Loading...
HomeMy WebLinkAboutC-3978 - Dolphin Deep Water Well RehabilitationCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC April 22, 2008 General Pump Company 159 North Acacia Street San Dimas, CA 91773 Subject: Dolphin Deep Water Well (C -3978) To Whom It May Concern: On March 11, 2008, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on March 18, 2008, Reference No. 2008000125125. The Surety for the contract is Travelers Casualty and Surety Company, Inc and the bond number is 105022287. Enclosed is the Labor & Materials Payment Bond. Sincerely, Of'& 0, 4'r LaVonne M. Harkless, MMC City Clerk cc: Public Works Department encl. 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT DOLPHIN DEEP WATER WELL REHABILITATION CONTRACT NO. 3978 BOND NO. 105022287 Premium included in FP Bond _LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to General Pump Co., Inc., hereinafter designated as the "Principal," a Contract for Construction of DOLPHIN DEEP WATER WELL REHABILITATION, Contract No. 3978 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract Documents in the office of the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3878 and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the some to the extent hereinafter set forth: NOW, THEREFORE, We the undersigned Principal, and, revelers Casualty and Surety Company of America duty authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety ") are held firmly bound unto the City of Newport Beach, in the sum of One Hundred Forty -Five Thousand, Six Hundred and 001100 Dollars ($145,600.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable 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. 3ti 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 and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder 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 to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, an the 27thday of November 21167 General Pump Co., Inc. (Principal) 7 Authorized SlgnsturelTitl Travelers Casualty and Surety Company of America Name of Surety thonzed Agent Signature 21688 Gateway Center Drive, Diamond Bar, Ca 91765 Address of Surety 909 - 612 -3653 Telephone P. Bauer, Attorney in Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 27 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles On I1-27^07 before me, Gail Kelch, Notary Public Dace Name and Tills of Otteer m g.. "Jams Doe. Notary Puhiic) personally appeared P. Bauer Name(s) of Signer(s) n personally known to me – OR – ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s\) islam subscribed to the within instrument and acknowledged to me that Y*iisheRt%@ executed the same inINS/her/06 txauthorized capacity(tes), and that by DOG /her/tta>alr signature() on the instrument the person(b), c or the entity upon behalf of which the persona acted, tiotdY wihla . tpYtomlo executed the instrument. .Lop tl�* C�� , 20, Cgrm.6lpMa WITNESS my nd and official seal. Signature o Nmmy Public OPTIONAL Though the information below is not required by law, if may prove valuable to persons retying an the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual Corporate Officer Title(s): Partner —❑ Limited ❑ General Attomey -in -Fact Trustee Guardian or Conservator Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER Signer's Name: E I Number of Pages: Individual Corporate Officer Title(s): Partner — ❑ Limited ❑ General Attorney -in -Fact Trustee Guardian or Conservator Other: Signer Is Representing: RIGHTTHUMBPRI'JT OF SIGNER ®1995 Naaonal Nmary Association • 8236 Remmm Ave.. P.O. Box 7184 • Canoga Park. CA 91309 -7184 Prod. No. 5907 Reorder Gall ToiFFrse I.8a0876,6827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT PL M__C q'J.T2 /12.:af/'.`.vf A2..Ti.aa2.'di.P< -:�ti1 .P2 Aa.PC.:a .'T .:� . P' �'C- :aC- i�t /7 ✓?2 /yj ✓q ✓HC! -ttl.• .Pfflca•.^.a2_w . - »t.s\ .a State of California County of Los Angeles On December 3, 2007 before me, Bonnie Brunel, Notary Public Date Name and Title of Officer (eA ='Jme Doe. Nalary Public) personally appeared Michael Bodart Name(s) of Signer(s) BONNIE BRUNEL Commission N 1514620 . i Notary Punk - California Los Angeles County NNCOMM- Expkes Sop20, 2006 personally known to me ❑ (or proved to me on the basis of satisfactory evidence) to be the person(4 whose name() iI subscribed to the within instrument and acknowledged to me that heishaftay executed the same in hisifliol authorized capacityW, and that by his&@PW; it signature(s) on the instrument the person, or the entity upon behalf of which the personA acted, executed the instrument. WITNESS my hand and official seal. Place Notary Seal Above Signature of Notary Pudic OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capecity(ies) Claimed by Signer(s) Signer's Name: • Individual • Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General • Attorney in Fact Top of thumb here • Trustee • Guardian or Conservator • Other: Signer Is Representing: Number of Pages: Signer's Name: ❑ Individual • Corporate Officer — Trtle(s): • Partner — ❑ Limited ❑ General • Attorney in Fact • Trustee • Guardian or Conservator ❑ Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER 0 2006 National Notary Aaeocletbn • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313 -2402 hem No. 5907 Reonfer. Call Toll -Free 1- 800 - 878-6827 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani I. Brown, MMC March 11, 2009 General Pump Company 159 North Acacia Street San Dimas, CA 91773 Subject: Dolphin Deep Water Well Rehabilitation (C -3978) To Whom It May Concern: On March 11, 2008, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Labor & Materials Bond was released on April 22, 2008. The Surety for the contract is Travelers Casualty and Surety Company of America, and the bond number is 105022287. Enclosed is the Faithful Performance Bond. Sincerely, � y��, / V�NyI,(, � (Iw rte/ Leilani I. Brown, MC City Clerk enclosure 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach. California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT DOLPHIN DEEP WATER WELL REHABILITATION _CONTRACT NO. 3878 BOND NO.105022287 FAITHFUL PERFORMANCE BOND The premium charges on this Bond Is $ 2,912.00 being at the rate of $ 2% thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to General Pump Co... Inc., hereinafter designated as the °Principal, a contract for construction of DOLPHIN DEEP WATER WELL REHABILITATION, Contract No. 3978 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents maintained in the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract N6. 3'17'8"and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and Travelers Casualty and Surety Company of America duly authorized to transact business under the laws of the State of Celifomia as Surety (hereinafter "Surety'), are held and firmly bound unto the City of Newport Beach, in the sum of One Hundred Forty-Five Thousand, Six Hundred and 001100 Dollars ($145,600.00) lawful money of the United States of America, said sum being equal to 1 o0% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, finely by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to Indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. 28 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attomeys fees, incurred by the City, only In the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 27th day of November \ 2007. �nFf rr. General Pump Co„ Inc. (Principal) Authorized Signature Travelers Casualty and Surety Company of America Zlf- Name of Surety Authorize Agent Signature 21688 Gateway Center Drive, Diamond Bar,Ca 91765 P.Bauer Attorney in Fact Address of Surety Print Name and Title 909 -612 -3653 Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED FAUsem%PewlBharedlContraot5Wy 07- 00Mater Well Rehab C39781CONTRACT C- 3978.doc 29 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of County of California Los Angeles On 11-27-07 before me, Gail Kelch, Notary Public Date Name and Tele W Officer (e.g., -d , Doe. Nmary Pudic') personally appeared P. Bauer Neme(e) of Signer(a) e personally known to me – OR – ❑ proved to me on the basis of satisfactory evidence to be the person(r) whose name(g) is/6tt subscribed to the within instrument and acknowledged to me that WshetltX executed the same ink is /herlXiioftuthorized capacity @v4), and that by BcWher/tXVtltr signatureW on the instrument the personN), � jHgI�J682 or the entity upon behalf of which the personM acted, executed the instrument. up QP p21 2010 WITNESS my hand and official Ll�l seal. &bk�(= OPTIONAL Though the information below is not required by law, it may prove valuable to persons retying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Individual Corporate Officer Title(s): Partner — ❑ Limited ❑ General Attomey -in -Fact Trustee Guardian or Conservator Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Signer's Name: fo Number of Pages: Individual Corporate Officer Title(s): Partner — ❑ Limited ❑ General Attorney -in -Fact Trustee Guardian or Conservator Other: Signer Is Representing: RIGHT THUMBPRINT] OF SIGNER 0 1995 Neaonal Notary Assoomhon - 8236 Rennet Ave.. PO. Box 7184 • Canoga Park. CA 91309.7164 Prod. No. 5907 Reorder. Call Toll-Free 1.800- 876689 TRAVELERS POWER OF ATTORNEY Farmington Casualty Company St. Paul Guardian Insurance Company Fidelity and Guaranty Lcsurance Company St. Paul Mercury Ltsurartce Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attoraeyln Fact No. 216350 Certificate No. 001473707 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Memory Insumnce Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint Richard Adair, Gail Kelch, Patricia L. Rowley, and P. Bauer of the City of Glendale , State of ralifornia , their true and lawful Attomey(s) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or pTy Rftk$in any *ons of pniceedings allowed by law. .,t IN WITNESS bxtWHEREOF, the Companies have caused this ins trura�etrtbe �gne� abd nthgkcpitomte seals to be hereto affixed this day of Farmington Casualty CQTp any y,4 . Fidelity and Guaranty )gsbram3q' 6plrprry k I e Fidelity and Guaranty instng9ce riderwrMt', Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company 26th St. Paul Guardian Insurance Company SL Paul Memory Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company �cyroy,r` arrt w rs� os w,_r�eo tC 9a36n >oxeiE: Og ,977 a z� ; .�1.- c�. 'o`r�EaLf�'f o458�LL�ig" j cax rt°• a t`�xy taBe p a aa1 "cc rs` �a� rI & . 0 State of Connecticut City of Hartford as. By: fJ Georg Tlmmpson, nior ice Presidem On this the 26th day of February 20D7 , before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Memory Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing inanument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. p.T In Witness Whereof, I hereunto set my hand and official seal. TAR My Commission expires the 30th day of June, 2011. # p�tp 58440 -8 -06 Printed in U.S.A. WARNING: THIS Marie C. Teocsult, Notary Public CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles On December 3, 2007 before me, Bonnie Brunel, Notary Public Date Name and Title of Officer (e.g., "Jane Doe, Notary Public') personally appeared Michael Bodart BONNIE BRUNEL Commission # 1514620 _� Notary Public • Cdlfomla Los Angeles County tulyComm. Expkes Sep20,20g6 ® personally known to me ❑ (or proved to me on the basis of satisfactory evidence) to be the person(,gf whose name(X is&=subscribed to the within instrument and acknowledged to me that hetahe#AW executed the same in histh eBito authorized capacity**), and that by hisffmilillsir signatureA on the instrument the person(a'), or the entity upon behalf of which the persort(sr) acted, executed the instrument. c WITNESS my hand and official seal. Place Notary Seel Above •`�F��it'?Lx.tx- ' Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons retying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signers) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: • Individual • Corporate Officer — Title(s): • Partner — ❑ Limited ❑ General ❑ Attorney in Fact • Trustee • Guardian or Conservator ❑ Other: Signer Is Representing: RIGHT TH GlRNBPRINT OF SIGNER Number of Pages: Signer's Name: ❑ Individual • Corporate Officer — Title(s): _ • Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER ®2[198 National Notary Awocialion •9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 Item No. 5997 Reorder: Call Tot[ -Free 1- 80P8788827 This Document s electronically recorded by 0 Wert Mail C RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: - City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Recorded i�} Official Records, Orange County Tom Daly, - Clerk- Recorder �i�INIilIII11II11 NO FEE 2008000125125 02:22pm 03118108 228 "195 N12 1 6.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and General Pump Company of San Dimas, California, as Contractor, entered into a Contract on December 11, 2007. Said Contract set forth certain improvements, as follows: Dolphin Deep Water Well Rehabilitation (C -3978) Work on said Contract was completed, and was found to be acceptable on March 11, 2008, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Travelers Casualty and Surety Company of America. Director rt Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. (� Executed on �g�, 200 _,at Newport Beach, California. BY City Clerk • • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC March 12, 2008 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notice of Completion for Superior Avenue Median Improvements (C -3794) Notice of Completion for Dolphin Deep Water Well Rehabilitation (C -3978) Please record the enclosed Notices of Completion and return them to the City Clerk's office. Thank you. Sincerely, LaVonne M. Harkless, MMC City Clerk Enclosures 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us F TIE CRY COUNCIL OF NEWPOpr :., [! DTI sr 1 t G�t14 CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 11 March 11, 2008 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Andy Tran 949 - 644 -3315 or atran @city.newport- beach.ca.us SUBJECT: Dolphin Deep Water Well Rehabilitation — Completion and Acceptance of Contract No. 3978 RECOMMENDATIONS: 1. Accept the completed contract work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the Labor and Materials bond 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. 4. Release the Faithful Performance Bond 1 year after Council acceptance. DISCUSSION: On December 11, 2007, the City Council authorized the award of the Dolphin Deep Water Well Rehabilitation project to General Pump Company. The contract provided for cleaning of the water well casing and rebuilding the well pump and motor. The contract has now been completed to the satisfaction of the Public Works Department. A summary of the contract cost is as follows: Original bid amount: $145,600 Actual amount of bid items constructed: $122,100 Total amount of change orders: $31,557 Final contract cost: $153,657 The decrease in the amount of actual bid items constructed over the original bid amount resulted from the deletion of chemical and mechanical well development (Bid Items No. 6 and 7). After reviewing the initial downwell video, staff discovered that the condition of the well was better than expected and concluded that chemical and mechanical well development would be too aggressive. As an alternative, staff decided to proceed with airbursting, which is less destructive to the well casing and more economical operation. The final overall construction cost including two change orders *olphin Deep Water Well Rehabilitation - Completion Acceptance of Contract No. 3978 March 11, 2008 Page 2 was 5.5 percent over the original bid amount. The two change orders were as follows: Change Description Amount Order 1 Airbursting the perforated well casing zones — Well $10,758 development operation in -lieu of chemical and mechanical development Bid Items No. 6 and 7). 2 Additional work needed on the well pump and motor $20,799 Total Project Change Orders $31,557 In addition to the primary construction contract, this project involved other project expenses. Total project expenses are summarized as follows: Construction $153,657.00 Design — Richard C. Slade & Associates $24,950.00 Design — Traffic Control Engineering $3,000.00 Incidentals $85.50 Total Project Cost $181,692.50 Prior to rehabilitation, the water pumping With the work completed the new pumping originally constructed in 1996. The result s positive. Environmental Review: rate was 2,500 gallons per minute (gpm). rate is 3,200 gpm, nearly the same as when of this water well rehabilitation project are The project was determined to be exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15301 of the CEQA Implementation Guidelines at the time the project was authorized by the City Council. This exemption covers the repair of existing facilities involving negligible or no expansion of existing use. Funding Availabilitv: Funds for the construction contract were expended from the following account: Account Description Account Number Amount Water Enterprise 7503- C5500460 $153,657 Total: $153,657 The original completion date was February 19, 2008. All work was completed by this date. Prepared by: Andy rani Senior Civil Engineer Submitted in G. Badum Works Director C- 3q -79 CITY OF NEWPORT BEACH CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 10:00 AM on the 20th day of November, 2007, at which time such bids shall be opened and read for DOLPHIN DEEP WATER WELL REHABILITATION Title of Project Contract No. 3978 $156,000.00 Engineer's Estimate by ten G. Badum Works Director Prospective bidders may obtain one set of bid documents at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663. Bidders are required to attend the MANDATORY pre -bid meeting at the project site on November 13th, 2007 at 1:30 PM. Contractor License "C57" Classification required for this project For further information, call Andy Tran, Project Manager at (949) 644 -3315 0 9 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT DOLPHIN DEEP WATER WELL REHABILITATION CONTRACT NO. 3978 TABLE OF CONTENTS NOTICE INVITING BIDS .......................................................... ............................... Cover INSTRUCTIONS TO BIDDERS ........................................................ ..............................3 BIDDER'S BOND .............................................................................. ..............................5 DESIGNATION OF SUBCONTRACTOR(S) ..................................... ..............................6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES .............. ..............................7 NON - COLLUSION AFFIDAVIT ........................................................ .............................11 DESIGNATION OF SURETIES ........................................................ .............................12 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL.. 13 ACKNOWLEDGEMENT OF ADDENDA .......................................... .............................15 INFORMATON REQUIRED OF BIDDER ......................................... .............................16 NOTICE TO SUCCESSFUL BIDDER ............................................. .............................19 CONTRACT..................................................................................... .............................20 LABOR AND MATERIALS BOND .................................................... .............................26 FAITHFUL PERFORMANCE BOND ................................................ .............................28 PROPOSAL................................................................................ ............................... PR -1 SPECIAL PROVISIONS ................................................................. ...........................SP -1 TECHNICAL SPECIFICATIONS ................................................ ............................... TS -1 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT DOLPHIN DEEP WATER WELL REHABILITATION CONTRACT NO. 3978 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS BID OPENING DATE (if any) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL ISSUED BY AGENCY PRIOR TO 2. Cash, certified check or cashier's check (sum hot less than 10 percent of the total bid price; may be received in lieu of the BIDDER'S BOND. The title of the project and the word: "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. 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 informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703 -4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act ". 10. 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. The signature below represents that the above has been reviewed. &TA�,CGI -1�a1 Contractor's License No. & Classification elene a,t /G[/YiP CD. -LAIC. Bidder 1 1 A 11119407 DDte — CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT DOLPHIN DEEP WATER WELL REHABILITATION CONTRACT NO. 3978 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, !executors, heirs and administrators, agree to be jointly and severally held and- firmly bound to the City of Newport Beach, a charter city, in the principal sum of Ten Percent Amount- of Bid Dollars ($ 10 % of Bid ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the! construction of DOLPHIN DEEP WATER WELL REHABILITATION, Contract No. 3978 in the' City of Newport Beach, is accepted by.the City Council of the City of Newport Beach and the pgoposed contract is awarded to the Principal, and the Principal falls to execute the Contract Documents in the forms) prescribed, including the required bonds, and original insurance Icertificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award ", otherwise this obligation shall become null and void. i If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 19th day of November, 2017. General Pump Company, Inc, Name of Contractor (Principal) oriaed SlgnatureMle Travelers Casualty and Surety Company of America Name of Surety Authorized Agent Signature! 21688 Gateway Center Dr. Diamond Bar, CA 91765 Eric Block, Attorney -in -Fact Address of Surety Print Name and Title I (909)612 -3674 Telephone (Notary acknowledgment of Principal & Surety must be attac ed) PagehQ • Received: I III IN72 :14:55PMFack Standard Time) From:9095996238 For.PBNER CALIFORNIA ALL - PURPOSE ACKNOWLEDGEMENT State of CALIFORNIA County of LOS ANGELES On November 19, 2007 before me, NANCY M. CHAVEZ, NOTARY PUBLIC Name and Tdle of officer (e.g., 'Jane Doe, Notary Public') personally appeared Eric Block Name(s) of Signers) ® 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 acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument NANCY M. CHAVF2 the person(s), or the entity upon behalf of which the person(s) to COM A #1728375 a acted, executed the instrument. NOTARY PUBLIC - CAUFORNIA LOS ANGELES COUNTY WITNES m hand an ffi ' I al. Y 71) My Comm. Expli Mac 30, 2011 Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Bid Bond for General Pump Co. Document Date: November 19, 2007 Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer ❑ Titles(s): ❑ Partner - ❑ Limited General ❑ Attomey -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: BD -1133 09 /00 Signer's Name: ❑ Individual ❑ Corporate Officer ❑ Title(s): ❑ Partner - ❑ Limited ❑ ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: General A0 POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney -In Fact No. 219076 Certificate No. O Q 1 9 O V v Q 3 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America am corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Frank Hertel, Dana S. Garcia, Eric Block, Nancy M. Chavez, Jonathan Fong, Sofia Cano, Joaquin Perez, Christina Gharibian, Matthew Donovan, Bryant Baloloy, Matthew Pieschel, Nishal Patel, and Jeremy Swartzwelder of the City of Diamond Bar , State of California , their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or prpceedings allowed by law. W WITNESS WHEREOF, the Comp4ttie$have caused this instrument. to be signed affixed, and their corporate seals to he hereto axed, this day of September LLUUUD State of Connecticut City of Hanford ss. Farmington Casualty Company Fidelity and Guaranty Insurance Company. Fidelity and Guaranty Insurance Underwriters, Inc. Seaboard Surely Company St. Paul Fire and Marine Insurance Company 27th St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company °5q�.,pn�s°4�,r4 v,aty `.tl �rrG a <,xsvo . err �xo p+ws�`ys<rv6 w°/ �`r^ -,.tea "..- ..'.°s, 4n '�.rct'` Alfa e>'p'¢ �' {ysron�rt;.e 1963 0 s`6..�, 1977 (;DAN s87tLr'$roao, r: turona By: Georg Thompson, tr ice President On this the 27Th day of September 2007 before me personally appeared George W. Thompson. who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. p,Tl7 In Witness Whereof, 1 hereunto set my hand and official seal. TYrAB My Commission expires the 30th day of June, 2011. ; p��Ip f 58440 -5 -07 Printed in U.S.A. Marie C. TeveaulL Notary Public WARNI IS POWER OF ATTORNEY IS INVALID WITHOUT THE RDER This Power of Attorney is granted under and by therity of the following resolutions adopted by the Boards o ctors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions me now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's time and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her: and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance. contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary: or (b) duly executed (under seal, if required) by one or more Attomeys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents. Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any Such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. 1, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc„ Seaboard Surety Company, SL Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Sure,)y Company4ii4mencaP -qpd United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a ire and correct copy of the Powen fsAtiomey,wteEuted by,saldtompamcs, which is in full force and effect and has not been revoked. .. IN TESTIMONY WHEREOF, I have hereunto set my hand and; e8 the s--* of said.4btNpanies this C.11 9 thth/day of November , 2007. Kori M. Johans Assistant Secretary aArlFry e s r,N +Y64 Go -- �v.�,y„N ��/% 18Pz] CONN.o mQ ,k �k "SEAp Coax. zkF CCNEW To verify the authenticity of this Power of Attorney, call 1- 800 -421 -3880 or contact us at www.tmvelersbond.com. Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached. Best's Rating Center - Comay y Information for Travelers Casua6and Surety ... Page 1 of 1 Ratirg Center Rahrg Wthoidolog Inductry Research r ®rte Rattrxgs petNlRiDns Search BIa it's Rat Prim Rekttses vw. Ratogs: Financial trength Issuer Credit Securities Advanced Search :; Travelers Casualty and Surety of America I. r,rWOr T,.,.e BYU^Ee C9TFanW -R1 ANI.Eiel:PWe aAIC*31i94 FEIN# OBWm370 Address: One Tower Square Hartford. CT 06183 Best's Ratings Gorily, RISK F�Irf1O� Financial Strength Ratings View Definitions Rating: Aa (Superior) tIOW I Financial Sae Category: XIII ($1.25 Billion to $1.5 Billion) Outlook: Stable Action: Affirmed __ Ya Effective Date: June 18, 2007 Phone: 860-277-0111 Fax: 86O- 277 -7002 Web: www.vavelers.00m * Denotes Under Review Best's Ratings OIM1ar WeE Centers: ealei Issuer Credit Ratings Vjgya -p Un i n Long- Term:as- Oullook: Stable Action: Affirmed Date: June 18, 2007 Reports and News Visit our NewsRoom for the latest news and press iseebS3 for this company and its A.M. Best Group. Dot's Company Report - includes Best's Financial Strength Rating and rationale along with comprehensive analytical commentary, detail, 4 1 key financial data. y p Report Revision Date: 07/1912007 (represents the latest significant charge). Historical Reports are available In BesV$ Company Report Arrhlv, Best's Executive Summary Reports ( Financial Overview) - available In three versions, these presentation style reports feature balance s Pkey financial performance tests including profitability, liquidity and reserve analysis. q Data Status: 2007 Bests Statement File - PIC, US. Contains data compiled as of 11/8/2007 (Quality Cross Checked). e Stogie Company -five years of financial data specifically con this company. e Comparison - side -by -side financial analysis of this company with a pear group of up to fiveuther companies you select. P Composite - evaluate this company's financials against a peer group composite. Report displays both the average and total composite, group. I�Z ANB &redl[Report - Business Professional - provides three years of key financial data presented with colorful crane and tables. Each re Want Best's Ratings, Rating Rationale and an excerpt from our Business Review commentary. I Data slams: Contains data compiled as of 111612007 (Quality Cross Checked). Best's Key Rating Guide Presentation Report - includes Best's Financial Strength Rating and financial data as provided in Best's Key Re Data Status: 2006 Financial Data (Quality Cross Checked). Financial and Analytical Products Bests Property /Casualty Center - Premium Data 8 Reports Best's Key Rating Guide - PIC, US$.Canada Best's Statement. File= PIC. US Best's Statement File - Global Best's Insurance Reports. -PIC. US 8 Canada Bast's Slate L ne - P/C US Best's Insurance Expense Exhibit (IEE) - PIC, US Best's Regulatory. Center Market Share Reports Best's Schetlule P (Loss Reserves) -PIC. US Customer Service I Product Support I Member Center I Contact Info I Careers About A.M. Best I Site Map I Privacy Policy I Security 1 Terms of Use I Legal &. Licensing Copyright 02007 A.M. Best Company, Inc. All rights reserved. A.M. Best Worldwide Headquarters, Ambeat Road, Oldwick. New Jersey, 08858, U.S A, http: / /www3.ambest.com /ratings /FullProfile.asp ?BI= O&AMBNum= 3609 &AItSrc =... 11/21/2007 • • CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles On November 20, 2007 before me, Bonnie Brunel, Notary Public Data Name and Title of Officer (e.g., "Jane Doe. Notary Public") personally appeared Michael Bodart Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: • Individual • Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General _ ❑ Attorney in Fact Toe of thumb here El Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Individual • Corporate Officer — Title(s): _ • Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHT THULIDPRINT OF SIGNER 0 ® 2006 Nalbnal Noiery Aesodetlon 9350 De Solo Ave., P.D. eoz 260E • Chatsworth. CA 913132402 Item No. 5907 Reorder. Call Toll-Fr. 1.800- 876 -8627 personally known to me ❑ (or proved to me on the basis of satisfactory evidence) to be the personof whose name ist as subscribed to the BONNIE BRUNEL within instrument and acknowledged to me that Commbsion 1 1514620 No" Pulge - Cullfomlo hei@IWO g' executed the same in hisAmWiteir authorized Los Angeles County capaci4*el and that by hisA2=ffli3ir signature(A on the 1*Comm.EzptlesBep20,2W8 instrument the person(, or the entity upon behalf of which the persono) acted, executed the instrument. WITNESS my hand and official seal. ��"� Place Notary Seal Above Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons retying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: • Individual • Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General _ ❑ Attorney in Fact Toe of thumb here El Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Individual • Corporate Officer — Title(s): _ • Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHT THULIDPRINT OF SIGNER 0 ® 2006 Nalbnal Noiery Aesodetlon 9350 De Solo Ave., P.D. eoz 260E • Chatsworth. CA 913132402 Item No. 5907 Reorder. Call Toll-Fr. 1.800- 876 -8627 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT DOLPHIN DEEP WATER WELL REHABILITATION CONTRACT NO. 3978 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 represents that he /she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Saecifications.for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the 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 accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed) Subcontractors Information Bid Item Description of Work %of Number Total Bid Name: or-"A'A Q C� ✓A� y SilrP ri Address: roa3e- cA ©n �� d s�r • .e,n S i #A Phone: ^j.1L/ , b 3cl - � State License Number: Name: Address: Phone: State License Number: Name: Address: Phone: State License Number: C�nera -1 Pump �arnp�� 1/tc Bidder A orized Sig ature/Title i/PC e neenn� 0 -0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT DOLPHIN DEEP WATER WELL REHABILITATION CONTRACT NO. 3978 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidders Name 64A0rc�J rah o C5 FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON - RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $15,000, provide the following information: No. 1 Ya/ /1 S-7reet !/Nell -d- )%AtL. Project Name /Number Project Description / ��,, v/� u*c Weil >%Atb S- Tykes. Approximate Construction Dates: From 05 &06(0 To: 0 9 a6. 0a Agency Name Contact Person V ejhi- S'aoed# Telephone (714) 573-33 ,fD Original Contract Amount $ IIIAJ#< Final Contract Amount $ /sL K If final amount is different from original, please explain (change orders, extra work, etc.) kv/ Wez/. LO Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. Ne . No. 2 Well Project Name /Number Well lz Project Description uyl 4�r t4le- 11 4ab Approximate Construction Dates: From ,'200(0 To: I_ 016106(2_ Agency Name �7 d-1 / v Contact Person j5.,f- A/& r7 �Iei n >_ Telephone (714 3 7-9t- ISIZ Original Contract Amount $ V6 K Final Contract Amount $ 91b 14-1 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. A16 No. 3 Project Name /Number Project Description Approximate Construction Dates: From 0� a0a' To: 6s� 7 Agency Name ,j e;-�q o ATCe -d ;a Contact Person .l&- hn &/"&-Y Telephone Original Contract Amount $2-4�Final Contract Amount $_ 2 411 0.0 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. S No. 4 Project Name /Number Project Description W4 &y- We-11 );?"A,6 Approximate Construction Dates: From (fS ado 7 To: 07�o?a07 Agency Name erA--x.,6 Contact Person 7r'-" Telephone Original Contract Amount $^a--xvinal Contract Amount $ ► 2 /p. +f as If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. NU. No.5 el if IC-4 h4 Project Name /Number _ h4 Project Description per We l/ R4/ieb Approximate Construction Dates: From �? 6 To: aAO07 Agency Name Contact Person Jae �TB�IJ�/iX► Telephone (54 9/6 -/aa3 . Original Contract Amount $ 4ET k?Final Contract Amount $ f 5 7, Z i o If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. C 0 0 Project Name /Number (/V Project Description We // p Approximate Construction Dates: From L25 doo Agency Name Contact Person UPE Telephone (71� 875- -?87(0 Original Contract Amount $ i3f'oyFinal Contract Amount $ i 3Soc+_n If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. u Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. &epevai / Ll m d d 4a4: iW Zk- " f d E %1FE -y�l Bidder horized tignatureffitle O 10 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT DOLPHIN DEEP WATER WELL REHABILITATION CONTRACT NO. 3978 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of J-c5 4y4m ) NI,C% d �&d"t being�first duly swom, deposes and says that he or she is �recfzr Fia�,.erin� of CT�,ypr�lPums2 Cn Tac. ,the party making the foregoing bid; that the bid is no made in the interest of, or o'n behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of California that the foregoing is true and correct. /� �Aeru.l Amp njo Ire �ircc%r En�.�per�nd Bidder A orize ignature/Title Subscribed and sworn to (or affirmed) before me on this day of 2007 by , personally known to me or proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. [SEAL) A'e '11+66 eal Notary Public 11 My Commission Expires: 0 JURAT WITH AFFIANT STATEMENT State of County of California Los Angeles I ss. 10 See Attached Document (Notary to cross out lines 1 -8 below) See Statement Below (Lines 1 -7 to be completed only by document signer[s], not Notary) Signature of Document Signer No. 1 Signature of Document Signer No. 2 (it arty) Subscribed and sworn to (or affirmed) before me this 20th day of November 2007 Data month by Year 11f1Cbael B0dart (t) Name of Signerts) 0 2002 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • ChatsviuAh, CA 91313 -2404 • Prod. No. 5924 • Reorder: Call Toll -Free 1.800.8]6 -6827 Name of Sgrer(a� Place Notary Seal Above Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove _ valuable to persons relying on the document and could prevent e � Top of thumb here Top of thumb here fraudulent removal and reattachment of this form to another document Further Description of Any Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: 0 2002 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • ChatsviuAh, CA 91313 -2404 • Prod. No. 5924 • Reorder: Call Toll -Free 1.800.8]6 -6827 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT DOLPHIN DEEP WATER WELL REHABILITATION CONTRACT NO. 3978 DESIGNATION OF SURETIES Bidders name &ene" -d./ Pu.m'o o m Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance /bond type): i a? /W/Y8 Qee7�eu/a u �Pin7�er t�Yi ✓f, �iavne�,c/ a4 r, �i ornia W71,5- 12 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT DOLPHIN DEEP WATER WELL REHABILITATION CONTRACT NO. 3978 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidders Name 6;enenu fit M.o 6M pa rf 7nG Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA No. 102. 13 Current Record Record Record Record Record Year of for for for for for Record 2006 2005 2004 2003 2002 Total 2007 No. of contracts q 90 81 71 !P'l 6 8 4 81 Total dollar Amount of Contracts (in Q U��Os $�io0� 7600� 1o,900, 5700, 550 Thousands of $ No. of fatalities No. of lost Workday Cases No. of lost workday cases involving permanent transfer to Y' another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA No. 102. 13 Legal Business Name of Bidder Ge/)eml /cctmoo ( nw- ary -Tnc, Business Address: l59 N-Acg ig ieei; �ar>a�G4 9n73 Business Tel. No.: 109- 59q -96of, State Contractor's License No. and Classification: Title of 45 s-' eir'/r_ The above information was compiled from the records th are av able to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title If bidder is an individual, name and signature of individual must be provided, and, if he is doing business under a fictitious name, the fictitious name must be set forth. If bidder is a partnership or joint venture, legal name of partnership /joint venture must be provided, followed by signatures of all of the partners /joint ventures or of fewer than all of the partners /joint ventures if submitted with evidence of authority to act on behalf of the partnership /joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by notarized signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal. Signatures of partners, join venturers, or corporation officers must be acknowledged before a Notary Public, who must certify that such partners /joint venturers, or officers are known to him or her to be such, and, in the case of a corporation, that such corporation executed the instrument pursuant to its bylaws or a resolution of its Board of Directors. 14 P CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT DOLPHIN DEEP WATER WELL REHABILITATION CONTRACT NO. 3978 ACKNOWLEDGEMENT OF ADDENDA Bidders name Genera ! &42 -. 0 lam. nc The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received Si at e ti f d 15 11/15/2007 TH❑ 11:00 FAX !7.1002/004 0 Page, CITY OF NEWPORT BEACH S PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 DOLPHIN DEEP WATER WELL REHABILITATION CONTRACT NO. 3978 DATE: 11/15/07 BY: Public Works Director TO: ALL PLANHOLDERS SPECIAL PROVISIONS SECTION 7.5 PERMITS Delete this section and replace with the following: 7 -5 PERMITS. Add to this section: 'The Contractor is responsible for attaining an Encroachment Permit from the City of Fountain Valley. There are no fees associated with this Encroachment Permit." FIGURES Add Figure 3 — Vertical Turbine Pump after Figure 2. f luserslpbwlsharedlcontractslfy 07- 081water well rehab c- 39781addendum t.doc TECHNICAL SPECIFICATIONS SECTION 2.03 REBUILD PUMP AND MOTOR (Bid Item No. 3) Delete "Rebuild Pump Column and Bowls" subsection and replace with the following: Rebuild Pump Column and Bowls: page • -3 Of o Install a new galvanized suction cone strainer. o Rebuild the 16HXB -4 bowl assembly, including the installation of new wear rings and machining and installation of new bowl shaft and bushings. 0 install ten new 10 -foot long butt threaded and coupled (T &C) column pipe. 0 Install new water tube retainers. 0 Replace shaft couplings. 0 Replace landing nipple. 0 Install new head shaft with nut and key. Bidders must sign this Addendum No. 1 and attach it to the bid proposal. Bid may not be considered unless this signed Addendum No. 1 Is attached. 1 have carefully examined this Addendum and have Included full payment in my Proposal. i<h4e) Sada�T Bidder's Name (Please Print) Date t Au o ' ed Signature & Title f:lusersipbMsharedtcontraMt ty 07- 081water well rehab c- 39781addendum t.doc 11 11J14vuf THU 11:UU YAX tW ... CJ VERTICAL • TURBINE PUMP TYPE "F' -4" - i W DIA. HOLES `u AISCHARGE 1.50# - R.F_ANSI. FLG. !ti Vs". ,OIA. HOLES* �� - CIA. BOLT CIRCLE- RUE" - DIA. FLANGE �90LT HOLfiS SikappLE VERTIC4L MOTOR MAKE' Q S C;-i'►''1. - ENCLOSURE TYPE_- NRR HP RPM It= PHAS£ _- HERTZ 60_. VOLTAGE[{�_� FRAME NO. SOP S P TYPE COUPLINGtnet i��6pIA. i7rSGF-U4*-4c WJUU41 UU4 iP" 9- `-q `f' o-- sosa -a � Pt3MP . STL DiSCH LINE. SHAFT L2" HO_ COL SHAFt TUBE PROO.LUSE Ott. LUSE�' TYPE., 14WO STAG �; OPM UAt, birnt MATERIAL ��a COL PIPE ( w,^" LINE SHAFT SHAF T ME BOWL SHAFT -V t(r 5. SHAFT PACKING _ _ ____ __ . BRC. RETAINER FLUID -- REMARKS SPEC. ° GRAVITY t o H U ITS RE4'D..__ VISCOSITY - OROER NO1 �Sa.l c!t 6 _.__ TEMPERATURE hrit _ StiPPUER �'+'— K DIRhDWJfti PH PUMP BOWL C��ihss 3a . IMPELLER El 5NH BEARINCS(eml& 5�'5`54q BEARINGS(Lwwiwallom[- .. STRAINER �A BOV& w/R 64A14 A410IC155f, IMPELLER W/R' 44 n . NOT TO BE USED FOR CONSTRUCIAON OWG. Nb_ SERIAL NO. I CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT DOLPHIN DEEP WATER WELL REHABILITATION CONTRACT NO. 3978 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: GenefaJ P lnoe Ze- Business Address: «9 /V A&o4 CA 9rn3 Telephone and Fax Number: ME California State Contractor's License No. and Class: 49671AS-ZCS7 -41 CO -Da/ (REQUIRED AT TIME OF AWARD) Original Date Issued: /95Z Expiration Date: List the name and title /position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: n pl,c iaef ,L�oC�4rt �i/ec.iv7 oy Eix ✓JPeliiJ� The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone /�i!C%a¢% bS`�c o/'Fps%neef psi CA 9e9- ,6-w -qte Wl�ictm�izlPeoi �/'esii��nt /SPG S'am�ir�a cA 9a9S�9 -96, Corporation organized under the laws of the State of �liTarnicv 16 4 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: N-�C� All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; Nowe. Briefly summarize the parties' claims and defenses; /V dwe� Have you ever had a contract terminated by the owner /agency? If so, explain. %% Have you ever failed to complete a project? If so, explain. For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes IQo Are any claims or actions unresolved or outstanding? Yes cFO fF 0 0 If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non - responsive. Bidder (Print name of Owner or President of Corporation /C any) Author Signature i e /1h&d art c1�/'/2'c7at oi- Title U a /�� o z0 Date Subscribed and sworn to (or affirmed) before me on this day of-, by , personally known to me or proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. [SEAL] iU Notary Public My Commission Expires: 2007 �w P7if!PAW Chemical Treatment Plan Per TS -11— "A preliminary chemical treatment plan proposed by the Contractor must be submitted to the City at the time of bidding." Mike Bodart has been prescribing and managing chemical treatments in the Orange County region for approximately 20 years. AWWA, SCWUA, Tri- State, ICWA, Southern California Gas, SCE, and other agencies have invited Mike to present and teach the complicated process of well development utilizing chemicals. A sample of one of Mike's presentations was e- mailed to your office for your review. Prior to any chemical treatment or any well development, General Pump will meet with the City and Richard Slade and Associates to discuss the options, which will always include the risk, cost and possible benefit(s). a. Chemicals to be used inhibited HCL (requested per spec) and Well Klean It NSF (tested and proved to be the best acid enhancing chemical per IRWD /OCWD testing). b. Amount of chemicals — 5000 gallons x.06% = 300 gallons of 20° Baume acid plus 3% HCL or 150 gallons of Well Klean II. Note. The cost of Well Klean II is almost 20 times more expensive than the acid. c. Chemical injection trailer with eye wash shower station and mixing tank with pumps. d. Injection through swab per specs. e. Twenty -four (24) hours of contact time maximum. Chemicals injected into the first zone should be removed the next day to avoid extensive damage especially when using HCL. f. Two -stage filtration or settling using two tanks. pH adjustment is measured and performed in the stage one. Additional treatment is added if necessary. Two transfer pumps may be used. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT DOLPHIN DEEP WATER WELL REHABILITATION CONTRACT NO. 3978 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 19 • i CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT DOLPHIN DEEP WATER WELL REHABILITATION CONTRACT NO. 3978 CONTRACT THIS AGREEMENT, entered into this /A day of 2er, , 2007, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and General Pump Co., Inc., hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: DOLPHIN DEEP WATER WELL REHABILITATION — CONTRACT NO. 3978 "The work necessary for the completion of this contract consists of mobilization, traffic control, removal and reinstallation of pump, mechanical and chemical well development, video survey, test pumping, and other incidental items of work necessary to complete the work in place." WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, City and Contractor agree as follows: A. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non - Collusion Affidavit, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, General Conditions, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 3978, Standard Specifications for Public Works Construction (current adopted edition and all supplements) and this Agreement, and all modifications and amendments thereto (collectively the "Contract Documents'). The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. B. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project: All of the work to be performed and materials to be furnished.shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 20 n LA • C. COMPENSATION As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of One Hundred Forty-Five Thousand, Six Hundred and 001100 Dollars ($145,600.00). 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. D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. E. WRITTEN NOTICE Any written notice required to be given under the Contract Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid, directed to the address of Contractor and to City, addressed as follows: CITY City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Andy Tran (949) 644 -3315 CONTRACTOR General Pump Co., Inc. 159 Acacia Street San Dimas, CA 91773 909 - 599 -9606 909 - 599 -6238 Fax F. LABOR CODE 3700 LIABILITY INSURANCE Contractor, by executing this Contract, hereby certifies: "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 undertake self - insurance in accordance with the provisions of the Code, and I will comply with such provisions before commencing the performance of the work of this Contract." G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less than A:VII and insurers must be a California Admitted Insurance Company. Contractor shall furnish City with original certificates of insurance and with original endorsements effecting coverage required by this Contract. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that 21 0 0 insurer to bind coverage on its behalf. All certificates and endorsements are to be received and approved by City before work commences. City reserves the right to require complete, certified copies of all required insurance policies, at any time. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the work hereunder by Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Contractor's bid. 1. Minimum Scone of Insurance Coverage shall be at least as broad as: a) Insurance Services Office Commercial General Liability coverage "occurrence" form number CG 0002 (Edition 11185) or Insurance Services Office form number GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. b) Insurance Services Office Business Auto Coverage form number CA 0002 0287 covering Automobile Liability, code 1 "any auto' and endorsement CA 0029 1288 Changes in Business Auto and Truckers Coverage forms - Insured Contract. c) Workers' Compensation insurance as required by the Labor Code of the State of California and Employers Liability insurance. 2. Minimum Limits of Insurance Coverage limits shall be no less than: a) General Liability: $1,000,000.00 combined single limit per occurrence for bodily injury, personal injury and property damage. If Commercial Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily injury and property damage. c) Workers' Compensation and Employers Liability: Workers' compensation limits as required by the Labor Code of the State of California and Employers Liability. 3. Deductibles and Self- Insured Retentions Any deductibles or self- insured retentions must be declared to and approved by City. At the option of City, either: the insurer shall reduce or eliminate such deductibles or self- insured retentions as respects City, its officers, officials, employees and volunteers; or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. `Wa • i 4. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages City, its officers, agents, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City, its officers, officials, employees or volunteers. ii. Contractor's insurance coverage shall be primary insurance and/or primary source of recovery as respects City, its officers, officials, employees and volunteers. Any insurance or self - insurance maintained by City, its officers, officials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. iii. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its officers, agents, officials, employees and volunteers. iv. Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. v. The insurance afforded by the policy for contractual liability shall include liability assumed by contractor under the indemnification /hold harmless provision contained in this Contract. b) Workers' Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against City, its officers, agents, officials, employees and volunteers for losses arising from work performed by Contractor for City. c) All Coverages Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled, rescinded by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to City. All of the executed documents referenced in this contract must be returned within ten (10) working days after the date on the "Notification of Award," so that the City may review and approve all insurance and bonds documentation. 5. Acts of God Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for the repairing and restoring damage to Work, when damage is determined to have been proximately caused by an Act of God, in excess of 5 percent of the Contract 23 TA amount provided that the Work damaged is built in accordance with the plans and specifications. 6. Right to Stop Work for Non - Compliance City shall have the right to direct the Contractor to stop work under this Agreement and/or withhold any payment(s), which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. H. RESPONSIBILITY FOR DAMAGES OR INJURY City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. 2. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. 3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Contract; (2) use of improper materials in construction of the Work; or, (3) any and all claims asserted by Contractor's subcontractors or suppliers on the project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor shall not be required to indemnify City from the active negligence or willful misconduct of City, its officers or employees. 4. To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 5. Nothing in this article, nor any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for in H.3, above. The rights and obligations set forth in this Article shall survive the termination of this Contract. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project Site, has become familiar with the local conditions under which the work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. 24 K. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first written above. ATTEST: CITY CLERK APPROVED AS TO FORM: A,c AARON C. HARP Assistant City Attorney 25 CITY OF NI A Municipal 0 CONTRACTOR By: (Corporate Officer) Title: !! . oe--' Print Name: � _ ) —_ • ~� i Print Name: CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT DOLPHIN DEEP WATER WELL REHABILITATION CONTRACT NO. 3978 BOND NO. 1050222 87 Premium included in FP Bond LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to General Pump Co., Inc., hereinafter designated as the "Principal," a contract for construction of DOLPHIN DEEP WATER WELL REHABILITATION, Contract No. 3978 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract Documents in the office of the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3978 and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the some to the extent hereinafter set forth: NOW, THEREFORE, We the undersigned Principal, and, Travelers Casualty and Surety Company of America duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held firmly bound unto the City of Newport Beach, 'in the sum of One Hundred Forty -Five Thousand, Six Hundred and 00/100 Dollars ($145,500.00) lawful money of the United States of America, said sum being.equal to 100° of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable 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 i The Bond shall inure to the benefit of any and all persons, companies, and Corporations entitled to file claims under Section 3181 of the Califomia Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no Change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its ogligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contractor to the work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duty executed by the above named Principal and Surety, on the 27tr,dayof November 2007. C%!Ct i�eer: General Pump Co., Inc_ (Principal) Authorized re/Tillay Travelers Casualty and Surety Company of America Name of Surety Alhoriked Agent Signature 21688 Gateway Center Drive, Diamond Bar, Ca 91765 P. Bauer, Attorney in Fact Address of Surety Print Name and Title 909 - 612 -3653 Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 27 CALIFORNIA ALL- PURPORE ACKNOWLEDGMENT • State of California County of Los Angeles On 11-27 -07 before me, Gail Kelch, Notary Public Date Name and ToW of Officer (e.g., 'Jame Doe, Notary Public) personally appeared P. Bauer n personally known to me – OR – ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(4) is /&M subscribed to the within instrument and acknowledged to me that ft /she /19j executed the same inUX /her/t@teitxauthorized capacity(*5z), and that by IX% /herAWr signatureM on the instrument the person(fi), Vnnlo or the entity upon behalf of which the person(o acted, 6 tln101Y No - y executed the instrument. WITNESS my h nd and official seal. (// Signetuce NMary Puhkc OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ CD G Individual Corporate Officer Title(s): Partner — ❑ Limited ❑ General Attorney -in -Fact Trustee Guardian or Conservator Other: Signer Is Representing: RIGHTTHUMBPRIIIT OF SICNER Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer Title(s): ID G Cl Partner —❑ Limited ❑ General Attorney -in -Fact Trustee Guardian or Conservator Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER lop oT Mumb Rare 01995 Naoonai Notary Association • 8236 Remmel Ave. P.O. Box 7184 • CeMPa PafK CA 91309.7184 Prod. Nc. 5907 Reomec Call Toll-Free 1- 9011876 -682? 0 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of — Los Angeles On December 3, 2007 before me, Bonnie Brunel, Notary Public Date Name and Title of Officer (e.g., 'Jam foe, Notary Public") personally appeared Michael Bo&n Name(s) of Signer(s) 0 ri BONNIE BRLRiEL Commission 1r 1514620 Notary Public - Camomia Los Angeles County MyCanm. EVk%sep20, 2006 personally known to me ❑ (or proved to me on the basis of satisfactory evidence) to be the person(, whose name(4 is/ere subscribed to the within instrument and acknowledged to me that he/she" executed the same in histil Nimilr authorized capacity(, and that by hiss signature(s) on the instrument the personm or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. Place Notary Seal Above Signature of Notary Public OPTIONAL Though the information below is not required by law, B may prove valuable to persons retying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual • Corporate Officer — Title(s): • Partner — ❑ Limited ❑ General ❑ Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER 0 Number of Pages: Signer's Name: ❑ Individual • Corporate Officer — ❑ Partner — ❑ Limited Cl Attorney in Fact ❑ Trustee Title(s): ❑ General ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER in 0 2006 Nalbnal Notary Association - 9350 De Solo Ave., P.O. B= 2402 • Chatsworth, CA 91 31 3 -2402 Item No. 5907 Reonier: Call Toll-Free 14100-8]8 -692] 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT DOLPHIN DEEP WATER WELL REHABILITATION CONTRACT NO. 3978 BOND NO. 105022287 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 2,912.00 being at the rate of $ 2% thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to General Pump Co.,. Inc., hereinafter designated as the "Principar, a contract for construction of DOLPHIN DEEP WATER WELL REHABILITATION, Contract No. 3978 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents maintained in the Public Works Department of the City of Newport Beall, all of which are incorporated herein by this reference, WHEREAS, Principal has executed or is about to execute Contract WD 3VMand the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and Travelers Casualty and Surety Company of America duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of One Hundred Forty -Five Thousand, Six Hundred and 001100 Dollars ($145,600.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to Its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specked in this Bond; otherwise this obligation shall become null and void. 28 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attomeys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Band. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 27th day of November 2007. �r - �rf �eer� General Pump Co., Inc. (Principal) Authorized Signature/Title Travelers Casualty and Surety Company of America Name of Surety Authoriz Agent ignature 21688 Gateway Center Drive, Diamond Bar,Ca 91765 P.Bauer Attorney in Fact Address of Surety Print Name and Title 909 -612 -3653 Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED F;Hlsam\f -O wShared\ContaatsrFY 07 -08\Water Well Rehab C- 3978=NTRACT C -3978,dac 29 CALIFORNIA ALL- PURPOE ACKNOWLEDGMENT • State of California County of Los Angeles On 11 -27-07 before me, Gail Kelch, Notary Public Date Name and Tllle of Officer (e.g.. 'Jane Doe, Notary Public") personally appeared P. Bauer n personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s\) is/&M subscribed to the within instrument and acknowledged to me that fart /she/#Wj executed the same inkris /her/.tMOYauthorized capacity(tsfa), and that by Wk BID$ /her/G1><iir signature(* on the instrument the personQ§), ow • 1poW2 or the entity upon behalf of which the personM acted, WIMPtl� Catltotnlo executed the instrument. I.ar AIp�M>I Cants omn WITNESS my hand and official seal. —f°� Sg�NOtary PuElic OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: C ❑ ❑ ❑ Individual Corporate Officer Title(s): Partner — ❑ Limited ❑ General Attorney -in -Fact Trustee Guardian or Conservator Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER Signer's Name: ❑ Number of Pages: Individual Corporate Officer Title(s): Partner — ❑ Limited Attorney -in -Fact Trustee ❑ General Guardian or Conservator Other: Signer Is Representing: RIGHT 7H UMBPRINT OF SIGNER 0 1995 National Nmary Assocelior • 8236 Remmel Ave. P.O. Box 7184 • Canoga Pam, CA 91309 -7184 Proc. No. 590' Haunter: Call Toll -Free 1.800-676 -6827 TRAVELERS POWER OF ATTORNEY Farmington Casualty Company SL Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney -In Fact No. 216350 Certificate No. 001473707 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies'), and that the Companies do hereby make, constitute and appoint Richard Adair, Gail Kelch, Patdcia L. Rowley, and P. Bauer of the City of Glendale , State of California , their we and lawful Attomey(s) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, mcognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this day of February 2007 26th Farmington Casualty Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company yeN341L1 �IMIErl' PL 6 ' !M �NS(Y Pi 1NSyN YY PNO P�LA egen r O �•CdIk R o 1977 R/I� 7927 mtmrdm� 0 "e State of Connecticut City of Hartford ss. By: A,�g Ow�� Georg Thompson, tpce President On this the 2601 day of February 2007 , before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St, Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company. St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instmment for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. arer In Witness Whereof, I hereunto set my hand and official seal. '� t 1 W w' t� • �•� My Commission expires the 30th day of June, 2011. pilCLt� } Marie C. Tetreauiq Notary Public 58440-8 -06 Printed in U.S.A. ATTORNEY IS INVALID WITHOUT THE This Power of Attorney is granted under and by the ati�iority of the following resolutions adopted by the Boards oflInrectors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company. Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, mr:ognizances, contracts of indemnity, and other writings obligatory in the nature of a bond recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or many certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact tar purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of artomey or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kod M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, SL Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surey Ednpany q,AAmericar and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Pnwecigttorney;eCUCed by�saM'Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand atxko> sd thrEs�* of s#100tpanies this 27th day of November —20 07 v s Kori M. Johans Assistant Secretary [pI.SU.r� f ♦ P� �+3 tf4a+�iS g , = ; [, 46� I zyr`J' tP' p:@i P ..NY...8 QtEA, f9m 01;000 38AM..4.,.L9.J f. P Y r .Jx Y .� a v t r1oHanp oY �, 4 � 0 S � xomraugas 4 rcw S ® AI[I iF To verify the authenticity of this Power of Attorney, call 1- 800421 -3880 or contact us at www.stpaultravelenbond.com. Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached. IS INVALID WITHOUT THE RED 0 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles On December 3, 2007 before me, Bonnie Brunel, Notary Public Date Name and Title of OHCer (e.g., 'Jam Doe, Notary Public 'I personally appeared Michael Bodart Name(s) of Signer(s) r ® personally known to me ❑ (or proved to me on the basis of satisfactory evidence) to be the person(,pf whose name( is&msubscribed to the within instrument and acknowledged to me that he /stag executed the same in hislisoMM authorized capacky(ks), and that by hiss at signature(,$) on the instrument the person(s), or the entity upon behalf of which the personA acted, executed the instrument. WITNESS my hand and official seal. Place Notary Seal Above ' Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee • Guardian or Conservator • Other: Signer Is Representing RIGHT THUMBPRINT OF SIGNER in Number of Pages: Signer's Name: ❑ Individual • Corporate Officer — Title(s): • Partner — ❑ Limited ❑ General • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: RIGHT THUMBPRINT Of SIGNER 0 2006 National Notary Association -9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313 -2402 Item No. 5907 Reorder: Call Tall -Free 1- SM-876 -6627 'AC R CERTIFICA OF LIABILITY INSUR E 2 4 0) i/0/207 PRODUCER (818)224 -6100 FAX ( 8)224 -6099 C. M. Meiers Company, Inc. 21045 Cal i fa St . #100 Woodland Hills, CA 91367 THIS CERTIFICATE 15 ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED General Pump Company, Inc. 159 North Acacia Street San Dimas, CA 91773 INSURER A: Travelers Property Casualty POLICY EFFECTWE DATE tillUiUDDEVY1 06/01/2007 INSURER B: State Compensation Fund 74 !U R0 INSURER 1. GENERAL LIABILITY INSURER E: 06/01/2008 COVERAGES 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR kDD'L TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTWE DATE tillUiUDDEVY1 06/01/2007 POLICY EXPIRATION DATE OIMM�l LIMITS Newport Beach, CA 92663 GENERAL LIABILITY 660- 507DO452 -07 06/01/2008 EACH OCCURRENCE S 1,000,00 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ 100,00 CLAIMS MADE O OCCUR MED EXP (Any one person) S S'00( A X Blanket Add'l Insd PERSONAL $ADVINJURY $ 1 000,00( GENERAL AGGREGATE $ 2,000,0 GENL AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG $ 2,000,00 X POUCY PRO. LOC AUTOMOBILE LIABILITY 810- 507DO452 -07 06/01/2007 06/01/2008 COMBINED SINGLE LIMIT X ANY AUTO (Ea accidem) $ 1,000,00( BODILY INJURY $ ALL OWNED AUTCS SCHEDULED AUTOS (Parperson) A BODILY INJURY $ X HIREDAUTOS X NON -OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY -EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO $ AUTO ONLY: AGO EXCESSAIMBRELLALIABILITY PSM- CUP507DO452 -07 06/01/2007 06/01/2008 EACH OCCURRENCE $ 4,000,00 X OCCUR M CLAIMS MADE AGGREGATE $ 4,000,00 $ A E DEDUCTIBLE E RETENTION $ WORKERS COMPENSATION AND 859 -8 -06 06/01/2007 06/01/2008 X I wDSTATU- I I OTH- EMPLOYERS' LIABILITY E.L. EACHACCIDENT $ 1,000,00 B ANY PROPRIETOR.PARTNEREXECUTIVE E.L. DISEASE - EA EMPLOYE $ 1,000,000 OFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - PODGY LIMIT 1 $ 1,000,00 DTHR Property $1,070,000 Special Form, RC eai A us Pers Property 660- 507DO452 -07 06/01/2007 06/01/2008 $200,000 Special Form, RC Quip. $752,500 Special Form, RC DESCRI NOF OPERATIONS I LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT/ SPECIAL PROVISIONS ity of Newport Beach, its officers, agents, officials, employees and volunteers are included as dditional Insured as respects operations of the Named Insured per the attached GC D2 46 08 05 and T3 01 02 99. Coverage is Primary and Non - Contributory as required by written contract. Waiver of ubrogation applies to the Workers Compensation per the attached State Fund Certificate. E: Dolphin Deep Water Well Rehabilitation, Contract No. 3978 *10 Days for Non - Payment of Premium CERTIFICATE HOLDER CANCELLATION ACORD 25 (2001/08) OACORD CORPORATION 1988 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL 1fI11�T, WOM MAIL City of Newport Beach Shauna Lyn Oyler, Public Works Specialist *30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Public Works Department 3300 Newport Blvd. XXX AUTHPIRJ& D PRES ATw'9' Newport Beach, CA 92663 ACORD 25 (2001/08) OACORD CORPORATION 1988 GENERAL PUMP COMPANY f1660- 507D0452 -07 . O. "MERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY m� a� m =_ e� o� a o o= e _s m— 006800 BLANKET ADDITIONAL INSURED (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART WHO IS AN INSURED – (Section II) is amended to include any person or organization that you agree in a "written contract requiring insurance" to include as an additional insured on this Cover- age Part, but: a) Only with respect to liability for "bodily injury", "property damage" or "personal injury"; and b) If, and only to the extent that, the injury or damage is caused by acts or omissions of you or your subcontractor in the performance of "your work" to which the "written contract requiring insurance" applies. The person or organization does not qualify as an additional insured with respect to the independent acts or omissions of such person or organization. 2. The insurance provided to the additional insured by this endorsement is limited as follows: a) In the event that the Limits of Insurance of this Coverage Part shown in the Declarations exceed the limits of liability required by the "written contract requiring insurance ", the in- surance provided to the additional insured shall be limited to the limits of liability re- quired by that "written contract requiring in- surance". This endorsement shalt not in- crease the limits of insurance described in Section III – Limits Of Insurance. b) The insurance provided to the additional in- sured does not apply to "bodily injury", "prop- erty damage" or "personal injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or sur- veying services, including: The preparing, approving, or failing to prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field or- ders or change orders, or the preparing, approving, or failing to prepare or ap- prove, drawings and specifications; and ii. Supervisory, inspection, architectural or engineering activities, CG D2 46 08 05 c) The insurance provided to the additional in- - sured does not apply to "bodily injury" or "property damage" caused by "your work" and included in the "products- completed op- erations hazard" unless the "written contract requiring insurance" specifically requires you to provide such coverage for that additional insured, and then the insurance provided to the additional insured applies only to such "bodily injury" or "property damage" that oo- curs before the end of the period of time for which the "written contract requiring insur- ance" requires you to provide such coverage or the end of the policy period, whichever is earlier. 3. The insurance provided to the additional insured by this endorsement is excess over any valid and collectible "other insurance ", whether primary, excess, contingent or on any other basis, that is available to the additional insured for a loss we cover under this endorsement. However, if the "written contract requiring insurance" specifically requires that this insurance apply on a primary basis or a primary and non - contributory basis, this insurance is primary to "other insurance" available to the additional insured which covers that person or organization as a named insured for such loss, and we will not share with that "other insurance ". But the insurance provided to the additional insured by this endorsement still is excess over any valid and collectible "other in- surance", whether primary, excess, contingent or on any other basis, that is available to the addi- tional insured when that person or organization is an additional insured under such "other insur- ance". 4. As a condition of coverage provided to the additional insured by this endorsement: a) The additional insured must give us written notice as soon as practicable of an "occur- rence" or an offense which may result in a claim. To the extent possible, such notice should include: © 2005 The St. Paul Travelers Companies, Inc. Page 1 of 2 COMMERCIAL GENERAL LIS , Y i. How, when and where the 'occurrence" or offense took place; ii. The names and addresses of any injured persons and witnesses; and iii. The nature and location of any injury or damage arising out of the 'occurrence" or offense. b) If a claim is made or "suit' is brought against the additional insured, the additional insured must: I. Immediately record the specifics of the claim or "suit" and the date received; and ii. Notify us as soon as practicable. The additional insured must see to it that we receive written notice of the claim or "suit' as soon as practicable. c) The additional insured must immediately send us copies of all legal papers received in connection with the claim or "suit', cooperate with us in the investigation or settlement of the claim or defense against the "suit", and otherwise comply with all policy conditions. d) The additional insured must tender the de- fense and indemnity of any claim or "suit' to 0 any provider of 'other insurance" which would cover the additional insured for a loss we cover under this endorsement. However, this condition does not affect whether the insur- ance provided to the additional insured by this endorsement is primary to "other insur- ance" available to the additional insured which covers that person or organization as a named insured as described in paragraph 3. above. 5. The following definition is added to SECTION V. — DEFINITIONS: "Written contract requiring insurance" means that part of any written contract or agreement under which you are required to include a person or organization as an additional in- sured on this Coverage Part, provided that the "bodily injury" and "property damage" oc- curs and the "personal injury" is caused by an offense committed: a. After the signing and execution of the contract or agreement by you; b. While that part of the contract or agreement is in effect; and c. Before the end of the policy period. Page 2 of 2 0 2005 The St. Paul Travelers Companies, Inc. CG D2 46 08 05 • i COMMERCIAL AUTO POLICY NUMBER: P- 810- 507D0452- TIL -07 ISSUE DATE: 06 -11 -07 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. f ADDITIONAL INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM Paragraph c. of the WHO IS AN INSURED provision 1. No liability is assumed by that person or organi- includes the person or organization indicated below, zation for the payment of any premiums stated in but only for his, her or its liability because of acts or the policy or earned under the policy. omissions of an "insured" under paragraphs a. or b. of 2, In the event of cancellation of the policy, written that provision, subject to the following additional pro- notice of cancellation will be mailed by us to that visions: person or organization. Person or Organization AS REQUIRED BY WRITTEN CONTRACT s m =_ o� m= s= o e oC CA T3 01 02 99 008525 Address Page 1 of 1 • OERTHOLDER COPY SC STATE P.O. BOX 420807, SAN FRANCISCO,CA 94142 -0807 COMPENSATION INSURANCE FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE ISSUE DATE: 12 -04 -2007 GROUP: 000859 POLICY NUMBER: 0000008 -2005 CERTIFICATE ID: 57 CERTIFICATE EXPIRES: 06 -01 -2008 06 -01- 2007/08 -01 -2008 CITY OF NEWPORT BEACH SC JOB:OOLPHIN DEEP WATER WELL REHABILITATION PUBLIC WORKS DEPARTMENT CONTRACT NO. 3878 3300 NEWPORT BLVD NEWPORT BEACH CA 92663 -3818 This Is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon 30 days advance written notice to the employer. We will also give you 80 days advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policy listed herein, Notwithstanding any requirement, term w condition of arty contract or other document with respect to which this certificate of insurance may be Issued or to which it may pertain, the insurance afforded by the policy described herein is subject to all the terms, exclusions. and conditions, of such policy. T __.__ _ ......... .PRESIDENT. .. EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE. ENDORSEMENT X1600 - TWEED, WILLIAM P,S T - EXCLUDED. ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 08 -01 -2004 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. ENDORSEMENT #2570 ENTITLED WAIVER OF SUBROGATION EFFECTIVE 2007 -12 -04 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. THIRD PARTY NAME: CITY OF NEWPORT BEACH EMPLOYER GENERAL PUMP COMPANY INC SC 159 N ACACIA ST SAN DIMAS CA 91773 [B10,SC1 (REV.2 -06) PRINTED : 12 -04 -2007 Fax #: • CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. Date Received: 12 -4 -07 Dept. /Contact Received From Date Completed: 12 -10 -07 Sent to: Company /Person required to have certificate: GENERAL LIABILITY Shauna Shauna Oyler By: April Walker General Pump Company Inc. A. INSURANCE COMPANY: Travelers Property Casualty B. AM BEST RATING (A: VII or greater): A+ XV C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1 M or greater): What is limit provided? 2 mil agg/ 1 mil occ E. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? ® Yes ❑ No F. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? ® Yes ❑ No G. PRIMARY & NON - CONTRIBUTORY WORDING (Must be included): Is it included? ® Yes ❑ No H. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence" wording? ❑ Yes ®No I. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. TL AUTOMOBILE LIABILITY A. INSURANCE COMPANY: Travelers Property Casualty B. AM BEST RATING (A: VII or greater): A� XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1M min. BI & PD and $500,000 UM): What is limits provided? I mil E. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? ® Yes ❑ No F. PRIMARY & NON - CONTRIBUTORY WORDING (For Waste Haulers only): Is it included? N/A ❑ Yes ❑ No G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. F- L-1 E III. WORKERS' COMPENSATION A. INSURANCE COMPANY: State Compensation Insurance Fund B. AM BEST RATING (A: VII or greater): Not rated C. LIMITS: Statutory D. WAIVER OF SUBROGATION (To include): Is it included? ® Yes ❑ No HAVE ALL ABOVE REQUIREMENTS BEEN MET? ® Yes ❑ No IF NO, WHICH ITEMS NEED TO BE COMPLETED? CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL DOLPHIN DEEP WATER WELL REHABILITATION CONTRACT NO. 3978 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Special Provisions, Technical Specifications, and Traffic Control Plans and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 3978 in accordance with the Special Provisions, Technical Specifications, and Traffic Control Plans and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Mobilization and Demobilization @ 74cu5a4xf' Dollars and We Cents $ 30, 000, cx> Per Lump Sum 2. Lump Sum Pump Removal @ Ten Dollars and V% Cents $ 10,600, an Per Lump Sum 1 Lump Sum Rebuild Pump and Motor @T""-& iiuu" Dollars and No Cents $ ,?o, 000,00 Per Lump Sum PR2of4 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. Lump Sum. Pre - Rehabilitation Downwell Video Survey @676- lKffus rd Dollars and No Cents Per Lump Sum 5. 16 Hrs Wire Brushing and Bailing @ rdur Andrrci Dollars and /✓o Cents Per Hour 6. Lump Sum Chemical Treatment (Development) @ ti%n sent Dollars and Cents Per Lump Sum 7. 50 Hrs Mechanical Development @ Gw #btnc%rct/ Dollars and No Cents Per Hour 8. Lump Sum Treatment of Discharge and Development Fluids @ IkAgoo �c sarW Dollars and ° Cents Per Lump Sum 9. Lump Sum Post Development Downwell Video Survey @ &9op 7ausanc/ Dollars and No Cents Per Lump Sum $ 1,000.00 $ .yCD.00 $ lo, y00.00 $ 15,000.00 $ 100, co $ /O,000.00 $ 000.00 $ /, Doo•cn • • PR3of4 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. Lump Sum Mobilization and Demobilization of Test Pump @ /&y/ye / eusovI Dollars and Wo Cents Per Lump Sum 11. 40 Hrs. Pumping Development @ %cuo Andlebt Dollars and 90 Cents $ x00.00 $ �?,OOO.co Per Hour 12. 12 Hrs. Step - Drawdown Test @%u +o rind!' Dollars and NO Cents $ ,coxt) $ 4,zlco.00 Per Hour 13. 48 Hrs. . Constant -Rate Pumping Test @ Dollars and /Ve Cents $ !00.00 $ <, 800.00 Per Hour 14. Lump Sum Downwell Flow Meter (Spinner) Survey @ 1Aree /hausa+J Dollars and NO Cents $ 600, co Per Lump Sum 15. Lump Sum Re- installation of Permanent Pump and Motor @F /{uu5e rd Dollars and AID Cents Per Lump Sum 0 0 PR4of4 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 16. Lump Sum Well Disinfection and Site Clean Up @&12e, /-) Musa d Dollars and �✓�' Cents $ 000.00 Per Lump Sum TOTAL PRICE IN WRITTEN WORDS /Grfy -Fie- and 11z) . Cents / /�/ 91 Date 909- 599 -9/v06 1 909 -5g9- 6,238' Bidder's Telephone and Fax Numbers 496 7GS / C ,3 -7 -A/ Bidder's License License No(s). and Classification(s) 5; Total Price (Figures) Bidd _ , 1�iic°ciar �� idder's Authorized Signature and 15 N. ACaciu Sfjpet SCin d>i"5, 64 Bidder's Address 9/77-3 Bidder's email address: Una nec/ -,22C �er�/ournpv �a Last saved by srooks1012912007 9:21 AM f \userslpbw\shared\contracts\fy 07 -08lwater well rehab c- 39785proposal c- 3978.doc Check A License: ContractoWicense Detail • Page 1 of 2 Skip to: C5LB Home I Content I Footer I Accessibility arct ee4GOV CONTRACTORS STATE LICENSE BOARD la�ititiw.l1�1 yr })pK #i:lfl'I�III�I �ikftl ! i1##{k tt '�t I�IIiluljill(I CSLB Newsroom Board and Committee DISCLAIMER: A license status check provides information taken from the Meetings CSLB license database. Before relying on this information, you should be awa Disaster Information the following limitations. Center Expire Date: • CSLB complaint disclosure is restricted by law (B &P 7124.6). If this entity is subject to pt CSLB Library complaint disclosure, a link for complaint disclosure will appear below. Click on the link c Frequently Asked to obtain complaint and /or legal action information. Questions • Per B &P 7071.17, only construction related civil judgments reported to the CSLB are dis. Online Services • Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitr • Check A License or HIS • Due to workload, there may be relevant information that has not yet been entered onto tl Registration Board's license database. • Filing a Construction Complaint MACHINERY AND PUMPS • Processing Times License Number. 496765 Extract Date: 11/21/21 • Check Application Status Business GENERAL PUMP COMPANY INC • Search for a Surety Bond Information: 159 NO ACACIA Insurance Company SAN DIMAS, CA 91773 • Search for a Workers' Business Phone Number: (909) 599 -9606 Compensation Company Entity: Corporation How to Participate Issue Date: 08/14/1986 Expire Date: 0813112008 License Status: This license is current and active. All information below should b- reviewed. Classifications: CLASS DESCRIPTION C57 WELL DRILLING (WATER) D21 MACHINERY AND PUMPS A GENERAL ENGINEERING CONTRACTOR Bonding: CONTRACTOR'S BOND This license filed Contractor's Bond number 104368078 in the amt of $12,500 with the bonding company TRAVELERS CASUALTY AND SURETY COMPANY OF AMERIC Effective Date: 01/01/2007 Contractor's Bonding History ...... ... .. ..... .... ..... . BOND OF QUALIFYING INDIVIDUAL 1. The Responsible Managing Officer (RMO) WILLIAM MILTON TWEED certified that he/she owns 10 percent or more of the http: /lwww2.cslb.ca.gov /General- Informationl interactive - tools /check -a- license /Li... 11121/2007 Check A License: Contract License Detail Workers' Compensation: Miscellaneous Information: Page 2 of 2 voting stock/equity of the corporation. A bond of qualifying individual is not required. Effective Date: 04/2611993 BQI's Bonding History 2. This license filed Bond of Qualifying Individual number 10358 for MICHAEL GENE BODART in the amount of $12,500 with bonding company TRAVELER $ CASUALTY AND SURETY COMPANY. Effective Date: 01/0112007 BQI's Bonding History This license has workers compensation insurance with the STATE COMPENSATION INSURANCE FUND Policy Number: 859 -0000008 Effective Date: 06/01/2004 Expire Date: 06/01 /2008 Workers' Compensation Hist� ......................... _ ....... . . DATE DESCRIPTION 03/01/1998 CLASS A REMOVED Personnel listed on this license (current or disassociated) are listed on other licenses. Consumers I Contractors I Applicants i Journeymen I Public Works I Building Officials i General Info CSLB Home i Conditions of Use i Privacy i Contact CSLB Copyright ® 2007 State of California http: / /www2.cslb.ca.gov/ General - Information/ interactive - tools /check- a- licenselLi... 11/21/2007 C.�l ►��a���n ►i� ' `u�sl�le -.s� Pc�r t� l California Business Search Page I of 1 �ci �'c t:n-� ul �tatc DF.PP.:1 F..U4't"Eiv DISCLAIMER: The information displayed here is current as of NOV 16, 2007 and is updated weekly. It is not a complete or certified record of the Corporation. Corporation GENERAL PUMP COMPANY, INC. Number: C1029820 Date Filed: 11/12/1980 Status: active Jurisdiction: California Address 159 N ACACIA ST SAN DIMAS, CA 91773 Agent for Service of Process JOHN TRAVINO 225 S CIVIC DR #2 -14 11PALM SPRINGS, CA 92262 Blank fields indicate the information is not contained in the computer file. If the status of the corporation is "Surrender ", the agent for service of process is automatically revoked. Please refer to California Corporations Code Section 2114 for information relating to service upon corporations that have surrendered. http:// kepler. ss. ca. govl corpdata /ShowAIlList ?QueryCorpNumber =Cl 029820 &pri... 11/2112007 1 1 1 1 1 1 2 2 2 2 2 2 i 3 3 3 3 PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS DOLPHIN DEEP WATER WELL REHABILITATION CONTRACT NO. 3978 INTRODUCTION PART 1 - -- GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE SECTION 3 CHANGES IN WORK 3 -3 EXTRA WORK 3 -3.2 Payment 3 -3.2.3 Markup SECTION 4 CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing SECTION 5 UTILITIES 5 -1 LOCATION SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 6 -7 TIME OF COMPLETION 6 -7.1 General 6 -7.2 Working Days 6 -7.4 Working Hours 1 1 1 1 1 1 2 2 2 2 2 2 i 3 3 3 3 • r 6 -9 LIQUIDATED DAMAGES 3 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 4 7 -8 PROJECT SITE MAINTENANCE 4 7 -8.5 Temporary Light, Power and Water 4 7 -8.6 Water Pollution Control 4 7 -8.6.1 Best Management Practices and Monitoring Program 4 7 -10 PUBLIC CONVENIENCE AND SAFETY 5 7 -10.1 Traffic and Access 5 7 -10.2 Storage of Equipment and Materials in Public Streets 5 7 -10.3 Street Closures, Detours, Barricades 5 7 -10.4 Public Safety 5 7- 10.4.1 Safety Orders 5 7 -10.5 "No Parking" Signs 6 7 -15 CONTRACTOR LICENSES 6 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS 6 SECTION 9 MEASUREMENT AND PAYMENT 6 9 -3 PAYMENT 6 9 -3.1 General 6 TECHNICAL SPECIFICATIONS TS1 -TS20 FIGURES 1 AND 2 APPENDIX 1 —Water Well Driller's Report APPENDIX 2 — NPDES Discharge Constituents and Permit FAUSerS\PBW\Shared \ContractsTY OTWWater Well Rehab C -3978 \SPECS INDEX C- 3978.doc 0 0 SP 1 OF 6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT a ir4RE F. SPECIAL PROVISIONS DOLPHIN DEEP WATER WELL REHABILITATION, CONTRACT NO. 3978 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Traffic Control Plans (Drawing No. T- 6980 -S); (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (2004 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2003 Edition), including supplements. Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714 -517- 0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 GENERAL PROVISIONS SECTION 2- -SCOPE AND CONTROL OF THE WORK 2-6 WORK TO 'BE DONE Add to this section, "The work necessary for the completion of this contract consists of mobilization, traffic control, removal and reinstallation of pump, mechanical and chemical well development, video survey, test pumping, and other incidental items of work necessary to complete the work in place." SECTION 3 - -- CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3.3.2.3 Markup. Replace this section with, "(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: • SP2O176 1) Labor ............. ............................... 20 .2) Materials ........ ............................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection, 1 percent shall be added for compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3- 3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. SECTION 4 - -- CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing. 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 Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 -hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an 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 Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor. SECTION 5 - -- UTILITIES 5 -1 LOCATION. Add the following after the 3rd paragraph: "upon completion of the work or phase of work, the Contractor shall remove all USA utility markings." SECTION 6--- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this section: "The time of completion as specified in Section 6 -7, shall commence on the date of the 'Notice to Proceed.' SP3OF6 No work shall begin until a "Notice to Proceed" has been issued, a pre - construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five working days prior to commencing any work. Schedule may be bar chart or CPM style. The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the original schedule and has demonstrated that the ability to maintain the approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job." 6 -7 TIME OF COMPLETION 6 -7.1 General. Add to this section: "The Contractor shall complete all work under the Contract within 40 consecutive working days after the date on the Notice to Proceed. The Contractor shall 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 percent completion of work." 6 -7.2 Working Days. Revise 3) to read: "any City holiday, defined as January 1st (New Year's Day), the third Monday in January (Martin Luther King Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 41", the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday and Friday in November (Thanksgiving and Friday after), December 24th (Christmas Eve), December 25th (Christmas), and December 31St (New Year's Eve). If January 1st, July 4th, November 11th, December 24th, December 25th or December 31st falls on a Sunday, the following Monday is a holiday. If January 1St July 4th, November 11th December 24th December 25 or December 31St falls on a Saturday, the Friday before is a holiday." 6 -7.4 Working Hours. Normal working hours are limited to 8:30 a.m. to 4:00 p.m., Monday through Friday. Pumping development, pumping tests, and the spinner survey is excluded from these working hours. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., before or after the normal working hours prescribed above. 6 -9 LIQUIDATED DAMAGES. Revise sentence three to read: "For each consecutive calendar day after the time specified in Section 6 -7 -1 for completion of the work, the • • SP4OF6 - Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $1,000.00. Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that $1,000.00 per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations." SECTION 7--- RESPONSIBILITIES OF THE CONTRACTOR 7 -5 PERMITS. Add to this section: "The Contractor is responsible for attaining an Encroachment Permit from the City of Fountain Valley and pay for all necessary fees associated with the permit." 7 -8 PROJECT SITE MAINTENANCE 7 -8.5 Temporary Light, Power and Water. Add to this section: "Temporary water is available at the project site. The contractor may connect to the City's discharge manifold. 7 -8.6 Water Pollution Control. Add to this section, "Surface runoff water, including all water used during sawcutting operations, containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into any catch basin, Newport Harbor, the beach, or the ocean. The Contractor shall also comply with the Construction Runoff Guidance Manual which is available for review at the Public Works Department or can be found on the City's website at hffP:/ANww.city.newport- beach.ca.us/pubworks/links.htm." 7 -8.6.1 Best Management Practices and Monitoring Program. The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw - cutting and vacuum the residue. f. Providing measures to capture or vacuum -up water contaminated with construction debris. SP50F6 g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. The BMP will be approved by the Engineer prior to any work. The City of Newport Beach will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back - charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate Administrative Citation per Section 14.36.030A23 of the City's Municipal Code. 7 -10 PUBLIC CONVENIENCE AND SAFETY 7 -10.1 Traffic and Access Pedestrian access to all storefronts, offices, residences, etc., within the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to any and all establishments whose access will be impacted by construction operations, particularly sidewalk construction. The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbon, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into (and out of) the affected establishments. Such measures are shown on the Detailed Traffic Control Plans (see Section 7- 10.3)." 7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following: "Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer. Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre - construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction." 7 -10.3 Street Closures, Detours and Barricades. Add to this section: "The Contractor shall adhere to the conditions of the traffic control plan. 1. Emergency vehicle access shall be maintained at all times. 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and /or lighted. 7 -10.4 Safety 7- 10.4 -1 Safety Orders. Add to this section: "The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons • • SP6OF6 and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site." 7 -10.5 "No Parking" Signs. The Contractor shall install, and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which shall be posted at least forty -eight hours in advance of the need for enforcement. The Contractor shall obtain and coordinate placement of "No Parking" signs with the City of Fountain Valley. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY' sign in 2 -inch high letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. 7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a C57 License. At the start of work and until completion of work, the Contractor and all Sub - contractors shall possess Business Licenses issued by the City of Newport Beach and City of Fountain Valley. 7 -16 CONTRACTOR'S RECORDSIAS BUILT DRAWINGS. A stamped set of approved plans and specifications shall be on the job site at all times. 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 completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. SECTION 9 - -- MEASUREMENT AND PAYMENT 9 -3 PAYMENT 9 -3.1 General. Revise paragraph two to read: "The unit and lump sum prices bid for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The items of work shown in the Technical Specifications pertain to the bid items included within the Proposal. FAUsersWBWlShared\ContractsTY 07- OSIWater Well Rehab C-397MSPECS C- 3978.doc • i DOLPHIN DEEP WATER WELL REHABILITATION TECHNICAL SPECIFICATIONS SECTION WR1 — SPECIAL CONDITIONS WR1 -01 Location of Work WR1 -02 Rehabilitation Period and Requirements WR1 -03 Permits, Certificates, and Licenses WR1 -04 Local Conditions WR1 -05 Boundaries of Work WR1 -06 Protection of the Site WR1 -07 Equipment and Operating Requirements WR1 -08 Method of Payment SECTION WR2 — TECHNICAL SPECIFICATIONS PART 1 —GENERAL PROCEDURES 1.01 DESCRIPTION 1.02 QUALITY ASSURANCE 1.03 RECORDS 1.04 SUBMITTALS 1.05 JOB CONDITIONS 1.06 MANDATORY PRE -BID SITE MEETING 1.07 PRE - REHABILITATION MEETING 1.08 WORK SCHEDULE 1.09 SUPERVISION AND COOPERATION 1.10 TERMINATION PART 2 — WELL REHABILITATION PROCEDURES (Technical Provisions) DIVISION 1 2.01 MOBILIZATION AND DEMOBILIZATION (Bid Item No. 1) 2.02 PUMP REMOVAL (Bid Item No. 2) 2.03 REBUILD PUMP AND MOTOR (Bid Item No. 3) 2.04 PRE - REHABILITATION DOWNWELL VIDEO SURVEY (Bid Item No. 4) TS -i DIVISION 2 2.05 WIRE BRUSHING AND BAILING (Bid Item No. 5) 2.06 CHEMICAL TREATMENT (DEVELOPMENT) (Bid Item No. 6) 2.07 MECHANICAL DEVELOPMENT (Bid Item No. 7) 2.08 TREATMENT OF DISCHARGE AND DEVELOPMENT FLUIDS (Bid Item No. 8) 2.09 POST DEVELOPMENT DOWNWELL VIDEO SURVEY (Bid Item No. 9) 2.10 MOBILIZATION AND DEMOBILIZATION OF TEST PUMP (Bid Item No. 10) 2.11 PUMPING DEVELOMENT (Bid Item No. 11) 2.12 PUMPING TESTS (Bid Item No. 12 & 13) 2.13 DOWNWELL FLOW METER (SPINNER) SURVEY (Bid Item No. 14) 2.14 RE- INSTALLATION OF PERMANENT PUMP AND MOTOR (Bid Item No. 15) 2.15 WELL DISINFECTION AND SITE CLEANUP (Bid Item No. 16) FIGURES Figure 1 Site Location Map Figure 2 "As- built' Well Construction Diagram APPENDIX Appendix 1 Water Well Driller's Report Appendix 2 Table 2 -1 — NPDES Discharge Constituents and NPDES Discharge Permit TS -ii 0 0 DOLPHIN DEEP WATER WELL REHABILITATION SECTION WR1 — SPECIAL CONDITIONS WR1 -01. Location of Work. The City of Newport Beach (City) owns and operates Dolphin Deep Water Well. The well is located at 9649 Dolphin Avenue in the City of Fountain Valley as illustrated on Figure 1, "Site Location Map." WR1 -02. Rehabilitation Period and Requirements. Contract time is set forth in the Special Provisions. Proof of insurance is required prior to initiating any well rehabilitation work. WR1 -03. Permits. Certificates. and Licenses. The Contractor shall have a valid C57 contrac- tor's license and shall, at his own expense, procure all other permits, certificates and licenses required by law for the execution of the work herein. WR1 -04. Local Conditions. The Contractor shall keep the well site free from accumulations of waste materials, rubbish, and other debris resulting from the work. Debris may be contained on -site, but only in approved containers, until it is hauled away and disposed of at an approved disposal site. The Contractor shall provide for the disposal of surplus materials, waste prod- ucts, debris, etc., and shall make all necessary arrangements for such disposal. Throughout all phases of work on this project, the Contractor shall maintain job site and well- head security to preclude accidental or intentional damage and /or contamination of the well and the water supply. Whenever the well site is unattended, the well casing shall be covered se- curely to prevent entry by animals and/or humans. The Contractor shall satisfy himself regarding all local conditions affecting his work by personal investigation, and neither the information contained in this section, nor that derived from any maps or plans, or from the City or its employees shall act to relieve the Contractor of any re- sponsibility herein or from fulfilling any and all of the terms and requirements of this contract. WR1 -05. Boundaries of Work. Work at the site is to be limited to the area inside the City well site. In addition, other contractors and employees or agents of the City may for all necessary purposes enter upon the work and premises used by the Contractor, and the Contractor shall conduct his work so as not to unnecessarily impede any work being done by others on or adja- cent to the well site. Because the site is located in the vicinity of a school, the Contractor will not be allowed to block any access along Dolphin Avenue. Thus, all equipment, contractor vehicles and Baker tanks needed for the project shall be confined to the work area as shown on the Traffic Control plans. The Contractor will implement traffic control measures at the site. WR1 -06. Protection of the Well Site. Except as otherwise provided herein, the Contractor shall protect all structures, walks, pipelines, pavement, trees, creek channels, shrubbery, lawns, etc., during the progress of his work; shall remove from the site all bailed material, debris, and unused materials; and shall, upon completion of the work, restore the site as nearly as possible to its original condition, including the replacement, at the Contractor's expense, of any facility which has been damaged beyond restoration. The Contractor is responsible for any damages Ts -1 to properties adjacent to the well site caused by rehabilitation and well testing activities associ- ated with the work described herein. Water pumped from the well shall be conveyed to a place approved by the City without damage to the City or to nearby creek channels. The Contractor shall prevent damage to the well site and to the adjacent land, creeks, and streets that might result from pumping water during reha- bilitation, development, testing, or due to interruption or diversion of stormwater or wastewater during execution of the work. The Contractor shall adequately secure any gates /fences used by him when not occupying the well site. Locks and means of locking shall be approved by the City and shall provide for dual lockage to accommodate a City lock. WR1 -07. Equipment and Operating Requirements. The Contractor must provide well rehabili- tation services on a timely and effective basis from the commencement of work through the final connection of the well to water - supply lines and final testing with the permanent pump. Unnecessary delays or work stoppages will not be tolerated. The Contractor shall be held re- sponsible and payment may be withheld for damages done to the well due to any cause or neg- ligence or faulty operation. The equipment to be furnished for all rehabilitation work shall be approved by the City, shall be in good repair and working order, and shall be of contemporary design. Suitable sanitary facilities for use by all onsite personnel shall be provided for and be appropri- ately maintained on a regular basis by the Contractor. At the end of the job, all such sanitary facilities shall be completely removed by the Contractor. WR1 -08. Method of Payment. Payment for the well rehabilitation work shall be made on a monthly basis as work progresses in accordance with the Proposal. TS -2 0 DOLPHIN DEEP WATER WELL REHABILITATION 0 SECTION WR2 —TECHNICAL SPECIFICATIONS PART 1 — GENERAL PROCEDURES 1.01 DESCRIPTION The work under this contract is to provide the City with water well rehabilitation services for the City -owned Dolphin Avenue Deep municipal - supply water well, as specified in these Technical Specifications. Figure 2, "'As- Built' Well Construction Diagram ", illustrates the as -built construc- tion of the Dolphin Avenue Deep Water Well. The Water Well Drillers Report is attached in Appendix 1 and Figure 2 therein provides details of the "as- built" construction parameters for the well. Work described herein includes the furnishing of all materials, labor, equipment, fuel, tools, transportation, and services for rehabilitation and testing of the Dolphin Deep Well. The work required for well rehabilitation includes, but is not limited to, the following initial tasks: o Mobilization and demobilization of personnel; pump rig equipment and accessories to and from the site, setting up traffic control, obtaining the requisite permits and op- erating supplies. o Remove the existing motor, discharge head and pump from the well. o Rebuild existing pump and motor o Clarify the water column in the casing and conduct a downwell video survey of the entire well casing. o Initiate rehabilitation of the well by wire brushing and bailing sediment fill from the bottom of the casing. o Collect a sample of bailed material from the bottom of the casing, a sample of the scale and /or biofilm from the pump bowls and /or. pump column, and a sample of wa- ter from the well for a lab testing casing, (analyze for general minerals and microbi- ological character). The sample will be submitted by the Geologist to the appropriate laboratory for analysis (Optional Task). o Conduct chemical treatment of the well. This could include the use of inhibited hy- drochloric acid (HCI) to help remove any encrustation /biofouling in the well. In addi- tion, the Contractor shall also include in the treatment a biocide and a dispersant. Swab and agitate the chemicals throughout all screened intervals of the well. The bid item is based on a total of 5000 gallons of water to be treated inside the well cas- ing. The treatment method (chemicals to be used) will be proposed by the Contrac- tor. o Conduct mechanical development of the well by air lifting and swabbing the screened portions of the well casing. Care must be exercised by the Contractor when using swabbing tools to preclude damage to the well screen. Discharge the TS -3 fluids into onsite (Baker) tanks for treatment. This will include the Contractor per- forming the sampling and analysis for the National Pollutant Discharge Elimination System (NPDESI Permit (a maximum of ten 10 samples). o Perform a second video survey to check the effectiveness of the chemical and me- chanical rehabilitation operations. i o Install a temporary test pump in the well and conduct pumping development (pump- ing and surging) for a maximum time period of 48 hours. Pump the initial discharge to onsite tanks, collect a water sample, and analyze for specified NPDES permit constituents. Provide the testing results to the City's Water Quality Coordinator Gary Tegel. o Perform pumping tests in the well, including a maximum 12 -hour step drawdown test and a minimum 24 -hour constant rate discharge test, in order to determine the new specific capacity of the well. Monitor sand production during these tests using a Ros- sum sand tester device. • Conduct a flow meter survey near the end of production testing. • Perform a final chlorination to disinfect the well, and temporarily cap the well casing. • Install the permanent pump in the well, based on the results of the pumping tests. • Perform final site cleanup at each well site. 1.02 QUALITY ASSURANCE The Contractor shall have been engaged in the business of well rehabilitation of municipal - supply water wells for a period of at least five (5) years. The Contractor shall submit a list of the last three (3) references (including contact names and telephone numbers) for whom the Contractor has performed well rehabilitation work on munici- pal- supply water wells that is equivalent to that recommended herein (including installation of liner casings). The list shall include the owner's name and address, casing diame- ter /type /depths, production capacity, specific capacity, types of mechanical and chemical devel- opment performed, and sand production before and after rehabilitation. The Contractor shall employ trained. and experienced workmen for the execution of his work and all such work shall be performed under the direct supervision of an experienced rig opera- tor and test pumper satisfactory to the City and/or its Representative. 1.03 RECORDS The Contractor shall keep a daily log and progress record at the well site readily available for inspection during initial operations and any and all performed tentative operations for rehabilita- tion of the well. The Contractor shall keep records providing the following information: 1. A record of fluid types and properties of the chemicals and any other fluids or mate- rials pumped into or siphoned from the well, if applicable. 2. Daily work logs documenting inspection, rehabilitation, and testing operations per- formed in the well. TS -4 • • All measurements for depths shall be referenced to the existing grade at the well site. During well testing, all measurements shall be referenced to an arbitrary reference point established at the top of the sounding tube in the well as specified by the City's Representative, 1.04 SUBMITTALS All records shall be available to the City and the Geologist at all times at the job site. These records shall include: 1. Lists of materials, fluids, and volumes used on the well. 2. Pumping development rates and durations. 3. Step drawdown and constant rate pumping records showing pumping rates, static and pumping water levels, drawdowns, specific capacities, and Rossum sand tester data. 1.05 JOB CONDITIONS Special job conditions are set forth in Section W R1 - Special Conditions. 1.06 MANDATORY PRE -BID SITE MEETING The City will conduct a pre -bid site meeting on the date and at the time specified in the Invita- tion to Bid. Bidder attendance at this meeting is Mandatory. All bidders shall meet at the well site (see Figure 1). The purpose of the Mandatory Pre -bid Site Meeting is to acquaint prospective bidders with the well site, local physical features, site logistics, obstructions, water and power sources, water disposal operations and NPDES discharge conditions, and security conditions and issues. The conditions and requirements of these Specifications will govern over any information presented at the Pre -bid Site Meeting. Addenda will be prepared and issued, as necessary, to effect any changes to these specifications. 1.07 PRE - REHABILITATION MEETING Upon award of the contract, the City will arrange for a pre - rehabilitation meeting to be attended by the City, the City's Representative, the Contractor and his Field Superintendent/Foreman, and others whose input may be desired by the Contractor and /or City. The pre - rehabilitation conference will be held within approximately 10 days after the Contractor receives the notice of award. The purposes of this meeting will be to: o Establish communication and liaison between the parties; o Discuss security measures to be implemented at the site; o Outline the work schedule; o Describe the location and performance of noise attenuation barrier walls (if needed) and safety /security fences; o Clarify any questionable areas of work on the project; TS -5 0 1 0 o Finalize fluid discharge locations and requirements; o Determine point at which decisions to implement tentative operations will be made; o Discuss costs and payments /invoices and processing; o Any other subjects and submittals deemed appropriate to the project. 1.08 WORK SCHEDULE The Contractor shall adhere to the working hours set forth in Section 6 -7.4 of the Special Provi- sions, with the exception of the constant rate pumping test, which will last for a period of at least 24 continuous hours at the well site. 1.09 SUPERVISION AND COOPERATION The Contractor shall provide a qualified and experienced Foreman and rehabilitation Superin- tendent, one of whom shall be constantly in attendance throughout the rehabilitation project. In addition to directing all well rehabilitation and well testing activities at the well site, the Foreman shall be capable of coordinating the work with all personnel and subcontractors so that the overall project is successfully executed and completed without conflicts or delays. It is imperative that the Foreman maintains daily communication with the Geologist during the course of the project. 1.10 TERMINATION The City reserves the right to terminate the work on the well 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 on the Proposal. TS -6 PART 2 — WELL REHABILITATION PROCEDURES (Technical Provisions) 2.01 MOBILIZATION AND DEMOBILIZATION (Bid Item No. 1) Mobilization and demobilization shall include the transportation of personnel, equipment, and operating supplies to and from the well site; obtaining all permits necessary to perform work at the site; setting up traffic control per traffic control plans; establishment of portable sanitary fa- cilities; obtaining an adequate source of fresh water from the City; and other preparatory work at the well site and mobilization for work required by the, Contractor. The Contractor shall provide a crane adequate for pump removal and re- installation; all tools, accessories, power, fuel, materials, supplies, lighting, water, and other equipment; and experi- enced personnel necessary to conduct efficient rehabilitation operations at the well site. The crane shall be in good condition and of such capacity to properly and safely lift the entire pump bowl and column assembly from the well. For this temporary water service, the Contractor shall follow the procedures described in the Special Provisions Section 7 -8.5 of these Specifications. The method of obtaining the water will be established at the Pre -Bid Meeting. The Contractor shall properly dispose of all wastewater and nuisance water. Discharge of fluids from rehabilitation and/or test pumping will not be permitted to flow offsite to other properties. Prospective bidders will be notified of the NPDES permit discharge requirements at the Manda- tory Pre -bid Site Meeting. Discharge of test water will be conducted under the City's NPDES permit. At completion of the work, the Contractor shall remove all waste materials, rubbish, and debris from and about the well site as well as all tools, construction equipment, fuel tanks, machinery, temporary structures, and surplus materials. Bailed sediment and sand, etc., are to be re- moved from the well site and properly disposed of by the Contractor. The Contractor shall leave the well site clean and ready for use by the City. The Contractor shall restore all tempo- rary work areas at the well site to their original condition. Measurement and Payment Payment for mobilization will be made after completion of that work and will constitute 60% of the lump sum bid item. Payment for demobilization will be made after completion of that work and will constitute the remaining 40% of the lump sum bid item. Total payment of Bid Item No. 1 will be made on the amount presented in the original bid item, regardless of actual cost to the Contractor and will constitute full compensation for all labor, materials, equipment, power, per- mits fees and all other items necessary and incidental to completion of the work. 2.02 PUMP REMOVAL (Bid Item No. 2) Prior to pump removal, a groundwater sample from the well shall be collected. Following this, the Contractor is to disconnect all electrical wiring and appurtenances prior to the removal of the pump from the well. The Contractor shall also remove all apparatus from the well, including but not limited to: the motor, discharge head, oil tubing, cable, shafting, column, bowl assembly, strainer, sounding tube(s) and airline. TS -7 0 0 Measurement and Payment Payment for pump removal will be made after completion of that work. Payment of Bid Item No. 2 will be made on the amount presented in the original bid item, regardless of actual cost to the Contractor and will constitute full compensation for all labor, materials, equipment, power, and all other items necessary and incidental to completion of the work. 2.03 REBUILD PUMP AND MOTOR (Bid Item No. 3) Following removal of the pump, motor, column and bowls, these items shall be transported to the Contractor's facility for examination and rebuilding. This work may be performed at anytime following removal but must be completed prior to the completion of testing in the well. Rebuild- ing of the pump, motor, column and bowls will consist of, but not be limited to, the following tasks: Recondition Existing 400 HP Motor: o Furnish and install new thrust and guide bearings. o Epoxy dip and bake windings. o Balance the rotor. o Clean all parts. o Re- assemble o Paint o Test Rebuild Pump Column and Bowls: • Install a new galvanized suction cone strainer. • Rebuild the 16HXB -4 bowl assembly, including the installation of new wear rings and machining and installation of new bowl shaft and bushings. • Install new butt threaded and coupled (T &C) column pipe. • Install new water lube retainers. o Replace shaft couplings. o Replace landing nipple. o Install new head shaft with nut and key. Measurement and Payment Payment for rebuilding of the motor, pump column and bowls will be made after completion of that work. The work tasks listed above are for bidding purposes only. Upon examination of the pump, it may be found that not all of the tasks listed may need to be performed, Thus, upon examination of the pump, the Contractor shall re- evaluate their costs to rebuild the motor, pump column and bowls and present a final cost to perform this task to the City at that time. Payment for Bid Item No. 3 will be made on the final amount presented to the City, as based on the Con- tractor's examination of the motor, pump column and bowls. That final presented amount will TS -8 • i constitute full compensation for all labor, materials, equipment, power, and all other items nec- essary and incidental to completion of the work. 2.04 PRE - REHABILITATION DOWNWELL VIDEO SURVEY (Bid Item No. 4) The Contractor shall clarify the water column inside the well casing. Should sediment fill be present in the bottom of the casing (at a depth of 740 ft bgs), the Contractor shall bail this mate- rial to the maximum possible extent using a bailer or scow or equivalent retrieval device. The Contractor shall furnish all labor, material and equipment required to provide a color video survey of the entire casing after preparation of the water to produce clear viewing conditions. The Contractor shall also furnish all labor, material and equipment required to produce clear viewing conditions throughout the casing. The Contractor will introduce a polymer type floccu- lant into the well, followed by water through a garden hose. The Contractor will allow water to flow into the well for a maximum period of 48 hours in advance of the video survey to produce clear viewing conditions. Should a clear video picture of the internal casing conditions not be achieved, additional clear water preparations shall be instituted and additional video surveys conducted until a clear video picture record is obtained. This work shall be accomplished at the Contractor's expense. As the camera surveys the full casing interval in the well, a digital depth record shall be re- corded on the video survey log for reference. The video camera shall be capable of providing both vertical and horizontal (side) viewing of the entire casing as it descends into the well. When a successful video survey log has been acquired, two copies in VHS cassette form and two in DVD form shall be provided, one of each to the City and to the City's Representative. A report will accompany this video survey log, documenting survey date, static water level, perfo- ration depth intervals and conditions, and total well depth. Measurement and Payment The downwell color video surveying conducted prior to brushing and bailing shall be paid at the unit lump sum price. The price shall constitute full compensation for all labor, material, equip- ment, and incidentals required to prepare the water in the well for clear viewing and perform a color video survey, complete per plans and specifications. Total payment of Bid Item No. 3 will be made on the amount presented in the original bid item, regardless of actual cost to the Con- tractor and will constitute full compensation for all labor, materials, equipment, power, and all other items necessary and incidental to completion of the work. An additional video survey will be performed at the Contractor's sole expense, if water condi- tions are too turbid during the initial video survey for complete observation of the well casing and additional clear water preparation will be needed. No partial payment will be allowed unless all work has been completed and accepted by the City or its Representative. There will be no standby payment for rig time or idle time while the video survey is being run. TS -9 10 0 2.05 WIRE BRUSHING AND BAILING (Bid Item No. 5) Following review of the initial video survey log, the Contractor shall use a brush with stiff steel bristles (wire) and shall brush the entire length of the casing in order to remove any loose en- crusting material from the walls of the casing. This wire brush shall be equal in diameter to the well casing. The attached Water Well Driller's Report (presented in the Appendix 1) shows the type and approximate location of perforations in the well. Figure 2 shows an "as- built" diagram of the constructed well. Should any residual material be left on the walls of the well casing, the Contractor will be re- quired to repeat wire brushing of the well casing, until clean. Should this operation be repeated then a video survey, at the Contractor's expense, will be performed to confirm that the casing has been effectively cleaned by the wire brush. After sufficient brushing, the well will be allowed to sit for a 24- to 48 -hour time period. The debris will be allowed to settle to the bottom of the well during this period. Sediment fill shall be removed from the bottom of the casing to the maximum possible extent using a bailer or scow or equivalent retrieval device. Disposal of Bailed Material All bailed material (water and sediment) shall be placed in appropriate containers. The sedi- ment, after separation from the water, shall be placed in steel, 55- gallon- capacity drums, prop- erly labeled, and eventually removed from the well site for disposal by the Contractor. The Contractor will be responsible for manifesting the bailed material for disposal at an appropriate and approved facility. The City's Representative shall be onsite to collect a sample of the bailed material for possible laboratory analysis. The total depth of the casing shall be measured shortly following bailing. Measurement and Payment Wire brushing and bailing shall be paid at a unit price per -hour basis. The price shall constitute full compensation for all labor, material, equipment, and incidentals required to wire brush and bail the well for the time period designated on the bid sheet for the well. No partial payment will be allowed unless all work has been completed and accepted by the City or its Representative. 2.06 CHEMICAL TREATMENT (DEVELOPMENT) (Bid Item No. 6) Based on the results of the initial video survey and the results of chemical analyses, if per- formed, it may be necessary to perform chemical treatment (development) of the well. It is likely that inhibited hydrochloric acid (HCI), whether employed alone or in combination with other chemicals, may be used. Besides treatment with this acid, a combination of superchlork nation, treatment with a biocide and a dispersant, and treatment with other acids (such as gly- colic or sulfamic may also be used. For the purposes of bidding, assume that a solution of 6% HCI will be used to treat the well water. The chemicals chosen will need to be swabbed and agitated into each screened interval of the well, with a double -swab tool (if the casing is straight enough to allow the use of the double - swab tool). The water column will be further treated by chlorination at the end of all rehabilita- tion work, as defined in Bid Item No. 14, below. TS -10 0 0 The method(s) of emplacement and type of chemical(s) to be used shall be determined by the Contractor prior to chemical treatment. A preliminary chemical treatment plan proposed by the Contractor must be submitted to the City at the time of bidding. For bidding purposes, the total casing volume of water to be treated is estimated to be 5000 gallons. The chemical treatment method proposed by the Contractor will be reviewed by the City or its Representative. This plan will include the following items: a. The chemicals to be used in the treatment process. b. The amount(s) of each chemical to be used based on the volume of water in each well (the Contractor is to show their calculations in the plan). c. The equipment to be used in applying the chemicals. d. The method of application of the chemicals. e. The amount of residence time of each chemical in each well. f. The method(s) for removing and inhibiting or neutralizing each chemical used. Measurement and Payment: For the purposes of bidding, the Contractor may assume that complete encrustation of the screened area of each well with IRB -type deposits has occurred. Thus, the Contractor will cal- culate, for the purposes of bidding only, the types, quantities, and method of placement of acids and dispersants to remove the encrustation from each well casing. For calculation purposes refer to the State Well Completion Report in Appendix 1 and Figure 2 for the construction pa- rameters of the well to determine the approximate volume of water in storage in the casing. The static level in the well (identified on the video survey) will also be used by the Contractor to help determine the volume of chemicals needed. The types and final quantities of chemicals used will be contingent upon the results of the initial downwell video survey. Chemical treatment of the well shall be paid on a unit lump sum price. The price shall consti- tute full compensation for all labor, material, equipment, and incidentals required to chemically treat the well as proposed by the bidder. The use of a subcontractor to perform the work is allowed. No partial payment will be allowed unless all work has been completed and accepted by City or its Representative. 2.07 MECHANICAL DEVELOPMENT) (Bid Item No. 7) Mechanical development shall begin at the uppermost perforated interval with simultaneous swabbing and airlifting of each successive 10- to 20 -foot screen length until the discharge be- comes reasonably clear as determined by the onsite Geologist. Following such determination, the assembly shall be lowered to the next 10- to 20 -foot interval of screen and the procedure repeated until all screen sections have been mechanically developed. It is anticipated that each 10- to 20 -foot screen zone will require on the order of 1 to 3 hours (depending on the length of tool used) of such simultaneous swabbing and airlifting. Mechanical development will be accomplished using both an open- ended, single swab tool and a double swab tool consisting of a rubber packer assembly near each end separating an ap- proximately 10- to 20 -foot long perforated tubing for pumping intake. The downhole end of the perforated tubing on the double -swab mechanical development tool shall be capped. If the well is not plumb and straight, then it may be possible to use smaller diameter tools attached to a nylon -line with a cable tool rig to perform mechanical development. TS -11 10 0 The Contractor shall provide adequate air compressor capacity in both volume (cubic feet per minute - cfm) and pressure (pounds per square inch - psi) to maintain the proper relationships between air pressure /air volume capacity and the diameters and lengths of both drill pipe and air tubing in order to maintain proper airlifting efficiency during mechanical development. As a minimum, a compressor rated at 600 cubic feet per minute (CFM) and 250 pounds per square inch (PSI) is required. The pumping rate shall be between 300 to 500 gallons per minute (gpm); the eductor airlift pipe shall be six (6) inches in diameter, minimum. All development fluids extracted during airlifting will be treated as defined in Bid Item No. 8, below. Measurement and Payment: Mechanical development shall be paid on a per -hour basis for each well. The price shall consti- tute full compensation for all labor, material, equipment, and incidentals required to mechani- cally develop the well for the time period shown on the bid sheet. No partial payment will be allowed unless all work has been completed and accepted by the Geologist. Any additional mechanical development time, as needed to completely develop the well, shall be approved by the City and shall be paid at same per -hour basis as the originally bid hours for mechanical de- velopment. 2.08 TREATMENT OF DISCHARGE AND DEVELOPMENT FLUIDS (Bid Item No. 8) This task shall include the treatment of the mechanical development water, sampling of the discharge water prior to its release, and monitoring of the discharge in accordance with the City's NPDES permit. A copy of this permit is presented in Appendix 2. Table 2 -1 in Appendix 2 provides a complete list of the constituents that the Contractor will need to sample and submit to a State - certified laboratory for analysis. Treatment of the discharge fluids from mechanical development shall initially consist of neutrali- zation of any low pH fluids air - lifted from the well and blending the discharged water with hy- drant water. The water generated during development operations must be de- chlorinated prior to discharge. The Contractor will be responsible for the setup of the necessary equipment to treat and monitor the discharge, so that compliance with the NPDES permit is achieved. Such equipment may include but not be limited to above - ground storage tanks (Baker or Rain -for- Rent type). The equipment shall be arranged and the discharge shall be conducted so that the duration of discharges during any of the operations which generate water, will be continuous. Samples of the discharged water are to be collected within the first 30 minutes of each discharge. Prior to any discharge occurrence, grab samples of the fluids to be dis- charged shall be gathered by the Contractor and analyzed by a State - certified laboratory to verify that the fluids to be discharged will be below the maximum levels of each con- stituent as listed in Table 2 -1 and the NPDES permit requirements (see Appendix). For the purposes of bidding, a maximum of ten (10) grab samples will be collected of the discharge by the Contractor during mechanical and pumping development and produc- tion testing operations. If the testing detects levels exceeding constituent limits, all discharge will cease immediately and the Contractor must provide whatever additional labor, equipment, etc. are required and at no additional cost to the City, to reduce the exceeded limits to within the NPDES permit re- quirements. TS -12 • • All solids /sludges generated during the well development process shall be contained onsite. The solids /sludges shall be disposed of at a pre- approved site and proof of proper disposal shall be submitted to City. Laboratory testing of solids generated must be submitted to the dis- posal facility prior to disposal and a copy presented to the City prior to disposal. Solid matter shall be separated from the discharge fluids prior to disposal. The fluids remaining after separa- tion shall be discharged in accordance with the NPDES permit requirements. Measurement and Payment Treatment of the generated discharge shall be paid on a lump sum basis. The price shall con- stitute full compensation for all labor, material, equipment, and incidentals required to treat, transport and sample discharged water from the well. The use of a subcontractor to perform the treatment services is allowed. No partial payment will be allowed unless all work has been completed and accepted by City and its Representative. 2.09 POST DEVELOPMENT DOWNWELL VIDEO SURVEY (Bid Item No. 9) The Contractor shall again clarify the water column in the casing and conduct a second video survey. The purpose of this video survey is to check the results of chemical and mechanical development of the well. Should sediment fill be present in the bottom of the casing (at a depth of 740 It bgs), the Contractor shall bail this material to the maximum possible extent using a bailer or scow or equivalent retrieval device. The Contractor shall furnish all labor, material and equipment required to provide a color video survey of the well after preparation of the water to produce clear viewing conditions. The Con- tractor shall also furnish all labor, material and equipment required to produce clear viewing conditions in the well. The Contractor will introduce a polymer type flocculant into the well, fol- lowed by water through a garden hose. The Contractor will allow water to flow into the well for a maximum period of 48 hours in advance of the video survey to produce clear viewing condi- tions. Should a clear video picture of the internal casing conditions not be achieved, additional clear water preparations shall be instituted and additional video surveys conducted until a clear video picture record is obtained. This work shall be accomplished at the Contractor's sole expense. As the camera probe surveys the full casing interval in the well, a digital depth record shall be recorded on the video survey log for reference. The video camera shall be capable of providing both vertical and horizontal (side) viewing of the entire casing as it descends into the well. When a successful video survey log has been acquired, two copies in DVD form shall be pro- vided, one of each to the City and to the City's Representative. A report will accompany this video survey log, documenting survey date, static water level, perforation depth intervals and conditions, and total well depth. Measurement and Payment The downwell color video surveying conducted prior to brushing and bailing shall be paid at the unit lump sum price. The price shall constitute full compensation for all labor, material, equip- ment, and incidentals required to prepare the water in the well for clear viewing and perform a color video survey, complete per plans and specifications. Total payment of Bid Item No. 8 will be made on the amount presented in the original bid item, regardless of actual cost to the Con- TS -13 0 10 tractor and will constitute full compensation for all labor, materials, equipment, power, and all other items necessary and incidental to completion of the work. An additional video survey will be performed at the Contractor's expense, if water conditions are too turbid for complete observation of the well casing and additional clear water preparation will be needed. No partial payment will be allowed unless all work has been completed and ac- cepted by the City or its Representative. There will be no standby payment for rig time or idle time while the video survey is being run. 2.10 MOBILIATION AND DEMOBILIZATION OF TEST PUMP (Bid Item No. 10) Following mechanical development of the well, Contractor shall install and later remove a tem- porary test pump for the well. A temporary 2- to 3 -inch I.D. access tube shall also be installed during test pump installation in order to provide access for a flow meter survey tool into the well casing during pumping. The pump shall be a deep well turbine type. The capacity of the pump shall not be less than 4000 gpm against a total head of about 400 feet. The pump intake shall be set at approxi- mately 280 ft below ground surface. The prime mover (motor) shall be a variable -speed type in order to perform pumping develop- ment and testing operations. This pump motor shall also meet all noise regulation require- ments 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 the Special Conditions in these Specifications. The Contractor shall provide orifices, meters, or other approved devices that will accurately measure the flow rates, in total amount of water pumped (in gallons) and the instantaneous discharge (in gpm). The discharge line shall be provided with suitable equipment for sand testing, such as the Rossum Centrifugal Sand Sampler. The pump shall be equipped with suitable throttling devices to control the rate of the pumping discharge from the well. The test pump shall not be equipped with a foot valve, which would prevent backspin and interfere with surging operations. The required pumping unit shall be capable of being operated without interruption for a period of 72 hours during subsequent aqui- fer testing operations After removing the test pump from the well, 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. Proper disposal of such absorbent "socks ", if used, must be provided for by the Contractor. Measurement and Payment Installation and subsequent removal of the test pump shall be paid at the unit lump sum price. The price shall constitute full compensation for all labor, material, equipment, and incidentals required to install, maintain, and remove a deep well test pump, complete in place per plans and specifications. No partial payment will be allowed unless all work has been completed and accepted by the City or its Representative. TS -14 • • 2.11 PUMPING DEVELOPMENT (Bid Item No. 11) Perform pumping development of the well. Pumping development shall consist of intermittent pumping and surging of the well, beginning at an initial rate in the range of 500 to 750 gpm and continuing to successively higher rates. Surging shall allow water to flow back through the bowls with free backspin and through the screen openings. The procedure shall be repeated at increments up until a final rate as recommended by the City's Representative. 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) 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 rec- ommended by the City's Representative. b) Sand content (if present) is no greater than 3 ppm as measured 15 minutes after surging, or as recommended by the City's Representative while pumping at the specified rate. Measurement and Payment Pumping development shall be paid at the unit price per hour. The price shall constitute full compensation for all labor, material, equipment, and incidentals required to develop the well by pumping for the period specified on the bid sheet. No partial payment will be allowed unless all work has been completed and accepted by the City's Representative. Any additional pumping development time, as needed to completely develop the well, shall be approved by the City and its Representative, and shall be paid at the same per -hour basis as the originally bid hours for pumping development. 2.12 PUMPING TESTS (Bid Item Nos. 12 and13) This item shall consist of production testing of the rehabilitated well to determine the optimum rate of pumping and shall include a step drawdown test and a constant rate pumping test. There shall be a period of at least 24 hours of non - pumping conditions following pumping de- velopment work prior to the start of the step drawdown test. The Contractor shall provide quali- fied personnel on a 24 -hour basis during the step drawdown and constant rate pumping test to assure proper operation of the pumping test equipment, and to assist in water level monitoring if requested by the City's Representative. Discharge Water Discharge water shall be conveyed from the pump to the point of discharge at the well site. It is imperative to ensure that no damage by flooding or erosion is caused to the chosen drainage structure or water disposal site, or to nearby lands and /or streets. The Contractor shall provide all piping and discharge lines. The point of discharge location is discussed in Section WR1 - Special Conditions, of these Technical Specifications. No fluids will be permitted to flow offsite (except to proper drainage facilities) or to properties not owned by the City. The discharge wa- ter shall meet all NPDES requirements, as outlined in these Special Provisions, Section 2.08, Bid Item No. 8 of these Technical Specifications. TS -M Records The Contractor shall keep accurate records of the pumping tests of the well and furnish copies of all records to the City's Representative upon completion of the tests. The records shall also be available to the City's Representative for inspection at any time during the tests. The re- cords 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 meth- ods used in measuring water levels and pumping rates; and all resulting water level and pump- ing rate data monitored by the Contractor. The Contractor shall also keep records on the type of pumping equipment used at the well site 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. Aborted Tests Whenever continuous pumping at a uniform rate has been specified, failure of pumping opera- tions for a period greater than one percent of the elapsed pumping time shall require suspen- sion of the test until the water level in the pumped well has recovered to its original level. Recovery shall be considered "complete" after the well has been allowed to rest for a period at least equal to the elapsed pumping time of the aborted test, except that if any three successive water level measurements spaced at least 20 minutes apart show no further rise in the water level in the pumped well, the test may be resumed immediately. The City's Representative shall be the sole judge as to whether this latter condition exists. The Contractor will not be paid for any re- testing done if the specified time or recovery requirements of the City's Representa- tive for the aborted test are not first met. These tests are invalid and will not be construed as a test. Bid Item 12. Step Drawdown Test Prior to starting the step drawdown test in the well, the static water level shall be measured. The well shall be "step" tested at rates determined by the City's Repre- sentative. The step drawdown test for the well is estimated to require approximately 12 pumping hours with each step being 3 to 4 hours in duration. The Contractor shall operate the pump and change the discharge as directed by the City's Representative. Both a gate valve and an engine throttle shall control the dis- charge of the pump. The discharge shall be controlled and maintained at approxi- mately the desired discharge for each step with an accuracy of plus or minus 5 percent. Pump discharge shall be measured with an instantaneous flow meter dial and a totalizer meter and stopwatch, as approved by the City's Representative. Both an air -line and electric sounder shall be furnished by the Contractor for water level measurements. During the step drawdown test, the Contractor shall record sand content measure- ments at 30- minute intervals. TS -16 Bid Item 13 Constant Rate Pumping Test After a 24 -hour recovery period from the end of the step drawdown test, a constant rate pumping test shall be performed as directed by the City's Representative. This test shall be run for a period of 24 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 rate pumping test, at which time the City's Representative will collect residual drawdown (recovery) data. During the constant rate pumping test, the Contractor shall also conduct the final sand content testing. The sand content shall be determined by averaging the results of samples collected at the following times during the 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 3/4 of the time has elapsed; 5) near the end of the pumping test. Measurement and Payment Step drawdown testing shall be paid at the unit price per hour. The price shall constitute full compensation for all labor, material, equipment, and incidentals required to test the well at three to four drawdown "steps" at three hours each for a maximum of 12 continuous hours. Addi- tional or fewer pumping hours as recommended by the City's Representative will be paid for at the hourly rate shown for Bit Item No. 12. Constant rate pumping test shall be paid at the unit price per hour. The price shall constitute full compensation for all labor, material, equipment, and incidentals required to test the well for a maximum test period of 24 hours. Additional or fewer pumping hours as recommended by the City's Representative will be paid for at the hourly rate shown for Bid Item No. 13. The City will pay for this laboratory testing of the water sample collected at the end of the constant rate pumping test. 2.13 DOWNWELL FLOW METER (SPINNER) SURVEY (Bid Item No. 14) A flow meter (spinner) survey shall be conducted downwell for the purpose of providing infor- mation on the groundwater flow into the well near the end of the pumping tests. Specifically, the spinner survey shall be performed near the end of the constant rate pumping test, as di- rected by the City's Representative. The Contractor shall furnish services for performing the spinner survey of the well. The survey shall be run in the presence of the City's Representative. The temporary 2- to 3 -inch I.D. access tube installed during test pump installation will provide access to the well casing during pumping for the spinner survey. The spinner survey shall be conducted from the base of this 2- to 3 -inch I.D. temporary access tube to the full extent of the well casing, or as directed by the City's Representative. The survey shall be run after the constant rate pumping test at the well has been running under dynamic conditions for a period of at least 18 hours and after the pumping level has stabilized, which will be determined in the field by the City's Representative. Stop -count tests will also be performed, as directed by the City's Representative. TS -17 Each dynamic test shall be conducted at vertical descent rates of 30, 60 and 90 feet per sec- ond, unless otherwise approved by the City's Representative. Each stop count test shall con- sist of two- minute readings made at 10 -foot increments, or at increments recommended by the City's Representative. The record for the 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 well casing. The flow meter survey shall become the property of the City at the time of the survey is com- pleted. The Contractor shall provide five (5) field copies of the survey for the well to the City's Representative immediately upon completion and five (5) final copies and reproducible original at no additional cost. Calculation of flow rates and the percentage of each flow rate from each louvered casing interval shall be performed by the logging contractor and submitted to the City's Representative in tabular format. Flow meter survey measurements shall also be run on digital equipment and provided in ASCII format (on a 31/2-inch diskette). Measurement and Payment The flow meter survey at the well shall be paid at the lump sum price basis. The price shall constitute full compensation for all labor, material, equipment, and incidentals required to per- form the flow meter survey in the well to the total depth of the completed well. No partial pay- ment will be allowed unless all work has been completed and accepted by the City's Representative. 2.14 RE- INSTALLATION OF PERMANENT PUMP AND MOTOR (Bid Item No. 15) This task shall include the transportation of the rebuilt pump and motor (see Section 2.03, Bid Item No. 3) and reinstallation of all pumping apparatus for the well, including but not limited to: the motor, discharge head, oil tubing, cable, shafting, column, bowl assembly, and strainer. The Contractor shall connect all electrical wiring and appurtenances, as directed by the City. Measurement and Payment Payment for re- installation of the permanent pump will be made after completion of the rehabili- tation work. Payment of Bid Item No. 13 will be made on the amount presented in the original bid item, regardless of actual cost to the Contractor and will constitute full compensation for all labor, materials, equipment, power, and all other items necessary and incidental to completion of the work. 2.15 WELL DISINFECTION AND SITE CLEAN UP (Bid Item No. 16) Well Disinfection Following. demobilization of the test pump and re- installation of the original pump, the well shall be disinfected. Chlorine approved by state or local regulatory agencies shall be used as disin- fectant. 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 cal- cium hypochlorite is considered an acceptable disinfectant. Liquid sodium hypochlorite may be used instead of dry calcium hypochlorite. 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 atmos- phere or to direct sunlight. TS -1a E 0 The quantity of chlorine compounds used for disinfection shall be sufficient to produce a mini- mum 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. Disinfection of the well shall be performed in accordance with the following procedure o The disinfecting agent shall be uniformly applied throughout the entire water column in the well using the test pump for surging without discharge. The dispersion of the disinfectant shall be assisted by pouring into the well a volume of water equal to the volume of water contained in the well, after the disinfectant has been placed downwell. This will allow the disinfectant to flow out of the well and into the area adjacent to the louvered sections of casing. The disinfection and surging shall be performed for a minimum of 2 hours. o All accessible portions of the well above the water level shall be maintained in a damp condition with water containing the required concentration of disinfecting agent for a period of not less than 20 minutes. The disinfecting agent shall be left in the well for a period of at least 12 hours. After a 12 -hour, or longer, contact period, the well is to be pumped to clear the disinfecting agent. The Contractor shall provide a chemical, such as sodium thiosulfate (Na2S2O3) or sodium metabisulfite (Na2S2O5), or similar agent, to neutralize the chlorine before disposal. The Contractor shall direct the discharge through a metal canister, or similar device and /or method, in order to hold the disinfecting agent and dechlorinate the water discharged from the well. o After the chlorine is pumped from the well the Contractor shall provide access for City personnel to collect water samples from the well for bacteriologic analysis of Coliform bacteria. o Following collection of the water sample, the Contractor will be required to standby for a minimum 48 -hour time period. The Contractor shall not charge any standby time for this 48 -hour time period. o Well disinfection will be determined to be satisfactory when the heterotrophic plate count is less than 500 (HPC < 500) and negative for total Coliform bacteria. Test results other than HPD < 500 and negative total Coliform bacteria will require additional well disinfection and standby time at the Contractor's expense. o Following receipt of acceptable Coliform bacteria test results from the laboratory, the Contractor shall remove the test pump and demobilize all pumping equipment, meters, and discharge piping. The well shall then be sounded and any accumulations of more than 10 ft of sediment fill shall be bailed. Site Clean up At completion of the work, the Contractor shall remove all waste materials, rubbish, and debris from and about the well site as well as all tools, construction equipment, fuel tanks, machinery, temporary structures, and surplus materials, and clean up the site to its original pre - rehabilitation conditions. The Contractor shall also restore all temporary work areas to their original condition. TS -19 Measurement and Payment Well disinfection, and site clean up shall be paid at the unit lump sum price. The price shall constitute full compensation for all labor, material, equipment, and incidentals required to com- plete the work. TS -2o i`' O� Pik 1t ��FIo of /A;[.,ii(�ln7t.. d' 1000 0 -loco .E 4 _ ,,y ` Scale in Feet I I 4 �• --7 ,1 i iii I j 17:1 7_1 f J O b ¢ �.•, . • ��� . i =:_ :SL! TER 6 1 DOLPHIN AVENUE +`� QQNELL SITE Fire .Sta {� F r� • i 6 R P ;.' b Vallee t `t fiery v fit.' .1 rat -- ,�111i��.� Pi ,. • ♦ . 1 .. .� • c•l. 1�� lOffl r ai , Dr poi-in - pul FIGURE 1 SITE LOCATION MAP I Ground Level 0' (Depth In Feet) 1 Not to Scale 0 0 50' - -- 83'-84' — - 289' 297' 300' 360' 3 390'-- 380' 90'- - 80' - - - -- 399' 449' 469' 529' 549' 604' 649' - - 700' ;.- 729' 739' 760' - .- ... -.__. 2" I.D. Air vent rube 36" O.D. Conductor Casing Cement Grout for Conductor 1w Approximate Static Water Level 3" I.D. Gravel Feed Tube Cement Grout Seal 20" O.D. Carbon Steel Blank Casing, 318" Wall 4" I.D. Camera Port Sounding Tube 20" x 16" Cone Reducer - Carbon Steel - 318" Wail 34" Dia. Reamed Borehole Bottom of Cement Sealfrop of Gravel Pack 16" O.D. Carbon Steel 0.050" Slot, Roscoe Moss, Ful-Flo Louvered Casing 5/16" Wall 16" O.D. Carbon Steel Blank Casing- 5/16" Wall 28' Dia. Reamed Borehole Colorado Silica Sand Gravel Pack - 8 x 16 Gradation Natural Gravel Fill 16" O.D. Carbon Steel Cellar Pipe with End Cap, 6116" Wall FIGURE 2 "AS- BUILT" WELL CONSTRUCTION DIAGRAM DOLPHIN AVENUE DEEP WELL V L DWR of ell No. �'i k Began —�7F}� ermit Agency Permit No. STATE OF CALIFORNIA WELL COMPLETION REPORT I 1 w Rejen ro Iurrrumon Pamybl" nww uxe n OS IS11 0 1W13.0 K0L STATE WRL ((((HO. /,S����TA,,710N•• N0. `�� li 21 - I It 9 C A%II7p5lmHFR own IN REV 7190 IF ADDITIONAL SPACE IS NEEDED, USE NEXT CONSECUTIVELY NUMBERIWORM o' OFt(EtfrATtON (4) 10 DEPTH TO FIRST WATER—(FL) BELOW SURFACE DESCRIPTION .li C__ s �7Clcym2a L_..P Y r I. ounty APN Bwk Page Parcel Range �ii�l ►�Li1/ . NOM I�gitude .::�� w , F�nll�../ .fj 15 7p] IJ2�l:`- L'"tvdi�e IFTEMY MOM �r�� -x,11 q! ,%ice I A 9I�7._r �Iat� .1• %�'s� r�r��■►��uf<_ vi uis 12 �;16-41xd VW# N_ T.I . ► I I I I r .L . .. • ` TOTAL DEPTH OF ;. • I •• TOTAL DEPTH OF COMPLETED WELL / NIEL I . BOBER WAIMM �MW■■rW�WJKANW7:A: rAW=Yjr�ra PW Ili Elm own IN REV 7190 IF ADDITIONAL SPACE IS NEEDED, USE NEXT CONSECUTIVELY NUMBERIWORM 0 0 APPENDIX 2 TABLE 2 -1 - NPDES DISCHARGE CONSTITUENTS AND NPDES DISCHARGE PERMIT 0 TABLE 2 -1 E LIST OF ANTICIPATED NPDES PERMIT CONSTITUENTS TO BE SAMPLED FOR DISCHARGE OF DEVELOPMENT AND TESTING WATER CITY OF NEWPORT BEACH DOLPHIN AVENUE DEEP WATER WELL Constituent Units(l) Units 14linii�tUm Frequency of Analysis Ph .. i _ (Held) ;Constituents ... .. Total waste flow gal/day Daily Temperature °C Once daily during first 30 minutes of each discharge pH Units Dissolved Oxygen (DO) mg/L Electrical Conductance pmho /em Pelt" coasteats Oil and Grease mg/L Once daily during first 30 minutes of each discharge. Sulfate Sulfide Total Dissolved Solids (TDS) Total Hardness Total Inorganic Nitrogen Total Nitrogen Total Organic Carbon Total Suspended Solids (TSS) Sulfate Chloride mg/I. Annually Total Alkalinity Total Arsenic Ng/L Once daily during first 30 minutes of each discharge Total Recoverable Cadmium Total Recoverable and Dissolved Copper Total Recoverable and Dissolved Lead Total Recoverable Nickel Total Recoverable Selenium Total Recoverable and Dissolved Zinc Notes: (1) Units areas follows: mg/L = milligrams per Liter pg /L = micrograms per Liter • 0 California Regional Water Quality Control Board Santa Ana Region •'• • ': 11, 111 Amending Order No. R8- 2003 -0061, NPDES No. CAG998001 As amended by Order No. R8- 2005 -0041 General Waste Discharge Requirements for Discharges to Surface Waters That Pose An Insignificant (De Minimus) Threat to Water Quality The California Regional Water Quality Control Board, Santa Ana Region (hereinafter Regional Board), finds that: On August 22, 2003, the Board adopted Order No. R8- 2003 -0061, NPDES No. CAG998001, General waste discharge requirements for discharges to surface waters that pose an insignificant (De Minimus) threat to water quality. On March 4, 2005, Order No. R8- 2005 -0041 amended Order No. R8- 2003 -0061 to allow for coverage of previously excluded groundwater related discharges and/or de minimus discharges within the San Diego Creek/Newport Bay Watershed. Coverage of these discharges under R8 -2003- 0061 could be authorized provided that the discharges do not contain nitrogen, selenium or TMDL pollutants of concern at levels that pose a threat to water quality. 2. Type of discharges regulated under Order No. R8- 2003 -0061 did not include discharges of filter backwash water from treatment facilities. Filter backwash water from water treatment facilities discharges pose a de minimus threat to water quality. It is appropriate to amend Order No. R8- 2003 -0061 to include discharges of filter backwash water from water treatment facilities in Finding No. 1 of Order No. R8 -2003- 0061. 4. In accordance with Water Code Section 13389, the amendment of Order No. R8 -2003- 0061, NPDES No. CAG998001 is exempt from those provisions of the California Environmental Quality Act contained in Chapter 3 (commencing with Section 21100), Division 13 of the Public Resources Code. 5. The Board has notified the dischargers and other interested agencies and persons of its intent to amend Order No. R8 -2003 -0061 and has provided them with an opportunity to submit their written views and recommendations. 6. The Regional Board, in a public meeting, heard and considered all continents pertaining to the amendment. IT IS HEREBY ORDERED that Order No. R8- 2003 -0061 shall be amended as follows: Order No.R8- 2006 -0004 0 • Amending Order R8- 2003 -0061, NPDES No. CA G998001 General De Minimus Waste Discharge Requirements 1. 2. Order No. R8- 2003 -0061, Page 3 of 14, revise Finding 9 as follows: Page 2 of 5 9. This general permit regulates de minimus discharges (as listed below) to surface waters. An entity(ies) /individual(s) proposing de minimus discharges is hereinafter referred to as "discharger" and upon authorization, is subject to the terms and conditions of this Order. a. Construction dewatering wastes; (except storm water dewatering at construction sites); b. Wastes associated with well installation, development, test pumping and C. d. e. f. 9. h. i. j• k. 1. M. n. purging; Aquifer testing wastes; Dewatering wastes from subterranean seepage, except for discharges from utility company vaults; Discharges resulting from hydrostatic testing of vessels, pipelines, tanks, etc.; Discharges resulting from the maintenance of potable water supply pipelines, tanks, reservoirs, etc.; Discharges resulting from the disinfection of potable water supply pipelines, tanks, reservoirs, etc.; Discharges from potable water supply systems resulting from system failures, pressure releases, etc.; Discharges from fire hydrant testing or flushing; Non - contact cooling water; Air conditioning condensate; Swimming pool drainage; Discharges resulting from diverted stream flows; Other similar types of wastes, which pose a de quality, yet technically must be regulated minimus threat to water under waste discharge requirements; and o. Decanted filter backwash wastewater and/or sludge dewatering filtrate water from water treatment facilities. Order No. R8- 2003 -0061, Page 5 of 14, revise Finding 19 as follows: 19. The de minimus discharges described in Finding No. 9, above are not expected to cause toxicity, therefore no toxicity limits are specified in this general permit. 3. Order No. R8- 2003 -0061, Page 6 of 14, revise first paragraph as follows: IT IS HEREBY ORDERED that dischargers, their agents, successors, and assigns, who are discharging the types of wastes listed in Findings No. 9, above, in order to meet the provisions contained in Division 7 of the California Water Code and regulations adopted thereunder and the provisions of the Clean Water Act as amended and regulations and guidelines adopted thereunder, shall comply with the following: Storm water discharges are covered under separate permit. Order No.R8- 2006 -0004 • • Page 3 of 5 Amending Order R8- 2003 -0061, NPDES No. CAG998001 General De Minimus Waste Discharge Requirements 4. Order No. R8- 2003 -0061, Page 6 of 14, revise Discharge Specifications A.I. to include A. La. and A. Lb as follows: 1. The discharge of wastewater shall not contain constituent concentrations in excess of the following limits: a. For types of discharges a through n as listed in Finding No. 9 of the Order: EFFLUENT LIMITATIONS APPLICABLE TO ALL RECEIVING WATERS Constituent Maximum Concentration Oil and Grease 15 mg/I Sulfides 0.4 mg/l Total Residual Chlorine 0.1 mg/1 Total Suspended Solids° 75 mg/I Total Petroleum Hydrocarbons 100 pg/1(ppb) b. The discharge of decanted filter backwash wastewater and/or sludge dewatering filtrate water from water treatment facilities (Finding No. 9.o., above), shall not contain a total suspended solids maximum daily concentration in excess of 30 mg/L. 5. Order No. R8- 2003 -0061, Page 13 of 14, revise Application Requirements I.2. as follows: 2. FOR A NEW DISCHARGERS: At least 60 days before the intended start of a new discharge or individual permit expiration; the discharger shall submit an application for coverage under this Order. The authorization letter from the Executive Officer is required prior to commencement of the discharge for those types of wastes covered by this permit as described in Finding No. 9. The application shall consist of the following information: 6. Monitoring & Reporting Program No. R8- 2003 -0061, Page 3 of 5, revise Effluent Monitoring B.2. to include 13.2. a. and B.2.b. as follows: 3 Compliance shall be determined at a point before wastewater mixes with any receiving water. 4 Not a licable i all wastewater will percolate f percolate prior to reaching any receiving water. 5 New discharger is an entity/individual who is not currently authorized to discharge waste under this general permit and who is proposing de minimus discharge to be covered under this general permit. Order No.R8- 2006 -0004 Page 4 of 5 Amending Order R8- 2003 -0061, NPDES No. CAG998001 General De Minimus Waste Discharge Requirements 2. The following shall constitute the effluent monitoring program: a. For types of discharges a through n as listed in Finding 9 of the Order: Constituent Type of Sample Units Minimum Frequency of Sampling and Analysis Flow --- - - - - -- gpd Daily Oil and Grease Grab mg/1 During the first 30 minutes of each discharge and as directed by the Executive Officer, thereafter Sulfides During the first 30 minutes of Total Residual Chlorine ,2 Grab mg/l each discharge and as directed Total Suspended Solids2 " Total Dissolved Solids thereafter Total Inorganic Nitrogen " Total Petroleum Hydrocarbons Grab mg/1 " b. For the type of discharge listed in Finding 9.o. of the Order, the following shall constitute the effluent monitoring program: Constituent Type of Units Minimum Frequency of Sam le Sampling and Analysis Flow -- - - ---- gpd Daily During the first 30 minutes of Total Residual Chlorinee' 2 Grab mg/l each discharge and as directed by the Executive Officer, thereafter Total Suspended Solids2 " During the first 30 minutes of Aluminum (See note 1 below) Grab n/l each discharge and as directed (ppb) by the Executive Officer, thereafter Iron (See note 1 below) " Manganese (See note 1 below) " Unless it is known that chlorine is not in the discharge. 2 Not licable i all wastewater will app f percolate prior to reaching receiving waters. Order No.R8- 2006 -0004 Page 5 of 5 Amending Order R8 -2003 -0061, NPDES No. CAG998001 General De Mmmus Waste Discharge Requirements Note 1: For analysis of these constituents, the Discharger shall use the following reporting detection levels: Aluminum (50 ug/L); Iron (100 ug/L); and Manganese (20 ug/L). 7. Monitoring & Reporting Program No. R8- 2003 -0061, Page 4 of 5, revise Reporting C.2.1. as follows: 1) Specific type of the proposed wastewater discharge (see listing on Finding 9 of the Order); 8. All other conditions and requirements of Order No. R8- 2003 -0061 shall remain unchanged. I, Gerard J. Thibeault, Executive Officer, do hereby certify that the foregoing is a full, true, and correct copy of an order adopted by the California Regional Water Quality Control Board, Santa Ana Region, on January 18, 2006. AAd2a erard J. Thibeault Executive Officer 0 0 California Regional Water Quality Control Board Santa Ana Region January 18, 2006 STAFF REPORT ITEM: SUBJECT: Amendment to Order No. R8 -2003 -0061, NPDES No. CAG998001 — General Waste Discharge Requirements for Discharges to Surface Waters That Pose An Insignificant (De Minimus) Threat to Water Quality, Order No. R8- 2006 -0004 I. SUMMARY: On August 22, 2003, the Board adopted Order No. R8 -2003 -0061, NPDES No. CAG998001, general waste discharge requirements for discharges to surface waters that pose an insignificant (De Minimus) threat to water quality. It is appropriate to revise Order No. R8- 2003 -0061, to include decanted filter backwash wastewater discharges from water treatment facilities as one of the types of discharges regulated by Order No. R8- 2003 -0061. II. DISCUSSION: Order No. R8- 2003 -0061 currently regulates the following types of discharges: a. Construction dewatering wastes; b. Wastes associated with well installation, development, test pumping and purging; C. Aquifer testing wastes; d. Dewatering wastes from subterranean seepage, except for discharges from utility company vaults; e. Discharges resulting from hydrostatic testing of vessels, pipelines, tanks, etc.; f. Discharges resulting from the maintenance of potable water supply pipelines, tanks, reservoirs, etc.; g. Discharges resulting from the disinfection of potable water supply pipelines, tanks, reservoirs, etc.; h. Discharges from potable water supply systems resulting from system failures, pressure releases, etc.; i. Discharges from fire hydrant testing or flushing; j. Non - contact cooling water; k. Air conditioning condensate; 1. Swimming pool drainage; m. Discharges resulting from diverted stream flows; and n. Other similar types of wastes, which pose a de minimus threat to water quality, yet technically must be regulated under waste discharge requirements. r Amending Order Na R8 -2006 -0004 - Page 2 of 8 Amending Order R8- 2003 -0061, NPDES No. CAG99800 De Minimns permit Staff Report The most common treatment required for de minimus discharges is settling and/or dechlorination. Settling is used for those discharges with high settleable solids concentrations. Discharges with residual chlorine, such as wastewater from hydro- testing of pipes and storage tanks, swimming pool drainage, and development and purging of wells, must be dechlorinated, unless the concentration is depleted by natural processes prior to mixing with the receiving water. If dechlorination is not accomplished naturally, the most common method of dechlorination is with the use of chemicals. Water Treatment Plants are facilities that treat groundwater or surface water or a blend of the two to produce potable water. The treatment processes include coagulation, sedimentation and filtration to remove suspended solids (SS), iron and other pollutants from the intake water. Aluminum sulfate is the chemical agent most commonly used for coagulation/flocculation of suspended solids in the treatment processes. Wastewater discharges come mainly from backwashing of filters and dewatering of sludge. Filter backwash wastewater or spent filter backwash water contains many of the particles that were trapped in the filter during operation, including coagulants, metals, and microbes such as Cryptosporidium. Several studies have documented a range of Cryptosporidium oocyst concentrations in spent filter backwash from non- detect to over 15,000 oocysts/100 L, (EE&T, 1999). If filter backwash wastewater is discharged to surface water, Cryptosporidium may also be discharged with the filter backwash wastewater. However, because many animals cant' Cryptosporidium, it is common in both soil and untreated water. Lakes, rivers and streams can become contaminated by runoff that contains waste from infected animals. Wildlife can also contaminate water. Research shows that Cryptosporidium can be found in 97% of surface waters in the U.S. The amount of the parasite in water sources varies widely. Groundwater can, but is much less likely to, contain Cryptosporidium. Tests for Cryptosporidium are oftentimes inconclusive, costly and difficult. The other pollutant of concern from filter backwash wastewater discharges is total suspended solids. Settling of the wastewater prior to discharge normally addresses this problem. Iron and aluminum may also be discharged but there are no data available to determine reasonable potential for such constituents to be discharged at concentrations that would affect water quality. Currently, the Regional Board has adopted three individual waste discharge requirements (WDR) for discharges of filter backwash wastewater from three separate water treatment facilities. Evaluation of existing waste discharge requirements issued to water treatment facilities for discharges of filter backwash water indicate that such discharges could also be regulated under the general permit Order No. R8- 2003 -0061. The individual WDRs regulating the water treatment plant filter backwash wastewater include effluent limitations for total suspended solids, total dissolved solids, and total residual chlorine. The WDRs for one facility include an effluent limit for turbidity. Recently, Board staff received three new applications for waste discharge requirements from three water treatment facilities for filter backwash wastewater discharges into surface waters. Filter backwash water discharges pose an insignificant threat to water quality. Specifically for filter backwash wastewater discharges, the proposed amended Order does not include effluent limits for Cryptosporidium but does include a maximum daily effluent total 0 0 Amending Order No. R8- 2006.0004 Page 3 of Amending Order R8- 2003 -0061, APDES No. CA G99800 Oe nfrnimus permfi Sto fReport suspended limit of 30 milligram per liter (mg/L) based on secondary treatment standards and based on best professional judgment. Secondary treatment standards require discharges from publicly owned treatment works to meet an average monthly total suspended limit of 30 mg/L. Thus, it is appropriate to require that intermittent discharges, such as filter backwash wastewater, meet a maximum daily limit of 30 mg/L. Specifically for filter backwash wastewater discharges, the proposed amended Order also requires monitoring for iron, manganese and aluminum for those water treatment facilities that have the potential for discharging such constituents. It is appropriate to amend Order tab. RS- 2003 -0061 to include decanted filter backwash wastewater discharges, including filtrate water from sludge dewatering, from water treatment facilities as one of the types of discharges regulated by Order No. RS- 2003 -0061. The following changes to the Order are proposed: (additions arc boldface and highlighted, deletions are struck out). Only the revised Footnote reference numbers are shown for those Footnote references in the existing Order that would be affected numerically by the proposed amendments but for which no substantive changes in text are proposed 1. Order No. RS- 2003 -0061, Page 3 of 14, revise Finding 9 as follows: 9. This general permit regulates de minimus discharges (as listed in -Fi"ng -Ale. 1, above below) to surface waters. An entity(ies) /individual(s) proposing de minimus discharges is hereinafter referred to as "discharger" and upon authorization, is subject to the terms and conditions of this Order. 0 0 Amending Order No. R8- 2006-0004 Page 4 of 8 Amending Order R8- 20034061, NPDI S No. CAGM00 De Afinimus permit StaffReporr 2. Order No. RS- 2003 -0061, Page 5 of 14, revise Finding 19 as follows: 19. The de minimus discharges described in Finding No. k 4, above arc not expected to cause toxicity, therefore no toxicity limits are specified in this general permit. 3. Order No. RS- 2003 -0061, Page 6 of 14, revise first paragraph as follows: IT IS HEREBY ORDERED that dischargers, their agents, successors, and assigns, who are discharging the types of wastes listed in Findings No. + Q, above, in order to meet the provisions contained in Division 7 of the California Water Code and regulations adopted thereunder and the provisions of the Clcan Water Act as amended and regulations and guidelines adopted thereunder, shall comply with the following: 4. Order No. RS- 2003.0061, Page 6 of 14, revise Discharge SpecificationsA.1. to include A. La. and A. Lb., as follows: The discharge of wastewater shall not contain constituent concentrations in excess of the following limits: EFFLUENT LIMITATIONS APPLICABLE TO ALL RECEIVING WATERS Constituent Maximum Concentration Oil and Grease 15 mg/1 Sulfides 0.4 mg/I Total Residual Chlorine 0.1 mg/1 Total Suspended Solids' 75 mg/1 Total Petroleum Hydrocarbons 100 pg/I (ppb) 0 0 Amending Order No. R8- 2006-0004 Page 5 of 8 Amending Order R8- 2003 -0061, NPDRS No. CAG99800 De Minim us permit Staff Reporf 5. Order No. 118- 2003 -0061, Page 13 of 14, revise Application Requirements 1.2, as follows: 2. FOR A NEW DISCHARGERS: At least 60 days before the intended start of a new discharge or individual permit expiration; the discharger shall submit an application for coverage under this Order. The authorization letter from the Executive Officer is required prior to commencement of the discharge for those types of wastes covered by this permit as described in Finding No. 49. The application shall consist of the following information: 6. Monitoring & Reporting Program No. R8- 2003.0061, Page 3 of 5, revise Effluent Monitoring B.2. to include B.2.a, and B.2.b. as follows: 2. The following shall constitute the effluent monitoring program: n to i�j, F " Vp o�dis'charg ncs tt-- rrpu- ugh iffis ts�ed fh Ei_n'ding 9t:ufft— he•'0'r ear? Constituent Type of Sample Units Minimum Frequency of Sampling and Analysis Flow -- gpd Daily Oil and Grease Grab mg/1 During the first 30 minutes of each discharge and as directed by the Executive Officer, thereafter Sulfides " " to Total Residual Chlorine�*2 " Total Suspended Solids " Total Dissolved Solids " Total Inorganic Nitrogen to It to Total Petroleum Hydrocarbons Grab mg/I 11 Amending Order No. R8 -200. e - • Page 6 of 8 Amending Order R8 -2003 -0061, NPDtS No. CA 099800 De Aftnimus permit Staff Repon Const tueri't )ilieo Sam I I�ni`ls �iinimu Trequency r Snrit lin and Ao rlesis Iigo vo v �� ghd Dnil , -. � Gr�t'Fi m:r. r i u6ng.31 efft t30I inpu a ;o d`cJr'a�� eland traded, I s liy lb. Autivc � I[cer; fhereafte np �i o'(11tRt'sid r`�e yy (Pb'iat► ,end cd�$olids jj,V �a J: -1 -+Iw w num`ec nof°I`bg osV 1r 'lYi ti .. i1 u Iron ('r'.l( o�M to <Iy). Id 9 u Monitoring & Reporting Program No. R8- 2003.0061, Page 4 of 5, revise Reporting C.2.1) as follows: 1) Specific type of the proposed wastewater discharge (see listing on Finding + Hof the Order); Ilf. WRITTEN COMMENTS: Interested persons are invited to submit written comments on the proposed discharge limits and the Fact Sheet. Comments should be submitted by January 2, 2006, either in person or by mail to: J. Shami California Regional Water Quality Control Board Santa Ana Region 3737 Main Street, Suite 500 Riverside, CA 92501 -3348 • • Amending Order No. R8-2006-00#4 Page 7 of 8 Amending Order R8- 2003 -0061, NPDES No. CAG99800 De Minimus permit Staff Report IV. INFORMATION AND COPYING: Persons wishing further information may write to the above address or call J. Shami of the Regional Board at (951) 782 -3288. Copies of the application, proposed waste discharge requirements, Fact Sheet, and other documents (other than those which the Executive Officer maintains as confidential) are available at the Regional Board office for inspection and copying between the hours of 9:00 a.m. and 3:00 p.m., Monday through Friday (excluding holidays). V. REGISTER OF INTERESTED PERSONS: Any person interested in a particular application or group of applications may leave his/her name, address, and phone number as part of the file for an application. VI. PUBLIC HEARING: The Regional Board will hold a public hearing regarding the proposed waste discharge requirements as follows: DATE: TIME: PLACE: RECOMMENDATION: January 18, 2006 9:00 a.m. City Council Chambers of Loma Linda 25541 Barton Road Loma Linda Adopt Order No. R8- 2006 -0004, amending Order No. R8- 2003 -0061, NPDES No. CAG998001, as presented. Comments were solicited from the following agencies: U.S. Environmental Protection Agency, Permits Issuance Section (WTR -5) - Doug Eberhardt U.S. Army District, Los Angeles, Corps of Engineers - Regulatory Branch U.S. Fish and Wildlife Service - Carlsbad State Water Resources Control Board, Office of the Chief Counsel — Jorge Leon State Water Resources Control Board, Division of Water Quality - James Maughan State Department of Water Resources - Glendale State Department of Fish and Game — Los Alamitos State Department of Health Services, Santa Ana - Cor Shaeffer State Department of Health Services, San Bernardino - Sean McCarthy State Department of Health Services, San Diego - Steven Williams Orange County Public Facilities and Resources Department - Chris Crompton Orange County Health Care Agency - Seth Daugherty Amending Order No. R8- 20004 Page 8 of 8 Amending Order R8 -2003 -0061, NPDES No. CAG99800 De Minimus permit Staff Reped Orange County Water District — Nira Yamachika Riverside County Environmental Health Department - Sandy Bunchek San Bernardino County Dept of Public Works, Env. Management Division — Naresh Varma San Bernardino County Environmental Health Department — Daniel Avera City of Fullerton Fire Department - John White City of Santa Ana Fire Department - Bruce Guy City of Orange Fire Department - Anne Bland South Coast Air Quality Management District - Barry Wallerstein City of Santa Ana - City Manager Orange County Coastkeeper — Gary Brown Lawyers for Clean Water C/c San Francisco Baykeeper And the attached mailing list (current enrollees) r� (3g/i0D-tW7) CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 10 December 11, 2007 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Andy Tran 949 -644 -3315 or atran@city.newport- beach.ca.us SUBJECT: DOLPHIN DEEP WATER WELL REHABILITATION - AWARD OF CONTRACT NO. 3978 RECOMMENDATIONS: 1. Approve the specifications. 2. Award Contract No. 3978 to General Pump Company for the Total Bid Price of $145,600, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $15,000 to cover the cost of unforeseen work. 4. Approve a Budget Amendment appropriating $40,600 from the unappropriated balance of the Water Fund to Account No. 7503- C5500460. DISCUSSION: At 10:00 a.m. on November 20, 2007 the City Clerk opened and read the following bids for this project: BIDDER TOTAL BID AMOUNT Low General Pump Company $145,600.00 2 Layne Christensen Company $157,007.00 The low total bid amount is 6.7 percent below the Engineers Estimate of $156,000. The low bidder, General Pump Company, possesses a Califomia State Contractors License Classification C -57 as required by the project specifications. A check of the Contractors references indicates they have satisfactorily completed similar projects for other municipalities. Utilities Department staff noticed a reduction in water production at this well site and it was determined rehabilitation was in order to restore production to its original design levels. The work necessary for the completion of this contract consists of providing traffic control, removal and reinstallation of pump and motor, mechanical and chemical well development, video survey, test pumping, and rebuilding the existing pump and motor. The well is located at 9649 Dolphin Avenue in the city of Fountain Valley and owned and operated by the City of Newport Beach. • Dolphin Deep Water Well Rehattion —Award of Contract No. 3978 December 11, 2007 Page: 2 Pursuant to the Contract Specifications, the Contractor will have 40 consecutive working days to complete the work. Environmental Review: This project is exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15301 of the CEQA Guidelines. This exemption covers the repair of existing facilities involving negligible or no expansion of existing use. Public Notice: The Notice Inviting Bids was advertised in the City's official publication. Prior to starting work, staff will meet with the adjacent Valley Vista High School to discuss construction impacts. Other residents and businesses will not be directly impacted by this project. Geotechnical. Material Testing. and Survey Services: Geotechnical, material testing, and survey services are not anticipated for this project. Funding Availability: The estimated budget for this project was $150,000. A portion of this budget was expended on consultant design fees. The estimated budget did not account for the rebuilding of the pump and motor, which will cost $20,000 and is included with this contract. Therefore, a Budget Amendment is needed to sufficiently fund the project. Upon approval of the recommended Budget Amendment, funds will be available in the following accounts for the project: Account Description Water Enterprise Water Enterprise Proposed uses are as follows: Vendor General Pump Company General Pump Company Prepared by: AndyTraKP.E. Senior Civil Engineer Attachments: Project Location Map Bid Summary Budget Amendment Account Number 7503- C5500460 7503- C5500460 Total: Amount $ 120,000 $ 40,600 $ 160,600 Purpose Construction Contract $ Construction Contingency $ Total: $ Submitted Amount 145,600 15,000 Badum s Director 160,600 "FIR. I qil 9 wo- 71i M Ift tr Y - Z4 l4k" \N- .1 �fti CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TITLE: Dolphin Deep Water Well Rehabilitation BID LOCATION: _CRY Clerk's Office - City Hall CONTRACT NO.: 3978 DATE: 20- Nov -07 TIME: 10:OOAM ENGINEER'S ESTIMATE: $156,000.00 BY: A Tran CHECKED: DATE: PROJECT MANAGER: Andv Tran f :Wsem\obwlsharedloontmdw0 -0iVSID SUMMARY C- 3978.As Page 1 • • Engineers Estimate General Pum CO. Layne Christensen Co. ITEM ES I AMOUNT UNIT $ AMOUNT UNIT $ AMOUNT 1 Mobilization and Demobilization 1 LS $12,000. $12,000.00 $30,000.00 $30,000.00 $26,416.00 $26,416.00 2 Pump Removal 1 LS $10,000.00 $10000.00 $10,000.00 $10,000.00 $6,646.00 $6,646.00 3 Rebuild Pump and Motor 1 LS $30,000.00 $30,000.00 $20000.00 $20000.00 $19462.00 $19,462.00 4 Pre - Rehabilitation Downwell Video Survey 1 LS $1,200.00 $1,200.00 $1,000.00 $1,000.00 $825.00 $825.00 5 Wire Brushing and Bailin 16 Hr $225.00 $3600.00 $400.00 $8400.00 $334.00 $5344.00 6 Chemical Treatment Develo meat 1 LS $10,000.00 $10,000.00 $15000.00 $15000.00 $13,567.00 $13567.OD 7 Mechanical Development 50 Hr $200.00 $10,000.00 $200.00 $10,000.00 $390.00 $19500.00 8 Treatment of Discharge and Development Fluid 1 LS $15,000.00 $15,000.00 $13.000.001 $13.000.00 $12.920.001 $12,920.00 9 Post Development Downwell Video Survey 1 LS $1,200.00 $1,200. $1,000.00 $1,000.00 $825.00 $825.00 10 Mobilization and Demobilization of Test Pump 1 LS $15000.00 $15000.00 $12000.00 $12,000.00 $17,696.00 $17696.00 11 Pumping Develc ment 40 Hr $275.00 $11,000.00 $200.00 $8000.00 $210.00 $8400.00 12 S DrawdownTest 12 Hr $275.00 $3300.00 $200.00 $2,400.00 $210.00 $ 520.00 13 Constant -Rate Pumping Test 48 Hr $275.00 $13200.00 $100.00 $4,800.00 $210.00 $10080.00 14 Downwell Flow Meter (Spinner) Surve 1 LS $2,500.00 $2500.00 $3000.00 $3,000.00 $2,500.00 $2500.00 15 Re- Installation of Permanent Pump and Motor 1 LS $1500000 $15000.00 $800000 $8,000.00 $8,806.00 $8 806.00 18 Well Disinfection and Site Clean U 1 LS $3,000.00 $3!000,001 $1,000,00 $1,000.001 $1 500.00 1 $1,5D0.00 EE 1 $156,000.001 LOW 1 $145,600.001 2ND $157.007.00 f :Wsem\obwlsharedloontmdw0 -0iVSID SUMMARY C- 3978.As Page 1 • • 4ty of Newport BeaC� NO. BA- DBBA -029 BUDGET AMENDMENT 2007 -08 AMOUNT: $ao,soo.00 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase in Budgetary Fund Balance X Increase Expenditure Appropriations AND X Decrease in Budgetary Fund Balance Transfer Budget Appropriations No effect on Budgetary Fund Balance SOURCE: from existing budget appropriations from additional estimated revenues HX from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: To increase expenditure appropriations from unappropriated reserves for the deep water well rehabilitation. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account 500 3605 REVENUE ESTIMATES (3601) Fund /Division Account EXPENDITURE APPROPRIATIONS (3603) Amount Description Debit Water Fund - Unappropriated Reserves $40,600.00 " Description Description Division Number 7503 Water Pumping and Operations Account Number C5500460 Repair /Betterment of Wells & Pump Stations Credit $40,600.00 Division Number Account Number Division Number Account Number Division Number Account Number Division Number Account Number AutomeHc System E /nhy. Signed: C � �---_ �! 3p o Financial Approval: Administrative Services Director Da Signed: Signed: Approval: City City Council Approval: City Clerk 'zlw o-4 Date Date