Avenue and Tamura School well sites to assist the well drilling and testing operations. ' At the Tamura School well site, an access road along the south side of the Tamura School site with a chain -link fence and grading of the building pad. A new storm drain line will be installed prior to the well drilling construction (See Appendix C for reduced sets of plans). 7 Section 1 - Special Provisions rJ L I IThe City is directing the Well Site Development - Phase I Contractor to construct the access road and grading of the pad area prior to the well drilling contractor mobilizes on the site. While the Well Drilling Contractor is mobilizing and prior to drilling, the Well Site Development - Phase I Contractor will complete the installation of the storm drain line. At the Dolphin Avenue well site, an existing 12 -inch steel water main will be removed and relocated, temporary shoring along the northerly site of the site, grading of the building pad and temporary chain -link fence will be installed prior to the Well Drilling Contractor mobilizing on the site (See Appendix C for reduced sets of plans). The City is directing the Well Site Development - Phase I Contractor to construction these improvements only after the access road and grading are completed at the Tamura School well site. The Contractor shall coordinate his work effort with other contractors near the sites. SECTION 1.07 PAYMENT 1.07 PAYMENT The unit prices and lump sum prices include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work involved to complete the work included in the Contract Documents. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. No additional compensation will be allowed. The items of work pertaining to the bid items included within the Proposal are discussed in detail in Section 200. SECTION 1.08 LIQUIDATED DAMAGES 1.08 LIQUIDATED DAMAGES Time is of the essence in completing the well drilling on schedule. Failure of the Contractor to complete the work within the time specified will result in significant damages being sustained by the City. From and after the date of award of the contract, pursuant to Government Code 53069.85, forfeiture for each day completion is delayed beyond the time allowed will be at the rate of $1,500.00 per calendar day. The Contractor shall agree to pay such liquidated damages as herein provided, and In case the same are not paid, 1 agrees that the City may deduct the amount thereof from any money due or that may become due to the Contractor under this contract. I L 8 Section 1 - Special Provisions I I I I I I I I I I I I I I I Ll i A SECTION 1.09 PERMITS 1.09 -1 GENERAL The City will apply for a encroachment permit and pay all fees, it shall be the Contractor's responsibility to complete the encroachment permit by supplying additional information (i.e. insurances, workman's compensation) that is required by the City of Fountain Valley. The originals of all applicable permits must be kept at the job site at all times. All provisions of these permits will apply as stated in these Special Provisions and will have authority over any conditions herein. The permits contain requirements which affect the cost of the project work and may even require supplementary work permits and fees to execute construction. Contractor shall comply with all permit requirements and obtain and pay the fees involved with the supplementary work permit. Any costs incurred due to compliance with the permits shall be included in the appropriate bid items and no additional payment will be made. The Contractor is solely responsible for strict adherence to all permitilicense requirements. 1.09 -2 CITY OF FOUNTAIN VALLEY The City will apply for and construction activity within the Cif encroachment permit from the City Works. The Contractor shall comply copy of the City's "Application for included in the attached Appendix. permit fees. the Contactor shall obtain prior to any y of Fountain Valley Right -of -Way, an 31f Fountain Valley Department of Public with all requirements of said permit. A Right -of -Way Encroachment" has been The City of Newport Beach will pay the The following is a brief summary of a partial list of the requirements for the work within the City of Fountain Valley: a. Contractor shall obtain a City of Fountain Valley business license. b. Prior to the start of construction operations, the Contractor shall provide the Fire and Police Departments with the construction schedule, and the name and telephone number of at least two responsible persons who may be contacted at any hours in the event of a condition requiring immediate correction. c. Backfill and pavement removal and replacement shall be done in accord with the construction plans. The Contractor shall take special precautions to avoid damage to the existing street pavement outside the limits of the work. d. Whenever a part of a square or slab of existing concrete sidewalk, curb, gutter, or driveway is broken or damaged, the sidewalk, curb, gutter, or driveway shall be removed completely from score line to score line. The sidewalk shall be replaced from back of 9 Section 1 - Special Provisions IJ SECTION 1.10 PRE -BID CONFERENCE AND SITE TOUR 1.10 PRE -BID CONFERENCE AND SITE TOUR A pre -bid conference and site tour will be held at 10:00 a.m. on February 27, 1996. The conference will be held at the northwest corner of the First American Baptist Church's rear parking lot located at 17415 Magnolia Street, Fountain Valley, California. The City will discuss the Tamura School Well Site at this location and then proceed to the Dolphin Avenue Well Site. This meeting is not mandatory The purpose of the prebid site tour is to acquaint prospective bidders with the well sites, local physical features, site logistics, obstructions, water and power sources and water disposal operations. The conditions and requirements of these special provisions will govern over any information at the prebid site tour. SECTION 1.11 PRE - CONSTRUCTION MEETING 1.11 PRE - CONSTRUCTION MEETING A mandatory pre - construction meeting shall be scheduled 48 hours prior to start of construction with the following people present: Newport Beach Utilities, City of Fountain Valley Public Works and Traffic Departments, City construction representative, Contractor and his field superintendent/foreman or their representatives. The pre - construction meeting will address the following items: 1 a. Introduction and acquaintance of the key project personnel. The Contractor is expected to be represented at the meeting by his assigned superintendent and foreman. Major subcontractors should also be present. b. Discuss the Construction Schedule. c. Review required shop drawing submittals and processing. d. Discuss cost breakdown of major bid items and progress payment processing. e. Outline required field inspections and construction staking. f. Discussion to clarify any questionable areas of work. SECTION 1.12 SUPERVISION AND COOPERATION 1.12 SUPERVISION AND COOPERATION 1 The Contractor shall provide a qualified and experienced foreman and drilling superintendent, one of whom shall constantly be in attendance throughout the drilling and construction of the well. ' 11 Section 1 - Special Provisions I SECTION 1.13 TERMINATION 1.13 TERMINATION The City reserves the right to terminate the work on the wells at any time. In such an event, the Contractor will be paid for the value of his work successfully completed at the time on the basis of the unit values shown in the bid proposal. I a. "Hydrogeologic Evaluation for Multiple Well Site Feasibility" prepared for Public Works Department, City of Newport Beach, California, prepared by Richard C. Slade & Associates dated January, 1995. I 12 Section 1 - Special Provisions The City reserves the right to select an alternative well site to replace any pilot hole /reamed hole that required abandonment. If such an alternative site is chosen by the City, the Contractor will be paid for the work done at the alternative site on the basis of the unit price items shown in the bid proposal. Mobilization- demobilization items may be subject to a negotiated price because of the probable close proximity of the two sites. SECTION 1.14 CONFERENCES ' 1.14 CONFERENCES At any time during the progress of the work, the City of Newport Beach shall have the authority to require the Contractor to attend a conference including any or all of the subcontractors engaged in the work, and any notice of such conferences shall be duly observed and complied with by the Contractor. rSECTION 1.15 INSPECTION OF PLANS & SPECIFICATIONS BY CONTRACTOR 1.15 INSPECTION OF PLANS & SPECIFICATIONS BY CONTRACTOR The Contractor shall familiarize himself with the plans and specifications. Should he discover any discrepancies or omissions in them, he shall at once report his discovery in writing to the City of Newport Beach for a decision on its correction, revision or clarification and the decision of the City shall be final. SECTION 1.16 INVESTIGATIONS AND REPORTS 1.16 INVESTIGATIONS AND REPORTS The following report which has been prepared for the City of Newport Beach is available for review at the Utilities Yard: I a. "Hydrogeologic Evaluation for Multiple Well Site Feasibility" prepared for Public Works Department, City of Newport Beach, California, prepared by Richard C. Slade & Associates dated January, 1995. I 12 Section 1 - Special Provisions I ' SECTION 1.17 LOCAL CONDITIONS AND GEOLOGY i1.17 LOCAL CONDITIONS AND GEOLOGY Geologic records for nearby wells indicate that sediments beneath the drill sites consist of: interbedded clay, silt, and peat in the upper 100 feet; and interbedded sand, gravel, and clay to depths of at least 850 feet. Thickness of ' individual aquifer zones beneath the drill sites is anticipated to range from 20 to approximately 100 feet. The sand and gravel aquifer zones are separated by clay and silt layers of various thicknesses. Groundwater is considered to occur under confined conditions in the aquifers to be screened in the new wells. The non - pumping piezometric water levels are anticipated to be between 35 and 55 feet below ground level, based on 1994 water levels in nearby wells. It is understood that the Contractor will familiarize himself with local weather conditions for the time of year during which drilling occurs and will take the necessary measures to ensure that work will progress swiftly and efficiently to the completion of the project. The bidder represents that he has carefully examined the Contract Documents and the site where the work is to be performed and that he has familiarized himself with all local conditions and federal, state and local laws, ordinances, rules and regulations that may affect in any manner the performance of the work. The bidder further represents that he has studied all surveys and investigation reports about subsurface and latent physical conditions pertaining to the job site, that he has performed such additional surveys and investigations as he deems necessary to complete the work at his bid price, and that he has correlated the results of all such data with the ' requirements of the Contract Documents. The submittal of a bid shall be conclusive evidence that the bidder has ' investigated and is satisfied as to the conditions to be encountered, including locality, uncertainty of weather and all other contingencies, and as to the character, quality, quantities, and scope of the work. The plans and specifications for the work show subsurface conditions or otherwise hidden conditions as they are supposed to or believed by the City representative to exist; but it is not intended or to be inferred that the conditions as shown thereon constitute a representation that such conditions are actually existent. Except as otherwise specifically provided in the Contract Documents, the City, the City representative, and their consultants shall not be liable for any loss sustained by the Contractor as a result of any variance of such conditions as shown on the plans and the actual conditions revealed during the progress of the work or otherwise. 13 Section 1 - Special Provisions Where the City, the City representative or their subconsultants have made investigations of subsurface conditions in areas where the work is to be performed, such investigations were made only for the purpose of study and design. The conditions indicated by such investigations apply only at the specific location of each boring or excavation at the time the borings or excavations were made. Where such investigations have been made, bidders or Contractors may inspect the records as to such investigations subject to and upon the conditions hereinafter set forth. ' The records of such investigations are not a part of the Contract Documents and are shown solely for the convenience of the bidder or Contractor. It is expressly understood and agreed that the City, the City representative, and their consultants assume no responsibility whatsoever in respect to the sufficiency or accuracy of the investigations; the records thereof; or of the interpretations set forth therein or made by the City's consultants, the City representative or his subconsultants in the use thereof by the City representative, and there is no warranty or guarantee, either express or implied, that the conditions indicated by such investigations or records thereof are representative of those existing throughout such areas, or any part thereof, or that unlooked -for developments may not occur, or that materials other than, or in proportions, densities, or other characteristics different from those indicated may not be encountered. The availability or use of information described in this section is not to be construed in any way as a waiver of the provisions of the first paragraph in this section and a bidder or Contractor shall make such independent investigations and examination necessary to satisfy himself as the conditions to be encountered in the performance of the work. No information derived from such inspection of records of ' investigations or compilation thereof made by the City, the City representative, or their consultants will in any way relieve the bidder or Contractor from any risk or from properly fulfilling the terms of the Contract Documents nor entitle the Contractor to any additional compensation. SECTION 1.18 ' CONTRACTOR'S RECORDS /AS -BUILT DRAWINGS 1.18 CONTRACTOR'S RECORDS /AS -BUILT DRAWINGS The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records and documents shall be retained for at least three years after the date of project completion. During this time, the material shall be made available to the City or its authorized representative. Suitable facilities are to be provided for access, inspection, and copying of this material. ' The stamped set of approved plans and specifications shall be on the job site at all times, and in addition, the Contractor shall maintain "as- built" drawings of all work and subcontracts, continuously as the job progresses. 14 Section 1 - Special Provisions r7 L D A separate set of prints for this purpose shall be required and these drawings shall be up -to -date and so certified by the City's representative at the time each progress bill is submitted. Upon completion of the project, the Contractor shall provide "as- built" ' corrections upon a copy of the plans. The "as- built" correction plans shall be verified by the City prior to final payment or release of any bonds. 1 SECTION 1.19 SAFETY 1.19 SAFETY In accord with generally accepted construction practices, the Contractor shall be solely and completely responsible for conditions of the job site, including safety of all persons and property during performance of the 1 work, and the Contractor shall fully comply with all state, federal and other laws, rules, regulations, and orders relating to safety of public and workers. The right of the City or the City's representative to conduct construction review or observation of the Contractor's performance will not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site. SECTION 1.20 PROTECTION OF UTILITIES 1.20 PROTECTION OF UTILITIES The City representative has endeavored to determine the existence of utilities at the site of the work from the records of the owners of known utilities in the vicinity of the work. The positions of these utilities, as derived from such ' records, are shown on the plans. The service connection to these utilities may not be shown on the plans. Prior to excavating in the vicinity of these utilities, the Contractor shall notify Underground Service Alert. The City has verified the actual location and elevation of certain existing utilities in conjunction with the preparation of the construction plans. This information is reflected on the construction plans. The Contractor shall expose all utilities and services prior to construction. The Contractor shall protect all existing utilities from damage, whether they are shown or not. The existing utilities are to remain in place and be protected against damage during construction operations. The Contractor shall not interrupt existing utilities service occupied or used facilities, except when authorized in writing by the City. If the existing utilities interfere with construction, the Contractor shall submit drawings showing methods, material and sequences of operation for continuing construction and maintaining utility ' services. is Section 1 - Special Provisions The Contractor shall not turn off or shut down any utilities at his convenience. No additional cost will be acceptable nor time extension granted, if a delay in work is caused by inconvenience. SECTION 1.21 CONSTRUCTION SURVEYING STAKING 1.21 CONSTRUCTION SURVEYING STAKING ' The City will provide one set each of the following construction survey controls: a. Temporary fencing at 50 foot intervals (Dolphin Avenue Well Site). b. Sound barrier walls at 50 -foot intervals (both sites). c. Location of well drilling borehole (both sites). Any additional stakes, any restaking or costs thereof shall be at the responsibility of the Contractor. The Contractor shall notify the City in writing two (2) working days in advance of the time that the stakes are needed. SECTION 1.22 WATER AND POWER 1.22 WATER AND POWER The Contractor will be responsible for obtaining any water and power required for his operation. The Contractor shall make his own arrangements for developing water sources and supply all labor and equipment to collect, load, transport, and apply water as necessary for drilling, testing and other construction use. The Contractor shall not draw water from any fire hydrant (except to extinguish a ' fire) withoutfirst obtaining a construction meter from the City of Fountain Valley. The Contractor shall include the cost of construction water in the appropriate bid item to which it is appurtenant. The Contractor shall drain the water from the drilling and testing operation to the nearest existing storm drain system as shown on the construction drawings with temporary pipe. All costs for draining, drilling and testing water shall be included in the appropriate connection bid item. The Contractor shall provide the necessary hoses and/or piping to convey the water from the nearby source to the construction areas. The Contractor shall provide all electric power at his own cost, as required for construction, testing, general lighting (including field offices), security lighting, and for any other purposes whether supplied through temporary or permanent facilities. The Contractor shall arrange with the local utility to provide the required electrical services at a mutually agreeable location. The Contractor shall then provide adequate job site distribution facilities for the power which conform to applicable codes and safety ' regulations. 16 Section 1 - Special Provisions SECTION 1.23 CONTRACTOR'S WORK AREA ' 1.23 CONTRACTOR'S WORK AREA At each of the well sites, the Contractor will be allowed to store equipment, material and personnel within the area shown on the construction drawings. 1 At the Dolphin Avenue Well Site, the City is currently under negotiations with the Huntington Beach Union High School District to lease a portion of the parking lot south of the well site for storage area access to I facilitate the Contractor's operations, storing and staging of materials, equipment, and personnel. The lease will be between the City, the School District and the Contractor. The City will pay for the lease from the School District. The Contractor shall meet all conditions and requirements of the School District. Expenses related to storage yards and staging areas shall be included in the mobilization bid item. The Contractor shall be responsible for securing the site to protect his property from vandalism and loss and to protect the public from possible injury. The Contractor shall inform the City of his activities for obtaining any ' other additional work area. The Contractor is advised that the additional work area must be obtained directly in writing from the property owner by the Contractor for use during the construction period. In obtaining such additional work area, the Contractor shall obtain all necessary permits, comply with local ordinances and regulations and required to make all payments. The Contractor is responsible for any rents, fines, damages, and ' restoration costs associated with the additional work area. The City shall be furnished with a copy of the written agreement with the affected property owner prior to using the additional work area. The agreement shall contain a written release statement approved by the City and shall be executed by the property owner that all work including restoration is to be the owner's satisfaction and is complete. The City shall be provided with a copy of a written release from the property owner releasing the Contractor from any future claims prior to filing the Notice of Completion. The Contractor will be allowed to use the area east and west of the lease line for storage at the Dolphin Avenue Well Site. The Contractor shall be responsible for removal and replacement of all landscaping damaged or destroyed during the construction period at no additional cost to the City. At the Tamura School Well Site, the Contractor's storage area will be as shown on the construction drawings. The Contractor will be responsible for removal and replacement of any landscaping damaged or destroyed during the construction period including the access road from Santa Suzanne Street to the Site at no additional cost to the City. 17 Section 1 - Special Provisions FI IS L� SECTION 1.24 INSPECTION AND TEST ' 1.24 INSPECTION AND TEST ' All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the City. The Contractor shall furnish the City 1 with full information as to the progress of the work in its various parts and shall give the City timely (48 hours minimum) notice of the Contractor's readiness for inspection. ' The City shall select the independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the City, additional tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed his work, such tests and inspections will be paid for by the Contractor. SECTION 1.25 WARRANTY 1.25 WARRANTY The Contractor shall warrant all materials supplied by Contractor and all workmanship regardless of the material supplier for a period not less than ' one years (12 months) from the date of the City Council's acceptance of the work and certification of completion. contractor's The Contractor's warranty shall cover all materials and all operations of all equipment supplied by the Contractor and installed as part of this contract. Any part, item or function that does not perform as originally intended or specified shall be replaced or repaired by the Contractor at no cost to the City should that part, item or function fail or not perform as originally intended or specified. The Contractor shall provide a written warranty satisfactory to the City prior to acceptance of the contract installation which meets the requirements of this provision. SECTION 1.26 ' FIELD OFFICES AND SANITARY FACILITIES 1.26 FIELD OFFICES AND SANITARY FACILITIES The Contractor shall furnish for the project two (2) temporary field offices for the joint use of his personnel, the City and its representatives. There shall be one (1) temporary field office at each of the two (2) sites. The field offices are considered necessary for 24 -hour per day availability of a clean, dry shelter to protect logging equipment (microscopes, etc.) and personnel from the elements, and in which the aforementioned parties can meet and review geologic and geophysical logs and other data in order to discuss and decide aquifer zone testing depths, casing completion details, and any other in- the -field determinations. 18 Section 1 - Special Provisions It will be the Contractor's responsibility to ensure the availability of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100% completion of ' work. 19 Section 1 - Special Provisions Small office or house -type trailers supplied with electricity and lighting are considered acceptable for use as the field offices. Telephone service to the ' field office or drill rig is considered necessary in order to maintain 24 -hour per day critical communication between the aforementioned parties as well as for emergency use. Special plan racks, air conditioning and hot running water will not be required. Suitable sanitary facilities shall be provided and maintained on a regular basis by the Contractor for use by on site personnel during the construction period. At the end of the job, all such toilets shall be completely removed by the Contractor. SECTION 1.27 JOB SITE PROTECTION ' 1.27 JOB SITE PROTECTION Both job sites are near schools and residences. The Contractor shall ' provide the necessary job site security including, but not limited to installing temorary fence and maintaining existing fencing around the construction areas, to keep out children and other unauthorized persons. Throughout all phases of work on this project, the Contractor shall maintain wellhead security to preclude accidental or intentional damage and /or ' contamination of the wells and water supply. Whenever the well sites are unattended, the borehole or installed well casing shall be covered to prevent entry by animals or humans. ' Throughout the construction period, the Contractor shall keep the work sites free and clean of rubbish and debris. The Contractor shall provide for the disposal of all surplus materials, waste products, debris, etc., and shall make necessary arrangements for such disposal. Debris may be contained on the sites, but only in approved containers, until it is hauled away and disposed of at an approved site. It is anticipated that nuisance water, such as rainfall, irrigation water, or local surface runoff may occur with the construction site during the period of construction under this contract. The Contractor, by submitting his bid, will be held to have investigated the risks arising from such waters and shall take all due measures to prevent delays in progress of the work caused by such waters. SECTION 1.28 ' AVAILABILITY OF MATERIALS 1.28 AVAILABILITY OF MATERIALS It will be the Contractor's responsibility to ensure the availability of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100% completion of ' work. 19 Section 1 - Special Provisions ' SECTION 1.29 20 Section 1 - Special Provisions 1 ADDITIONAL INSURED 1.29 ADDITIONAL INSURED The Contractor shall specifically name the City of Newport Beach, City of Fountain Valley, DMA Engineering and Richard C. Slade & Associates as an additional insured on all policies of insurance related to the performance of this ' contract. SECTION 1.30 INDEMNIFICATION OF CITY'S REPRESENTATIVE 1.30 INDEMNIFICATION OF CITY'S REPRESENTATIVE The Contractor hereby releases and agrees to indemnify, defend, hold ' harmless the City, the City representative, their agents, employees, consultants and representatives for any and all damage to persons or property or wrongful death regardless of whether or not such claim, damage, loss or expense is caused in whole or in part by the negligence, active or passive, of the City, the City representative, as well as their agents and employees, excepting only the sole negligence of the City, the City representative and their agents and employees to the fullest extent permitted by law. Such indemnification shall extend to all claims, demands, actions, or liability for injuries, death or damages occurring after completion of the project, as well as during the work's progress. The Contractor further agrees that it shall accomplish the above at its own cost, 1 expense and risk exclusive of and regardless of any applicable insurance policy or position taken by any insurance company regarding coverage. The Contractor shall defend, indemnify and hold the City and City representative, their employees, officers, or agents, harmless against any and all claims by any parties arising from, or related to, any and all damages, including legal costs and attorney's fees, resulting from interference with, interruption of, damage to, or any and all injuries which result from damage caused to subsurface installation as defined in Government Code §4216.10), which is unforeseen and despite City representative's effort during the design process was not located, excepting only the gross negligence or willful misconduct of the City representative in providing its services. SECTION 1.31 TRAFFIC CONTROL AND ACCESS ' 1.31 TRAFFIC CONTROL AND ACCESS The Contractor shall provide traffic control and access for Dolphin Avenue in accord with the City of Fountain Valley "Construction /Maintenance Work Traffic Control Plans" dated 1993. Traffic control plans shall be prepared ' by the Contractor and submitted to the City of Fountain Valley for approval. 20 Section 1 - Special Provisions 1 I I L J� Automotive Liability Insurance Endorsement Multiple Limits Bodily Injury Liability Bodily Injury Liability Property Damage Liability Combined Single Limit Bodily Injury Liability and Property Damage Liability 21 $1,000,000.00 per person $1,000,000.00 per accident $1,000,000.00 $1,000,000.00 Section 1 - Special Provisions The Contractor shall be fully responsible for the adequacy of any traffic plan utilized, for obtaining approval from the City of Fountain Valley for conformance with his intended construction schedule and staging and to provide for its proper implementation. The Contractor shall maintain access to all driveways and residences ' during the construction period. ' SECTION 1.32 DUST /NOISE CONTROL 1.32 DUST /NOISE CONTROL Dust shall be controlled by watering and /or dust palliative in accord with the City of Fountain Valley requirements. Noise, excavation, delivery and removal shall be in accord with the City of Fountain Valley requirements. ' SECTION 1.33 INSURANCE REQUIREMENTS ' 1.33 INSURANCE REQUIREMENTS The limits of liability for this contract are: ' General Liability Insurance Endorsement General Liability $1,000,000.00 each occurrence $1,000,000.00 each occurrence I L J� Automotive Liability Insurance Endorsement Multiple Limits Bodily Injury Liability Bodily Injury Liability Property Damage Liability Combined Single Limit Bodily Injury Liability and Property Damage Liability 21 $1,000,000.00 per person $1,000,000.00 per accident $1,000,000.00 $1,000,000.00 Section 1 - Special Provisions 22 Section 1 - Special Provisions SECTION 1.34 SUBSTITUTION OF SECURITIES ' 1.34 SUBSTITUTION OF SECURITIES Pursuant to Section 22300 of the California Public Contract Code, the 1 Contractor shall have the option to deposit qualified securities in an escrow account with an escrow agent as a substitute for retention of Contractor earnings required to be withheld by the City pursuant to the Contract Documents; provided, however that the Contractor meets the conditions specified herein below. The following conditions are expressly agreed by the parties to be consistent with, in addition to, and not in any way contradictory ' with, the requirements of Section 22300 of the California Public Contract Code: 1. The escrow agent and escrow agreement selected by the ' Contractor shall be approved by the City and both the escrow agent and escrow account shall be located within the State of California. 2. The securities eligible for deposit into the escrow account shall include those listed in Section 16430 of the California Government ' Code, and agreed to in writing by the Contractor and the City. 3. In the event that the qualified securities deposited in the escrow account decrease in value to an amount less than the cash amount then required by the Contract Documents to be withheld as retention by the City, the escrow agent shall notify the City of the deficiency within five (5) days and the Contractor shall deposit, to the extent of the deficiency, additional qualified securities with the escrow agent within five (5) days of City notification to the Contractor of such deficiency. ' Upon the expiration of the five (5) day notice period to the Contractor, the City shall have the right to: ' a) cause the escrow agent to immediately convert the qualified securities deposited in the escrow account to cash and to immediately remit such cash amount to the City; b) cause the escrow agent to terminate the escrow account ' upon satisfaction of provision a) of this paragraph; and c) satisfy any withholding deficiency by retaining amounts necessary to satisfy such deficiency from any funds due or to ' become due to the Contractor under the Contract Documents. 1 22 Section 1 - Special Provisions 11 I 11 11 Notwithstanding any of the foregoing provisions, the Contractor shall have the right to establish another escrow account complying with the requirements of California Public Contract Code Section 22300 and these Contract Documents even though such a previous escrow account has been terminated. 4. The Contractor shall bear all of the expense of the City and the escrow agent in connection with the establishment of the escrow account, the deposit of qualified securities into the escrow account, all statements and accounting relating to the escrow account, and the maintenance of the escrow account. The Contractor shall, upon written notification to the City that the Contractor intends to open an escrow account with the escrow agent to deposit qualified securities as a substitute for retention of Contractor earnings required to be withheld by the City, notify the Surety in writing of such intention, and furnish the City with the written consent of the Surety to the utilization of such escrow account in lieu of periodic retentions. 23 Section 1 - Special Provisions [I 1 SECTION 2 SPECIAL PROVISIONS ' TECHNICAL PROVISIONS FOR CONSTRUCTION SECTION 2.00 1 MOBILIZATION AND DEMOBILIZATION Bid Item No. 1A ' NOISE CONTROL BARRIER WALLS Bid Item Nos. 1B and 1C 2.0-1 SCOPE Mobilization and demobilization shall include the transportation of personnel, equipment, and operating supplies to and from the sites; compliance with noise requirements; establishment of temporary fencing, temporary electricity, field offices, and portable sanitary facilities at each site; conveying an adequate supply of fresh water; and other preparatory work at the sites and ' mobilization for work required by the Contractor. The Contractor shall provide two complete reverse circulation drilling units; all tools, accessories, power, fuel, materials, supplies, lighting, water, and other equipment; and experienced personnel necessary to conduct efficient drilling operations. The drilling units shall be in good condition and of such capacity as to drill the holes required by these Specifications to depths of approximately 900 feet. Both job sites are near schools and residences. The Contractor shall 1 provide the necessary job site security to keep out children and other unauthorized persons. Job site security shall include, but is not limited to, temporary fencing, at least 6 ft high around the construction activity and materials storage area at the Dolphin Avenue well site. Fencing of the ' construction area at the Tamura School well site will be installed by the well site development Contractor prior to mobilizing on the site. Once the Contractor mobilizes on the Tamura School well site, he shall be responsible for maintenance of the existing fence. The Contractor shall provide traffic control at the Dolphin Wells Site and shall make the necessary arrangements for traffic ' control with the City of Fountain Valley, as described In Section 1.31. Noise suppression shall be practiced at all times to minimize ' disturbance to persons living or working nearby, and to the general public. The measures to be used in effecting noise suppression shall include (but are not limited to) equipping all internal combustion engines with critical residential ' silencers (mufflers), shielding noise - producing equipment from nearest areas of human occupancy by locating in such positions as to direct greatest noise emissions away from such areas, and conducting operations in the most effective manner to minimize noise generation consistent with the prosecution ' of the Contract in a timely and economic manner. ' 1 SECTION 2 - Special Provisions r-, I Limits of noise levels are 60 dBA as measured from any adjacent ' dwelling units. The nearest dwelling units are located approximately 150 ft to the north of the Dolphin Wells Site, and approximately 150 ft to the northeast and south of the Tamura School Wells Site. ' Noise control barrier walls (Bid Item Nos. 1 B and 1 C) shall be required at both well construction sites and shall have adequate transmission loss to ' meet the noise limits described above. All noise control barrier walls shall be designed to preclude structural failure due to such factors as winds, shear, shallow soil failure, and erosion. Contractor shall submit acoustical calculations ' to verify that the noise control barrier walls meet the noise level criteria by an acoustical engineer. At the Dolphin Wells Site, the noise control barrier (Bid Item No. 1B) shall be installed, at the least, along Slater Avenue on the northern edge of the site and shall be 16 to 18 ft high with a Sound Transmission Class rating of 18 (STC -18). For bidding purposes, a 200 -ft total length of noise control barrier ' walls is estimated for the Dolphin Wells Site. At the Tamura School Wells Site, the noise control barrier (Bid Item No. 1 C) shall be installed completely surrounding the equipment operation area and shall be 30 ft high with a Sound Transmission Class rating of 18 (STC -18) and be in all ways equivalent to the STC -18 Bravo Blanket supplied and installed by Bravo Environmental Sound Control Company. For bidding purposes, a 500 - ft total length of 30 -ft high noise control barrier walls is estimated for the Tamura School Wells Site. Also included in Bid Item No. 1C, the Contractor shall provide and install sound blankets to be draped over the 6 -ft high construction fence around the entire construction activity and materials storage area. The actual length and location of the noise control barrier walls shall be determined by the Contractor to be adequate to assure proper acoustical performance and equipment maneuverability. Temporary water service for construction purposes will be from the following nearby sources. At the Dolphin Wells Site (Site #1), the City will provide water service at a 2 -inch meter to be located onsite approximately 50 ft ' from the drill sites. At the Tamura School Wells Site (Site #2), the Contractor will install a temporary meter on the fire hydrant located on the north side of the adjacent church parking lot. The Contractor shall provide the necessary hoses and /or piping to convey the water from the nearby sources to the construction areas. At the Tamura School Well Site, hoses and /or piping shall be installed along the northern perimeter of the church parking lot to avoid the loss of parking space. This perimeter routing has a length of approximately 350 ft. ' The Contractor shall provide a field office with 110 -volt power at each site for use by the City's Representative. Portable sanitary facilities for use by all personnel shall be provided by the Contractor connected with this project. 2 SECTION 2 - Special Provisions ' The points of discharge are located as follows: at the Dolphin Wells Site, a storm drain catch basin is located approximately 400 ft west of the drill sites and discharge piping shall traverse the green belt to the storm drain; and at the Tamura School Wells Site, the discharge point is a proposed storm drain manhole to be located within 100 ft of the drill site. Prospective bidders will be notified of the final discharge location and NPDES permit discharge ' requirements at the prebid site tour. Drill cuttings and drilling fluids are to be removed from the site and properly disposed of by the Contractor. The Contractor is responsible for any damages to properties adjacent to the well caused by drilling, construction, or well testing activities associated with the work described herein. ' 2.00 -2 MEASUREMENT AND PAYMENT (Bid Item 1A) Payment will be made as the work proceeds, after presentation of ' invoices by the Contractor showing his own mobilization costs and evidence of the charges of suppliers, subcontractors, and others for mobilization work performed by them. 3 SECTION 2 - Special Provisions The Contractor shall keep the premises free from accumulations of waste materials, rubbish, and other debris resulting from the work. At completion of the work, he shall remove all waste materials, rubbish and debris from and about the well sites as well as all tools, construction equipment, fuel tanks, machinery, temporary structures, and surplus materials. The Contractor shall leave the sites clean and ready for use by the City. The Contractor shall restore to their original condition all temporary work or travel areas including filling holes from noise control barrier walls, repairing curbs and asphalt, and replacing damaged turf and /or landscaping. Prior to mobilization of equipment, all paved portions of the construction activity area shall be treated with a sealant product such as SEALKOTE, or approved equal, to protect the paved surfaces. The Contractor shall prevent damage to the sites and adjacent properties due to pumping water during drilling, development, or testing or due to interruption or diversion of storm or wastewater during execution of the work. The Contractor shall properly dispose of drilling, waste, and nuisance water. The Contractor shall provide a tank of adequate size to clarify and recirculate the water used for the drilling. Dirt and sediment shall be kept out of the drain lines at all times. Muddy and dirty water shall not be discharged into the storm drain but shall be hauled away for disposal. All water to be discharged into the storm drain shall be pumped to the circulation tank and/or other tanks needed to allow the solids to settle before discharging into the drain. NPDES permit restrictions on discharge quality shall be complied with. The NPDES permit will be obtained by the City. ' The points of discharge are located as follows: at the Dolphin Wells Site, a storm drain catch basin is located approximately 400 ft west of the drill sites and discharge piping shall traverse the green belt to the storm drain; and at the Tamura School Wells Site, the discharge point is a proposed storm drain manhole to be located within 100 ft of the drill site. Prospective bidders will be notified of the final discharge location and NPDES permit discharge ' requirements at the prebid site tour. Drill cuttings and drilling fluids are to be removed from the site and properly disposed of by the Contractor. The Contractor is responsible for any damages to properties adjacent to the well caused by drilling, construction, or well testing activities associated with the work described herein. ' 2.00 -2 MEASUREMENT AND PAYMENT (Bid Item 1A) Payment will be made as the work proceeds, after presentation of ' invoices by the Contractor showing his own mobilization costs and evidence of the charges of suppliers, subcontractors, and others for mobilization work performed by them. 3 SECTION 2 - Special Provisions ' 2.01 -2 MATERIAL REQUIREMENTS The conductor casing shall be a minimum 36 inches outside diameter steel pipe having a wall thickness of not less than 3/8 -inch and a length of not ' less than 50 feet in each well. Conductor casing shall be manufactured in accordance with ASTM Designation A -139, Grade B, without copper. All joints in the conductor casing shall be securely welded and shall be watertight. ' 4 SECTION 2 - Special Provisions If the total of such payments is less than the contract lump sum for mobilization, the unpaid balance will be paid upon completion of all work. Total payment for completion of Bid Item No. 1A will be made regardless of actual cost to the Contractor for completion of Bid Item No. 1A. Payment will not be made under this item for the purchase costs of materials having a residual value, the purchase costs of materials to be incorporated in the project, or the purchase costs of operating supplies. Payment for Bid Item No. 1A "Mobilization and Demobilization" will constitute full compensation for all labor, materials, equipment, water, and all ' other items necessary and incidental to completion of the work. 2.00 -3 MEASUREMENT AND PAYMENT (Bid Items 16 and 1C) Installation, maintenance, and removal of noise control barrier walls at the Dolphin Wells Site will be paid for on a linear foot basis for Bid Item No. 1 B. ' For bidding purposes, 200 linear feet of 16- to 18 -ft high STC -18 shall be required. Installation, maintenance, and removal of noise control barrier walls at the Tamura School Wells Site will be paid for on a linear foot basis for Bid Item No. 1 C. Forbidding purposes, 500 linear feet of 30 -ft high STC -25 Bravo Blanket shall be required. ' Payment for Bid Item Nos. 1 B and 1 C will constitute full compensation for all labor, materials, equipment and other items required for installation, maintenance, and removal of noise control barrier walls. Payment will not be made under these items for the purchase costs of materials having a residual value. SECTION 2.01 ' CONDUCTOR (SURFACE) CASING Bid Item No. 2 ' 2.01 -1 SCOPE Prior to actual drilling of each pilot hole, the Contractor shall bore a ' minimum 42 -inch diameter hole from ground surface to a depth of at least 50 feet, or as directed by the City's Representative, into which a surface conductor casing shall be installed. The conductor casing will provide near - surface hole ' stability, conduct drilling fluids and cuttings safely to the surface, and serve as a sanitary seal. ' 2.01 -2 MATERIAL REQUIREMENTS The conductor casing shall be a minimum 36 inches outside diameter steel pipe having a wall thickness of not less than 3/8 -inch and a length of not ' less than 50 feet in each well. Conductor casing shall be manufactured in accordance with ASTM Designation A -139, Grade B, without copper. All joints in the conductor casing shall be securely welded and shall be watertight. ' 4 SECTION 2 - Special Provisions 1 Field joints shall be either collared or butt welded joints. Centering ' guides shall be welded to the conductor casing with a minimum of two sets of guides (one near the bottom and one near the top). Each set shall consist of three guides equally spaced circumferentially. ' After the conductor casing has been installed, the annular space between the borehole and the conductor casing shall be filled and sealed by ' means of a grout pipe with pumping mix concrete (minimum 7 sack mix, ASTM C150, Type I or II). Upon completion of cementing, concrete shall be visible above the surface of the ground outside the conductor casing. After cementing operations are completed, the concrete shall be left undisturbed for a period of not less than 24 hours before drilling is resumed. 2.01 -3 MEASUREMENT AND PAYMENT ' The 36 -inch surface conductor casing will be paid for on a per linear foot basis installed for Bid Item No. 2, and will constitute full compensation for ' all labor, materials, equipment and other items required for drilling and setting the conductor casing. For bidding purposes the conductor casing shall be in- stalled to a depth of 50 ft in each of the four wells. ' SECTION 2.02 PILOT BORE DRILLING Bid Item No. 3 2.02 -1 SCOPE This item shall consist of drilling a pilot bore of about 12- to 18- inches in diameter below the surface conductor by the reverse circulation drilling method. ' The total estimated length of the four pilot bores below the conductor casings is 2375 feet. At the Dolphin Wells Site, anticipated pilot hole depths are 825 and 550 ft. At the Tamura School Wells Site, anticipated pilot hole depths ' are 750 and 450 ft. 2.02 -2 CONSTRUCTION METHODS ' The Contractor shall provide a detailed description of the drilling method and fluids to be used concurrently with the submittal of his bid. The drilling fluid program shall include information regarding the types of fluid to be ' used, Intended drilling fluid weights, viscosities, sand and solids contents, and the name of the supplier of the drilling additives. The name and qualifications of the mud engineer the Contractor would intend to use, if required, must also be Ll submitted for review by the City. This condition applies reverse circulation drilling method. Failure to submit this information may constitute grounds for rejection of the bid. 5 SECTION 2 - Special Provisions Only fresh water shall be used in the drilling fluid whether employed ' alone or in combination with drilling additives. All water used during drilling shall meet California State Department of Health standards for safe drinking water. The drilling fluid shall possess such characteristics as are required to adequately maintain the walls of the hole to prevent caving of the wall as drilling progresses and to permit recovery of representative samples of cuttings. The drilling fluid shall possess such characteristics that it can be readily removed from the hole during the placement of the gravel pack and during development of the well. Drilling fluid additives may be a biodegradable, polymer system such as HEC, Drispack, Kim Mud, Dual -Vis, a clay base bentonite system, or an approved equal providing the properties specified can be maintained to the satisfaction of the City's Representative. The Contractor is advised that excessive water loss in clay zones can lead to swelling, loss of shear strength, substantial caving, and hole stability problems. The drilling fluid to be utilized should contain properties to inhibit this possibility. ' For reverse rotary drilling, the Contractor must possess sufficient mud tank volume to effectively separate cuttings and keep sand and solids contents below the specified amounts. If drilling fluid property limitations as outlined below are exceeded, the Contractor will be required to immediately suspend further drilling until corrected. Reference is made to Section 2.00 -1 herein for proper disposal of drilling fluids. Excavated mud pits cannot be used. Portable mud tanks with internal baffles which allow drill cuttings to settle shall be required. Sediment shall be removed periodically from the tank in order to maintain tank volume and keep ' drilling fluid properties within specifications. Drill cuttings and other sediment waste shall be disposed of at an approved offsite location at no additional cost to the City. ' The drill rigs must be provided at all times with the following Standard API drilling fluid measuring devices to measure the following properties: ' a. Drilling fluid weight b) Drilling fluid viscosity ' c) Drilling fluid sand content The drilling fluid shall have the following properties in accordance ' with API Code RP 13B (or recent modification) "Recommended Standard Procedure for Testing Drilling Fluids." In the event the Contractor cannot attain these properties, the mud shall be replaced. ' 1) Weight - a maximum to 80 pounds per cubic foot (10.7 pounds per gallon) during pilot hole drilling and a maximum of 75 pounds per cubic foot (10.0 pounds per gallon) during pilot hole ream, and 70 ' pounds per cubic foot (9.4 pounds per gallon) during aquifer com- pletions, and gravel packing. ' 6 SECTION 2 - Special Provisions 4) Development and test records shall be maintained on a half - hourly ' basis, showing production rate, static water level, pumping level, drawdown, production of sand, gravel pack movement, water clarity, and all other pertinent information concerning method of de- velopment. 5) All measurements for depths shall be referenced to existing ground surface at the well sites. During development and production testing, all measurements shall be referenced to an arbitrary reference point established at the top of the sounding pipe as specified by the City's Representative. During drilling of each pilot bore, at 10 -foot or less intervals, or as directed by the City's Representative, the Contractor shall take representative samples of drill cuttings from the interval and shall place cuttings in suitably labeled zip -lock plastic bags supplied by the Contractor. All bags shall be ' labeled to indicate the depth interval, date, and well number of the collected sample. The samples shall be properly stored by the Contractor in a manner as to prevent breakage or loss until they are accepted by the City's Representative. 7 SECTION 2 - Special Provisions 2) Marsh funnel viscosity - maximum to 50 seconds during pilot hole drilling, and a maximum of 45 seconds during pilot hole ream, and a maximum of 40 seconds during gravel packing, and aquifer completions. 3) Sand content of mud entering the pump - a maximum of five percent by volume during all aspects of drilling. ' At the completion of drilling operations, drill cuttings cleaned from the tank, as well as drilling fluids, are to be removed from the site and properly disposed of by the Contractor at his expense. CONSTRUCTION RECORDS 2.02 -3 Contractor shall keep records providing the following information. The ' Contractor shall provide copies to the City or the City's Representative. 1) A log of drilling bit types and depths of changes. 2) A record of drilling fluid properties at 4 -hour intervals. The record shall show mud weights, Marsh funnel viscosity, sand content, solids content, water additions, and any mud additives used. 3) The logs for the completed wells shall show: diameter, wall thickness, depths, and quantities of casing and screen installed; details of ' reducing sections; borehole diameters; cemented sections; gradation of gravel envelope; quantity of gravel initially installed; the quantity of gravel added during development operations; and all other pertinent details. 4) Development and test records shall be maintained on a half - hourly ' basis, showing production rate, static water level, pumping level, drawdown, production of sand, gravel pack movement, water clarity, and all other pertinent information concerning method of de- velopment. 5) All measurements for depths shall be referenced to existing ground surface at the well sites. During development and production testing, all measurements shall be referenced to an arbitrary reference point established at the top of the sounding pipe as specified by the City's Representative. During drilling of each pilot bore, at 10 -foot or less intervals, or as directed by the City's Representative, the Contractor shall take representative samples of drill cuttings from the interval and shall place cuttings in suitably labeled zip -lock plastic bags supplied by the Contractor. All bags shall be ' labeled to indicate the depth interval, date, and well number of the collected sample. The samples shall be properly stored by the Contractor in a manner as to prevent breakage or loss until they are accepted by the City's Representative. 7 SECTION 2 - Special Provisions Upon completion of each pilot bore, a geophysical electric log of the hole shall be conducted for the purpose of providing information for the final design of the well. The geophysical logging is described in Section 2.03. Determination of the final depth of the reamed borehole shall be made after ' completion of the geophysical logging and any aquifer isolation zone testing. 2.02 -4 MEASUREMENT AND PAYMENT ' Payment for the pilot bore drilling below the conductor casings in all four wells will be made on a linear foot basis at the unit price bid for Bid Item 3. ' Such payment will be considered full compensation for furnishing all labor, materials, tools and equipment necessary and incidental to complete the pilot bores. SECTION 2.03 ' GEOPHYSICAL LOGGING Bid Item Nos. 4A and 4B ' 2.03 -1 SCOPE This item shall consist of performing geophysical logs in all four open bores. The geophysical logs to be performed include spontaneous potential and ' both normal and six -foot lateral resistivity (electric logs) in the pilot hole, and a caliper log survey of the final reamed borehole. Geophysical log scale Is to be: one vertical inch on the log graph equals 50 vertical feet of borehole. For the electric log only, a second version of the log shall be plotted at a vertical scale of 20 feet per inch, and the digital data shall be supplied on a 3 1/2 -inch disk with the ASCII data format used by OCWD. The Contractor shall submit the name of the geophysical logging subcontractor at the pre - construction meeting. 2.03 -2 CONSTRUCTION METHODS (Bid Item 4A) ' The Contractor shall furnish services for electric logging the pilot holes. Electric logs consisting of spontaneous potential (SP), long and short ' normal resistivity, and lateral resistivity surveys shall be made of the pilot bores by the Contractor as directed by the City's Representative. There will be no additional payment for rig time or standby time while the electric logging is ' being performed, or while the Contractor is awaiting the geophysical logging subcontractor. If the logging probe fails to descend to the desired depth, the Contractor, at his own expense, shall condition the hole to permit the logging probe to descend to the bottom of the hole. Standby time will not be paid for additional cleaning and conditioning of the hole to enable logging operations to ' proceed. I 8 SECTION 2 - Special Provisions I If review of the pilot hole electric log by the City and City's t Representative indicates that the completion of the borehole into a water well is not warranted at this site, the City reserves the right to terminate all further work at the site. In such an event, the Contractor will be paid for the value of his work completed to that time and on the basis of the lump sum /unit prices provided on the bid sheet. ' 2.03 -3 MEASUREMENT AND PAYMENT (Bid Item 4A) Geophysical electric logging of the pilot bore shall be paid on a per well basis at the unit price bid for Bid Item No. 4A. Payment shall be considered full compensation for all labor, tools, equipment and insurance and doing all work necessary and incidental to completion of the task, including standby time. ' If the City's Representative requests in writing additional logging, the Contractor shall be paid for the additional logs at the same rate as bid for Bid Item No. 4A. 2.03 -4 CONSTRUCTION METHODS (Bid Item 4B) The Contractor shall furnish services for performing a caliper log survey in each of the final reamed boreholes. The caliper tool shall have the ' ability to measure borehole diameters up to a minimum of 48 inches. The intent of the caliper survey is to provide an assessment of the condition of the borehole and zones of overbreakage. The Contractor should, upon inspection of the ' caliper survey, assess his ability to successfully land the casing to the required depths on the basis of this inspection. Based on an inspection of the caliper sur- vey, the Contractor shall also submit to the City estimates of the volumes of gravel and cement required. If the caliper log shows that the reamed hole does not meet the ' specified diameter at any point, the hole shall be re- reamed to the proper diameter and final depth, and then relogged by the caliper log at no additional cost to the City. If such corrective measures are required, the Contractor shall provide and pay for all such work (including re- logging). After the caliper survey has ' been made and approved by the City, installation of the well casing may commence. 2.03 -5 MEASUREMENT AND PAYMENT (Bid Item No. 4B) Caliper log surveying of the four final reamed boreholes shall be paid on a per well basis at the unit price bid for Bid Item No. 4B. Payment shall be ' considered full compensation for all labor, tools, equipment and insurance and doing all work necessary and incidental to completion of the task, including standby time. If the City's Representative requests in writing additional logs, the ' Contractor shall be paid for the additional logging at the same rate as bid for Bid Item No. 4B. 9 SECTION 2 - Special Provisions I SECTION 2.04 AQUIFER ISOLATION ZONE TESTING Bid Item No. 5 2.04 -1 SCOPE Aquifer isolation zone testing consists of the collection of isolated ' aquifer water samples for the purpose of determining water quality of individual aquifers. Depending on the data provided by the electric log and lithologic log at the completion of the pilot bore, the City's Representative may instruct the Contractor to perform aquifer isolation zone testing in the pilot bore at selected depth intervals. The City's Representative will collect the samples and deliver them to the laboratory. For bidding purposes, a total of 14 sampling intervals are anticipated to be tested. In each of the two deep wells, four sampling intervals between the approximate depths of 400 and 800 feet are anticipated. In each of the two shallow wells, three sampling intervals between the approximate depths of 150 and 500 feet are anticipated. The actual depths and number of tests in each borehole will be determined by the City's Representative after the electric log. The Contractor shall furnish his sampling procedures for approval by the City and City's Representative at the pre - construction meeting. 2.042 MATERIALS Seal materials shall consist of bentonite and barite. Gravel pack surrounding the screened sampling tool shall be clean, coarse sand or pea gravel. The screened sampling tool shall be 10 to 20 feet in length with 0.060 - inch mill slot perforations, and an open area of approximately 5.5 square inches per foot of screen. The tool casing shall be minimum flinch I.D. mild steel pipe. The air compressor used for airlift pumping shall be of sufficient flow rate and pressure capacity to pump 50 gpm from a depth of 1400 ft below ground surface with a non - pumping static water level 100 to 200 ft below ground surface. Adequate air compressor capacity in flow rate (units of CFM) as well as pressure (units of PSI) is especially critical with larger drill pipe diameters. An environmental sampling submersible pump shall be provided with the capability of pumping 30 gpm from depths as great at 900 feet. Submersible pump column shall be clean and assembled with thread compounds approved for environmental use. 10 SECTION 2 - Special Provisions I 2.04 -3 CONSTRUCTION METHOD tUpon completion of the electric log, the City's Representative shall provide the contractor with a written schedule of the intervals in which to perform the aquifer isolation tests and the location of the seals. Run the zone sampling string to specified depth, placing the screen interval in the lowest zone to be sampled. ' Place 10 feet of bentonite seal in the bottom of the pilot hole or in the bottom of the sampling zone up to 20 feet below the screened interval. Place gravel to 20 feet above the perforations. ' Place 5 feet of plaster sand, followed by a 10 -foot bentonite and barite Allow time (minimum of 12 hours) for the to seal. sufficient seal set up. Run the air injection pipe inside the sampling string to at least 150 ft (if I possible) below static water level. Commence airlift pumping until the discharge water is essentially free of drilling mud and fine sediment for a minimum of 6 hours, then pump continuously until the specific conductance of the discharge water stabilizes and indicates water is being pumped only from the aquifer. The Contractor shall collect a water sample in a mason jar from the discharge every one hour. After the discharge is clean and has been air lifted for a minimum of six hours, the Contractor shall notify the City's Representative. Install the submersible sampling pump to within the screened interval of the sampling tool and pump for a minimum of 2 hours after the discharge 1 clears and /or until the specific conductance, pH, and temperature of the discharge stabilize. The City's Representative will then collect a water sample for analysis at the City's expense. After a water sample is collected and prior to breaking the annular seal, the Contractor shall measure and record the water level inside the sampling string. Remove the sampling pump and run the zone sampling string to the next interval to be tested and repeat the test procedure. Upon completion of aquifer isolation zone testing, the Contractor shall begin reaming operations at the direction of the City's Representative . The ' Contractor may be required to wait a maximum of 48 hours excluding weekends and holidays prior to the commencement of reaming operations. This will allow the City's Representative to review the laboratory results and complete the final well design. No-standby time will be allowed for this period. 11 SECTION 2 - Special Provisions 2.04 -4 MEASUREMENT AND PAYMENT ' Aquifer isolation zone testing will be paid on a unit price basis for each tested zone for Bid Item No. 5. For bidding purposes, a total of fourteen test 1 zones (three or four in each pilot bore) are anticipated; however, the City's Representative may elect to conduct more, less, or no testing under this bid item. Payment of the unit price for each aquifer isolation zone test directed by the City's Representative shall be considered full compensation for all labor, tools, materials and equipment necessary and incidental to completion of the work. The Contractor will not be responsible for delivery or laboratory testing 1 costs associated with water samples obtained under this bid item. SECTION 2.05 AQUIFER ZONE SEAL Bid Item No. 6 2.05 -1 SCOPE This section covers the sealing off of the lower portion of the pilot borehole if decided upon by the City. A cement plug at least 50 feet and up to 100 feet in length shall then be pressure grouted into the depth interval specified by the City. An experienced subcontractor, such as Halliburton Services or approved equal, shall perform aquifer zone sealing using a specially formulated non - shrinking cement mixture. 2.05 -2 CONSTRUCTION METHOD The Contractor shall furnish services including all labor, material, and equipment required for emplacing a 50- to 100 -foot long non - shrinking cement seal (plug) under pressure to the depth zone specified by the City. Prior to 1 sealing, the Contractor will be required to re -enter the hole with the pilot bit and drill pipe to clean out gravel and other materials added for aquifer isolation zone testing in the hole down to the bottom of the zone specified for sealing. An oil field type service company (such as Halliburton Services or equivalent) experienced in the required cement formulation and method of installation shall be retained by the Contractor. The Contractor shall provide any necessary assistance to the subcontractor, including but not limited to drill rig operation, use of piping, and drill crew labor. ' 2.05 -3 MEASUREMENT AND PAYMENT Payment for an aquifer zone seal will be made on a per well basis for a seal 50 to 100 feet in length emplaced to a depth zone specified by the City in each of the four wells for Bid Item No. 6. Payment shall be considered full compensation for furnishing all labor, ' materials, tools, and equipment necessary and incidental to the work. 1 12 SECTION 2 - Special Provisions I . I ' 2.07 -1 SCOPE SECTION 2.07 WELL CASINGS AND SCREEN Bid Item Nos. 8 -130 ' This item shall consist of providing and installing casing, reducer, screen, cellar pipe and cap, gravel feed line, sounding pipe, and air vent tube as specified. The types of casing, and their approximate depth settings, diameters and wall thickness and total lengths are listed on the following table. Each casing type Is cross - referenced to Its respective bid item number. 13 SECTION 2 - Special Provisions a SECTION 2.06 REAMING PILOT BORE Bid Item Nos. 7A and 7B 2.06 -1 SCOPE This item shall consist of reaming of the pilot bore, as specified, to approximate diameters of 34 inches between the approximate depths of 50 and 210 feet in the two deep wells and between approximately 50 and 160 feet in the two shallow wells (Bid Item No. 7A), and 26 inches from approximately 210 to 720 and 820 feet in the deep wells and from 160 to 430 and 530 feet in the shallow wells (Bid Item No. 7B). 2.06 -2 CONSTRUCTION METHOD After completion of electric logging, aquifer isolation zone testing, and written authorization by City's Representative, each pilot bore shall be reamed 1 with a 34 -inch diameter bit from the bottom of the conductor casing (approximately 50 ft) to below the depth of the pump house casing (at approximately 210 ft in the deep wells and 160 ft in the shallow wells) for a total approximate length of 34 -inch reaming of 540 feet. Below the 34 -inch ream I. depths, the pilot bore shall be reamed with a 26 -inch bit to the final casing depths (approximately 720 and 820 ft in the deep wells, and 430 and 530 feet in the shallow wells) for a total length of 26 -inch reaming of 1760 feet. Upon completion of the pilot hole reaming, a caliper survey will be performed in each borehole as specified in Section 2.03 -4. The Contractor is reminded that drilling fluid properties during the pilot hole ream must conform to those specified in Section 2.02 -2. 2.06 -3 MEASUREMENT AND PAYMENT ' Payment for reaming the four pilot holes to the 34- and 26 -inch diameters shall be made on a per linear foot basis to the depths directed by the City's Representative for Bid Item Nos. 7A and 7B. Payment shall be considered full compensation for furnishing all labor, materials, tools, and equipment neces- sary and incidental to completion of the work. I ' 2.07 -1 SCOPE SECTION 2.07 WELL CASINGS AND SCREEN Bid Item Nos. 8 -130 ' This item shall consist of providing and installing casing, reducer, screen, cellar pipe and cap, gravel feed line, sounding pipe, and air vent tube as specified. The types of casing, and their approximate depth settings, diameters and wall thickness and total lengths are listed on the following table. Each casing type Is cross - referenced to Its respective bid item number. 13 SECTION 2 - Special Provisions a TENTATIVE CASING SCHEDULE Approximate Diameter and Total Length Type of Approximate Depth Wall for all Four Bid Casing Setting Thickness Wells Item ft inches ft No. Surface 0 -50 (all) 36 x 3/8 200 2 Conductor Blank Pump 0 -195 (deep) 20 x 5/16 680 8 House Casing 0 -145 (shallow) Reducer 195 -200 (deep) 20 x 16 x 5116 - 9 Section 145 -150 (shallow) Blank Wall [200 -800 Dolphin deep] 16 x 5/16 620 10 Casing [200 -700 Tamura deep] [150 -510 Dolphin shallow] [150 -410 Tamura shallow] F u l F I o [420 -800 Dolphin deep] 16 x 5/16 1100 11 Louvered 350 -700 Tamura deep] Well Screen [160 -510 Dolphin shallow] [160 -410 Tamura shallow] Cellar Pipe 20 -ft interval below 16 x 5/16 80 12 and Cap lowest screen Gravel Feed 0 -360 Dolphin deep 3 I.D. 940 13A Line 0-320 Tamura deep 0-140 Dolphin shallow 0 -120 Tamura shallow Sounding Pipe 0 -195 deep 4 I.D. 680 13B (camera port) 0 -145 shallow Air Vent Tube 0-6 21.D. 24 13C Note: All casings, etc., shall be new. 5/16 -inch wall blank well casing and well screen will be interspersed between the approximate depth settings listed above. 14 SECTION 2 - Special Provisions I 2.07 -2 CONSTRUCTION MATERIALS ' 2.07 -2.1 36 -INCH O.D. CONDUCTOR (SURFACE) CASING The conductor (surface) casing shall be steel plate of 36 -inch O.D. size, at least 318 -inch wail thickness, at least 50 feet in length, and shall meet the requirements of ASTM Designation A139 Grade B without copper, with welded collars attached, or approved equal. 2.07 -2.2 20 -INCH O.D. CARBON STEEL CASING (Pump Housing) 1 The upper casing shall be carbon steel of 20 -inch O.D. sized and manufactured in accordance with ASTM standard A139 Grade B with welded collars attached, or approved equal. The casing shall have a wall thickness of 5116 -inch and an approximate total length of 700 feet for all four wells. 2.07 -2.3 20 X 16 -INCH O.D. CARBON STEEL REDUCER In each of the four wells, the upper and lower carbon steel casings shall be permanently connected with the use of a compatible reducer; each reducer section shall have a wall thickness of 5/16 -inch and a maximum length of 5 feet. 2.07 -2.4 16 -INCH O.D. CARBON STEEL CASING The lower casing shall be carbon steel of 16 -inch O.D. size and manufactured in accordance with ASTM standard A139 Grade B with welded collars attached, or approved equal. The wall thickness shall be 5/16 -inch in the interval above the uppermost well screen and in the blank Intervals between the screened intervals. For all four wells, the estimated total length of 5116 -inch thick blank casing (not including the cellar pipe) is 620 feet. Random lengths of casing are not permitted. 2.07 -2.5 16 -INCH O.D. CARBON STEEL FUL FLO LOUVERED WELL SCREEN The louvered well screen shall be carbon steel of 16 -inch O.D. size, 5/16 -inch wall thickness, and manufactured in accordance with ASTM Standard ' A -139 Grade B with welded collars attached, or approved equal. The openings in the screen casing shall be machine -made, horizontal to the axis of the casing, and of a louver form with the aperture facing downward. The well screen shall be designed and fabricated to withstand the stresses associated with casing in- stallations to depths of at least 900 feet. For bidding purposes, a total of approximately 1100 feet of well screen are assumed for all four wells. The screen shall be equal in all respects to Roscoe Moss Ful Flo louvered carbon steel well screen. The screen shall be factory assembled in 40 -foot, 20 -foot, or 10 -foot lengths as determined by the City's Representative. 15 SECTION 2 - Special Provisions i The 16- and 20 -inch casing shall be plumb and shall be centered in the hole. All field joints shall be properly lap- welded during installation with a minimum of two passes per circumference. Centralizers with 120 degree spacing, attached directly to the casing and screen by welding at intervals of not more than 100 feet outside of the 16- inch casing shall be provided in order to center and hold the casing in the proper position until the gravel is in place. The centralizers shall be of the same chemical and physical properties as used for each casing or screen interval. Casing centralizers shall be placed from total depth up to a depth of ap- proximately 200 feet below ground surface. The casing shall be suspended in tension from the surface by means of an appropriate hanger or clamp. The use Iof float plugs to land and set casing will NOT be permitted. 16 SECTION 2 - Special Provisions Slot openings of well screen will be determined by the City's Representative based upon lithologic samples, sieve analysis and hydrogeologic characteristics of the aquifers. For bidding purposes, slot openings shall be estimated at 0.060 -inch at this time. 2.07 -2.6 16 -INCH O.D. CARBON STEEL CELLAR PIPE AND CAP Each carbon steel cellar pipe shall be 20 feet in length and shall be 16- inch O.D. in size. It shall be manufactured in accordance with ASTM Standard A139, Grade B or approved equal. Wall thickness shall be 5116 -inch. The bottom of the well casing shall be fitted with a steel plate or plug welded in place. 2.07 -2.7 3 -INCH I.D. CARBON STEEL GRAVEL FEED LINE, 4 -INCH I.D. CARBON STEEL SOUNDING PIPE, AND 2 -INCH I.D. STEEL AIR VENT TUBE A permanent gravel feed line, a camera port -type sounding pipe and an air vent tube shall be installed in each of the four wells. The gravel feed line will be constructed of 3 -inch I.O. carbon steel pipe. The water -level sounding pipe will be constructed of 4 -inch I.O. carbon steel pipe. The air vent tube will be I constructed of 2 -inch I.D. carbon steel pipe. Each pipe shall extend to the approximate depths indicated on the Tentative Casing Schedule. After completing the well with casing, and prior to mechanical and pumping development, the Contractor shall ensure that the gravel feed and sounding pipes are unobstructed and completely free and clear of all debris to their total depths. 2.07 -3 CONSTRUCTION METHODS At completion of reaming the pilot bore and conducting the caliper log survey, the Contractor shall install the well screen and casing at intervals as de- termined by the City's Representative. The estimated casing lengths shown on the Tentative Casing Schedule are approximate only and are for bidding purposes only. The 16- and 20 -inch casing shall be plumb and shall be centered in the hole. All field joints shall be properly lap- welded during installation with a minimum of two passes per circumference. Centralizers with 120 degree spacing, attached directly to the casing and screen by welding at intervals of not more than 100 feet outside of the 16- inch casing shall be provided in order to center and hold the casing in the proper position until the gravel is in place. The centralizers shall be of the same chemical and physical properties as used for each casing or screen interval. Casing centralizers shall be placed from total depth up to a depth of ap- proximately 200 feet below ground surface. The casing shall be suspended in tension from the surface by means of an appropriate hanger or clamp. The use Iof float plugs to land and set casing will NOT be permitted. 16 SECTION 2 - Special Provisions I Prior to the installation of any casing, the Contractor shall inspect for and remove any tags, labels or other deleterious matter attached to the interior or exterior of the pipe and screen sections delivered at the job site. The bottom of the casing shall be at a sufficient distance above the bottom of the reamed hole to ensure that none of the casing will be supported from the bottom of the hole. Construction and permanent tremie pipes, which will be used to install gravel, shall be lowered with the casing. The bottom of the permanent gravel feed line shall be placed approximately 20 feet below the top of the gravel pack. The construction tremie pipe shall be installed to place the 1 initial gravel pack and final cement grout in the annulus. The top of the permanent gravel feed line shall extend 18 inches above ground surface and shall be equipped with a threaded cap. A permanent camera port -type sounding pipe shall be connected to and outside of the 20 -inch pump house casing and shall be lowered simultaneously with the emplacement of the casing. The sounding pipe shall be placed outside the 20 -inch casing, at an approximate 90- degree spacing from the permanent gravel tremie pipe. The top of the sounding pipe shall extend 18 inches above ground surface and shall be equipped with a threaded cap. The 4 -inch steel pipe used for the sounding pipe shall be secured to the well casing at 40 -foot intervals by welding a 1/2 inch by 1 inch steel bar to the casing and welding the 4 -inch pipe to the bar. The angle of entry of the sounding pipe into the blank casing shall be approximately 30 degrees. Prior to the installation of any casing, the Contractor shall complete the splice of the water level sounding pipe to a 20 -foot length of the 20 -inch blank casing. All rough cut edges shall be ground smooth and approved by the 1 City's Representative prior to assembly of the splice. The final assembly shall receive City approval prior to its installation; however, the structural integrity of the well casing and splice assembly shall be the responsibility of the Contractor. The Contractor shall have the sounding pipe splice onsite at least 48 hours prior to installation. i The Contractor shall install the 2.375 -inch O.D. air vent tube prior to placement of the sanitary seal. The air vent shall be installed to a depth of 6 feet and shall have an angle of entry into the casing of approximately 30 degrees. ' The top of the 20 -inch casing shall be provided with a welded cap at all times when personnel are not on the site. All field welding shall be performed in accordance with the American Welding Society Standards by a certified welder. The following field welding procedures shall apply: a) A length shall be lowered in the well with the collar facing I upward. 17 SECTION 2 - Special Provisions I ' Full compensation for all labor, materials, tools, and equipment shall be considered as included in the price bid for applicable items of work as follows: I 18 SECTION 2 - Special Provisions b) The plain end of the following length shall be inserted in the collar. True contact of the two joints must be verified by observation through the inspection windows. c) Spot welds shall be placed through the three windows in order to hold the contact position. d) A filet type weld shall be made covering the top edge of the collar continuously for the entire circumference. Two passes or welds shall be applied to joints in 5/16 -inch and thicker wall material. e) The inspection windows on blank casing sections should be seal welded to assure a leakproof connection. The following electrodes shall be utilized for various casing and screen materials: Mild Steel E-6011 or E -7018 Copper Bearing Steel E -6011 or E -7018 Low Alloy Steel (ASTM A 242 or equivalent) E -7018 Stainless Steel (Type 304) E- 308L -16 Depending on wall thickness, the following electrode sizes shall apply: Wall Thickness Electrode Size 1/8 -inch 1/8 inch 3/16 - to 1/4 -inch 5/32- to 3/16 -inch Over 114 -inch 3116- to 114 -inch If, for any reason, the casing cannot be landed in the correct position or at a depth acceptable to the City's Representative, the Contractor shall construct another well immediately adjacent to the original location and complete this well in accordance with the Specifications at no additional cost to the City. The abandoned hole shall be sealed in accordance with directions from the City and in accordance with any laws pertaining to proper well destruction, all at no additional cost to the City. If any of the casings should collapse prior to well completion, they shall be withdrawn and replaced at Contractor's expense. All work required to be repeated and all additional materials, labor and equipment required, shall be furnished at the expense of the Contractor and no claim for additional compensation shall be made or be allowed, except as specifically provided herein. 2.07 -4 MEASUREMENT AND PAYMENT ' Full compensation for all labor, materials, tools, and equipment shall be considered as included in the price bid for applicable items of work as follows: I 18 SECTION 2 - Special Provisions I I 2.07 -4.7 3 -INCH I.D. CARBON STEEL GRAVEL FEED LINE The 3 -inch Carbon Steel Gravel Feed Line will be paid for on a per Ilinear foot basis in place at the unit price bid for Bid Item No. 13A. 19 SECTION 2 - Special Provisions 2.07 -4.1 36 -INCH O.D. CONDUCTOR -SEE SECTION 2.01 -3 2.07 -4.2 20 -INCH O.D. CARBON STEEL CASING (Pump Housing) The 20 -inch Carbon Steel Casing for the upper portion of each well will be paid for on a per linear foot basis in place for Bid Item No. 8. Payment shall be considered full compensation for furnishing all labor, materials, tools, and equipment necessary and incidental to completion of the work. 2.07 -4.3 20 -INCH X 16 -INCH REDUCER Payment for the 20 -inch x 16 -inch reducer will be made at the lump sum price bid for Bid Item No. 9. Payment shall be considered full compensation for furnishing all labor, materials, tools, and equipment necessary and incidental to completion of the I work. 2.07 -4.4 16 -INCH O.D. CARBON STEEL CASING The 16 -inch Carbon Steel Casing will be paid for on a per linear foot basis in place at the unit price for Bid Item No. 10. Payment shall be considered full compensation for furnishing all labor, materials, tools, and equipment necessary and incidental to completion of the work. 2.07 -4.5 16 -INCH O.D. CARBON STEEL FUL FLO LOUVERED WELL SCREEN ' Louvered well screen will be paid for on a per linear foot basis in place at the unit price bid for Bid Item No. 11. Payment shall be considered full compensation for furnishing all labor, materials, tools, and equipment necessary and incidental to completion of the work. AND CAP 2.07 -4.6 16 -INCH O.D. CARBON STEEL CELLAR PIPE The 16 4nch Carbon Steel Cellar Pipe and Cap will be paid for on a per ' linear foot basis in place at the unit price bid for Bid Item No. 12. Payment shall be considered full compensation for furnishing all labor, 1 materials, tools, and equipment necessary and incidental to completion of the work. 2.07 -4.7 3 -INCH I.D. CARBON STEEL GRAVEL FEED LINE The 3 -inch Carbon Steel Gravel Feed Line will be paid for on a per Ilinear foot basis in place at the unit price bid for Bid Item No. 13A. 19 SECTION 2 - Special Provisions I I Payment shall be considered full compensation for furnishing all labor, materials, tools, and equipment necessary and incidental to completion of the work. 2.07 -4.8 4 -INCH I.D. CARBON STEEL SOUNDING PIPE The 4 -inch Carbon Steel Sounding Pipe will be paid for on a per linear foot basis in place at the unit price bid for Bid Item No. 13B. Payment shall be considered full compensation for furnishing all labor, materials, tools, and equipment necessary and incidental to completion of the work. 2.07 -4.9 2 -INCH I.D. CARBON STEEL AIR VENT TUBE The 2 -inch Carbon Steel Air Vent Tube will be paid for on a per linear foot basis in place at the unit price bid for Bid Item No. 13C. Payment shall be considered full compensation for furnishing all labor, materials, tools, and equipment necessary and incidental to completion of the work. ' SECTION 2.08 GRAVEL PACK Bid Item No. 14 ' 2.08 -1 SCOPE This item shall consist of providing and installing gravel or coarse - grained sand, as specified by the City's Representative, in the annulus of the well adjacent to the screen and blank well casing. 1 2.08 -2 CONSTRUCTION MATERIALS All gravel or coarse - grained sand for packing shall be hard, waterworn, and washed clean of silt, fine sand, dirt, and foreign matter. Crushed gravel will not be accepted. It shall be well- rounded and graded, and subject to the approval of the City's Representative. The gravel pack gradation must be compatible with the formation sediments encountered and the approximately 0.060 -inch slot size opening being considered for use. A 6 x 12 gradation Colorado Silica or Heart of Texas -type sand installed in an estimated 1640 -foot total length of annulus of all four reamed boreholes is anticipated for the gravel envelopes. A description and sieve analysis of gravel packing materials to be 1 delivered to the site must be submitted for approval to the City's Representative prior to anticipated placement of the material in each well. The City's Representative may elect to have a certified testing laboratory perform a sieve analysis to verify conformance with approved sample. Failure to meet gradation of the approved sample shall be grounds for rejection. The gravel, if stockpiled at the well site, shall be protected and kept free of all foreign matter. 20 SECTION 2 - Special Provisions 0 P 2.08 -3 CONSTRUCTION METHODS Prior to placement of the gravel pack in each well, the drilling fluid shall be thinned with clean water in accordance with the instructions of the City's Representative. The Contractor shall also submit his estimate of the volume of gravel to be installed based on his review of the caliper log. If a significant difference exists between the estimate and the final volume of gravel added, the discrepancy may be grounds for rejection of the well by the City. All gravel weigh tickets must be provided to the City's Representative for inspection. Gravel, as specified, shall be installed in the annular space between the reamed hole and the well casing through a construction tremie pipe. A circulating system with one or more positive displacement pumps utilizing fresh water shall be used for the purpose of introducing the gravel into the well. Gravel shall be placed by pumping through the temporary tremie pipe extending to the bottom of the well. ' As gravel placement progresses, the tremie pipe shall be gradually withdrawn. During the entire gravel packing operation, clean water shall be circulated through the annular space between the wall of the borehole and well ' screen and casing. After the gravel is installed, a swab shall be carefully worked opposite all screened sections. As the gravel settles, more shall be added. This operation shall be continued until there is no further measurable ' settlement of the gravel. During the placement of the gravel in the annulus, calcium hypochlorite in granular or tablet form shall be added to the gravel at a uniform rate of one pound of the granular form per cubic yard of gravel or two tablets per cubic foot of gravel (approximately 50 tablets per cubic yard). ' After the gravel pack has been placed to the depth specified by the City's Representative, a swab tool shall be carefully worked opposite all screened sections. As the gravel settles, more shall be added. This operation shall continue until there is no further measurable settlement of the gravel pack. The Contractor must provide, prior to installation, gradation analyses for the gravel pack he intends to use in the well, and all weigh tickets for the gravel trucked to the site. 2.08 -4 MEASUREMENT AND PAYMENT Payment for furnishing and installing the gravel envelope in all four I wells shall be made on a linear foot basis at the unit price for Bid Item No. 13. For bidding purposes, gravel pack shall consist of a total of 1640 linear feet of 6 x 12 gradation Colorado Silica Sand or Heart of Texas -type sand. ' Payment shall be considered full compensation for furnishing all labor, materials, tools, and equipment necessary and incidental to completion of the work. I21 SECTION 2 - Special Provisions I SECTION 2.09 CEMENT GROUT SEAL Bid Item No. 15 ' 2.09 -1 SCOPE This item shall consist of providing and installing sand - cement grout in the annular space from the top of the gravel pack to the top of the well, after the gravel has been seated by swabbing. 2.09 -2 CONSTRUCTION MATERIALS The cement grout seal shall be a 10 -sack mix sand - cement grout. Cement used for the seal shall be a standard brand portland cement conforming to ASTM C150, Type II. There shall be not more than two parts by weight of sand to one part by weight of cement. The water - cement ratio shall be about 7 gallons per sack of cement (94 pounds). All onsite water additions shall be metered. Up to 5 percent bentonite gel and 2 percent calcium chloride may be added. An estimated 500 -foot length of the annulus of the reamed borehole is anticipated for the cement grout seal. ' 2.09 -3 CONSTRUCTION METHODS Cement grout shall be injected in the annular space between the well casing and the bore hole from bottom to top by means of a tremie pipe. Cement ' grout materials shall be placed by a positive displacement method using pumping. A temporary grout pipe shall extend from the surface to the bottom of the zone to be grouted. Grout shall be placed, from bottom to top, In a continuous operation unless determined by the Contractor that a staged placement is required to prevent casing collapse. The grout pipe shall be slowly raised as the grout is placed but the discharge end of the grout pipe must be submerged in the emplaced grout at all times until grouting is completed. The grout pipe shall be maintained full, to the surface, at all times until completion of the grouting of the entire specked zone. No further work shall be performed in 1 the well for a minimum of 24 hours. No standby time will be paid while cement is setting. The Contractor shall be responsible for computing the casing collapse ' potential during grouting and shall take whatever precautions are necessary, including staging the grouting operation, in order to prevent damage. In the event the borehole collapses prior to completion of the cement grout seal, the Contractor, at his own expense, shall take whatever remedial steps are necessary to reopen the borehole and place the seal as specified. The Contractor shall keep a record of the volume of grout used. The volume shall not be less than the calculated volume of the annular space between the conductor casing or the reamed borehole and the well casing. 22 SECTION 2 - Special Provisions �I L I i 1 1 23 SECTION 2 - Special Provisions 2.09 -4 MEASUREMENT AND PAYMENT Payment for the cement grout seals in all four wells will be made on a linear foot basis at the unit price bid for Bid Item No. 15. For bidding purposes, a total length of 680 linear feet is anticipated for all four wells. Payment shall include full compensation for furnishing all labor, materials, tools, and equipment necessary and incidental to complete the installation in place. ' SECTION 2.10 ALIGNMENT OF WELL Bid Item No. 16 2.10 SCOPE -1 This item shall consist of testing to determine the plumbness and straightness of the pump housing portion of the casing in each well. The alignment test may be performed at any time after the cement seal has set. 2.10 -2 CONSTRUCTION METHODS Tests to determine the plumbness and straightness of the 20 -inch diameter casing shall be made by the Contractor and observed by the City's Representative after the well has been completed and before its acceptance. The completed well shall be sufficiently plumb and straight so that there will be no interference with installation, alignment, operation or future removal of the permanent well pump. Straightness of the well shall be tested by lowering a dummy, 40 feet long, to the full depth of the 20 -inch casing (pump housing). The outer diameter of the dummy shall not be more than 1 inch smaller than the inside diameter of the 20 -inch casing. The dummy shall consist of a rigid spindle of at least 4 -inch diameter extra heavy pipe with three rings (having an outside diameter 112 -inch less than the inside diameter of the 20 -inch casing) rigidly fixed to the pipe so that they cannot move longitudinally along the pipe. The rings shall consist of suitable material which will not harm the interior of the casing while being lowered or raised. The rings will be placed at the top, middle, and bottom ' portions of the tool. Should the dummy fail to move freely throughout the entire casing interval in which pump equipment will be installed, the Contractor shall ' undertake corrective measures at his own expense. Records of deflection readings and all other pertinent information shall be kept and made part of the permanent well log and record. i 1 1 23 SECTION 2 - Special Provisions 2.11 -2 MECHANICAL DEVELOPMENT PROCEDURES This work shall be accomplished in two phases. The purpose of the ' first phase is to clean out the majority of the heavy fluids and sediment within the well casing. This first phase consists of using an open -ended single surge block tool (single swab) attached to the end of the drill pipe. This tool shall be moved ' up and down three or four times in each section of well screen while airlift pumping. After working the tool to the bottom of the well, all sediment in the bottom shall be airlifted out if chemical well development is to be conducted, the predissolved polyphosphate (SAPP or equal) shall be injected into the well through the single swab during its removal from the well. SAPP injection shall be in intervals determined by the City's Representative. The swab tool shall be ' moved up and down the extent of the Kelly bar several times after each injection of SAPP. After single swabbing and emplacement of SAPP, the single swab shall be removed from the well and replaced with. a double swab to perform the second phase of mechanical development. 24 SECTION 2 - Special Provisions Plumbness of the well casing shall be tested by lowering a wire cage from a surface tripod. The cage shall be fabricated from spring steel wire, and the diameter shall be adjustable. The diameter of the cage shall be adjusted to 1/2 -inch less than the inside diameter of the well casing. The cage shall have a bail fabricated on threaded rod to connect a wire line which suspends the cage in the well. A guide block is fixed to the derrick or tripod so that the center of its small sheave or pulley is 10 feet above the top of the casing and adjusted so that the cage hangs exactly in the center of the casing. Plumbness deviation measurements shall be taken every 10 feet. The well shall be constructed in such vertical alignment that a line drawn from the center of the well casing at ground surface to the center of the well casing at the bottom of the alignment survey interval shall not deviate from the vertical more ' than 6 inches in 100 feet of length and shall be no closer to the inside wall of the casing than 7 inches. 2.10 -3 MEASUREMENT AND PAYMENT Payment for testing to determine the plumbness and straightness of each of the four wells shall be made at the per -well price for Bid Item No. 16. Payment shall be considered full compensation for furnishing all labor, materials, tools, and equipment necessary and incidental to completion of the work. SECTION 2.11 MECHANICAL WELL DEVELOPMENT Bid Item No. 17 2.11 -1 SCOPE Mechanical well development is conducted after appropriate cement seal setting -up time and shall consist of surging the well within the screen 1 intervals to wash drilling fluids and cuttings from the gravel pack and well bore and removal of these materials from the well by simultaneous airlift pumping. 2.11 -2 MECHANICAL DEVELOPMENT PROCEDURES This work shall be accomplished in two phases. The purpose of the ' first phase is to clean out the majority of the heavy fluids and sediment within the well casing. This first phase consists of using an open -ended single surge block tool (single swab) attached to the end of the drill pipe. This tool shall be moved ' up and down three or four times in each section of well screen while airlift pumping. After working the tool to the bottom of the well, all sediment in the bottom shall be airlifted out if chemical well development is to be conducted, the predissolved polyphosphate (SAPP or equal) shall be injected into the well through the single swab during its removal from the well. SAPP injection shall be in intervals determined by the City's Representative. The swab tool shall be ' moved up and down the extent of the Kelly bar several times after each injection of SAPP. After single swabbing and emplacement of SAPP, the single swab shall be removed from the well and replaced with. a double swab to perform the second phase of mechanical development. 24 SECTION 2 - Special Provisions I II The second phase shall be accomplished with a double swab surge block tool consisting of a rubber packer assembly near each end separating an approximately 10- to 20 -foot long perforated tubing for pumping intake. The downhole end of the perforated tubing shall be capped. Development shall begin at the uppermost screen section with simultaneous swabbing and air - lifting of each successive 20 -foot screen length ' until the discharge becomes reasonably clear as determined by the City's Representative. Following such determination, the assembly shall be lowered to the next 20 -foot interval of screen and the procedure repeated until all screen sections have been mechanically developed. It is anticipated that each 20 -foot screen zone will require on the order of two hours of such simultaneous swabbing and airlifting. ' While in each 20 -foot screen section, the Kelly bar shall be used to move the tool assembly up and down three or four times within shorter sections of the respective 20 -foot screen zone, while continuing to airlift; tool movement shall then cease for approximately 10 minutes, although airlifting will continue. When the discharge clears again, the tool assembly shall again be moved up and ' down, while continuing to airlift. The process shall be repeated until water produced from the 20 -foot screen section has cleared sufficiently to permit moving the entire tool assembly to the next 20 -foot section. The Contractor shall provide adequate air compressor capacity in both volume (CFM) and pressure (PSI) to maintain the proper relationships between air pressurelair volume capacity and diameters and lengths of both drill pipe and air tubing in order to maintain airlifting efficiency during mechanical development. Upon completion of mechanical development, the well shall be accurately sounded to determine the level of accumulated sediment in the well. The sediment level shall be recorded in the driller's daily log. If the sediment fill ' level is within the screened interval, this fill shall be removed by bailing prior to installation of the test pump. If the fill level is below the bottom of the lowermost section of well screen, the Contractor may proceed with installation of the test I I pump. 2.11 -3 MEASUREMENT AND PAYMENT Mechanical development work under Bid Item No. 17 will be paid on a per -hour basis and, for all four wells, shall consist of a total of approximately 200 hours of chemical development and simultaneous swabbing and air -lift pumping development. Payment shall be considered as full compensation for furnishing all labor, materials, tools, and equipment necessary and incidental to completion of this task. Payment shall include time to pre - dissolve and install SAPP, or approved equal, into the well as described above. No payment is. allowed in this item for furnishing of the SAPP at the well site. 25 SECTION 2 - Special Provisions I II SECTION 2.12 CHEMICALS FOR WELL DEVELOPMENT Bid Item No. 18 2.12 -1 SCOPE Work shall consist only of furnishing a polyphosphate clay dispersant such as sodium acid pyrophosphate (SAPP) or Barafos, or approved equal, for the purpose of dispersing any residual wall cake at the bore. Chemical well development shall be done at a time after gravel packing and cement seal emplacement as specified by the City's Representative, but typically during the first phase of mechanical development. 2.12 -2 METHOD OF CHEMICAL DEVELOPMENT The Contractor shall pre - dissolve (in a clean tank) 10 to 20 pounds of SAPP or approved equal in each 100 gallons of water to be used in washing the aquifer by surging and jetting through the screen during mechanical development, typically using the open -ended single swab as discussed in Section 2.11 -2. 100 pounds of SAPP per 40 -foot length of well screen is an acceptable quantity estimation technique. This chemical shall be retained in the well for a minimum of 12 hours. Payment for the Contractor's time and equipment for pre - dissolving and installing these chemicals into the well are included under Bid Item No. 17. 2.12 -3 MEASUREMENT AND PAYMENT For bidding purposes, Item No. 18 will consist only of providing, as above, a total of approximately 2800 pounds of SAPP. Payment will be on a per pound basis for Bid Item No. 18. Such payment shall be considered as full compensation for furnishing all materials, including delivery of the requisite 1 materials to the well site. Payment for proper application of these chemicals is included under Mechanical Development, Bid Item No. 17. SECTION 2.13 MOBILIZATION AND DEMOBILIZATION OF PUMP AND ACCESSORIES Bid Item No. 19 2.13 -1 SCOPE Following mechanical development, and chemical development if necessary, the Contractor shall install and later remove a deep well test pump powered by diesel or gasoline engine to perform pumping development and production testing. ' Construction sequencing (See Section 1.06 -4) likely will require the operation of two separate and complete pumping units, each unit to perform pumping development and production testing in two wells at a given site. The City's Representative may request simultaneous test pumping of the shallow and deep wells at one or both of the sites. It is not anticipated that all four wells will be pump simultaneously. 26 SECTION 2 - Special Provisions If the sediment fill level in the well after mechanical development is within the screened interval, this fill shall be removed by bailing prior to installation of the test pump. After removing the test pump from the well, and prior to sounding the fill level and bailing the fill, the Contractor shall remove any oil 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. After removing the test pump and any lubricating oil from the well, and prior to the video log survey, the Contractor shall sound the depth to sediment fill accumulated in the well as a result of test pumping operations. All sediment fill and any foreign objects (e.g. metal debris) shall then be removed from the ' well. 2.13 -2 EQUIPMENT The pump shall be a deep well turbine type. The capacity of the pump shall be NOT less than 4500 gpm against a total head of about 250 feet for each deep well, and NOT less than 3500 gpm against a total head of about 200 ft for each shallow well. The pump column shall be a minimum of 180 feet in each deep well and 130 feet in each shallow well unless otherwise directed by the City's Representative. The prime mover shall be a variable -speed type. ' The prime mover shall meet all noise regulation requirements during development and subsequent testing operations. Discharge piping shall be provided for the pumping unit, and be of sufficient size and length to conduct water according to Sections 2.00 -1 and 2.16 -5 requirements. The Contractor shall provide meters, orifices, or other approved devices which will accurately measure the flow rates. The engine shall be equipped with suitable throttling devices to control discharges between 500 and 4500 gpm. The test pump shall not be equipped with a foot valve, which would prevent backspin and interfere with surging operations. The discharge line shall be provided with suitable equipment for sand testing, such as the Rossum Centrifugal Sand Sampler (refer to Journal of the American Water Works Association, Vol. 46, No. 2, Feb. 1954). The required pumping unit shall be capable of being operated without interruption for a period of 72 hours during subsequent aquifer testing operations. 2.13 -3 MEASUREMENT AND PAYMENT Payment for Bid Item No. 19 will be at the unit price bid for installation and removal of test pumping equipment and discharge line at each of four wells. Two complete pumping units, at times operating simultaneously, are anticipated ' for bidding purposes. Such payment shall be considered as full compensation for furnishing all labor, materials, tools, and equipment necessary and incidental to completion of this task. 27 SECTION 2 - Special Provisions �I I b) The specific capacity (gallons per minute per foot of drawdown) shall have reached a relatively constant value over a period of at least 4 continuous hours, or as directed by the City's ' Representative. c) Sand content is no greater than 3 ppm measured 15 minutes after ' surging, or as directed by the City's Representative, while pumping at the specified rate. 2.14 -3 MEASUREMENT AND PAYMENT Payment for pumping development using an estimated total pumping period of 160 hours for all four wells will be made on a per hour basis for Bid Item No. 20. Such payment shall be considered as full compensation for furnishing all labor, materials, tools, and equipment necessary and incidental to completion of this task. ' 28 SECTION 2 - Special Provisions Bailing sediment fill from the well prior to test pumping, if necessary, and after test pumping (before video logging) is included in this bid item. Also ' included herein is the removal, by appropriate methods, of any lubricating oils accumulated on the water surface during pumping operations. SECTION 2.14 PUMPING DEVELOPMENT Bid Item No. 20 2.14 -1 SCOPE Pumping development shall consist of operating a temporary deep well test pump to further remove fine- grained formation sediments and drilling fluids prior to conducting pumping tests. ' 2.14 -2 PUMPING DEVELOPMENT PROCEDURES Each well shall be developed by intermittent pumping and surging which shall be at an initial rate of 500 gpm and continued until the water is clear. Surging shall allow water to flow back through the bowls with free backspin and through the perforations of the screen. The pump shall then be started and stopped several times and then pumped at 500 gpm until the water is clear. The procedure shall be repeated at 500 gpm increments up to 4500 gpm or as directed by the City's Representative. Water extracted during development and testing operations shall be ' discharged according to Sections 2.00 -1 and 2.15 -5 requirements. Development 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 well development. Development at each ' rate shall continue until the following conditions have been met: a) There shall be no settlement of the gravel pack. b) The specific capacity (gallons per minute per foot of drawdown) shall have reached a relatively constant value over a period of at least 4 continuous hours, or as directed by the City's ' Representative. c) Sand content is no greater than 3 ppm measured 15 minutes after ' surging, or as directed by the City's Representative, while pumping at the specified rate. 2.14 -3 MEASUREMENT AND PAYMENT Payment for pumping development using an estimated total pumping period of 160 hours for all four wells will be made on a per hour basis for Bid Item No. 20. Such payment shall be considered as full compensation for furnishing all labor, materials, tools, and equipment necessary and incidental to completion of this task. ' 28 SECTION 2 - Special Provisions SECTION 2.15 PRODUCTION TESTING OF WELL Bid Item No. 21 2.15 -1 SCOPE These items shall consist of testing each well to determine the optimum rate of pumping and shall include a step drawdown and a constant discharge test. ' 2.15 -2 STEP DRAWDOWN TEST Prior to starting the step drawdown test in each well, water level mea- t surements shall be made to assess the static water level. There shall be a period of at least 24 hours of non - pumping conditions following development work prior to the start of the step drawdown test. Each well shall be "step" 1 tested at rates of approximately 3/4,1, 1 -1/4, and 1 -1/2 times the design capacity of approximately 3000 gpm in each deep well and approximately 2000 gpm in each shallow well. The complete test for each well is estimated to require approximately 12 hours. The Contractor shall operate the pump and change the discharge as directed by the City's Representative. Discharge of the pump shall be controlled by both a gate valve and an engine throttle. The discharge shall be controlled and maintained at approximately the desired discharge for each step with an accuracy of plus or minus 5 percent. Pump discharge shall be measured with a ' totalizing meter and stopwatch, circular orifice meter, or Venturi meter as approved by the City's Representative. Both an air line and electric sounder shall be furnished by the Contractor. Sand content measurements shall be recorded at 30 -min. intervals by the Contractor during the step drawdown test. 2.15 -3 CONSTANT DISCHARGE TEST After a 24 -hour recovery period from the step test, a constant rate test shall be conducted by pumping the well at the design rate (approximately 2000 to 3000 gpm) for a period of not less than 48 hours or until the pumping level remains constant for at least 4 hours, or until the City's Representative terminates the test. A recovery period of 24 hours shall follow the termination of the constant discharge test. At this time, residual drawdown data will be ' collected by the City's Representative. During the constant discharge test, the final sand content testing shall be conducted by the Contractor. The sand content shall be determined by ' averaging the results of samples collected at the following times during the final pumping test: ' 1) 5 minutes after start of the test; 2) after 1/4 of the total planned test time has elapsed; 3) after 1/2 of the time has elapsed; 4) after 314 of the time has elapsed; 5) near the end of the pumping test. 29 SECTION 2 - Special Provisions I The Contractor shall provide qualified personnel on a 24 -hour basis during the step drawdown and constant discharge tests to assure proper operation of the pumping test equipment, and to assist in water level monitoring if requested by the City's Representative, 2.15 -4 ABORTED TEST Whenever continuous pumping 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 con- sidered "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 imme- diately. The City's Representative shall be the sole judge as to whether this latter condition exists. The Contractor will not be paid for any retesting done if the specified time or recovery requirements of the City's Representative for the aborted test are not first met. These tests are invalid and will not be construed as a test. ' 2.15 -5 DISCHARGE WATER Discharge water shall be conveyed from the pump to the point of discharge. It is imperative to ensure that no damage by flooding or erosion is caused to the chosen drainage structure or disposal site. All piping and ' discharge lines shall be provided by the Contractor. The point of discharge location is discussed in Section 2.00 -1. 2.15 -6 RECORDS ' The Contractor shall keep accurate records of the pumping test and furnish copies of all records to the City's Representative or his representative upon completion of the test. The records shall also be available to the City's Representative or his representative for inspection at any time during the test. For each test, the records shall include physical data describing the construction features such as, but not limited to: well depth and diameter, complete screen description, length and setting, 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. The Contractor shall also keep records on the type of pumping equipment used including engines, drive components, bowls, lines, and shafts. The Contractor will 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. 30 SECTION 2 - Special Provisions FAI Ou 14 1 P, ci, ri \ / � / : \ 7 � � � ( K #� . 1 2.15 -7 MEASUREMENT AND PAYMENT Work under Bid Item No. 21 will be paid on a per hour basis and shall consist of four step drawdown "steps" at three hours each (total 12 hours) and 48 hours of constant discharge, totaling 60 hours of pumping time in each well and a total of 240 hours for all four wells. ' Such payment will be considered as full compensation for furnishing all labor, materials, tools, and equipment necessary and incidental to completion of these tasks. Additional or fewer test pumping hours as directed by the City's Representative will be paid for at the hourly rate shown for Bid Item 21. SECTION 2.16 FLOW METER SURVEY Bid Item No. 22 2.16 -1 SCOPE This section covers the performance of a vertical spinner flow meter survey in each of the four wells. The flow meter survey shall be performed during the latter part of the constant discharge test. Contractor shall submit the name and qualifications of the firm retained to conduct the flow meter survey to the City's Representative within 10 days of the Notice of Award. 2.16 -2 METHOD ' The flow meter survey shall be performed during the last hours of the constant discharge test. The flow meter survey shall be conducted only in that section of the well below the casing reducer. Acoess to the portion of the well ' below the casing reducer can be obtained via either the inner casing or the water level sounding tube. The survey shall be run at a constant discharge rate of approximately 2000 gpm for the shallow wells and 3000 gpm for the deep wells. Both static and dynamic tests shall be made from the bottom of the well to the reducer. Each static test shall consist of two- minute readings made at 10 -foot increments. Each dynamic test shall be conducted at the rate of 1 foot per second, unless otherwise approved by the City's Representative. The record for each test shall indicate either meter speed or percentage of total meter speed with depth. The meter used for the survey shall be calibrated within the uppermost and lowermost blank sections of the 16 -inch casing. The flow meter survey shall become the property of the City at the time the survey is completed. The survey shall be run in the presence of the City's Representative. The Contractor shall provide three field copies of the survey to the City's Representative immediately upon completion, and ten final copies and one reproducible original within one week of the survey, at no additional cost. ' 31 SECTION 2 - Special Provisions I The Contractor shall be required to provide to the Subcontractor whatever assistance may be required to accomplish the flow meter survey. After the flow meter survey, the Contractor shall remove all sediment from the bottom of the well and demonstrate that the well has been properly cleaned by measuring the depth of the well in the presence of the City's Representative. 2.16 -3 MEASUREMENT AND PAYMENT Payment for the flow meter surveys shall be made on a unit price per well basis for four wells for Bid Item No. 22. Such payment shall be considered as full compensation for furnishing all labor, materials, tools, and equipment necessary and incidental to completion of this task. No additional payment will be made for rig time or idle time while the survey is being run. The City's Representative may elect to not conduct a flow meter survey in one or more wells. 2.17 -1 SCOPE SECTION 2.17 DEPTH - SPECIFIC WATER SAMPLING Bid Item No. 23 This section describes the depth - specific downhole water sampling to ' be run by a firm retained by the Contractor and approved by the City's Representative. The downhole sampling shall be run near the end of the constant discharge test. Contractor shall submit the name and qualifications of the firm proposed to conduct the water sampling to the City's Representative within ten ' days of the Notice of Award. 2.17 -2 METHOD ' The water sample will be collected by a 2 -1/8- or 3 -inch O.D. sampler capable of obtaining 2 liters of water. After the flow meter survey, near the end of the constant discharge ' test, the Subcontractor shall lower the sampler down the sounding tube into the well casing. One water sample shall be obtained from each depth zone as determined by the City's Representative. For bidding purposes, assume four ' depth- specific water samples will be collected from each of the two deep wells and three depth- specific water samples will be collected from each of the two shallow wells, for a total of 14 samples. 2.17 -3 MEASUREMENT AND PAYMENT Payment for the water sampling will be based on per - sample unit price for the number of samples collected for Bid Item No. 23. A total of 14 samples for all four wells are estimated for bidding purposes. No additional payment will be made for rig time or idle time while the survey is being run. The City's Representative may elect to not conduct depth- specific sampling in one or more wells. 32 SECTION 2 - Special Provisions SECTION 2.18 COLOR VIDEO LOG Bid Item No. 24 2.18 -3 MEASUREMENT AND PAYMENT The color video log surveys shall be paid for on a unit price per well ' basis for four wells for Bid Item No. 24. Payment shall be considered full compensation for all labor, tools, equipment and insurance for doing all work necessary and incidental to completion of the task, including rig idle time. ' SECTION 2.19 DISINFECTION OF WELL Bid Item No. 25 ' 2.20 -1 SCOPE This item shall consist of disinfecting each of the four wells against ' bacteria and shall be conducted following the video log survey of each of the fully constructed, developed, and tested wells. 33 SECTION 2 - Special Provisions 2.18 -1 SCOPE Following well construction, well development procedures and removal of sediment from the well, the Contractor shall conduct a video log sur- vey through the entire length of installed casing in each well. This log will serve as a final inspection of the well product and copies of the log will be retained by the City and City's Representative as a permanent record of the completed well. ' If, based on review of the video log by the City's Representative and /or City, the log shows sediment fill or other debris within the screened interval of ' the well, the Contractor shall remove this material at no additional expense to the City. 2.18 -2 CONSTRUCTION METHOD The Contractor shall furnish all labor , material and equipment required to provide a color video log survey of the installed well casing. The ' Contractor shall introduce clear water into the well for a sufficient period of time in order to produce clear viewing conditions. As the camera probe surveys the full casing interval, a digital depth record shall be recorded on the video tape for reference. Should the video survey fail to produce a clear picture of the internal casing conditions, additional clear water preparations shall be instituted and additional video surveys conducted until a clear video record is obtained. This ' work shall be accomplished at the Contractor's expense. There will be no additional payment for rig time or idle time while the survey is being run. When a successful video log has been acquired, two copies in VHS cassette form shall ' be provided, one to the City and one to the City's Representative, for each of the four wells. 2.18 -3 MEASUREMENT AND PAYMENT The color video log surveys shall be paid for on a unit price per well ' basis for four wells for Bid Item No. 24. Payment shall be considered full compensation for all labor, tools, equipment and insurance for doing all work necessary and incidental to completion of the task, including rig idle time. ' SECTION 2.19 DISINFECTION OF WELL Bid Item No. 25 ' 2.20 -1 SCOPE This item shall consist of disinfecting each of the four wells against ' bacteria and shall be conducted following the video log survey of each of the fully constructed, developed, and tested wells. 33 SECTION 2 - Special Provisions 2.19 -2 DISINFECTANTS Chlorine approved by state or local regulatory agencies shall be used as disinfectant. The disinfectant shall be delivered to the work site in original ' closed containers bearing the original label indicating the percentage of available chlorine. Dry, granule, 65% HTH calcium hypochlorite is considered an acceptable disinfectant. The disinfectant shall be recently purchased. Chlorine compounds in dry form shall not be stored for more than one year. During storage, disinfectants shall not be exposed to the atmosphere or to direct sunlight. Unless superseded by governmental regulation, the quantity of chlorine compounds used for disinfection shall be sufficient to produce a minimum of 100 parts per million available chlorine in solution when mixed with the total volume of water in the well. A dosage of five (5) pounds per 100 feet of ' water filled casing and screen is considered an acceptable method of estimating the amount of disinfectant needed. ' 2.19 -3 DISINFECTION METHODS The disinfecting agent shall be uniformly applied throughout the entire ' water depth of the well. This may be accomplished by using a perforated, capped container (basket) containing the dry chemical and lowering and raising the container by cable throughout the full column of water in the well for a ' minimum of two hours. Disinfection also may be accomplished by predissolving the chemical and using the test pump for surging for a minimum of 2 hours 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 well, after the disinfectant has been emplaced. This will cause the disinfectant to flow out of the well into the area adjacent to the screen. ' 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. ' 2.19 -4 MEASUREMENT AND PAYMENT Payment for the disinfection of the wells will be made on a unit price per well basis for four wells for Bid Item No. 25. Such payment shall be considered full compensation for furnishing all labor, materials, tools, and equipment and doing all of the work to complete this task. 34 SECTION 2 - Special Provisions L 1J u I�I �J I� F Ll SECTION 2.20 STANDBY TIME Bid Item No. 26 2.20 -1 SCOPE During the progress of drilling operations, it may be necessary for the City's Representative to perform work that will require the drilling crew and equipment to stand idle. in such event, the City's Representative shall request the Contractor in writing to cease operations and shall state the anticipated extent or duration thereof. The Contractor shall promptly furnish such assistance and cease operations. However, this bid item specifically excludes approximately 2 hours of standby time reserved by the City's Representative following receipt of each electric log, during which period an aquifer isolation zone sampling schedule and/or a casing completion schedule will be prepared. The Contractor shall factor any and all costs associated with this 2 -hour period into Bid Item 4A. When aquifer isolation zone sampling is to be conducted, the Contractor may be required to wait a maximum of 48 hours prior to the commencement of reaming operations. This will allow the City's Representative to review the laboratory results and complete the final well design. No standby time will be allowed for this period. Also excluded from chargeable standby time is any rig time associated with providing and reviewing the caliper log (Bid Item 46). 2.20 -2 MEASUREMENT AND PAYMENT Payment for standby time will be paid on an hourly rate for Bid Item No. 26 in accordance with the actual hours as approved by the City's Representative. SECTION 2.21 ABANDONMENT Bid Item No. 27 2.21 -1 SCOPE The Contractor, based on his actions, or at the specific request of the City, may be required to abandon the borehole or the well. 2.21 -2 ABANDONMENT PRIOR TO INSTALLATION OF CASING a) Abandonment due to actions of Contractor. If abandonment of the drilled hole is by reason of any actions of Contractor, including but not limited to such causes as losing tools, damaging the well, misalignment, or any other cause attributed to careless or poor workmanship, the hole shall be completely filled with bentonite or other impervious earth materials in accordance with applicable State, County, and City Standards. No payment will be made for drilling and filling the hole so abandoned, or for mobilization and demobilization, and the Contractor shall drill a new hole within fifty (50) feet of the same location as directed by the City. 35 SECTION 2 - Special Provisions 36 SECTION 2 - Special Provisions b. Abandonment at Request of City's Representative. If aban- donment of the drilled hole is specifically requested by the City's Representative, including, but not limited to such causes as total lack of potential aquifers, insufficient number of potential aquifers, or unacceptable quality, the hole shall be completely ' filled with bentonite or other impervious earth materials in accordance with applicable State and County Standards. In this event, the Contractor will be paid for mobilization and ' demobilization at this site, as well as for the footage of drilling completed. The Contractor may then be requested to re- mobilize at a second test site selected by the City's Representative. No payment for stand -by time while awaiting a second test site will be made. Abandonment hereunder shall also include payment for aban- donment of any remaining or unused portion of the pilot hole that is not being used for final well completion. Payment for test hole abandonment, if required, and if specifically ' requested by the City's Representative as set forth above shall be made on a unit price per linear foot, Bid Item No. 27, and shall be ' considered full compensation for all time, materials, and equipment required to complete the abandonment. 2.21 -3 ABANDONMENT DURING OR AFTER INSTALLATION OF CASING AND /OR WELL SCREEN Abandonment due to actions of Contractor. Abandonment of the reamed hole can be caused by reason of any action of the Contractor or ' negligence. In such event, the Contractor shall pull or leave the casing(s) in place, at his discretion. If the casing is pulled, the hole shall be abandoned in ' accordance with applicable State and County Standards. No payment will be granted for lost or damaged casings and /or their installation in a well abandoned by reason of any action of the Contractor. The Contractor shall be required to ' drill a new well within fifty (50) feet of the original site as directed by the City. 2.21 -4 MEASUREMENT AND PAYMENT ' Abandonment of the borehole specifically requested by the City shall be paid for on a per linear foot basis in place at the unit price for Bid Item No. 27. Payment shall be considered full compensation for furnishing all labor, materials, tools, and equipment necessary and incidental to completion of the work, as specifically requested by the City. No payment will be granted for abandonment due to actions of the Contractor. 36 SECTION 2 - Special Provisions APPENDIX A SAMPLE CITY OF FOUNTAIN VALLEY ENCROACHMENT PERMIT �I L 1 1 1 1 DEPARTMENT OF PUBLIC WORKS CITY OF FOUNTAIN VALLEY APPLICATION FOR RIGHT -OF -WAY ENCROACHMENT ERCAVATL CON51RUC1 ANDMA OTHERWISE ENCROACH ON CRT NISOC RIGNIOFMFAY ST PERFORMING THE "KLOWMO WORK PROJECT LOCATION OR ADDRESS. TRACT NO C.U.P. NO. PRECISE PLAN No, OTHER SEE ATTACHED PLANS CONStSTIMO OF SWEETS FEES — as CAVATION W -MST SO Lt. a 624.00 ■ LF.O/ d ■ IN TOTAL l CONSTRUCTION (8) PAVEMENT $.F.0 00 R SIDEWALK 81.0.1E 2... Tnl YND[RSIDNED Pll1MITTEE HERE ■T /GHEE -: - f. Dn•Mr1•I NrMI.•. fANNa"Milli me, becohN.•Iygwpwahpl1111y NIMIarAta •Iq •fl llpl••IIII•a a.«to[«rywAkW,Itark eeaeiMM HMI M dNpMM AD a l.na MIa alt -Illq AtrAN hal M rHMM,b M Nn4 W bell•, C HM1.11 n IMn ." IwM. E. 89-6. Con•■ Ml- Riede. eM as ale, t 11 M-IYa Mee•e ro WNW FM coN•a "Aftelrbn Ilene b IM mn•IryClbn 11,16 •sell b• w-a N «e• Mied or IM 1•nu•I D- U-0-1- Ira -Ic COMra D•M • IN SMNA, WAS N,Serara.' Open aaeen Nell ale PeNeattq •MI«rt MM" MN dttp•r trnrMat / alle qT .v FI as "A"" / D-e W •M/a Mank I, Ads tea" be alp ale- IN tbo." teak le /nactbn ra -ea Mar111p bent ahan N "As LpFr tibb.aID D• «•ctN of br Y-, anneal /-yen thanbtl l'MMdMUb• d0M0nea by a To agna LAMCbeu,•ad i41DV11aw, •nMeCA,Iy. th D•nwltCtAaro1118 MDMaa /:YI AJpb a 00 D-- W F, Y -bn pIMrNM. •Dpowa at l o t TraTe Ena-Nr a. D1.6 a ale Mr••e le, . WAAH ana a be a b Otto,. gApaar H16a IN th "Ili Ma p Y naYa DIMe.Ay to aner p..Ale pep•nY •1411 fn .ed •IMn ter yy N-•n -erI Al MI w deQ•aN E. LDDAIIDN a1W a1DInUMII p•anTlrnen •YDDb^�• IAI a•n A1MCMa M,•te.wbNyMMMrq -w ellgecle • enmuN«Aa, b .eke Mae bulbs wu be /wgMNe aF IM CAT Ellptlwr E Tw pelts le AN IrM•leMb4 T. ul nFneMa a t t- a bN rn NMIn •Mn M M[L., With Hilly AM A ny M CHc lwe-ntn b En Ya M §5% MICLMN INt r D,0' 0.061. 1 a M•. tM l &-h q whytm-ap IMTMtaKt NlMWU11' p ualnepMwb A p FieMF« n « M eM p•- Y et f p - t p b a a•CUbn THE UNDERSIGNED PERMITTel wEREET Ca"IFIRS: 1. iMtl•- aeM,lrrWlH«,a. -n enab NC. M. a• a HquMea prlM Grd Fa-leM VaeeyaM lneSMMa (36(10- 1a.M1 bpen «gnCeaIM- dY 136160. b Mblo. 10 the Wet.•n C CO.M-NIb. be a .6 nSS.61. 1. " rN■vea1a1W1 -a MaiOY Mr GMrprn4 t 1MWA`6A CM ih-CoDLC •hell-- a•1•I•lMl•n•NIM -Mh MnM«•Cen•tlane ba- pbla•nal p,wb p•n01n " 10 s b •ccdN-ce. an arhalih. NA ■p•onCHIDM on IYa a IM arks a IM Duecld l P, l,, wale. ale le ell •n .aL Mnaa1 auMr.aMM. •M ro tM wwacl W. d w Duaeta a P.ac wow a w WMdllea redlNnlallw /. that I .IN 0 .... At.. all sae peaarea .ear tMA par.a IN a F «Ma a M• Ta« MDb MN a Met MC•Dlaft, •l.N -N be ed••ited,-n. Me Meets Mfr MMIC36lMR, to IM MustunbtI d all DOWN M PVat wall, M Carq«atbn by M. aMMtrlq el IML 1M 1 R 11~ adaaa bT IM applbaM teal Ma CAT a Founts Valley ana 6" MM:ar a a -Dlq•e etrea than M McM nar.IfaA by IM a WIAN ftwA My "Will, « IaNDMbnlly Ia any accb•nl, b■. a dii le p•••Ma a libp,lY Mpp«Wq a e¢wrnp N IM =hh8l ,Null d any .aa .n PlilaM -nN• IM I.... a two aaplNal -n ale IM pan -A e-tA Merle p hied N reap Merala. ale Mal all Nld Nd-IN• ,M aerabl W YeNa or " appal nl. Wa• NMI M Opel KCdarq lb State La. Pna FaYNa. Valley Mlreltlp,l CAN. IKM 13 N e•u Albs ale bnCMrl Nan eMlar- lb In. SMANra ApecimiA 11N, IN P~ wall Cbaltl teron. able rmnl MuMn. NAME SUSINE55 ADDRESS DI11V[WAT or.* 12 S 1 TELEPHONE NO OI UO L1.0 30 R I STATE LICENSE MO KWER CONNECTION ■ , CRT LICENSE NO OR CORPORATION WATER CONNECTION ■ I SIGNED Sr AUTHORIZED AGENT OTHER /_ IISPEC1TDM RECORD OTHER E 101 TOTAL A ISSUANCE FEE 125-00 PEE TOTAL N+ S A 115001 R DEPOSIT a PERMIT TOTAL( TYPE POEUMIMART MSPECT" FORMS GRADIHO FINAL PERMIT NO Permission 1s hereby granted to applicant to perform the above described wink In accordance with approved plans and specifications furnished or herein made reference to. 24 (tours advance notice must be given prior to commencement of any phase of this work (Telephone 714/96383211 This permit ie vpld unless validated by CITY OF FOUNTAIN VALLEY Finance Department. A copy of this permit and sighed plans will be kept at the project site at all limes while work Is In progress. Dole 161 wacleFrM pr Wa,N E) w Wl Aa o•- f macs To:. r1AM1NtE TaLtwnl-rI WNITE-AseWAnt YELLOW- YMPegat PINIpP.W.Faa OOLDENROD.F w e aECEIPTF r DATE J 1 I 1 LI I I I L 1 1 I I APPENDIX B CONSTRUCTION PLANS (REDUCED 1/2) (FOR REFERENCE ONLY) 1� W Q a F- 0 J vw0 w F- O `)az ODU ©C 0 ) C- J � a z CC w ;7.) 2W2 CL 3:a o _I 0 wwZ >~ Wa a w LL WOZ F-- W > az Boa OF. Z ZV- O Q. � J OC 0 �-- O z O U I � a CZ N � 0 � o� cc �o ' z o W Z CC 6 d C.) a A cc M r o a U e. � z a F �v 0 0 a a a I ^R'sl R O R �R J Fw- N a J u w J a tl1NVS J Q 3 U K' � g C jb$ F O 3NNVzns V1P jjA z $ O 5 a 4 ^R'sl R O R �R J Fw- N a J u w J a tl1NVS J Q 3 U K' 1S GdVHsno a C jb$ F O 3NNVzns V1P jjA z $ O 5 a 4 � g n ^R'sl R O R �R J Fw- N a J y 8� e t� ty g F u w J a tl1NVS J Q U K' 1S GdVHsno a C jb$ F O 3NNVzns V1P jjA z $ O 5 y 8� e t� ty g F w J J Q U K' 1S GdVHsno a C O O F z n a. Q � J a 4 � g n aa R 33 S d� �g oR RR_ _382 Pi a z F = ip a O J 0 w � 3 aw J N � z x J C a + I 1t° Ti 'is 1sanHN008e 1S ONVlM3N w� N H i z S s ¢ A @g ! a a w J J Q IL 1S GdVHsno a C O O F z n a. Q U 0 J 1S ONVlM3N w� N H i z S s ¢ A @g ! a a �Ovi J Z�� W J �w� O ~ .j WWz WQ w LL , D f'1r W 0 Z <C Z � � O < 0 P Z ZU- O � fr� J O �-- O O Z 0 0 - vw0 W F 0 �Q= P ODU W W ® a Q ti N O � D �Ovi J Z�� W J �w� O ~ .j WWz WQ w LL , D f'1r W 0 Z <C Z � � O < 0 P Z ZU- O � fr� J O �-- O O Z 0 0 - vw0 W F 0 �Q= P ODU rr �Ovi J Z�� W J �w� O ~ .j WWz WQ w LL , D f'1r W 0 Z <C Z � � O < 0 P Z ZU- O � fr� J O �-- O O Z 0 0 - 1 t � P ti N � D � CV to 0 O d M N z U O } c w Z F a F- w z z o � a a °C rn En o 94 0 V F U 5 z 0 0 a 1 t 18 1 1 II �� III llli �i € � s d IS O8VHSn8 � z L.i Q e �� k�t e a a a€ ~ O 0 0 o U gq IN G Tt 33 18 1 1 II �� III llli 1 1 1 II q n RJR I I 'I I !I �i € � s d IS O8VHSn8 � z L.i Q e k k�t e a a a€ ~ O 0 0 o U IN G Tt 33 Illlllllll T 1. : Ld •n � R iS a �_° .9 1 1 1 II q n RJR I I 'I I !I it I I II �$ o o its 95 4 w F W I 11lII G ous 3 8 ti 8 by b d � a � 4 3 S w F W � o IS V a N a J lip � � _ F e; a 5� e L �i € 4 > d IS O8VHSn8 � z L.i Q e k k�t e a a it I I II �$ o o its 95 4 w F W I 11lII G ous 3 8 ti 8 by b d � a � 4 3 S w F W � o IS V a N a J lip � � _ F e; a 5� e L w /P+ d� Mw- MW9 a �i w J J Q > d IS O8VHSn8 � z L.i Q Z O ge �z a€ ~ O 0 0 o U IN G Tt 33 Illlllllll T 1. : Ld •n � R iS a �_° .9 w /P+ d� Mw- MW9 a a W ¢ z f EE W O J o w k' 3 J N f z x J 0 0 is isanHA008e LJ w J J Q > d IS O8VHSn8 � z L.i Q Z O ge �z a€ ~ O 0 0 o U ► ��IIgCJQ� Tt Illlllllll a W ¢ z f EE W O J o w k' 3 J N f z x J 0 0 is isanHA008e LJ w J J Q > d IS O8VHSn8 � z L.i Q Z O ge �z a€ ~ O 0 0 o U IS VIIONOVW IS OWUN / i I / I I 3 y 3 / � I Q� I 1 Ii I I - I I I � I I I 1 I ,u rz I I i I I I I D J � 1 1 I I I � I O u p-bY�E P i I � Y I I I I 9 �3. 61 q�®p 63 0 n 0 j a � g h L i r .. a c 0 1 e; j a � g h L i r .. a c 0 O a U Q F- I SS30 U SpN Q U C Q H u 4 � �I W 6 gtoo �« al • i i� F1 a W Q 1� �I • V I'Y1 a T nr 1- - C� �U z W� 2 CC O IL O� WZ >w w2 00. cc W _I � W Q > W 3:0 0 Z W Z) �- O E07" 0[ J W r r J J 3: �: 0z0 LL W Q co 1/ o� v 0 O m Z cr Q m a Z O V w Cl) UQ w= mm) (L O �1 nr 1- - C� �U z W� 2 CC O IL O� WZ >w w2 00. cc W _I � W Q > W 3:0 0 Z W Z) �- O E07" 0[ J W r r J J 3: �: 0z0 LL W Q co 1/ o� v 0 O m Z cr Q m a Z O V Q m 0 m z z W a fC O U a Pa a om U .7 a 6i Q 0 1 m 0 z w PG P4 W d Lil Q 0 a a a co co m 6 z P4 U P: w z PP w z W A iiii e� m � 8 per. V .J N �1 Q m 0 m z z W a fC O U a Pa a om U .7 a 6i Q 0 1 m 0 z w PG P4 W d Lil Q 0 a a a co co m 6 z P4 U P: w z PP w z W A iiii e� m � 8 per. V .J g gg $ 0 x Y Fj ;% x jj�p a n Q nyr Q Q i Y b xx R' € a �pp j N o S Qa7¢.tl Q b B� i$�i�$g@ fir �Q$ya ®¢ @Q� €Q� it i. %de�39 �$Ba Y $g�Al�e °��QYi %43rtQ�d Q y oil R$Y$ ga� �b Yyg a a IQ,i x�x .,$ xatlg:$a9[ a n5r� !� ■,loYw, g�g4a91 i Q g yQ ■ Y rrg•� 3 3 a�g y gg3 ¢ 9 y R% a ytl �' yr Qp I Yg C S b d x 7byaY p7 x�i ix ■ 4 % 84Fbff ¢ i S Y �I xtl G B Fi A4 wQ 91 °� 6 it 3 gB y h�p g1i�$asQ9��e QiyS�"$ Q gg%i "rQBg R aSQ @$ 2 Y41 %r 6i Y %QQ €. �s�ia�ai $aQaQQ�i�� @a ?6�aaiaa$a<aa5��ia e'uaxa %a�a�aitaexaat A t Y tl A A r¢ A A Y Y tl A A A Y q w <, a• ,. • • r K _ tl e t � emie No 0 1 91 Ilia i 3 4g 4 g 9 i Y t % r •¢ i d i Y 2 ie� Ih $ Q Q�gag Qg$gQgag g" q I % 5 � 4 6C '6 @6< `b S:Eo i g e i b $a 3 fil E Rb Yyy b� g9gg G E� 6i4i4yi pp x e 3pY R �' b b i 'C ° e� a� tl % R ; q e W ny ® Q„ 8% p S� x� Ea @@7 5 p! WA Sd�8(�+ix sp@ 9B }$WNRa6Ba783yY� "� °t g � 3 a • yYp! , oil R '6 s� � ■ g0 [ � p g b�S G �F y Y A I(( Y9yye gtl a1 5 8 10 E9 1110a 11app l IE6 % a 5 gx 2. r. Ii % p � I¢ 94 6� a i 3 ;2J e® X,11 ° a @�Y � u 3gY� Y W� g G° 1a % y y •1 � 1 ° y.3 & Beid g y 1q3 Y 1� � : pp� 11 xiM% < ° Y _ W ¢ A d A A d A d R A A Qb pg a :• Ya '1S 1sanHNOOae as Si 112511 I I b� III pill I low F b�� w J Y$[k 8% nR$� qY% QXI x a3 �' > F 31 .a 1 k$Q Qg$Q i A W a Q W is aaVHsne �tl�x a �� x A% J J Q 2 l.L Q 3�g YE° W� Y`F Y 8� $r Y% p 9 Y O w J O 8 3 l$4 x' x t ® i $y gga 1 fit N J H 0 i Q SI C% �� 7 a N 0 `` x zx ill $f� byxgx� W` 4Q�aOY€ VaVIO > t %t g�Qi�8 8y Ill Q "$Q y$j i < 1S V1�ONJt W pWeir B x$R $ @ 9 n pQ Q F V1NV� Z @ x�f v � %e1i %3 1XIH ,11 % %E axS a 'gill Will; %€ tl %! , IL < 3NNVZnS V1NV sY p a a a = H Vam V1NVS 1S aNVlM3N e � a- �9 all 'Id I Wm J r, Y.Y1 i pqy S g�� /31gg 6s $8a gga�S = Z Y 4 U Q o � 4.at�a ®8W9W>rgarse�.,a ®4i�3 a¢iu u HOtl3B NOIONLLWIH 30 Alp O o %�� �'44 N a� � > Li P II "'lll 1 y��1 1 � � a � I W I k b o I; i E �� R ■ a l A j R 11 � If I 01MO o° fY � gA a y a 1 It I all 9 (D 6 0� I f 4 1 a M�� I I n I i ,F ■ a ia� I W rr� [ ^ > I C3 ul Z � o fi W I Ra f1 ^ ev It J t o El I DA I l c�+ II I I I m I 3 I or j� "Vgp3tlY5� 1 a I aj i ! z �a IT 0 1 1 Oe � i q I Its � I III b � 1 I r ggY � � r!� I■ 8N .q T — 35 BYO D )9YB • 3N13ST BYG D 3Nf y _ J Fr- T = 3g�Q3 � I 1 I � I f S'll Ol b't � S31ne ., 1 I II li / 1 W 3nlrr ours � T Li I Li ol 6f Gr It 9 S, or 1 �. le II n LLI z LLI (L -i 0 0 i' 1 II II I IF 0 as sg O 0 as Sad g V R N su y� 1p $ I S N S 6r of <r sr sr M h m el az I u I� I1� I' Ij I' 4� J eF �s $x a 9 A 4 - i Y d a r �9 pplgg!SS c .A �a I"umI px 1% I11 s sm3u u �jtlF IIi p � ggi �a I� I s III � i i ® O ®® O El sj 1° I tt � a. fs � i 3NVZne 3 vmve ___ a W m t -- - an a� a b Z a a 9 < b 3� w M MI I I H I I I ; /.% 6' n E� 1 e a o f oa a o o IN C b rW \ L� b IN �G �a ig A 4 � A a Ct W a; a ,1 IW \\ sFS ti I ff� E a� I y I y •/ b I � a. fs � i 3NVZne 3 vmve ___ a W m t -- - an a� a b Z a a 9 < b 3� w M MI I I H I I I ; /.% 6' n E� 1 e a o f oa a o o IN C b rW \ L� b IN �G �a ig A 4 � A a Ct W a; a ,1 IW \\ sFS ti I ff� E a� I I _ tI\\ it I \LI mar, A� � � a I w � � I I I y� � a. fs � i 3NVZne 3 vmve ___ a W m t -- - an a� a b Z a a 9 < b 3� w M MI I I H I I I ; /.% 6' n E� 1 e a o f oa a o o IN C b rW \ L� b IN �G �a ig A 4 � A a Ct W a; a ,1 IW \\ sFS ti I ff� E a� I tI\\ it mar, A� � a. fs � i 3NVZne 3 vmve ___ a W m t -- - an a� a b Z a a 9 < b 3� w M MI I I H I I I ; /.% 6' n E� 1 e a o f oa a o o IN C b rW \ L� b IN �G �a ig A 4 � A a Ct W a; a ,1 IW \\ sFS ti I ff� E a� n o y5 N J -J-JJ J FU a � g N I ff IC i r Ic f m N T. W s _L_ e 19 WINI�I���' mom �n 18+ a 18 Y 9iIIJ,- ill �'l Nd I �I{ NI �I�II i • III©0 1�III e 8 O 1L F s L IT e� Y ff IC i r Ic f m N T. W s _L_ e 19 WINI�I���' mom �n 18+ a 18 Y 9iIIJ,- ill �'l Nd I �I{ NI �I�II i • III©0 1�III M -S-S M901- {O \STiUM�fII�MISD I •CiW k INS Li 6Q9 11111 glib b A€ 1 .19111, 3 112: A G G N � i 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 March 11, 1997 (714) 644 -3005 Bakersfield Well & Pump Company 1600 E. California Avenue Bakersfield, CA 93307 Subject: Surety: American Casualty Company of Reading, PA Bond No.: 141517570 Contract No.: C- 3004(5) Project: Construction of Water Wells located at the Dolphin Avenue & Tamura School Well Sites as a part of the Groundwater Development Project on January 27, 1997, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. The Notice was recorded by the Orange County Recorder on February 4, 1997, Reference No. 19970052829. Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk LH:ib cc: Public Works Department 3300 Newport Boulevard, Newport Beach RECORDING REQUEST BY AND WHEN RECORDED RETU TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Recorded in the County of Orange, California Gary 1. Granville, Clerk /Recorder No fee 19910052829 10:13v 02/04/91 005 22019722 22 27 N12 1 7.00 0.00 0.00 0.00 0.00 0.00 "Exempt from recording fees pursuant �o Government Code Section 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Bakersfield Well & Pump Company as Contractor, entered into a Contract on March 25, 1996 Said Contract set forth certain improvements, as follows: Construction of Water Wells located at the Dolphin Avenue & Tamura School Well Sites as a Dart of the Groundwater Development Proiect Contract No. 3004 -S Work on said Contract was completed on September 21, 1996 and was found to be acceptable on January 27, 1997 by the City Council. Title to said property is vested in the Owner; and the Surety for said Contract is American Casualty Company City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on 4i.n,� . ( / t 7 , at Newport Beach, California. i BY Cite/ Clerk BY THE CITY COUNCIL C TY OF NEWPORT BEACH January 27, 1997 A 2 TOW CITY COUNCIL AGENDA ITEM NO. 11 U PROVED TO: MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT SUBJECT: NOTICE OF COMPLETION (CONTRACT NO. 3004-S) CONSTRUCTION OF WATER WELLS LOCATED AT THE DOLPHIN AVENUE & TAMURA SCHOOL WELL SITES AS A PART OF THE GROUNDWATER DEVELOPMENT PROJECT RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. • 4. Approve final authorization to Richard C. Slade & Associates for Hydrogeologic and Construction Observation Services related to the construction of the water wells. DISCUSSION: Accept the Work and Authorize the City Clerk to File a Notice of Completion for Bakersfield Well & Pump Company: The contract for drilling and installation of water wells located at the Dolphin Avenue and Tamura School well sites has been completed by Bakersfield Well & Pump Company of Bakersfield, California to the satisfaction of the Public Works Department. The bid price was $ 799,044.75 Amount of change orders $(40,976.15) Total contract cost $758,068.60 There were a total of three change orders for this project. The first two change orders were for standby time and rental of additional equipment, amounting to a total of $3,646. The third change order was a credit to the City for reduction in the drilling depths of each of the wells. This resulted in an overall cost reduction of $40,976.15 for the well drilling construction portion of the • Groundwater Development Project. 0 0 Page 2 Notice of Completion Construction of Water Wells at Iphin Avenue & Tamura School January 27, 1997 Funds for the project were budgeted in the following account: Description Water Wells & Transmission Pipelines Account Number Amount 7504- C5500094 $758,068.60 The scheduled completion date was September 21, 1996, which was met and staff recommends acceptance of the work. Approve final authorization to Richard C. Slade & Associates for Hydrogeologic and Construction Observation Services: On April 25, 1994, the City Council entered into an agreement with Richard C. Slade and Associates (RCS) for hydrogeology and construction observation services for the well drilling portion of the Groundwater Development Project (GDP). The original agreement with RCS specified a fee of $125,000 and indicated that the project would be completed by July, 1995. This work effort included performing a hydrogeologic analysis, preparing well construction and testing plans and specifications, and providing well construction monitoring during the drilling operation. Over the course of the project, there have been delays and additional work associated with the project, including the final negotiations with the City of Fountain Valley for the well site and the well drilling permit. RCS was key in all of the negotiations with the City of Fountain Valley and spent a considerable amount of time towards the effort of obtaining the well drilling permit and lease agreement with them. In addition, RCS performed a supplementary aquifer test at the request of the City of Fountain Valley. Also, additional effort by RCS was necessary to assist in managing Bakersfield Well & Pump's drilling operation. Because of the delay in the project, the well drilling became the critical path component of the overall Groundwater Development Project. RCS and City staff expended considerable more time than initially anticipated to ensure the timely completion of the project, which was accomplished during the additional 14 months it took to complete this project. RCS was required to perform studies, evaluations and on site supervision of the drilling operation that was beyond the scope of the 1994 agreement. 0 11 Page 3 Notice of Completion Construction of Water Wells at Dolphin Avenue & Tamura School January 27, 1997 RCS has requested a final authorization of $60,000 for the additional hydrogeologic and construction observation efforts relating to this project. Staff concurs with this request and agrees that work beyond the scope of the original agreement was performed. The consultant's efforts were key in convincing Fountain Valley that the new City well would not have a significant impact on nearby Fountain Valley wells. This contract change was anticipated in the overall Groundwater Development Project cost of 23.7 million that was reported In August, 1996. Respectfully submitted, ( —�a PUBLIC WORKS DEPARTMENT Don Webb, Director Y• M chael J. Sinacori, P.E. is Utilities Engineer MJS:sdi Attachment: Amendment to Professional Services Agreement with Richard C. Slade and Associates. , r� 0 AMENDMENT NO.1 PROFESSIONAL SERVICES AGREEMENT • Hydrogeologic and Construction Monitoring Services Groundwater Development Project THIS AMENDMENT NO. 1 TO AGREEMENT, made and entered into this day of January, 1997, by and between the CITY OF NEWPORT BEACH, a municipal corporation, (hereinafter referred to as "City ") and Richard C. Slade & Associates, as a sole - proprietor, and a California Company, (hereinafter referred to as "Consultant') is made with reference to the following: RECITALS: A. On June 6, 1994, a Professional Services Agreement was entered into by and between City and Consultant, hereinafter referred to as "Agreement'. B. City and Consultant mutually desire to amend the Agreement to provide for additional services not required in the Agreement and an increase in compensation. . NOW THEREFORE, the parties hereto agree as follows: 1. The maximum fee to be paid as compensation to Consultant to cover hydrogeologic and construction monitoring services performed during the term of the Agreement is $125,200. The fee shall be increased by $60,000, to cover the cost of additional services described in this AMENDMENT NO. 1. 2. The term of this Agreement is not to extend past December 31, 1996. 3. The standard hourly rates established for this Agreement shall continue in effect and shall be unchanged through December 31, 1996, 4. Consultant agrees to provide the following additional services: a. Continued meetings with City staff as necessary during the installation and drilling of the water wells. b. Field monitoring during completion of the well drilling. C. Performed additional hydrogeologic analysis based on data obtained in the field. d. Obtained samples of groundwater for water quality analysis. • e. Coordination with the City of Fountain Valley and the Orange County Water District throughout the entire project. 0 I� u Amendment No. 1 Professional Services Agreement Richard C. Slade & Associates • IN WITNESS HEREOF, the parties hereto have executed this Amendment on the first date above written. APPROVED AS TO FORM: Robin Clauson Assistant City Attorney ATTEST: LaVonne Harkless City Clerk • 2 City of Newport Beach, a municipal corporation Jan Debay, Mayor RICHARD C. SLADE & ASSOCIATES a Sole Proprietor of a California Company Richard C. Slade, President Consultant �J March 25, 1996 W 2 5 CITY COUNCIL AGENDA ITEM NO. ' 13 Mf"rnuvtu TO: Mayor & Members of the C ,.. . Comicil' ,. 6, FROM: Public Works Department 1 „ -- SUBJECT: AWARD OF CONTRACT (CONTRACT NO. 3004 -S) CONSTRUCTION OF WATER WELLS LOCATED AT THE DOLPHIN AVENUE AND TAMURA SCHOOL WELL SITES AS A PART OF THE GROUNDWATER DEVELOPMENT PROJECT RECOMMENDATIONS: 1. Approve the plans and specifications for the construction of water wells. 2. Find that Bakersfield Well & Pump Company of Bakersfield submitted the "lowest responsible bid" and they can meet the requirements for completing the proposed contract work and declare them the "low bidder ". 3. Award Contract No. C- 3004 -5 to Bakersfield Well & Pump • Company, Bakersfield, in the amount of $799,044.75, and authorize the Mayor and the City Clerk to execute the contract on behalf of the City. 4. Adopt the finding contained in the Staff report pertaining to Addendum No. 4 to the Final EIR, Hydrogeologic Evaluation for the Groundwater Development Project. • DISCUSSION: At 2:15 p.m. on March 7, 1996, the City Clerk opened and read bids for the subject project. A summary of the results are listed below and a more detailed itemized bid summary is attached as Exhibit "A': Rank Contractor /Bidder Total Bid Price low Bakersfield Well & Pump, Bakersfield $ 799.044.75 2 Layne - Western Co., McCalla, Chino $ 857,965.00 3 Beylik Drilling, Inc., La Habra $ 872,000.00 The lowest responsible bid was submitted in the amount of $799,044.75 and was 10% below the Engineer's Estimate of $890,000. Page 2 Award of Contract, Construction of Water Wells Groundwater Development Project, C- 3004 -S March 25, 1996 • PROJECT DESCRIPTION: This project provides for drilling and testing of four (4) water wells (two wells at each site) including installation of a sound barrier to minimize noise impacts during construction, testing of the aquifers and the water quality and quantity produced by each well. One well site is located along Dolphin Avenue just west of the intersection of Dolphin Avenue and Slater Avenue. The second well site is located at the Tamura Elementary School which is west of Slater Avenue and north of Magnolia Street. Staff has previously entered into a lease agreement with the Fountain Valley School District and the City of Fountain Valley for each site. These agreements have been previously discussed and approved by the City Council. THE LOW BIDDER: The low bidder, Bakersfield Well & Pump Company of Bakersfield, is a qualified drilling contractor licensed to do business in California. This company has successfully completed well drilling projects for the Coachella Valley Water District and the cities of Manhattan Beach, Riverside, Indio and Rialto. This firm has a satisfactory reputation in the water well drilling contracting industry and has a significant amount of experience with similar projects. Reference checks on their recent projects revealed a number of comments favorable to their ability to perform the work in an efficient manner. Bakersfield Well and Pump's insurance policies and bidder's bonds meet the City's requirements. Staff believes that the contractor is able to complete the proposed work satisfactorily. DISCUSSION ON COMPLIANCE WITH CEQA In accord with the California Environmental Quality Act (CEQA), the State CEQA Guidelines, and City Council Policy K -3, Final EIR No. 151 for the Groundwater Development Project was prepared and certified by the City Council on January 25`x, 1993 (Resolution No. 93 -2). Section 15164 of the CEQA Guidelines provide that the lead agency (in this case, the City of Newport Beach), shall prepare an addendum to an EIR if only minor technical changes or additions are necessary to make the EIR adequate for the proposed action, and these changes do not raise important new issues about the significant effects on the environment. Pursuant to the requirements of Guidelines under Section 15164. An addendum to Final EIR No. 151 has been prepared to address potential impacts associated with the adjustment of the aquifers to be used by the City. • Page 3 Award of Contract. Construction of Water Wells Groundwater Development Project. C- 3004 -S . March 25, 1996 Addendum No. 4 was necessary to address concerns raised last summer by the Fountain Valley Public Works Director relating to use of aquifers identified in the EIR. At the time of preparation, it was determined that half of Newport's wells would draw from the shallow Talbert Aquifer, which is a lesser used aquifer. At the conclusion of recent studies, it became apparent that the Talbert aquifer was not available at the final sites chosen. This will result in Newport's water being drawn completely by the lower aquifers, which should still only have a minor effect to other groundwater users. The addendum concludes that the necessary revisions to the hydraulic evaluation contained in EIR No. 151 represents only minor changes and do not raise any new issues or alter the conclusions of the EIR regarding the environmental impacts of the project. No new significant impacts will result, and no additional mitigation measures are required as a result of the revisions to the project. SUGGESTED CEQA ACTION: Staff suggests that Council adopt the finding that: Final EIR No. 151, previously certified on January 25, 1993, has been determined to be adequate and satisfies all requirements of CEQA. The Addendum does not raise any important new issues regarding the • environmental effects of the project. The Final EIR and Addendum reflect the independent judgment of the City Council. Addendum No. 4 to Final EIR No. 151 is an attachment to this staff report. Refer to Attachment "C ". CONCLUSION: Staff believes the contractor can complete the project satisfactorily with the required inspection and recommends award of the contract to the low bidder, Bakersfield Well and Pump Company of Bakersfield. Funds for the construction project were approved in the water capital improvement projects budget in the previous four (4) years and are available in the Water Enterprise Fund under Capital Project No. 7504- C55000094. ectfully submitted, 'PlUtLIC WORKS DEPARTMENT By: 4A / -c,H Don Webb, Director Miyhael J. Sinacori, P.E. Utilities Engineer MJS:cja • Attachments: Exhibit "A ". Project Vicinity Map Exhibit "B ". Itemized Bid Summary Exhibit "C ", Addendum No. 4 to EIR No. 151, Hydrogeologic Evaluation for GDP 0 0 Exhibit "A" . • 0 L� NEWLAND ST SANTA LUCIA 0 F >.I SANTA SUZANNE �_ z ig a En MAGNOLIA ST < SANTA D 7ELARA �c z c D OC m J r O o D z m Qo cn = O ^ O m z crn � z D BUSHARD ST m < T rc T m CO � rn O'° m BROOKHURST ST. Exhibit "A" . • 0 L� m. L! f� LL ¢ Q < N. a f, S' U� N- V W _ m � J U w v ? n = n � Exhibit "B” E r IA Z ." O - H 0 W z m H m m W 0 0- 31 W w p z N LL O ix p ml _ EI U U �' in C O' U' W c old c °' vl NI, S ° L' 3 Ji wi fj 0. c O: Oi0 z 3iz w n 0!rQ. o+ w U r Z W 0 m C O z z r v w a Exhibit "B” r 0 m a ¢ t z r � d O O O O O O O O O O O o 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 00,0, 0 0 0 0 0 0 0 0 0 0 0 O r 0 0 0 0 0 0 0 0 0 0 0 C 0 0 0 0 0 0 0 0 0 0 0 O z P O 0 O 0 O 0 0 m 0 d 0 0 0 0 0 m 0 N 0 m 0 0 m m O m m O N n m P N 0 0 0 0 0 m 0 O 0 D 0 O 0 P 0 �0 n 0 0 0 0 S Q OP l O lO0 VM l n m tg D m N O M M P n O p N N A P tm O VN 1 - l0 D P 1N D M P ° �V � � l p H N H0 ^ M N H ^ N N H q N _ ¢ H g q H q H q w H N w N m C H O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o O 0 0 0 0 0 0 0 0 0 W r O O N v 0 0 0 0 0 0 0 M O O O O O O O 0 0 0� d m Z A N m A N N O N o lq 0 0 O 0 1 N N N O H g N H H H O^ 0 ^ N 0 0 0 0 m N n O O Q N M N Q Q H H N ^ N N H rj N H- ^ H N ^ q m N H H N N N H N N 0 0 0 0 0 0 O O O 0 O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O = p r z O O 0 0 O 0 0 O 0 O m O N O m O m m M 0 0 o 0 o 0 o 0 0 0 0 0 0 0 0 0 0 0 0 ° N V O O m d Q N m m m t0 m N e IG M m -R O d IL! P m O O N O Q m m A O m O n O (No T I1 �T M O m P N T T m N m N O T M t0 P N M M m n W g N p H H m ^ N � H N N H p � H P g M N H N H H w V E O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 y O ry . 0 0 0 0 0 0 0 0 0 A 0 ^ O to o O of 0 0 0 0 0 0 0 0 0 . m 0^ A of 1 O O O P O^ n .- a v1 n m N 00 00 0 00 O z C Z 01 O M q O N P ^ N n n n t0 0 l0 0 lD H H N lG q H H ^ H q A N 1D M N n m Z R J m H N N N H H N N O O O O N O O O O O O O O O O O O O O o O O O O O O O O O O O 0 0 0 0 n o 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o m Z 0 0 0 0 m 0 0 N m Of P m ry m vi P v1 i O m 0 0 0 0 0 0 0 0 0 0 6 n E 7 ° 0 m O n m 0 I m O m° N m W m m N p n m 1c V1 O p m m Q m m m e O 0 O 0 o m O O ° °° m e J m T m m 1!1 n T m N n a O w m N N N N N N N N N N N N N q m ¢ w N w H 9 N ew w w w N g H w H w w w 3 a 0 0 0 o 0 0 0 i v1 o o o u 0 0 0 0 0 0 0 0 0 0 0 0 0 v O 0 m N 0 o 0 8 0 N w O o 0 0 0 0 0 0 0 0 0 0 0 „ r O m m m n m m m v1 O Q m 0 f O M O O v Z O T Q Ym 5 H H H H H m ^ ^ ✓H 1 yN � N N H N J H H q N N ° 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 p r 0 0 0 0 o O 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O Z O O O o O O O O O O 0 o o 0 0 0 0 0 0 0 0 0 0 0 0 o p O ° °° S M °° S o O A A lT p lm p m n A lN 0 1 O0 m m N N N T N N P O P p N O p m VH I R m m Q D m m N m N y'v p H m H H A Vn N N H H H H P m ^ N H H N N O E H N N H H N N H H N N N N w S 000000 o 0 0 0 0 0 0 0 00000000 0 0 0 0 0 0 00000 0 0 0 0 0 0 0 0 0 0 0 0 0 ^ O O m 0 m O m N 0 O 0 m 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Z O m O O O P Hm ^ O N N O N N O O O O O N W C O n N m N N W _ p N H NH ^ M P H H M m N N N0 ^ q q A H H H H H N H w LL LL LL W W W w LL LL m W J S r Q N 0 O 0 O O T P p P P 000 P m 00m P o N O o P o° O S m 0 m 0 Q Q p Q P N N N Vm 1 O (N Wm m N ^ N N O o` .y c c u v v v o Z N i i V L O Q m V V N \ O E E v v c m N d u- N O 'u O 1p y A J 0 c o o Yn c LL n c v E o o E ° °: a ° o o o u > O v L 0 q E E c E 0 + v V w 'S o i s a o o w E 3 v m $ Z M LL w V¢¢ m ^ m d t7 I N 1C V N N N N N Exhibit "B” ADDENDUM NO.4 TO FINAL EIR NO. 151 HYDROGEOLOGIC EVALUATION NEWPORT BEACH GROUNDWATER DEVELOPMENT PROJECT Prepared by: DAVE BARTLETT ASSOCIATES Land Use & Planning Consultants and THE CITY OF NEWPORT BEACH Public Works Department March 1996 ADDENDUM No. 4 T FINAL EIR 151 NEwrowr BEACH GROUtNWAT R DEVELOPMENT PROJECT - -1 -- Exhibit "C" • • i 0 ADDENDUM NO.4 TO FINAL EIR NO. 151 • HYDROGEOLOGIC EVALUATION NEWPORT BEACH GROUNDWATER DEVELOPMENT PROJECT INTRODUCTION 0 n January 25, 1993, the City of Newport Beach City Council adopted Resolution No. 93 -2 certifying Final EIR No. 151 (State Clearinghouse No. 911221068) for the Newport Beach Groundwater Development Project. The project consists of four new water wells along with a water transmission pipeline, storage reservoir and appurte- nant facilities to serve the City's domestic water needs. REVISED PROJECT DESCRIPTION An additional hydrogeologic evaluation of the groundwater basin as it relates to the 4 well sites has been erformed iointl P 1 y by the City of Newport Beach's consultant, Richard C. Slade & Associates (RCS) and by the Or- ange County Water District (OCWD). This evaluation has re- sulted in minor technical modi- fications to the project relating to EIR Section 3.6, Water Resources. A summary of the modifications are noted at right. ANALYSIS SUMMARY OF PROPOSED ::NIODEFICATIONS Existins EIR Moditication as Analyzed by RCS Talbert aquifer as source of groundwater 300 -800 TDS No hydraulic continuity between aquifers Water level drawdowns between 5 -15 feet Lower aquifers to be used as source of groundwater 190 -570 TDS Aquifers could become more hydraulically connected Water level drawdowns between 16 -21 feet We have reviewed and analyzed 1 a both a letter report from RCS dated July 3,1995 and the report prepared by RCS and OCWD entitled, Evaluation of Pumpz inQ_Effects of Proposed Newport Beach Wells on Existing Fountain Vallev Wells, dated No- vember 1995. Based on this analysis, there are proposed modifications to the Groundwater project as it relates to the initial hydrogeologic evaluation as written in Certified Environ- mental Impact Report 151. After analyzing these proposed modifications, it has been deter- mined that, although the initial assessments related to the groundwater basin and proposed well sites have been modified, the changes do not result in additional or expanded mitigation measures, and therefore the modifications are not considered to be significant. ADDENDUM No. 4 To FOAL EIR 151 NEWPORT BEAcN GROUNDWATER DEVELOPMENT PROJECT - -2 -- 0 0 The Certified Environmental Impact Report 151 and adopted Findings as approved by the City Newport Beach City Council will not require modifications and an addendum to the . Final EIR will be adequate to address the minor technical changes. The following modifications to hydrogeologic conditions are proposed: 1. Source of Groundwater The source of groundwater has been changed. The analysis in the EIR indicated that the groundwater would come from the shallower Talbert aquifer. After further analysis, it has been determined that no Talbert aquifer production is envisioned and the source of the ground- water will be from the Alpha, Beta, Lamda and Omicron aquifers for the shallower wells and the deeper wells will derive groundwater from Omicron, Rho and the upper Main aquifers. 2. Groundwater Quality The EIR indicated that conversion of the water supply from an imported source to a ground- water source will result in higher water quality (lower total dissolved solids (TDS). The EIR estimated a concentration 300 to 800 mg /1 of TDS from groundwater sources. More recent examination of water quality data indicate 190 to 570 mg /l of TDS, lower than previously stated in the EIR, resulting in better water quality. Also, because the wells will be deeper than originally considered, there will be a reduced . potential for groundwater quality impairment from shallow sources of poor quality/con- taminated water. Groundwater Flow The EIR states that the project will not affect the flow of water between the Talbert aquifer and the lower aquifers. Because all the aquifers are now being used, the RCS report suggests that aquifers in the vicinity of the wells could become more "hydraulically connected" on a local basis. 4. Drawdown Interference The EIR stated that water levels in the immediate vicinity of the City's well sites will be drawn down by 5 -15 feet, and that water levels at the nearest adjacent municipal- supply well owned by others, will be lowered by approximately 8 feet. The RCS /OCWD analysis indicates that drawdowns are more likely to be 16 -21 feet and that the water level impact on nearby munici- pal wells would be approximately the same as indicated in the EIR. The City of Newport Beach and RCS has analyzed the existing EIR, impacts and proposed • mitigation measures. RCS indicates in their analysis that the existing mitigation measures as ADDENDUM NO. J TO FINAL EIR 1$1 NEWPORT BEACH GROUNDWATER DEVELOPMENT PROJECT --3 -- 0 0 outlined in the EIR would remain unchanged and no new or expanded mitigation measures • will be required as a result of the proposed hydrogeologic modifications to the project. The mitigation measures as contained in Certified EIR 151 are as follows: Water Resources Mitigation Measures 6 -1 Orange County Water District shall continue to monitor groundwater quality and aqui- fer levels and shall take appropriate action to ensure that the long term productivity and quality of the groundwater basin is maintained. If determined necessary by the Department of Health Services, additional monitoring wells shall be installed by OCWD between the new City of Newport Beach wells and the injection barrier wells. 6 -2 The City of Newport Beach shall continue to enforce the provisions of the Water Con- servation Ordinance (NBMC Chapter 14.16). 6 -3 The City of Newport Beach shall comply with the requirements of the Water Conver- sation in Landscaping Act of 1990 by implementing a water efficient landscaping ordi- nance. Implementation of Mitigation Measure 6 -1 is the responsibility of Orange County Water Dis- trict in its capacity as the agency with the management authority of the local groundwater . basin, while 6 -2 and 6 -3 will be implemented by the City of Newport Beach. CEQA ANALYSIS In conformance with the California Environmental Quality Act (CEQA), the State CEQA Guidelines and City Council Policy K -3, Final Environmental Impact Report No. 151 was prepared for the Groundwater Development Project and was certified by City Council on January 25, 1993. Public Resources Code Section 21166 provides that: "When an environmental impact report has been prepared for a project pursuant to this division, no subsequent or supplemental environmental impact report shall be required by the lead agency or any responsible agency, unless one or more of the following occurs: (a) Substantial changes are proposed in the project which will require major revisions of the environmental impact report. (b) Substantial changes occur with respect to the circumstances under which the project in being undertaken which will require major revisions in the environmental impact report. (c) New information, of substantial importance to the project becomes available, and ADDENDUM No. a TO FNAL EIR 151 NEWPORT BEACH GROUNDWATER DEVELOPMENT PROJECT -4-- 0 9 A) The information was not known and could not have been known at the time the previous EIR was certified, and . B) The new information shows any of the following: 1. The project will have one or more significant effects not discussed previously in the EIR; 2. Significant effects previously examined will be substantially more severe than shown in the EIR; 3. Mitigation measures or alternatives previously found not to be feasible would in fact be feasible and would substantially reduce one or more significant effects of the project; or 4. Mitigation measures or alternatives which were not previously considered in the EIR would substantially lessen one or more significant effects on the environment. The proposed revisions to the project have been evaluated and it has been determined that none of the conditions described in Section 21166 exist, therefore no additional EIR is neces- sary. Section 15164 of the State CEQA Guidelines provides that the Lead Agency shall prepare an addendum to an EIR if only minor technical changes or additions are necessary to make the EIR adequate for the proposed action, and these changes do not raise impor- • tant new issues about significant effects on the environment. Pursuant to the requirements of Guidelines Section 15164, this addendum to Final EIR No. 151 has been prepared to address potential impacts associated with the project. On the basis of the existing mitigation measures contained in Final EIR No. 151 and the hydrogeologic analysis attached hereto, this addendum concludes that the necessary revi- sions to the analysis contained in Final EIR No. 151 represent only minor changes and do not raise any new issues or alter the conclusions of the EIR regarding the environmental impacts of the project. No new significant impacts will result, and no additional or ex- panded mitigation measures are required as a result of the modifications of the project. Attaclunent: RCS Letter Report dated July 3, 1995 RCS /OCWD Report dated November 1995 J ADDENDum No. Q To FINAL EIR 151 NEWPORT BEACH GROUNDWATER DEVELOPMENT PROJECT ••5-- Authorized to Publish Advertisements of all kinds lrlll6ding public notices by Decree of the Superior Court of Orange County, California. Number A•6214, September 29, 1961, and A•24831 June 11, 1963. PROOF OF PUBLICATION STATE OF CALIFORNIA) ) SS. County of Orange ) I am a Citizen of the United States and a resident of the County aforesaid; I am over the age of .eighteen years, and not a party to or interested in the below entitled matter. I am a principal clerk of the NEWPORT BEACH -COSTA MESA DAILY PILOT, a newspaper of general circulation, printed and published in the City,of Costa Mesa, County of-Orange, State of California, and that attached Notice is a true and complete copy as was printed and published on the following dates: February'9, 13, 1996 I declare, under penalty of perjury, that the foregoing is true and correct. Executed on February 13 , 199 6 at Costa Mesa, California. Signature • I. CONSTRUCTION OF WATER WELLS LOCATED AT DOLPHIN AVENUE AND TAMURA SCHOOL WELL SITE Title of Froject L 011116 6S Contract No. $890,000 Engineer's Estimate Approved by the Public' Works. Department thr46th day of February, 1996. Michael J. Slnscorl, (Acting) Utilities Man. agar Prospective bidders may obtain a. set of contract documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, Post Office Box 1768, Newport Beach, California 92658- 8915. For further Information, call Michael J. Sinacorl, Project Manager, at (714) .644.3011. l Published Newport' Beach -Costa Mesa Daily Pilot February 9, 13, 1988. F093 NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Post Office Box 1768, Newport Beach, California 92658 -8915 until 2 :15 V.nL on the L day of March, 1996, at which time such bids shall be opened and read for: GROUNDWATER DEVELOPMENT PROJECT CONSTRUCTION OF WATER WELLS LOCATED AT DOLPHIN AVENUE AND TAMURA SCHOOL WELL SITE Title of Project F Contract No. $890,000 Engineer's Estimate b�-14-1 FO Rr% y 2, Approved by the Public Works Department this 6th day of February, 1996 Michael J. inacori (Acting) Utilities Manager Prospective bidders may obtain a set of contract documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, Post Office Box 1768, Newport Beach, California 92658 -8915 For further information, call Michael 1. Sinacori at (714)644 -3011. Project Manager CITY CLERK COPY 0 0 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONSTRUCTION OF WATER WELLS AT THE DOLPHIN AVENUE AND TAMURA SCHOOL WELL SITES CONTRACT NO. C- 3004 -S PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, P. O. Box 1768 Newport Beach, California 92658 -8915 Gentlemen: The undersigned declares that he 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 and shall perform all work required to complete Contract No. C- 3004 -S in accord 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: NOTE: All applicable sales taxes, State and /or Federal, and any other special taxes, patent rights or royalties shall be included in the prices quoted in this proposal. SCHEDULE OF WORK ITEMS ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL NO. AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1A. 2 EA Mobilization and Demobilization of drill equipment to one site for two wells for the unit price of Fifty -Four Thousand Five Dollars Hundred and No Cents $54,500.00 $109,000.00 per each 1 B. 200 L.F. Install Noise Control Barrier Walls for Dolphin Avenue Well Site for the unit price of One Hundred Nineteen Dollars and Fifty Cents $119.50 $ 23,900.00 per Linear Foot P -1 0 0 SCHEDULE OF WORK ITEMS ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL NO. AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1 C. 500 L.F. Install Noise Control Barrier Walls for Tamura School Well Site for the unit price of One Hundred Eighteen Dollars and No Cents $118.00 $59,000.00 per Lineal Foot 2. 200 L.F. Install 36 -inch Steel Conductor Casing for the unit price of One Hundred Ninety -Eight Dollars and Sixty Cents $198.60 $39,720.00 per Lineal Foot 3. 2,375 L.F. Pilot Bore Drilling by reverse circulation below conductor casing at Dolphin Avenue and Tamura School for the unit price of Fifty -Seven Dollars and Fifty -Eight Cents $57.58 $136,633.75 per Lineal Foot 4A. 4 Each Perform Electric Logging of Pilot Boreholes for the unit price of Seven Hundred Sixty -Five Dollars and No Cents $765.00 $3,060.00 per Each 4B. 4 Each Perform Caliper Logging of Pilot Boreholes for the unit price of Eight Hundred Seventy -Five Dollars and No Cents $875.00 $3,500.00 per Each P -2 E ITEM QUANTITY NO. AND UNIT 0 SCHEDULE OF WORK ITEMS ITEM DESCRIPTION AND UNIT UNIT TOTAL PRICE WRITTEN IN WORDS PRICE PRICE 5. 14 Each Perform Aquifer Isolation Zone Testing by airlifting and submersible pumps for the unit price of Three Thousand Nine Dollars Hundred Twenty -Eight and No Cents $3,928.00 $54,992.00 per Each Zone 6. 4 Each Perform Aquifer Zone Seal in bottom of pilot bore for the unit price of One Thousand Two Dollars Hundred Fifty -Seven and No Cents $1,257.00 $5,028.00 per Each 7A. 540 L.F. Reaming Pilot Bores to 34 -inch Diameter by reverse circulation for the unit price of Thirty -One Dollars and Eighty -Five Cents $31.85 $17,199.00 per Lineal Foot 7B. 1,760 L.F. Reaming Pilot Bores to 26 -inch Diameter by reverse circulation for the unit price of Ninteen Dollars and Fifteen Cents $19.15 $33,704.00 per Lineal Foot 8. 680 L.F. Furnish and Install 20 -inch O.D. Carbon Steel Casing for the unit price of Forty -Two Dollars and Twenty Cents $42.20 $28,696.00 per Lineal Foot P -3 SCHEDULE OF WORK ITEMS ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL NO. AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 9. 4 Each Furnish and Install 20 -inch x 16 -inch Concentric Carbon Steel Reducer for the unit price of Seven Hundred Forty -Eight Dollars and No Cents $748.00 $2,992.00 per Each 10. 620 L.F. Furnish and Install 16 -inch O.D. Carbon Steel Casing for the unit price of Twenty -Eight Dollars and Thirty Cents $28.30 $17,546.00 per Lineal Foot 11. 1,100 L.F. Furnish and Install 16 -inch O.D. Carbon Ful Flo Louvered Well Screen (60 -slot) for the unit price of Seventy -Seven Dollars and Ninety -Five Cents $77.95 $85,745.00 per Lineal Foot 12. 80 L.F. Furnish and Install 16 -inch O.D. Carbon Steel Pipe and Cap for the unit price of Thirty -Three Dollars and Thirty Cents $33.30 $2,664.00* per Lineal Foot 13A. 940 L.F. Furnish and Install 3 -inch Gravel Feed Line for the unit price of Three* Dollars and Twenty -Five* Cents $3.25* $3,055.00 per Lineal Foot P -4 SCHEDULE OF WORK ITEMS ITEM QUANTITY ITEM DESCRIPTION AND UNIT NO. AND UNIT PRICE WRITTEN IN WORDS 13B. 680 L.F 13C. 24 L.F UNIT TOTAL PRICE PRICE Furnish and Install 4-inch Sounding Pipe (Camera port type) for the unit price of Five Dollars and Sixty -Five Cents per Lineal Foot Furnish and Install 2 -inch Air Vent Tube for the unit price of Twenty Dollars and No Cents $5.65 $3,842.00 $20.00 $480.00 P -5 per Lineal Foot 14. 1,640 L.F. Furnish and Install Gravel Pack 6 x 12 CSSI or Equal) for the unit price of Twenty -Four Dollars and Twenty Cents $24.20 $39,688.00 per Lineal Foot 15. 860 L.F. Furnish and Install Cement Grout Seal for the unit price of Eighteen Dollars and No Cents $18.00 $15,480.00 per Lineal Foot 16. 4 Each Perform Alignment Testing for the unit price of One Thousand Dollars and No Cents $1,000.00 $4,000.00 per Each 17. 200 Hours Perform Mechanical Well Development for the unit price of One Hundred Twenty -Five Dollars and No Cents $125.00 $25,000.00 per Hour P -5 • SCHEDULE OF WORK ITEMS • ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL NO. AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 18. 2800 LBS. Furnish and Install SAPP Chemicals for Well Development for the unit price of One Dollars and Fifty Cents $1.50 $4,200.00 Per Pound 19. 6 EA Mobilization and Demobilization of Test Pump to one well for the unit price of 20. 160 Hours 21. 240 Hours 22. 4 Each 23. 14 Each Five Thousand Seven Dollars Hundred Ten and No Cents per each Perform Pump Development for the unit price of $5,710.00 $34,260.00 Eighty -Five Dollars and No Cents $85.00 per Hour Perform Production Testing for the unit price of Eighty Dollars and No Cents per Hour Perform Flow -Meter Survey for the unit price of One Thousand Three Dollars Hundred Seventy -Five and No Cents per Each Perform Depth - Specific Water Sampling for the unit price of Two Hundred Fifty Dollars and No Cents per Each P -6 $13,600.00 $80.00 $19,200.00 $1,375.00 $5,500.00 $250.00 $3,500.00 SCHEDULE OF WORK ITEMS ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL NO. AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 24. 4 Each Perform Color Video Log for the unit price of Five Hundred Fifty Dollars and No Cents $550.00 $2,200.00 per Each 25. 4 Each Perform Disinfection of each well for the unit price of Four Hundred Fifteen Dollars and No Cents $415.00 $1,66000 per Each TOTAL PRICE IN WRITTEN WORDS (Bid Items 1 - 25) Seven Hundred Ninety -Nine Thousand Forty -Four` Dollars and Seventy -Five Cents $ 799,044.75` (4 Total Price ADDITIONAL SCHEDULE OF WORK ITEMS ITEM NO. QUANTITY AND UNIT ITEM DESCRIPTION AND UNIT PRICE WRITTEN IN WORDS UNIT TOTAL PRICE PRICE 26. per Hour Construction Standby Time for the unit price of One Hundred Twenty -Five Dollars and No Cents $125.00 per Hour 27. Per Linear Foot Perform Abandonment of each well for the unit price of Thirty Dollars and No Cents $30.00 per Linear Foot P -7 01 ! Bidder's Name BAKERSFIELD WELL & PUMP div. of ZIM INDUSTRIES Bidder's Address 1600 East California Avenue, Bakersfield, CA 93307 Bidder's Telephone Number (805) 324 -6026 Contractor's License No. & Classification 440537 "A ", "C -61 ", "D -21 ", "C57" 3/7/96 Date P -8 S /DENNIS McKINDLY Vice President • INSTRUCTIONS TO BIDDERS Page 2 The following documents shall be completed, executed and received by the City Clerk in accord with the "NOTICE INVITING BIDS ". 1.PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON - COLLUSION AFFIDAVIT 6. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% 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. The City of Newport Beach will not permit a substitute format for the documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 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 estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. 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. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informailty in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substition 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 accord 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 in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the California Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." 0 6 Page 2A 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. 440537 "A ". "C -61 ", "D -21 ", "C57" Contr's Lic. No. & Classification March 7th, 1996 Date BAKERSFIELD WELL & PUMP Bidder S /DENNIS McKINDLY Vice President 0 Page 3 DESIGNATION OF SUBCONTRACTOR(S) 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 will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accord with State law and /or the Standard Specifications for Public Works Construction, as applicable. The Bidder, by signing this designation certifies that bids from the following subcontractors 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 accord with State law. No changes may be made in these subcontractors except with prior written approval of the City of Newport Beach. Subcontractor Address Subcontract Work 1. Wilenco Bakersfield Logs, Pinnert Tests & Water Surplus 2. Barnays Hole Drilling Long Beach Conductor Pipe Hole Drilling 7 11 12 BAKERSFIELD WELL & PUMP Bidder S /DENNIS McKINDLY Vice President 0 Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, BAKERSFIELD WELL & PUMP, as bidder, and AMERICAN CASUALTY COMPANY OF READING. PENNSYLVANIA. as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent of the Total Amount of Bid Dollars ($ 10% of Amount of Bid), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of Groundwater Development Project Construction of Water Wells Located at Dolphin Avenue and Tamura School C- 3004 -5 Title of Project Contract No. in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver to said City the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) after the date of the mailing of Notice of Award to the above bounded bidder by and from said City, then this obligation shall become null and void; otherwise it shall be forfeited to the said City. In the event that any bidder above named executed this bond as an individual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 6TH day of MARCH, 1996. (Attach acknowledgement of Attorney -in -Fact) S /LORI M. FOSTER Notary Public, #1046201 BAKERSFIELD WELL & PUMP Bidder S /DENNIS McKINDLY Vice President December 4, 1998 American Casualty Company of Reading. PA Commission Expires Surety By:S /MICHAEL A. PARKS Title:Attorney -in -Fact 0 NON - COLLUSION AFFIDAVIT Page 5 The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be suggested, offered, paid or delivered to any person whomsoever to influence the acceptance of said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomsoever to pay, deliver to or share with another .person in any way or manner, any of the proceeds of the contracts sought by this bid. BAKERSFIELD WELL & PUMP Bidder S /DENNIS McKINDLY Vice President Subscribed and sworn to before me this 7TH day of MARCH _1996. My Commission Expires: December 22.1997 S /CURT B. ZIMMERER Notary Public, #1011866 • 0 Page 6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No 1995 City of Manhatan Beach Mike Fuena (310) 545 -5621 1995 City of Riverside Kevin Munns (909) 782 -5820 1995 City of Indio 1995 Ford Construction(Col. Dept. of Corr.) Bob Jones (209) 333 -1116 1993 Coachella Valley Water Dist. Tom Gee (800) 262 -2651 1994 City of Rialto Abbis Masjedi (909) 820 -2530 1995 Solidad Prison (W.Mlyles) John Sloan (805) 589 -9420 1992 Bechtel Petroleum 1994 Harris Farms Russ Harris (209) 665 -4402 1995 Las Vegas Valley Water Dist. 1993 City of Hanford. CA_ Clee Haley 1994 Weslle's, Hanford 1995 City of Galt BAKERSFIELD WELL & PUMP Bidder S /DENNIS McKINDLY Vice President 0 0 Page 7 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 of mailing the Notice of Award to the successful bidder: PAYMENT BOND (pages 8 & 9) FAITHFUL PERFORMANCE BOND (pages 10 & 11) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12,13 &14) WORKERS' COMPENSATION INSURANCE CERTIFICATION (page 15) CONTRACT (pages 16 & 17) 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. Payment and Faithful Performance Bonds 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. and (3) meeting the Policyholder's Rating and Financial Size Category criteria in the paragraph below. Insurance Companies affording coverage and sureties issuing bonds 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 accord 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. The Worker's Compensation Insurance Certification shall be executed and delivered to the Engineer along with a Certificate of Insurance for Worker's Compensation prior to the City's execution of the Contract. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That Bo*o. 141517570 Page 8 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted March 25th, 1996 has awarded toBAKERSFIELD WELL & PUMPf hereinafter designated as the "Principal ", a contract for Groundwater Development Project Construction of Water Wells Located at Dolphin Avenue & Tamura School in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach, and all of which are incorporated herein by this reference; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its 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 BAKERSFIELD WELL & PUMP as Principal, and American Casualty Company of Reading, PA as Surety, are held firmly bound unto the City of Newport Beach, in the sum of Seven Hundred Ninety -Nine Thousand and Forty -Four & 75/100 Dollars ($ 799 044.75 , said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the contract; for which payment well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his subcontractors, fail to pay for any materials, provisions or other supplies, 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 resoect to such work and labor, that the Surety or Sureties will pay for the same, in an amount not to exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 0 Page 9 The bond shall inure to the benefit of any and all persons, companies and corporations entitled to file claims under Section 3181 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 the provisions of Section 3247 et seq. of the Civil Code of the State of California. And said 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 or the specifications accompanying the same 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 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. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the day of 1996. (Seal) Ngme of Contractor (Principal) American Casualty Company of Reading ,(11A Name of Surety P.O. Box 537002, Sacramento, CA 95853 -7002 Address of Surety // Signature an 1 of Au ized Agent Michael . Y ung, A orney in Fact P.O. Box �4 9, Fre o, CA 93755 Address of 209)432 -0222 Telephone Number of Agent STATE OF California SS. COUNTY OF Fresno On April 9, 1996 beforeme, Roberta Voss, a Notary Public PERSONALLY APPEARED Michael F. Young personally known to me (or 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 acknowl- edged 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. WITNESS my hand and official seal. Signatur OPTIONAL ROBERTA VOSS ` COMM. #1013184 • NOTARY PUBLIC • CALIFORN9A FRESNO COUNTY ' My Comm. Ezplree Jan. 4,199a This area for Official Notarial Seal Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TM-E(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL EMS ATTORNEY -IN -FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTrrY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE Io-081 Rev. 6/94 ALL- PURPOSE ACKNOWLEDGEMENT • Bond No. 17570 Premium: $ ,392.00 Page 10 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted March 25th, 1996 has awarded to BAKERSFIELD WELL & PUMP. hereinafter designated as the 'Principal ", a contract for Groundwater Development Project Construction of Water Wells located at Dolphin Avenue & Tamura School Contract No. C- 3004 -5, in the City of Fountain Valley, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach, all of which are incorporated herein by this reference; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, BAKERSFIELD WELL & PUMP, as Principal American Casualty Company of Reading, PA , as Surety, are held and firmly found unto the City of Newport Beach, in the sum of Seven Hundred Ninety -Nine Thousand and Forty -Four & 75/100 Dollars ($ 799,044.75). said sum being equal to 100% of the estimated amount of the contract, to be paid to said City or its certain attorney, its successors and assigns; for which payment well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. As a part of the obligation secured hereby, and in addition to the fact amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, in the event it is required by bringing any action in law or equity to enforce the obligations of this Bond. J i Page 11 And said 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 or to the specifications accompanying the same 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. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effeect for six (6) months following the date of formal acceptance of the Project by the City. 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. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the _ day of 1996. American Casualty Company of Reading,(PA Name of Surety P.O. Box 537002, Sacramento, CA 95853 -7002 Address of Surety j7 Signature an ft Autho ' ed Agent Michael F u g, A oteey in Fact P.O. Box'S4 P91 Freino, qA 93755 Address of Aee (209)432 -0222 Telephone Number of Agent STATE OF COUNTY OF On April 9, 1996 PERSONALLY APPE. California Fresno E.. before me, Roberta Voss, a Notary Public Michael F. Young personally known to me (or 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 acknowl- edged 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. WTTNESS my hand and official seal. Signature Z L` /'� OPTIONAL „ ROB ERTA VOSS COMM. #1013184 NOTARY PUBUC -CALIFORNIA FRESNO CIHINTY Comm. Expires Jan. 4,1998 This area for Official Notarial Seal Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TM-E(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTT Y(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 0-081 Rev. 6/94 ALL- PURPOSE ACKNOWLEDGEMENT .i American Casualty Compact i of Reading, Pennsylvania CHA For AU the Cmamitmmts You Make"' OHkelChicago, Illinois POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men by these Presents, That AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA, a corporation duly organized and existing under the laws of the Commonwealth of Pennsylvania. and having its principal office in the City of Chicago, and State of Illinois, does hereby make, constitute and appoint Stephen E. Highlev, Michael F. Young, Anthony J. DiBuduo. Leonard T. DeFendis, its true and lawful Attorney -in -fact with full power and authority hereby conferred to sign, seal and execute in its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company. "Article VI— Execution of Obligations and Appointment of Attorney -in -Fact Section 2. Appointment of Attomey -in -fact The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attomeys -in -fact, subject to the limitations set forth in their respective certificates of authority, shall have lull power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The Chairman of the Board of Directors. the President or any Executive, Senior or Group Vice President may at any time revoke all power and authority previously given to any attomey -in -fact' This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. "Resolved, that the signature of the President or any Executive. Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By -Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal snail be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." In Witness Whereof, AMERICAN CASUALTY COMPANY OF READING. PENNSYLVANIA has caused these presents to be signed by its Group Vice President and its corporate seal to be hereto affixed on this 26th day of JUN 1995 . AMERICAN CASUALTY CO7,ANY OF READING, PENNSYLVANIA tar n. f 6 State of Illinois. County of Cook, ss: M.C. Vonnahme Group Vice President On this 26th day of ' -7oly 1 , before me personally came M. C. Vonnahme , to me known, who, being by me duly swum, did depose and say: that he resides in the Village of Darien , State of Illinois; that he is s Group Vice President of AMERICAN CASUALTY COMPANY OF READING. PENNSYLVANIA, the corporation described in and which executed the above instrument,, that he knows the seal of said Corporation: that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. oe � co My Commission Expires October 19, 1998 Linda . Dempsey btitl CERTIFICATE I, Robert E. Ayc , Assistant Secretary of AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA, do here c that tM Power of Attorney herein above set forth s still in farce, and further certify that Section 2 of Article VI of the By -Laws of the pony and Ute Resolution of the Board of Directors, set forth in said Power of Attorney are stA in force. In testimony whored I have herwnto subscribed my name and affixed the seal of the said Company this 9th day of April 0 /= � .y 1l'9J1 Itseit 9 Ave _ a....aser C� r. AIAL ERI IFICATE OF TNSURAlVG . ;.. "MA79" PRODUCER COMPANIES AFFORDING COVERAGE DiBudu0 & DeFendis Insurance COMPANY LETTER A Hanover Insurance Co. P.O. Box 5479 Fresno, CA 93755 COMPANY E (209) 432 -0222 LETTER Cal Comp INSURED COMPANY C Zim Industries, Inc. LETTER COMPANY Bakesfield Well & Pump Company 4545 E. Lincoln LETTER COMPANYE Fresno CA 93725 LETTER COVERAGES' THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES AND IS NOT AMENDED, EXTENDED OR ALTERED BY THIS CERTIFICATE. CO TR TYPE OF INSURANCE POLICY NUMBER EFFECTIVE DATE EXPIRATION DATE ALL LIMITS IN THOUSANDS GENERAL LIABILITY (OCCURENCE BASIS ONLY) GENERAL AGGREGATE $ 2,000 COMMERCIAL COMPREHENSIVE PRODUCTS /COMPLETED $ 2 000 `A OWNERS 8 CONTRACTORS ZDM34596670 OPERATIONS AGGREGATE PERSONAL INJURY $ PROTECTIVE 11/15/95 11/15/96 CONTRACTUAL FOR SPECIFIC 1,000 CONTRACT PRODUCTS/ COMPLETED OPERATION EACH OCCURENCE $ 1,000 XCHAZARDS BROAD FORM PROPERTY DAMAGE SEVERABILITY OF INTEREST CLAUSE FIRE DAMAGE $ 50 P. I. WITH EMPLOYEE EXCLUSION (ANYONE FIRE) MEDICAL EXPENSES $ 5 REMOVED MARINE (ANY ONE PERSON) AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT X ANY AUTO A ALL OWNED AUTOS BODILY INJURY (PER PERSON) SCHEDULED AUTOS AHM35091340 A X HIRED AUTOS 11/15/95 11/15/96 BODILY INJURY (PER ACCIDENT) `X NON -OWNED AUTOS GARAGE LIABILITY PROPERTY DAMAGE EXCESS LIABILITY EACH AGGREGATE A IUMBRELLA FORM UHM4638175 11/15/95 11/15/96 OCCURENCE OTHER THAN UMBRELLA FORM $ 1,000 $ 1,000 WORKERS' COMPENSATION rSTATMORY EACH ACCIDENT B & W958109870 08/01/95 8 /01/96 DISEASE - POLICY LIMIT EMPLOYERS'LIABILITY DISEASE -EACH EMPLOYEE OTHER DESCRIPTION OF OPERATIONS/ LOCATIONS/VEHICLES /RESTRICTIONS/SPECIAL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH, BUT NOT LIMITED TO THE FOLLOWING CONTRACT: GWDP - Construction of Water Wells for Tamura School & Dolphin Avenue Well Site PROJECT TITLE AND CONTRACT NUMBER CERTIFICATE HOLDER , :; ;, . ' ( ;CANCELLATION.' - - - CITY OF NEWPORT BEACH SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON - RENEWED, CANCELLED OR P.O. BOX 1768 COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE COMPANY AFFORDING 3300 NEWPORT BOULEVARD COVERAGE SHALLPFOVIDE 30 DAYS MINIMUM ADVANCE NOTICE TO THE CITY OF NEWPORT BEAC FIRST CL,ASS MAIL. NEWPORT BEACH, CALIFORNIA 92658 -8915 / ATTENTION: Michal Sinacori AU G ce � Lox 04/08/96 AUTHORIZED REPRESENTATIVE ISSUE DATE Ail w gg CEt FGA C!F ��VS _ ISSUE DATE (MM/DWYY) ` 04/23/96 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE D➢Buduo & DeFendis Ins. P.Q. BOX 5479 DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Fresno, CA 93755 -5479 COMPANIES AFFORDING COVERAGE COMPANY LETTER A Hanover Insurance Co. CLS COMPANY -. LETTER B Cal Comp INSURED COMPANY C LETTER Zinn Industries Inc. Bakersfield Well & Pump Co. 4545 E. Lincoln Fresno, CA 93725 COMPANY D - COMPANY E LETTER THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POUCIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. GO LTR TYPE OF INSURANCE POLICY NUMBER POLICYEFFECTIVE DATE (MMIDDNY) POLICY EXPIRATION DATE (MMIDDNY) LIMBS GENERAL X LIABILITY COMMERCIAL GENERAL LIABILITY GENERAL AGGREGATE S 2,000,000 PRODUCTSCOMPIOP AGG. S 2,000,000 A'� CINMSMADEa OCCUR. ZDM345%6706 11/15/95 11/15 /96 PERSONAL B ADV. INJURY $ 1,000,000 OWNER'S S CONTRACTOR'S PROT EACH OCCURRENCE $ 1,000,000 FIRE DAMAGE (My me fi,e) S 50,000 MED. EXPENSE (Any me pertm S 5,000 AUTOMOBILE t X LIABILITY ANY AUTO COMBINED SINGLE LIMIT 1,000,000 i BODILY INJURY TO,PB180e) s AI ALL OWNED AUTOS SCHEDULED AUTOS AHM350913407 11/15 /95 11/15/96 X X HIRED AUTOS NON OWNED AUTOS BODILY INJURY (Per emiderX) S GARAGE LIABILITY PROPERTY DAMAGE i . EXCESS LIABILITY EACH OCCURRENCE $ 110001000 A' X UHM 463 8175 11/15!95 11/15/96 AGGREGATE s 1,000,000 ' OTHER THAN UMBRELLA FORM jaI WORKER'S COMPENSATION AND W958199870 09-!91/95 OE!0 -1 /% S7AMORY LIMBS EACH ACCIDEmi 1,000,000 DISEASE -POLICY LIMIT S I,000,000 EMPLOYERS' LIABILITY DISEASE -EACH EMPLOYEE S 1,000,000 OTHER i I DESCRIPTION OF OPERATIONS ILOCATIONSIVEHICLESSPECIAL ITEMS Certificate Holder is named as Additional Insured as respects the following job: GWDP - Construction of Water Wells for Tamura Schools & Dolphin Avenue Well Site, Contract No. C- 3004 -S SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE Huntington Beach Union High School EXPIRATION DATE REOF, THE ISSUING COMPANY WILL AMINAYOMM MAIL 30 DAV RI NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE 10251 York Town Avenue LEFT, Huntington Beach, CA 92646 0 111 F 19 AUTHORR RE PC L % r CERTIFIC F M $URA BBDE DATE (MM DDMT 04/19/96 nPRODUCER a THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DlBuduo & DeFendis Ins. DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P.O. Box 5479 Fresno, CA 93755.5479 COMPANIES AFFORDING COVERAGE ' COMPANY A Hanover Insurance Co. LETTER CS L COMPARNY B Cal Comp _— -- INSURED 7.iltt Industries Inc. COMPN Y C Bakersfield Well & Pump Co. 4545 E. Lincoln COMPANY D Fresno, CA 93725 LETTER COMPANY E LETTER THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE POLCY NUMBER POLICYEFFECTIVE DATE (MLVDD1YY) POLICY EXPIR ATION DATE (IJMIDDNY) LIMITS GENERAL LIABILITY GENERAL AGGREGATE $ 2,000,000 J( COMMERCIAL GENERAL LIABILITY PRODUCTS- OOMNOP AGG $ 2,000,000 A CLNMSMADE 7 OCCUR. ZDM345966706 11115/95 11/151% PERSONAL & ADV. IWURY s 1,00,000 OWNER'S 8 CONTRACTOR'S PROT EACH OCCURRENCE S 1,00,000 FIRE DAMAGE (Nry we fire) $ 50,000 MED. EXPENSE ("r pemw $ 5,000 AUTOMOBILE LIABILITY COMBINED SINGLE S 1,00,000 X ANY AUTO BODILY INJURY s ALL OWNED AUTOS A SCHEDULED AUTOS AHM350913407 11115/95 11/15/96 (P� PBf601) )C HIRED AUTOS BODILY INJURY NONAWNED AUTOS (Per ecedent) S X GARAGE UABUTY PROPERTY DAMAGE $ EXCESS LIABILITY I EACH OCCURRENCE S 1,000,000 A X UHM 463 8175 11/15/95 111151% AGGREGATE S I'll ,o00 - A'S 7 -^ " OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION STATUTORY LIMITS EACH ACCIDEN T /y� 1000 S ,1 B AND W958109$70 08/O08/01.195 �45 08,101!96 DISFASE— POUCYLIMIT IS 1,000,000 I EMPLOYERS' LIABILITY I DISEASE —EACH EMPLOYEE S 1,000,000 OTHER I DESCRIPTION OF OPERATIONS &OCATIONS(VEHICLES /SPECIAL ITEMS Certificate Holder is named as Additional Insured as respects the following job: GWDP- Construction of Water Wells at Tamura School & Dolphin Avenue Well Site, Contract No. C- 3004 -S Nfr�L °'t,�Tlt)N SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE DMC Engineering - EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL VftMV9AO O IS Technology Drive MAIL 30 D WR EN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE Suite #100 LEFT'% NX74wTg6 Irvine, CA 92718 bVIMIXXIII AUTHO ED ATIV �i CERTI CC l"1RAC It ISSUE DATE (MMiDD/1'Y) 04/19/96 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND PRODUCER CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DlBuduo & D¢FendiS Ins. DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P.O. Box 5479 Fresno, CA 93755 -5479 COMPANIES AFFORDING COVERAGE --._._. ....- _.....�_..._.__...__...... _..-- - --- -- ... -- ..__ ._._ ...__ ..�.... COMPANY A Hanover Insurance Co. LETTER CLS I COMPANY LETTER B Cal Comp INSURED IN LCOMPANY C ; LETTER Zim Industries Inc. Bakersfield Well & Pump Co. 4545 E. Lincoln COMPANY D Fresno, CA 93725 ETTER ' J ' COMPANY E LETTER THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. i CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE(MWDDNY) POLICY EXPIRATION DATE(MWDD" LIMITS GENERAL LIABILITY GENERAL AGGREGATE S 2,000,000 COMMERCIAL GENERAL LIABILITY X PRODUCTS-COMP /OP AGG. S 2,000,000 A CLAIMS MADE O OCCUR. ZDM345%6706 11/15/95 11/15/96 PERSONAL A ADV. INJURY s 1,000,000 OWNER'S d CONTRACTORS PROT EACH OCCURRENCE S 1,000,000 FIRE DAMAGE IAny one fire) i S 50,000 EM D. EXPENSE (Any arse person S 5,000 '– AUTOMOBILE LIABILITY 1 COMBINED SINGLE LIMIT $ 1,000,000 X ANY AUTO BODILY INJURY " I $ ALL OWNED AUTOS A SCHEDULED AUTOS AHM350913407 11115195 11/15/96 (PW pemm) HIRED AUTOS X ~BODILY INJURY ' $ X NON -OWNED AUTOS (PeraccideN) GARAGE LIABILITY 1 PROPERTY DAMAGE $ EXCESS LIABILITY EACH OCCURRENCE $ 1,000,000 [A, X� UHM 463 8175 11/15195 11/15/96 AGGREGATE S 1,000,000 OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION STATUTORY LIMITS EACHACCIDENT $ 1,000,000..... B AND W958109970 08101/95 08101196 —_. _. -. DISEASE-4-OL CY OMIT S 1,000,000 I EMPLOYERS' LIABILITY ' :: IDISSEASE --- EACH EMPLOYEE S 1,000,000 OTHER I i DESCRIPTION OF OPERAnONSI LOCAMNSVENICLE$f$PECIAL ITEMS Certificate Holder is named as Additional Insured as respects the following job: GWDP- Construction of Water Wells for Tamura School & Dolphin Avenue Well Site, Contract No. C- 3004 -S .. ItG a= ATION ° < otke for. O14Paymen of PremiMm .°F: ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE 1. City of Fountain Valley ON DATE THEREOF, THE ISSUING COMPANY WILL IBtlMWCftXZD LLEFr� 10200 Slater Avenue DA WR EN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE Fountain Valley, CA 92708 a4� 0II6l90 0 R0 XIp1XjaIR6gXICRIP OR neon AUTNO ED ATIV TR IS SU E A M/ 4/i9196 0 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DlBuduo & DeFendis Ins. DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P.O. Box 5479 Fresno, CA 93755 -5479 COMPANIES AFFORDING COVERAGE COMPANY A Hanover Insurance Co. LETTER CLS- -- -- - - -- �.. ------ ...— -'- LITER "Y B Cal Comp INSURED Zim Industries Inc. COMPAN ' LETTER Y C Bakersfield Well & Pump Co. -- 4545 E. LIncoln COMPANY D Fresno, CA 93725 LETTER - -- -' COMPANY E LETTER ., a e ' THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO TH- INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WVMCH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO L7IL TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE(MWDD)YV) POLICY EXPIRATION DATE(MMMD/YY) - -- LIMITS GENERAL LIABILITY GENERAL AGGREGATE b 2,000,000 COMMERCIAL GENERAL UABIOTY X PRODUCTS CAMP OP AGO. S 2,)00,000 A CWMSMADEa OCCUR. ZDM345966706 IV15/95 111151% PERSONAL A ADV. INJURY Ib 1,000,000 OWNERS A CONTRACTORS PROT EACH OCCURRENCE It 1,000,000 FIRE DAMAGE (My we fire) Is 50,000 MED. EXPENSE (Any Mepersm- )�,'bi 5,000 AUTOMOBILE LIABILITY COMBINED SINGLE 0,000 b 1 X ANY AUTO ALL OWNED AUTOS BODILY INJURY j b A SCHEDULED AUTOS AHM350913407 11/15/95 11/15/96 (Pe'M'80e) X HIRED AUTOS - BODILY IWURY - b X NONOWNED AUTOS (Per a¢ideM) GARAGE LIABILITY y— DAMAGE'S (PROPERTY EXCESS LIA131 T' EACH OCCURRENCE Is 1,000,000 A UHM 463 8175 11/15/95 11/15196 AGGREGATE b 1,000,000 OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION STATUTORY LIMITS' EACH ACCIDENT b 1,000,000 B AND W958109870 08/01/95 08/01196 DISEASE POLICYUMI7 b_ 1,000,000 LD- -' - -"-- {� EMPLOYERS' LIABILITY I { I ; DISEASE -EACH EMPLOYEE 1 b 1,000,000 .OTHER I DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES /SPECIAL ITEMS Certificate Holder is named as Additional Insured as respects the following job: GWDP- Construction of Water Wells for Tamura School & Dolphin Avenue Well Site, Contract No. C- 3004 -S _ SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE Fountain Valley School EXPIRATION DAT REOF, THE ISSUING COMPANY WILL 78a OHaYB®RM District MAIL 30 DAY W-.—%F NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE 17210 Oak Street LEFT, ZXWX p XX31OMA Fountain Valley, CA 92708 i AUTTHORIZHORUt ED R � � E °"04/19/96 4F 1NSURANG PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DlBuduo & DeFendis Ins. P.O. Box 5479 DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Fresno, CA 93755 -5479 COMPANIES AFFORDING COVERAGE LETTER V L A Hanover Insurance Co. LETTER CLS COMPANY B Cal Comp LETTER — — -- '— - -- -- INSURED Zim Industries Inc LETTER COMPANY C Bakersfield Well & Pump Co. 4545 E. Lincoln Fresno, CA 93725 - -- - - -- COMPANY D LE TTE R — . -- -- -- II�_COMPANY LETTER E m re t�.v,. THIS IS TO CERTIFY THAT THE POLICIES Or INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO LTR TYPE OF INSURANCE POLICY NUMBE0. POUCYEFFECTIVE TATE(MWDD Y) POLICYEXPIRATION DATE(MM/DD/YY) i LIMITS GENERAL LIABILITY GENERAL AGGREGATE $ 2,000,000 A COMMERCIAL GENERAL LIABILITY CWMSMADEFX ] OCCUR ZDM345966706 11/15/95 11/15/96 X PRODUCTS-COMP /OP AGG. PERSONAL & ADV. INJURY $ 2,000,000 $ 1,000,000 OWNER'S & CONTRACTOR'S PROT EACH OCCURRENCE $ 110001000 FIRE DAMAGE (My pre tiro) S 501000 MED. EXPENSE (Any one Personj S 5,000 A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS AHM350913407 11/15/95 11/15/96 LCCMBINED SINGLE eODILV INJURY (Per Peracu) $ 11000,000 $ X HIRED AUTOS NON -OWNED AUTOS � BODILY INJURY (Per accident) $ X X GARAGE LIABILITY PROPERTY DAMAGE S EXCESS LIABILITY EACH OCCURRENCE $ 1,000,000 A X UHM 463 8175 11/15195 11/15196 AGGREGATE s 110001000 OTHER THAN UMBRELLA FORM B WORIEWSCOMPENSATION AND EMPLOYERS' LIABILITY ( W958109870 08/01/95 08101/96 I STATUTORY LIMITS EACH ACCIDENT $ 1,000,000 DISEASE- POLICYLIMIT EA Sr EMPLOYEE $ 1,000,000 $ 1,000,000 OTHER 1 i � DESCRIPTION OF OPERATIONSILOCATI ONS/VEHICLESISPECIAL ITEMS Certificate Holder is named as Additional Insured as respects the following job: GWDP - Construction of Water Wells for Tamura School & Dolphin Avenue Well Site, Contract No. C- 3004 -S SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE Richard C. Slade & Associates 6442 Colwater Canyon Avenue EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL TBN nWMoL= MAIL 30 D S W N NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE Suite #214 LEFT. DIBPL ESx]UCTODBIl16Rv10Nxw North Hollywood, CA 91606 AUTHORIZE ny(tETLtLEe y Ty !,a- i 0 0 Page 13 CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Automobile Liability, the City of Newport Beach, its officers and employees are additional insureds, but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of liability of the company affording coverage." 3. The limits of liability under this endorsement for the additional insureds named in Paragraph 1. of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit: [ ] Multiple Limits Bodily Injury Liability$ 1,000,000 per person Bodily Injury Liability $ 11000.000 per accident Property Damage Liability $ 1,000,000 [gi Combined Single Limit Bodily Injury Liability $ 1.000.000 and Property Damage Liability The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one accident or occurrence in excess of the limits of liability stated in the policy as applicable to Automobile Liability Insurance. 4. Should the policy be non- renewed, cancelled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract: Groundwater Development Project Construction of Water Wells Located at Dolphin Avenue & Tamura School C- 3004 -5 Project Title Contract No. This endorsement is effective 04/08/96 at 12:01 A.M. and forms part of Policy No. AHM350913407 of Hanover Insurance Co. (Company Affording Coverage) Insured Zim Industries, Inc. EndorsenAt No. Nakerstield Weli p Co. Issuing Company DiBuduo & DeFendis Ins By (Authorized Representative) 0 0 Page 14 CITY OF NEWPORT BEACH GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for General Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability arising out of operations performed by or on behalf of the named insureds in connection with the contract designated below or acts and omissions of the additional insureds in connection with its general supervision of such operations. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: 'The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the liability of the company affording coverage." 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision contained in the written contract, designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU" hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured(s) named in paragraph I of this endorsement shall be the limits indicated below written on an "Occurrence" basis: [g] Commercial[ ] Comprehensive General Liability $ 1,000,000 each occurrence $ 1,000,000 aggregate The applicable limit of the Contractual Liability for the company affording coverage shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insured(s). The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to General Liability Insurance. 6. Should the policy be non - renewed, cancelled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department 7. Designated Contract _Groundwater DevelopmentProject Construction of Water Wells Located at Dolphin Avenue & Tamura School C- 3004 -S Project Title Contract No. This endorsement is effective 04/08/96 at 12:01 A.M. and forms part of Policy No. ZDP1345966706 of Hanover Insurance Co. (Company Affording Coverage) Insure d Zim Industries, Inc. Endorseme No. er a le e p w. Issuing Company DiBuduo & DeFendis Ins By LtK� (Authorized Representative) 0 Page 15 WORKERS' COMPENSATION INSURANCE CERTIFICATION " I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." Date Groundwater DevelopmentProject Construction of Water Wells Located at Dolphin Avenue & Tamura SchoolC- 3004 -S Title of Project Contract No. 0 0 Page 16 CONTRACT THIS AGREEMENT, entered into this 25TH day of MARCH. 1996, by and between the CITY OF NEWPORT BEACH, hereinafter "City," BAKERSFIELD WELL & PUMP, hereinafter "Contractor," is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: Groundwater DevelopmentProject Construction of Water Wells Located at Dolphin Avenue & Tamura School C- 3004 -5 Title of Project Contract No. (b) Contractor has been determined by City to be the lowest responsible bidder on said public work, and Contractor's bid, and the compensation set forth in this contract, is based upon a careful examination of all plans and specifications by Contractor, NOW, THEREFORE, the parties hereto agree as follows: 1. Contractor shall furnish all materials and perform all of the work for the construction of the following described public work: Groundwater DevelopmentProject Construction of Water Wells Located at Dolphin Avenue & Tamura School C- 3004 -S Title of Project Contract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum Seven Hundred Ninety_ Nine Thousand Forty-Four & 75/100 Dollars ($ 799,044.75) This compensation includes (1) any loss or damage arising from the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work; (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, and which loss or expense occurs prior to acceptance of the work by City. 3. All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instruction to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and Endorsements(s) (f) Workers' Compensation Insurance Certification 0 0 Page 17 (f) Plans and Special Provisions Groundwater Development Project Construction of Water Wells Located at Dolphin Avenue & Tamura School C- 3004 -S Title of Project Contract No. (g) This Contract. 4. Contractor shall assume the defense of, pay all expenses of defense and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, injury and liability of every kind, nature and description by reason of or arising out of the negligent or willful conduct of the Contractor, his /her employees, agents and subcontractors in the performance of the Project, except such loss or damage caused solely by the active negligence of the City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. CITY OF NEWPORT BEACH a municipal corporation John Hedges, Mayor ATTEST: Lavo arkless, City,, erk APPROVED AS TO FORM: CONTRACTOR: Clauson, Assistant City Attorney a Authorized Signature and Title