Loading...
HomeMy WebLinkAboutC-4053 - Water Well Rehabilitation - Dolphin and Tamura Shallow Wells0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK I.cilani 1. Brown, MMC April 29, 2010 Mr. Michael Bodart, Director of Engineering General Pump Company, Inc. 159 North Acacia Street San Dimas, CA 91733 Subject: Water Well Rehabilitation - Dolphin and Tamura Shallow Wells (C -4053) Dear Mr. Bodart: On April 28, 2009, the City Council of Newport Beach accepted the work for 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 July 13, 2009. The Surety for the contract is Travelers Casualty and Surety Company and the bond number is 105022322. Enclosed is the Faithful Performance Bond. City Clerk Enclosure 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telenhnne• fA491 FA4 -'A00s . Fax- IRAQI R44 -snag . worm rlty newrxxt- hearh. rn.nc 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 0 WATER WELL REHABILITATION • DOLPHIN AND TAMURA SHALLOW WELLS CONTRACT NO. 4053 BOND NO. 105022322 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 5,102.00 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 Company, Inc., hereinafter designated as the 'Principal", a contract for construction of WATER WELL REHABILITATION - DOLPHIN AND TAMURA SHALLOW WELLS, Contract No. 4053 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 No. 4053 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and Travelers Casualty and Surety Company of America , duly authorized to transact business under the laws of the State of California as Surely (hereinafter 'Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Two Hundred Fifty -Five Thousand, One Hundred and 00/100 Dollars ($255,100.00) 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 specified In this Bond; otherwise this obligation shall become null and vokf. 28 0 0 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, Including reasonable attorneys fees, incurred by 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 Surely from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duty execute�y.ttre Principal and Surety above named, on the 15th day of August 2008. GENERAL PUMP COMPANY, INC. (Principal) Travelers Casualty and surety Company of America 46 &.C.{' Name of Surety Autfiorked Agent Signature 21688 Catenay Center Drive Diamond ear. Ca 91765 Richard Adair, Attorney in Fact Address of Surety Print Name and Title 909- 612 -3674 Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED E9 • CALIFORNIA ALL- PURPOSE ACKNOWLEDGMENT State of California l Cotmtyof Los Anoeles JI} 0 On B•15 -08 before me, P. Bauer, Notary Public DiY F1m+6Lrr{NNM wow""oom personally appeared Richard Adair a a 51pnb(al who proved to me on the basis of satisfactory evidence to be the persons) whose nameps) is/9M subscribed to the within instrument and acknowledged to me that he/shiarittgy executed the same in hmff%6f>✓QW eutnortzed capaaty(ies), and that by hls/Frdk%BtftlX signature( on the s 16"314 instrument. the personal, or the entity upon behalf of may PJAC • ° 0 which the person(s) acted, executed the Instrument. county '� Loy Artgf+t� per .1010 201 TMLom° 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNE m a and official seat. I Signature 1 ! / A Pboe fblery 6W /Lae u n of "p N Paw Though Bne 6rformation bahow is not isgufred by law, n may prom vafus Ne to persons refyJng on the document end could prevent fraudurenr rain") and readacrvnenh of fhhs term to anofher document Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: _ Capacity(les) Claimed by Signer(s) Signers Name: ❑ individual I■ ■ ■ ■ ■ Corporate Officer— TRIe(s): _ Partner _ ❑ Limited ❑ General Attorney In Fact Trustee Guardian or Conservator Other. Signer Is Representing: mC4T THV4:r.PB:;n pF 5!GeER Signer's Name: ❑ Individual • Corporate Officer — Thle(s): • Partner — ❑ Urnfted O General • Attorney In Fact ❑ Trustee • Guardian or Conservator • Other: Signer 19 Representing: Ric CG S �bER orowNm+r reryAarrriwi•aaoasam b...vo.amzm•o.e.uhur,rsTaarm•� V�r+■or remurcavi .r4omeerm • 0 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT ,r, <� . rt. A:.. n<., n. tiv.+. 4p> t, i>:. n:. 4:::>.,, nt.:? ty:• r, G.:•i::)iLn:.+'itSn.. >.: >..•i<! tit. wt. p<„ a�. ..q<..nt„w<.>:.r,:.n..n_n<„ne.A ..nv.wt�•jt.,. >i,yt.r, C.nS.* State of California 1 County of Angeles 1l On �J tct ?5, �fM$ before me, Rnnnie Rnv)el Nntary Pnhlic , Dalo Hete Men eme antl e d tie ONCe• personally appeared Michael Rodart NwWa)a Sqp (a) who proved to me on the basis of satisfactory evidence to be the personK whose name(Kislw subscribed to the within instrument and acknowledged to me that he/1hW1WW executed the same in his,4ndYlrsk authorized capacity(), and that by hisrhm0ft llr signature(oj on the instrument the person(p), or the entity upon behalf of which the person(o acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNE my ha and official eat. Signature"`"' PMro Ndary Seat ApP.e Sgnatue d Nelery FtlC OPTIONAL )laugh the inlormation below is not required by law, it may prove valuable to persons relying on the document and could prevent lmudulent removal and reattachment of this brm to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: U Individual U Corporate Officer — Title(s): I I Partner — U Limited Ll General _ U Attorney In Fact I7 Trustee Too a Ih=t) We O Guardian or Conservator 7) Other: Signer Is Representing: Number of Pages: Signer's Name: U Individual U Corporate Officer — Title(s): U Partner —0 Limited ❑ General L. Attorney in Fad O Trustee G Guardian or Conservator 0 Other: Signer Is Representing: RG1a711V'.TPR:T OF S'GNER F-1 u RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 w Recorded in Official Records, Orange County Tom oaly, Clerk- Recorder Illil'' Ilulll9lCilBillil !IilipiIllrK6�IN��IINO FEE 2009000293656 08 23am 06/08109 200 32 N12 1 0.00 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, Inc., of San Dimas, California, as Contractor, entered into a Contract on September 9, 2008. Said Contract set forth certain improvements, as follows: Water Well Rehabilitation — Dolphin and Tamura Shallow Wells (C -4053) Work on said Contract was completed, and was found to be acceptable on April 28, 2009, 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. VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. rn� Executed on at Newport Beach, California. BY N VJY C ClerK i '/12 �p ft} � M .r1 r CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK 1,61anl t. Brown, MMC April 29, 2009 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notices of Completion for the following projects: 1. Water Well Rehabilitation Dolphin & Tamura Shallow Wells (C -4053) 2. MacArthur Boulevard Median Trees (C -4054) 3. Flashing Crosswalk at Newport Blvd. & 23rd Street (C -3969) Please record the enclosed documents and return them to the City Clerk's office. Thank you. Sincerely, Le.ilani 1. Brown, ML 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 J � • 0 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 "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 PTM General Engineering Services, Inc., of Riverside, California, as Contractor, entered into a Contract on June 24, 2008. Said Contract set forth certain improvements, as follows: In- Pavement Lighted Crosswalk on Newport Boulevard at 23rd Street (C -3969) Work on said Contract was completed, and was found to be acceptable on April 28. 2009, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Developers Surety and Indemnity Company. of Ne l5ort Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on at Newport Beach, California. City Clerk 0 f CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT -3 /`.Fn G 8 21?ng Agenda Item No. 5 April 28, 2009 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: WATER WELL REHABILITATION DOLPHIN AND TAMURA SHALLOW WELLS — COMPLETION AND ACCEPTANCE OF CONTRACT NO. 4053 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 September 9, 2008, the City Council authorized the award of the Water Well Rehabilitation — Dolphin and Tamura Shallow Wells project to General Pump Company. The contract provided for cleaning of the water well casing and rebuilding the pump and motor at each site. 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: $255,100.00 Actual amount of bid items constructed: $251,900.00 Total amount of change order: $7,065.00 Final contract cost: $258,965.00 The decrease in the amount of actual bid items constructed over the original bid amount resulted from the reduction of test pumping time. The reduction of test pumping time will not have any adverse effect on the rehabilitation of the wells. The one change order was for additional labor and material needed to rebuild the Tamura pump and motor. The final overall construction cost including one change order was 1.5 percent over the original bid amount. • Water Weil Rehabilitation - Compleand Acceptance of Contract No. 4053 April 28, 2009 Page 2 A 6ur"rY he project schedule is as follows: Estimated completion date per June '08 schedule: January 23, 2009 Project award for construction: September 9, 2008 Estimated completion date at award: February 20, 2009 Revised completion dale: March 27, 2009 Actual substantial construction completion date: March 25, 2009 The revised completion date accounted for 10 non - working days due to inclement weather. It also reflected an additional 15 working days needed to complete the work described in the change order. The results of the well rehabilitation were positive. Current performance levels at both wells are similar to that the performance levels when they were originally constructed in 1996. In addition to the primary construction contract, this project involved other project expenses. Total project expenses are summarized as follows: Construction Design — Richard C Incidentals Total Project Cost Environmental Review: $258,965.00 Slade & Associates $41,000.00 $90.00 $300,055.00 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 Availability: Funds for the construction contract were expended from the following account: Account Description Water Enterprise Prepared by: Andy Tra Senior Civil Engineer Account Number Amount 7503- C6001002 $258,965.00 Total: $258,965.00 Submitted Stephen G. Badum Public Works Director r �tZ L-1 ,M L, J • CITY CLERK CITY OF NEWPORT BEACH 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 12th day of August, 2008, at which time such bids shall be opened and read for WATER WELL REHABILITATION DOLPHIN AND TAMURA SHALLOW WELLS Title of Project Contract No. 4053 $293,000 Engineer's Estimate _ rStephen G. Badum Public Works Director Prospective bidders may obtain one set of bid documents for $10 at the office of the Public Works Dept., 3300 Newport Boulevard, Newport Beach, CA 92663 Bidders are required to attend the MANDATORY pre -bid meeting at the Dolphin Well site, located at 9649 Dolphin Avenue, Fountain Valley, 92708 on August 51h, 2008 at 1:30 PM. Contractor License Classification required for this project: "C -57" For further information, call Andy Tran, Proiect Manager at (949) 644- 3315 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http://www.city.newl)ort-beach.ca.us CLICK: e- onlineservicesle- bidPublicWorks CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WATER WELL REHABILITATION - DOLPHIN AND TAMURA SHALLOW WELLS CONTRACT NO. 4053 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 Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price; may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 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. 7. 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. 4(76 766- (!57-A, eGl- 112i Contractor's License No. & Classification r�enerct i P„ 6M'Qd? � I nc Bidder TI � I �%Pc�f e f' ,W _ ir� Et/7 reV fez - Authorized 15ignatureffitle I Date CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WATER WELL REHABILITATION - DOLPHIN AND TAMURA SHALLOW WELLS CONTRACT NO. 4053 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 Not to Exceed Ten Percent of the Total Bid Dollars ($ toy ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of WATER WELL REHABILITATION - DOLPHIN AND TAMURA SHALLOW WELLS, Contract No. 4053 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the .construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award ", otherwise this obligation shall become null and void_ If the undersigned Principal executing this Bond is executing this Bond as an individual, It is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 7th day of August . 2008. General Pump Company, Inc. Name of Contractor (Principal) Travelers Casualty and Surety Company of Americ Name of Surety 21688 Gateway Center Drive Diamond Bar. Ca 91765 Address of Surety 909- 612-3674 Telephone P. Bauer Attorney in Fact Print Name and Tide (Notary acknowledgment of Principal _& SuratV must be attached) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles On B-7-08 before me, Gail Kelch, Notary Public Date Here Insert Nerve anR Ne of the Off e personally appeared P. Bauer Nama(¢ &gnarl who proved to me on the basis of satisfactory evidence to be the person(14) whose name(S) L%W subscribed to the within instrument and acknowledged to me that l shaft Wexecuted the same in W WherA%W authorized Qft 76b2 capacity0", and that by t�/her /111MI(signature(srj on the Cp Notary tirDfic Cawot32 instrument. the person(s), or the entity upon behalf of tes Angialw CourN which the person(%%) acted, executed the instrument. W Comm. Aug 21, 2010 i certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my h �' d and offi i l seat. (i,i_�. Signature Place Nmary Beal Abwa slgn M of Notary Public OPTIONAL Though the information below is not required by Jaw, It may prove valuable to persons retying on the document and could prevent haudulent 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 Signe(s) Signers Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer — Tdle(s): ❑ Corporate Officer — Thle(s): • Partner =❑ Limited ❑ General O Partner —❑ Limited ❑ General • Attorney in Fact ❑ Attorney in Fact MOM • Trustee Top of thlanb here ❑ Trustee Top of thumb here Cl Guardian or Conservator ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Signer Is Representing: O2WrNationel NObry Aamdatioe•9959 De SObla ¢,P.O.Bn[2gD2•,lretatortlt,DA 913t &20p2•wmv.NauwmrtJOtan:orp hamlWp7 namtler.IbllTOlFrteet•900$]EW27 TRAVELERS POWER OF ATTORNEY 1W 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 Surely 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 Fad No. 216350 Certificate No. 001473903 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 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 Slates 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 Stale of Iowa, and that Fidelity and Guaranty Insurance Underwriters. Inc. is a corporation duly organized under the laws of the $rate of Wisconsin Cherein 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 California . their true and lawful Ahomey(s) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge my and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF. the Companies have caused this instrument to be signed and thpir corporate seals to be hereto affixed, this February day 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 26th 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 O uO FtF 6 PO�lx �h4U9t� pa.�x9U9�� \,.F H0IRf�nY .y O Pxx,a P.� y ' PON9JS^ x C $II ears f 1 y4yects'p ,8$, �SEAt`$ `SSRLia° coxx. t 7 2' 'F �'2e.vec e �r Lp 4 ,p kRN: ANxr.... JP Mtn State of Connecticut City of Hartford ss. By: Georg Thompson, tr ice President On this the 26th 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 instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. T!7 � A� ffrt.� ,�.� /1 n In Witness Whereof I hereunto set my hand and official seal. ' � ► t \ lTp7 h `�' • My Commission expires the 30th day of June, 2011. * p�L1G • Marie C. Tetreuult, Nouuy Public s 58440 -8 -06 Printed in U.S.A. RED BORDER IS INVALID WITHOUT This Power of Attomey is granted under and by tbWdiority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Com(iany, 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 Attomeys -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 Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys -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 nr understanding to which it is attached. I, 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, 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 Sur cq,� oltnpany gi�4men . United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a tme and correct copy of the Power4iI ttome,);,gK d byrys "Parties, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and,a tea [hefa s or said Fpanies this 7thay of August , 20 98 .. z Kori M. ]ohans Assistant Secretary o�eu,Vr III yprlY �fln[x rM_ixg4 p�,xauyq ea�vaxa � �}IY'� 0 1982 0 * ~' oxroxx e: _ o. 6° 1977 fir® 7927, n,t`` _ aratron9,iuwww.8 �'mrarm ��''�sd a 1957 a o 'k SEAL`�3 `v3HEL:'i carer n q@ raw. j9 w tws ,pa N+8�1 �`oerlEw'" "'G„ v s:lwva to..._..ia` �O°� '4 .Y.�'uNB`- To verify the authenticity of this Power of Attorney, call 1. 800 -421 -3880 or contact us at www.stpaulttaveJeBbond.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. BORDER • 9 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California 1 County of Los Angeles li a 11: . -. 0 :err :� r �• .� 4 personally appeared William M. Tweed Names) of Signer(s) dh who proved to me on the basis of satisfactory evidence to be the person(s) whose name(p) isfwe subscribed to the within instrument and acknowledged to me that he a executed the same in hisftliftwiFauthorized capacity(io, and that by his /IfiomilliniiF signature(g on the instrument the person(g, or the entity upon behalf of which the personVacted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNE my d and official seqk2 Signature Place Notary Seal Afe� Signature of Notary wain 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: Capaclty(tes) Claimed by Signer(s) Signer's Name: ❑ Individual • Corporate Officer—Title(s): • Partner — ❑ Limited ❑ General • Attorney in Fact • Trustee 10P of thumb here ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 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: : 2�! v<`✓- <' ✓,.vcyC +..•.<�!'rTV<C1!C ✓ttq•: rde2' ✓O'�✓!�: �.'�/<�<v ✓<' ✓' ✓<' ✓.v!'erc.r v Top of rhumb here Best's Rating Center - Comp Information for Travelers Casualt�nd Surety ... Page 1 of 2 Industry Research Ratings Definitions Search Best's Ratings Press Releases Related Products 1. Industry 8 Reglony Country Risk Structured FinatTCe HowtG CdR Rated Contact an Analyst j/I View Rating, Financial Strength Issuer Credit Securities Advanced Search Travelers Casualty and Surety of America tomamba,mssue a aA Ank Tcle, New NNCM: E.te FEIYX. OWBOT!]0 Sc Tata,, ryew Yaik elcck Eaonanpe NYSE TRV Address: one Tower Square Phone: 860- 277 -0111 Hartford, CT06183 Fax: 860-277.7002 well: wwwjime.d.m.com Best's Ratings Financial Strength Ratings View Definitions Rating: Ae (Superior) Financial Size Category: XIII ($1.25 Billion to $15 Billion) Outlook: Stable Action: Affirmed EReciive Dale: June 03, 2008 * Denotes Under Review Best's Ratings tourist Web cerise r Thwb' P. �s a a¢ gmEIli wmpy,ne r. v r,rOdeome +ter k� brtpb'�q obligations b Poppybolaers , Issuer Credit Ratings View Definitions Long -Term: aa• Outlook. Stable Action: Affirmed Dale: June 03, 2003 Reports and News Visit our NevesROOm for Me latest news and press releases for this company and its AM Best Group, AMB Credit Report - Insurance Professional (Unabridged) (formerly known as Best's Company Report) - includes Seat's Fin: y rationale along with comprehensive analytical commentary, detailed business overview and key financial data + i Report Revision Date: 07/0312008 (represents the latest significant change). 11samr al Reports are available an AMB Credit Report - Msurance Professional ( Unabrdged) Archive. Best's Executive Summary Reports (Financial Overview)- available in three versions, these presentation style reports feature balance s .ey financial performance tests including profitability, liquidity and reserve analysis. one Status: 2008 Bests Statement File - PIC. US Contains data compiled as of all li 008 (Quality Cross Checked) a Single Company- five years of hnanaal data specifically on Reis company s Comparison - side -by -side financial analysts of this company with a peer group of up to five other companies you select F Composite - evaluate his company's financials against a peer group composite. Report displays both the average and total composite group. Ali Credit Region - Business Professional - provides three years of key financial data presented with colorful charts and tables. Each re latest Bests Ratings, Rating Rationale and an excerpt from our Business Review commentary. Data Status: Contains data compiled as of 8111/2008 (Quality Cross Checked). Bears Key Rating Guile Presentation Report - includes Best's Financial Strength Rating and financial data as provided in Best's Key Ra Data Status: 2007 Financial Data (Quality Cross Checked). +i 't Financial and Analytical Products Best's PropertylCasuaay Center Premium Data & Reports Best's Key Rating Guide - PIC, US & Canada Seat's Statement File _ PIC, US Bears Statement File - Global Bests Insurance Reports - PIC, US & Canada Best's State Line - PIC, US Best's Insurance Expense Exhibtl (IEE) - PIC, US Best's Schedule F (Reinsurance) - PIC. US Best's Schelde D (Mumopal Boods) - US Beat'S Schedule D (Common Stacks) . US Best's Schedule D (Preferred Storks) - US Best's Schedule P (Loss Reserves) - PIC, US Besl's Schedule D - Hybrid PIC & L1H, US BesfS Schedue D (Corporate Bonds) - 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 I Terms of Use I Legal & Licensing http: / /www3.ambest.com /ratings /FullProfile.asp ?B 1= 0 &AMBNum= 3609 &AltSrc =... 08/13/2008 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WATER WELL REHABILITATION - DOLPHIN AND TAMURA SHALLOW WELLS CONTRACT NO. 4053 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 Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the 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) Subcontractor's Information Bid Item Description of Work %of Number Total Bid Name: Address: J /V A Phone: State License Number: Name: Address: Phone: State License Number: Name: Address: Phone: State License Number: Bidder r E� '.zeen`n A orized ignature/Title 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WATER WELL REHABILITATION - DOLPHIN AND TAMURA SHALLOW WELLS CONTRACT NO. 4053 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. 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 Project Name /Number // Re Project Description Wal 'f Well TQ' d b se_rv%� Approximate Construction Dates: From lam1 aoo To: 8 h2oo,? Agency Name Contact Person &dy Telephone (%) &/4/- 3315 Original Contract Amount $ 145 Final Contract Amount $16 -41< If final amount is different from original, please explain (change orders, extra work, etc.) dQd I/ dt%rk 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. 0 0 No. 2 Project Name /Number i Project Description W A-Iil Well )"AL S�r✓ic.¢. Approximate Construction Dates: From c2l'9007 To: 5A�007 Agency Name 1.1 of/� AlG'adbet ' Contact Person Telephone" Original Contract Amount $KFinal Contract Amount $ 9W1k 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. AD No.3 Project Name /Number Y� / Project Description WCcY-e4- Well ge&L Approximate Construction Dates: From x007 To: 7 112oo7 Agency Name Contact Person C5� %rzth Telephone (760 oi88 -aN76- Original Contract Amount $ ll q l< Final Contract Amount $ 10161460 60 If final amount is different from original, please explain (change orders, extra work, etc.) Lgdd ll IOW "k 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. Na 0 0 • No.4 ,-/ Project Name /Number We-It ('1-,' Project Description Wt� kle-1 ` fie-kGb Approximate Construction Dates: From 1-912oc(t, To: -QA0o7 Agency Name Contact Person o -De )41d,-Q0 Telephone (Y,4 9/o -1223 Original Contract Amount $!i%,(pw Final Contract Amount $4J7, ?/o If final amount is different from original, please explain (change orders, extra work, etc.) �`d /l0f r�Ped /Dojo � bid /hems Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No No. 5 well ProjectNamelNumber ,, Project Description Wafer 5er ✓iC�- Approximate Construction Dates: From —544�00(0 To: 8. a006 Agency Name D f v Contact Person W;1 74,,-VPe Telephone (&6 895- a87% Original Contract Amount $135000 Final Contract Amount $� 000 If final amount is different from original, please explain (change orders, extra work, etc.) / O Ai -: Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No.6 ' / Project Name /Number We 1l 1,L Project Description witlPy VY e a Fehab Approximate Construction Dates: From 08 Ap ooG To: 16L-90 � Agency Name _ _ L !AV 0 #UILA/wX_x 23?aC4L.� Contact Person �/[/ /\�eir! Y04Z Telephone (7I7-) 374(-/5�Z Original Contract Amount $Final Contract Amount $ 96 K 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. a 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. �1 QJ1ew -" 4.rtp Bidder A rized Signature/Tite 10 MICHAEL G. BODART 0 Academic Background Bachelor of Science in Civil Engineering (1983) University of Missouri Post Graduate C.E. Courses in Geohydrology, University of Southern California Certifications 1999 -Byron Jackson Training Certificate 1998 -Grade 1 & 2 Distribution and Treatment Certificates 1998 - Engineering "A" License 1995 -Dale Carnegie Course 1995 - Mackay Pump Rehabilitation Certificate 1992 - Golden State Pump Technical Training Certificate 1990 - Completed Graduate C.E. Courses in Geohydrology at U.S.C. 1986 -Layne & Bowler Pump School Certification 1986 - Baroid 1 -week Drilling Fluid Technology Course Certification 1985- National Water Works Correspondence Course Certification Professional Experience General Pump Company, Inc. Director of Engineering 1993 - Present Layne Western Regional Engineering and Sales Manager (4 offices) 1985-1993 Federal Highway Administration Civil Engineer 1983-1985 Professional Presentations Michael G. Bodart (Mike Bodart) is recognized as an expert in the field of pump engineering and well rehabilitation in southern California. He has been invited to speak for numerous professional water related associations and conventions. Has been speaking professionally for more than 14 years and has presented in nationally known associations such as AWWA, Tri- State, Southern California Water Utility Association, Inland Water Works Association, Groundwater Resources Association and Central Coast Water Association. Mike was part of a six- person panel at Application Engineer/Inside Sales Kansas City to assist in training nationwide engineers in the water well pump business. Professional Publications Groundwater & Wells, Aird Edition, Johnson Screens, 2007 -Technical Reviewer 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WATER WELL REHABILITATION - DOLPHIN AND TAMURA SHALLOW WELLS CONTRACT NO. 4053 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of Los &?e /PS ) Riahae,/ L5da rt being first duly sworn, deposes and says that he or she is J�irY o/ E!x>ft, neer n? of Gene &rnQ 0 oaaa , , the party making the foregoing bid; that the bfd 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 parry 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 Califon the foregoing is true and correct. /� � � n Michac_0 ` / �iir?c�r of �A7P/a r' ri(%t)�o f t1� Bidder Adtliorized SigMati 1rerritle Subscribed and sworn to (or affirmed) before me on this day of @� by personall to me or proved to me on the basis of satisfactory evidence to be the person(s) peared before me. I certify under PENALTY OF foregoing paragraph is t1ge—am [SEAL] under the laws of the State of California that the 11 Public My Commission Expires: 0 • CALIFORNIA JURAT WITH AFFIANT STATEMENT .9A XSee Attached Document (Notary to cross out lines 1-6 below) ❑ See Statement Below (Lines 1 -5 to be completed only by document signer[s], not Notary) Signature of Document Signer No. 1 State of California County of Los Angeles r .r.. Signature of Document Signer No. 2 (If my) Subscribed and sworn to (or affirmed) before me on this 7th day of August 20 DB • by Date Month Year (1) Michael Bodart Name of Signer proved to me on the basis of satisfactory evidence to be the person who appeared before me (.) (,) (and (2) Name of Signer proved to me on the basis of satisfactory evidence to be the perso ho appeared bef a me.) Signatures` Signature of Notary Public Place Notary Seal Above 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. Further Description of Any Attached Document Tine or Type of Document Date: Signer(s) Other Than Named Above: Number of Pages: 7177M-711= RIGHTTHUfdBPRINT OF SIGNER 41 OF SIGNER 1!2 Top Of lhUmb hem ®2007 National Notary Asamblion•9350 De Soto Am, P.O. Box 2402•Chatsmrm, CA 913132402• w Natiomalllotary.org hama5910 Awrder.Cal TdWree1AD0-976-e827 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WATER WELL REHABILITATION - DOLPHIN AND TAMURA SHALLOW WELLS CONTRACT NO. 4053 DESIGNATION OF SURETIES Bidders name Gle--Inera_P 1044mio -7AC 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): 12 g174t 9 . CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WATER WELL REHABILITATION - DOLPHIN AND TAMURA SHALLOW WELLS CONTRACT NO. 4053 CONTRACTOR'S. INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL P 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 2007 2006 2005 2004 2003 Total 2008 No. of contracts .3-7 4-6- , I `7 -4© 39 34 ! 39 Total dollar Amount of Contracts (in 5, q 8, 2 g� 7,6- '72, &S Thousands of $ No. of fatalities No. of lost Workday Cases No. of lost workday cases involving permanent transfer to )or 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 0 9 Legal Business Name of Bidder Oe,0&2d Porn O?n� nq S.x. Business Address: Cadta StnA r1a4 CA 81773 Business Tel. No.: 909- 599 -g6a6 State Contractor's License No. and 4q(,, 76-6' Classification: 057-11 C6/ -Da1 Title AyL4r4or &f- En 'neeri The above information was compiled from the records that are avatoble to me at this time and 1 declare under penalty of perjury that the information is true and accurate within the limitations of those reserds. Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title usf 7, 240 S ?oter o M,; 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 • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WATER WELL REHABILITATION - DOLPHIN AND TAMURA SHALLOW WELLS CONTRACT NO. 4053 ACKNOWLEDGEMENT OF ADDENDA Bidders name Gfoeral Pccrnru cemMpa&q The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: E 15 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WATER WELL REHABILITATION - DOLPHIN AND TAMURA SHALLOW WELLS CONTRACT NO. 4053 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: (-S'00!9 ( Ptlh1P span u Business Address: /5y Iii - Ae c;4 Jfr ; �wn Ai vas 21.273 Telephone and Fax Number: California State Contractor's License No (REQUIRED AT TIME OF AWARD) 6 2.38 and Class: 6761- e6 1-Dd1 Original Date Issued: I9S2- Expiration Date: ;?1.31 /ao /o 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: d 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 & n n :r "' R' 909- 599 -9, W /lam -7 Peed e4 9a'F- 6Yq 94 Corporation organized under the laws of the State of /T nia 16 S • The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: NC77P- For ail 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; /V c'ne� Briefly summarize the parties' claims and defenses; Have you ever had a contract terminated by the ownerlagency? If so, explain. Na Have you ever failed to complete a project? If so, explain. A/C 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 lab, compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes ' Are any claims or actions unresolved or outstanding? Yes a 17 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. W11i'x. _-M, -7Tv, ,W (Print name of Owner or President of Corporation/ Company) �erJefae �ume CRm�arie� C �� / Bidder Authorized Signature/Title Als,'d ,, t Title h�C�Sf 8, a00 8' Date On aODF' b efore me,int-- und N,.yP,11�Notary Public, W personally appeared lliom 7i7• %deee% who proved to me on the basis of satisfactory evidence to be the person((/ whose nameo isftw subscribed to the within instrument and acknowledged to me that he/she /they executed the same in his/,r authorized capacity(AM), and that by hisftmi hma signature() on the instrument the person(j, or the entity upon behalf of which the person(,) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Notary Public in and for said State My Commission Expires: 18 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WATER WELL REHABILITATION - DOLPHIN AND TAMURA SHALLOW WELLS CONTRACT NO. 4053 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 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT r_1 WATER WELL REHABILITATION - DOLPHIN AND TAMURA SHALLOW WELLS CONTRACT NO. 4053 CONTRACT THIS AGREEMENT, entered into this e day of , 2008, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and Gene al Pump Company, Inc., a California corporation, hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: WATER WELL REHABILITATION - DOLPHIN AND TAMURA SHALLOW WELLS The work necessary for the completion of this contract consists of mobilization, traffic control, removal and reinstallation of pump, rebuildingif pump and motor, mechanical and chemical well development, video survey, test pumping, and other incidental items of work necessary to complete the work in place. Contract No. 4053 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. 4053, 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 ! M 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 Two Hundred Fifty -Five Thousand, One Hundred and 001100 Dollars ($255,100.00). 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 General Pump Co., Inc. 159 N. Acacia Street San Dimas, CA 91773 909- 599 -9696 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 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 Scope 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 1173) 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. 22 0 0 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. 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 • • 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 1. 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. 6. The rights and obligations set forth in this Article shall survive the termination of this Contract. I. 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. J. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. 24 0 Ll 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. APP OVED AS TO FORM: GENERAL PUMP CO By: AARON C. HARP Xorporate Officer) Assistant City Attorney Title: d�ilc��l E iY�in� Print Name: 1-/iChae/ By: Financial Ofter) Title: �./ Print Name: Wi�IlGrn7Y1 A-jeeV Please note: Corporations must complete and sign both places above even if each office is held by the same individual 25 • i CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TER WELL REHABILITATION IN AND TAMURA SHALLOW WELLS CONTRACT NO. 4053 BOND NO. 105022322 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 5,102.00 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 Company, Inc., hereinafter designated as the "Principal ", a contract for construction of WATER WELL REHABILITATION - DOLPHIN AND TAMURA SHALLOW WELLS, Contract No. 4053 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 No. 4053 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and Travelers Casualty and Surety Company of America , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety), are held and firmly bound unto the City of Newport Beach, in the sum of Two Hundred Fifty -Five Thousand, One Hundred and 001100 Dollars ($255,100.00) 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 Qty 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 0 0 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, Incurred by 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 execute,ti tie Principal and Surety above named, on the 15th day of August . 2008. r GENERAL PUMP COMPANY, INC. (Principal) Travelers Casualty and Surety Company of Name of Surety 21688 Gateway Center Drive Dimopgl Bar. Ca 91765 Address of Surety 909- 612 -3674 Telephone Richard Adair, Attorney in Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 29 State of California County of Los Angeles On 8 -15 "Q8 before me, P. Bauer, Notary Public Dab Herelmen Nadu aM Tile of ma OOleer personally appeared Richard Adair to of waarc who proved to me on the basis of satisfactory evidence to be the persona) whose named) is/M subscribed to the within instrument and acknowledged to me that. he/sWray executed the same in NAM" authorized capacify(iee), and that by hisAYMMK signature" on the • 1896342 instrument, the personal, or the entity upon behalf of t1aav public which the person($). acted, executed the instrument. 10 MCorren'FxPKe< >E91 Oct 14 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNE S m ha and official seat. Pkwe Notary seal save Signature rootNaary ?shim OPTIONAL Though the Information below Is not required by lax, It may prove valuable to persons relym on the document and could prevent fraudulent removal and reattachment of this form V) another document Description of Attached Document Tide or Type of Document Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Indvidual ❑ Individual ❑ Corporate Officer— Tdle(s): ❑ Corporate Officer — Tdle(s): ❑ Partner =❑ Limited ❑ General ❑ Partner —❑ Limited ❑ General �. ❑ Attorney In Fact 77h� ❑ Attorney in Fact r oraumo Hue ❑ Trustee ❑ Trustee ❑ Guardian or Conservator ❑ Guardian or Conservator ❑ Other: ❑ Other: CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles On Au lug 25 ?OOR before me, Ronnie Rnm?t_ Nn ary blic Date Here Ireerl ame aetl a of the D car personally appeared Michael Badart Neme(a of Sigier(e) � 11 YY Zh; -TJ who proved to me on the basis of satisfactory evidence to be the personK whose nameW isfara subscribed to the within instrument and acknowledged to me that heHiaallloW executed the same in his+ilwalllmir authorized capacity@=), and that by his/NOON* signature0y on the instrument the person((4, or the entity upon behalf of which the person(dj acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNE my he ,pigand official eal. Place Notary Seal Ab Signature oes Signature M 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: Capaclty(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer— Title(s): ❑ Partner —0 Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHTTHURIBPRINT OF SIGNER Number of Pages: Signer's Nat ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General • Attorney in Fact • Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHTTHUt:4BPRINT GF SIGNER 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WATER WELL REHABILITATION - DOLPHIN AND TAMURA SHALLOW WELLS CONTRACT NO. 4053 BOND NO. 105022322 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 Company, Inc., hereinafter designated as the "Principal," a contract for construction of WATER WELL REHABILITATION - DOLPHIN AND TAMURA SHALLOW WELLS, Contract No. 4053 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. 4053 and the terms thereof require the furnishing of a bond, provlding that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We the undersigned Principal, and, Travelers Cas,�,atty 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 Two Hundred Fifty -Five Thousand, One Hundred and 001100 Dollars ($255,700.00) 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 attorneys fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 26 0 0 The Bond shall Inure to the beneflt 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, on the 15th day of August 2008. GENERAL PUMP COMPANY, INC. (Principal) Travelers Casua1tv_gnd_52Lqty.LDWpAny of Ameri Name of Surety 21688. Gateway Center Drive M amend Rar ra 91765 Address of Surety 909- 612 -3674 Telephone Agent Richard Adair, Attorney in Fact Print Name and Title P`J NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 27 CALIFORNIA ALL- PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles } ") On 8 -15 -08 before me, P. Bauer, Notary Public Data Here insert KV andTllle aria BM personally appeared Richard Adair Nan*(*) L4AR 6 Common * 1696392 z LLoss NVw" county Comm. Expires Oct 19,201 Oi Place NOtary Seal Above who proved to me on the basis of satisfactory evidence to be the personto) whose name) IsIM subscribed to the within instrument and acknowledged to me that helskilifty executed the same in hislW M authorized capacity(les), and that by hiallW ltWK stgnature" on the instrument the person(N, or the entity upon behalf of which the person(A) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS nd and official seal. Signature a". dNalery 'PUbpo OPTIONAL Though the Information below is not required by law, k may prove valuable to persons retying on Me 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(les) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer— Title(s): E3 Partner –= ❑ Limited ❑ General ❑ Attorney in Fact • Trustee Top of thumb here • Guardian or Conservator ❑ Other: Signer Is Representing: Number of Signer's Name: • individual • Corporate Officer —Ti le(s): • Partner — ❑ Limited ❑ General • Attorney in Fact 0 Trustee Top of thumb here ❑ Guardian or Conservator ❑ Other. Signer Is Representing: TRAVELERS POWER OF ATTORNEY MW Farmington Casually 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. 216350 Certificate No. 001473909 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, Patricia L. Rowley, and P. Bauer of the City of Glendale , 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, recognizmees, 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 remained in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and theft' corporate seals to be hereto affixed, this day of February 2007 Farmington Casualty Company Fidelity and Guaranty Iosarancq Company Fidelity and Guaranty Insuraftce�Underwliters, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company 26th SL Paul Guardian Insurance Company SL Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company 0®r,20 ! \1N 44 - 91 .�� y 92m ".SE AL'n ♦, ( Wtw c �a �aQOf d�58EL�n '� p� State of Connecticut City of Hanford ss. By: Georg. Thompson, tpce President On this the 26th 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 instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal.` My Commission expires the 30th day of June, 2011. # ♦G 58440 -8 -06 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY IS Marie C. Teueault. Notary Public THE RED BORDER OF ATTORNEY IS INVALID This Power of Attorney is granted under and by thWthodty of the following resolutions adopted by the BoardsWDimctors 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 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, 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 Attomeys -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. L Kori M. Johanson, the undersigned, Assistant Secretary, of Famdngton 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 Sur cIompany meric vial United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power a'Attome)1,gxeN ed bylsald ompanies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand ands tthrts€2is J;q'iy panies this 15th day of August —20 08 Kori M. Johans Assistant Secretary ate' 6f • �'F , t�s r�asryA '�µn u„4 r�q JP........... rye Y P M O Isis O ='�grpP4re _P�. s , 197% 1951 1927 I,VSEAG�a q SEAL, "A p< ( t� 1Ya Srt A1ft f4•._••: 'd e� AIM 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. s s CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles On August 25 , 200R before me, Ronnie Brunel Notate Public D., Here Insert 1 le M the Officer personally appeared _ Michael Bodart Narre(s) of Sigaer(s) who proved to me on the basis of satisfactory evidence to be the person(sf whose named Wool subscribed to the within instrument and acknowledged to me that BONNIE SHUNEL heMoN6 9t executed the same in his/Ylldillevir authorized 0Commieelon * 1514620 capacity0m), and that by hisAsdlYlb signature(,5f) on the wry Pubk - Comomia instrument the personal, or the entity upon behalf of Los AngeresCounry which the person(�j acted, executed the instrument. mvicomm. s Sap2o.2WB I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my h id and official seal Place Notary Seal Above Slgnatu -e Sig lure 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 THUbIBPRINT OF SIGNER 0 Number of Pages: Signer's Nat ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner— ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee • Guardian or Conservator • Other: Signer Is Representing: RIGHTTHUMSPRINT OF SIGNET: 9 0 ACORD CERTI E OF LIABILITY INSURANCE a a 28/2`°x` 0 o"' P"eG"cER (818)224 -6100 FAX: (818)224 -6099 T THIS CERTIFICATE IS ISSUED AS A FLATTER OF INFORMATION INSURERS AFFORDING COVERAGE N NAIC 6 INBIRIED I INSLIIER A- Travalera Property _ _ INSURERE,State Compensation Fund 7 74 - =C; INSURER E. THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE WSURED NA-WE=E FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REONREMENT, 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. WEIR T TYPBOFIaUtNNCE P POLICY NUMBER T T P POMCY EXPIIIA L LIMITS A C GENERAL DASRITY 1 660- 5070G4e2 -09 6 611/2008 6 6/1/2009 $ 1,000,00; T RF3afD I I 100,000 $ 5,000 s 1,000,060 % B Blanket Adds iasrd L L s s 5,000,000 OEN.AgGREOATEtIMT A APPLIES PER: 2 2 000 000 A A AUTOBOBILE L LIASaITY C 010- 307DO452 -08 6 6/1/2008 6 6/1/2009 B COMBINED SINGLE UMIT F F 1, 000, 0QD % A BCOILYINURY Aeem) s s SCDILYININRY E E INTOP DAMADE F F GARAGE LNABaRY A AUTO ONLY- EA ACQ OENT E E OTIERTWW AUTOGNRY. S S A D EXCFIartBBREUa DAMUTY Y PaM- c08507D04S2 -08 6 6/1/2008 6 6/1/2009 s Y4788E&CF 4 41000,00 AGWIEQATE 4 4,000,000 A s 3l W WORKEF000MPENBATIONAD x 059 -3-07 6 6/1/2008 6 6/1/2004 I x 1,000,80 F 1,000,00 .Pd.IDY MR 1. 000,000 0INF37 mEBCNtpe N OF0p6N11DN9AACATONBNE SION6 ADDED BY lHp011SElFBITtSPECNLP110YagNE City of Newport Beach, it* offiears, agents, officials, amployeen =d vuLUateera are included as Additional Inured ne ras9eata oparaeiona of the Named laearad par the attached W D2 46 08 05 and CA T3 01 02 99. Coueraoe is prinsary and Non - Contributory as required by written. contract. Waiver of Subrogation Appliea to the NOrkcru Cce®onnstian per the attached State Wad Certilieata. e10 Days for Nan- IOynant of pronine ANY lW THE A9aVE 07MOEO po"N"E9 BE CANCELLED BEFORE THE C1CY of Naseport 84`aCh FJtpiRAT10N OAIE 7ilEREOF, THE aBUIHG IaB1Aie1 wSL �(MAa Shaun Lyn. Oyler, Public Works Speaialiet 1 •30 uvs wmrrm Nance To THE cmTiA0A LDED NAMED TO THE Len, KX Public works Department 3300 Newport Blvd. Newport Beach, CA 92663 0 ACORD CORPORATION 1968 INSQ2S Islesl.aSa rape , m z 0 POLICY NO. 66+0- 507DO452 -08 Ct.,.,n4ERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. WHO IS AN INSURED - (Section 11) 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 (hat, 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 shall 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 lnjuty" arising out of the rendering of, or failure to render, any Professional architectural, engineering or sur- veying services, including: L 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 ti. Supervisory, inspection, architectural or engineering activities. .) 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 oc- 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 requiting 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: 0"906 CG D2 46 08 05 0 2005 The St. Paul Travelers Companies, Incl. Page 1 of 2 0 COMMERCIAL GENERAL LIABIL.. Y I- How, wtten end 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 fl. Notify us as soon as practicable. The additional insured must see to ft that we receive written notice of the claim or "suit" as soon as predicable. 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" avallable 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" oG 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 comract or agreement is in effect; and c. Before the end of the policy period. Page 2 of 2 0 2006 The St. Paul Travelers Companies, Inc. CO 02 46 08 05 COMMERCIAL AUTO POLICY NUMBER: p-610- 5DTD0352- TIL -Oa ISSUE DATE: 06 -t2 -OB THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY_ 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 t. No liability is assumed by that person at organi- inctudes the person of orgetdzation indicated Flow, zation for the payment of any premiums slated in but only for his, Aar or its liability because of ads or the policy or earned under the policy. omissions of aft *insured' under paragraphs e. or b. of 21 In the event of cancellation of the policy, written that provision, sublecl to the following additional pro- vtslbns7 notice of cancellation will be malted by us W that person or organization. Person or Organization AS REQUIRED By WRITTEN CONTRACT Address CA T3 01 02 99 Page 1 of t E E 0 CERTHOLDER COPY 3C ATE P.O. BOX 420807, SAP! FRANCiSCO,CA 94142 -0807 COMPENSATION IN SUR ^NCH FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE ISSUE DATE: 08 -28 -2008 GROUP: 000888 POLICY NUMBER: 0000008 -2007 CERTIFICATE D. 78 CERTIFICATE D(PIRES: 06- 01-2008 00-01- 2008/06 -01 -2008 CITY OF NEWPORT BEACH SC PUBLIC WORKS OEPARTfIMT 3300 NEWPORT BLVD NEWPORT BEACH CA 83683 -3816 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 net subject to cancellation by the Fund except upon 30 days advance wr Ilan notice 10 the employer. We will also give you 3o days advance notice should this policy be r &fled prior to Its normal expiration. This "rtificate of Insurance is not an insurance policy and does not amend, extend or after the coverage afforded by the pogey listed herein. Notwithstanding any requirerrtsnt, term or condition of any contract or other document with respect to which this certificate at 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 conditionz, of such policy. NORIZ£D REPRES£NTATi V PRESIDENT EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: 41,000,000 PER OCCURRENCE, ENDORSEMENT #1900 - TWEED, WILLIAM P,S T - EXCLUDED. ENDORSEMENT #2068 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 05- 01-2004 13 ATTACHED TO AND FORMS A PART OF THIS POLICY. ENDORSEMENT #2670 ENTITLED WAIVER OF 2UBR06ATION EFFECTIVE 2008 -06-20 IS 4TTA04ED TO AND FORMS A PART OF THIS POLICY. THIRD PARTY MIME: CITY OF NEWPORT BEACH EMPLOYER GENERAL PUMP COMPANY ING SC 998 N ACACIA ST SAN DIVAS CA 81778 IR iO,SCj MIN.z-osi FRINTED : 06- 26-2008 COMPONSA'nON IN SU PIA NCB FUND HOME OFFICE SAN FRANCISCO ALLEFFECTIVE DATESARE At 12:01 AM PACIFIC STANDARD TIME OR THE TIME INDICATED AT PACIFIC STANDARD TIME • 0 ENDOWS ENT AGREEIANT WAIVER OF SUBROGATION BROKER COPY REP 09 859 -07 000008 RENEWAL SC 1- 34 -54 -34 PAGE 1 OF 8 EFFECTIVE JUNE 20, 2008 AT 12.01 A.M. AND EXPIRING JANE 1, 2009 AT 12,01 A.M. GENERAL PUMP COMPANY INC 159 N ACACIA ST SAN DIMAS, CA 91773 ANYTHING IN THIS POLICY TO THE CONTRARY NOTWITHSTANDING, IT IS AGREED THAT THE STATE COMPENSATION INSURANCE FUND WAIVES ANY RIGHT OF SUBROGATION AGAINST, CITY OF NEWPORT BEACH WHICH MIGHT ARISE BY REASON OF ANY PAYMENT UNDER THIS POLICY IN CONNECTION WITH WORK PERFORMED BY, GENERAL PUMP COMPANY INC �. IT IS FURTHER AGREED THAT THE INSURED SHALL MAINTAIN PAYROLL RECORDS ACCURATELY SEGREGATING THE REMUNERATION OF EMPLOYEES WHILE ENGAGED IN WORK FOR THE ABOVE EMPLOYER, IT IS FURTHER AGREED THAT PREMIUM ON THE EARNINGS OF SUCH EMPLOYEES SHALL BE INCREASED BY 03 %. NOTHING IN THIS ENDORSEMENT CONTAINED SHALL BE HELD TO VARY, ALTER, WAIVE OR EXTEND ANY OF THE TERMS, CONDITIONS, AGREEMENTS, OR LIMITATIONS OF THIS POLICY OTHER THAN AS STATED. NOTHING ELSEWHERE IN THIS POLICY SHALL BE HELD TO VARY, ALTER, WAIVE OR LIMIT THE TERMS, CONDITIONS, AGREEMENTS OR LIMITATIONS OF THIS ENDORSEMENT. COUNTERSIGNED AND ISSUED AT SAN FRANCISCO: JUNE 24, `)22200_0,88 2570 a ^ &A- HORIZE0 REPRESENTATIV PRESIDENT SCIF FORM 10217 MV.10.011' "' OLD DP 217 Fax #: 0 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach r� This checklist is comprised of requirements as outlined by the City of Newport Beach. Date Received: 9/3/08 Dept. /Contact Received From: Shauna Oyler Date Completed: 9/3/08 Sent to: Shauna Oyler By: Jessica Scherer Company /Person required to have certificate: General Pump Company, Inc. L GENERAL LIABILITY A. INSURANCE COMPANY: Travelers Property A. B. AM BEST RATING (A: VII or greater): A +XV B. C. ADMITTED Company (Must be California Admitted): C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? N Yes ❑ No D. LIMITS (Must be $1 M or greater): What is limit provided? $IM Each Occ /$2M Agg E. PRODUCTS AND COMPLETED OPERATIONS (Must What is limits provided? $1,000,000 include): Is it included? N Yes ❑ No F. ADDITIONAL INSURED WORDING TO INCLUDE (The officers, officials, employees and volunteers): Is it included? N Yes City its officers, officials, employees and volunteers): Is it F. PRIMARY & NON - CONTRIBUTORY WORDING (For Waste included? N Yes ❑ No G. PRIMARY & NON - CONTRIBUTORY WORDING (Must be Is it included? N/A ❑ Yes included): Is it included? N Yes ❑ No H. CAUTION! (Confirm that loss or liability of the named notification of cancellation by certified mail; per Lauren Farley, the City will accept the insured is not limited solely by their negligence) Does endeavor wording. endorsement include "solely by negligence" wording? ❑ Yes N 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. 11. AUTOMOBILE LIABILITY A. INSURANCE COMPANY: Travelers Property B. AM BEST RATING (A: VII or greater) A +XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? N Yes ❑ No D. LIMITS (Must be $1M min. BI & PD and $500,000 UM): What is limits provided? $1,000,000 E. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? N 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. 0 0 III. WORKERS' COMPENSATION A. INSURANCE COMPANY: State Fund Insurance Company 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? 0 0 AC DER` IFICAT'E OF LIABILITY INSURA%jE 6/as/a` 'QD® PRODUCM 4818)324-6100 SAX: (810)224 -6099 C. N. biers Cr y, T.na. 91045 Califs St. 9100 Woodland Rills CA 91367 THIS CERTIFICATE 18 ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE I HOLDER. THIS CERTIFICATE DOES NOT AMEND, E1REI'VD OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC# INKNED General Pegg Company, rue, 139 North Acacia Street Ban Dimas CA 91773 INSURERA"AraVOlere Pro ®rt IN ERm State CoMennation Fund _ 78 IISUSERC, ER 6 INSMRCR E. THE POLIO'S OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO VIE sJSURED MED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTAN12N6 ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WRH 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 OP SUCH POLICIES. PDaAD O TYPEOFWWRANCE mUCYNUYBQI 660- 507D0452 -08 Y 6/1/3008 POLICY EXPRATM LAM A GENERAL LIASRJTV 8 ERCWL GENERAL LIABILITY cLABAS LmOe ® OCCUR 6/1/2009 2. E1b RENIEO s 11000,000 i 100,00 $ 5100 t 1,000,00 X Blanket Addl Ing" MERAL AMMOAM s 2.000,000 GENL bGREOATE Y LIAOT APPLIES PER; 21000,00 A AUTOMOORELIAUWTY ANY AUTO ALLCWNEDAUTOS SGaDULEDAUTOS HIED AUTOS NC LOWNED AUTOS 810- 50700452 -08 6/1/2008 61112009 COMOINED SINGLE LIMIT IEaa *ml 11000,000 $ BODILY INJURY (Pn pecan) S BODILY INJURY (PO Ac dem S PROPERTYDAMAGE IPO aWMn) 1 GARAGE UAEXITY ANY AUTO AUTO ONLY- EAACCIDEW S OTHERTHAN AUTO ONLY AQQ- A EXCESIAZIffIRELLA UAPA" OCCUR EI CLAIMS MADE DEDUCTIBLE D Pm- cuvS07DO452 -08 6/1/2000 6/112009 p8y p 5 41000,00 4,000,0001 S H WMWA BCOWTICIATeONAND EMPLOY'UABILFrV ANY PROPPoETORPNLRaER11muumE OPRIMREMBEn 6XCLUMOT II y,,, dcxrbeu�mA SPEQAL 059 -e -07 6/1/2005 611/2009 g 1,000,0 s 1,000 00 tY D S 110001000 OnA61 OBSORt"m OPOPERA. IWMQAACATIONBNEIUCIFB +SIMLUBIOHB ADDED BY lNDO65EAffi7nBPECOLLPRDY1810N6 City of Ka -vort Beach, its officors, aaento, officials, employees and volunteers are included so Additional Inured as V"POata OPStAtiORS of the named Xaaarud Dar the attached GC D2 46 08 OS and CA T3 01 02 99. Cover48e is Primary and eon- Contributory as reQuired by mrittea cOatraet. Waiver of 8abroQetion applies to the Workers Oonvmanatioa Per the attached state road Certificate. *10 Hays for Non- yayeent of Premium City of Newport Beach Shauna Lyn Oyler, Public Public Works Department 3300 Newport Blvd. Newport Beach, CA 93663 6HOmD ANY OF THE ABOVE DESCRIBED "U"m BE CANCELLED OGFORE THE ERPI 1w" DATE THEREOF, THE ISSUING INSURER RSL T%xyxm" Works Specialist +30 OAYSWMrMNOnCET0TiISt8A CAT§XqLOERNABEDTOTHELEFT, ONSON (Wast.oft 0 POLICY V0. 660 - 507 ➢0452 -08 0 Ct,. ",MERGIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE RE40 IT CAREFULLY A` ?. i TWZW This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1, 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 omisslons of You or your subcontractor in the performance of "your worts" 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) b) 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 shall not in- crease the limits of insurance described in Section 111 — Limits Of Insurance. 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; I. 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. 4 The Insurance provided to the additional in- sured does not apply to "bodity injury° or "property damage" caused by "your work" and included in the "productrroompieted 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 oc- 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, it the "written contract requiring Insurance" specifically requires that this insurance apply on a primary basis or a primary and nort- 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 foss, 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 oollectilife "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 "oeeur- rence" or an offense which may result In a claim. To the extent possible, such notice should include: CG D8 46 08 05 0 2005 The St. Paul Travelers Companies, inc. Page 1 of 2 COMMERCIAL GENERAL UABiL.. V i. Htow.:%lien and Where the "occurrence" or offense took place; if. The names and addresses of any injured persons and witnesses; and HL 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 it. 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 "sull ", 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" o4t,, 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. White that part of the contract or agreement is in effect; and c. Before the end of the policy period. Page 2 of 2 Q 2006 The St. Paul Travelers Companies, Inc. CG D2 46 08 05 0 • COMMERCIAL AUTO POLICY NUMBER: P -81 v- 50706452- TIL -AB ISSUE DATE: M -12 -03 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. 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 t. No liability is assumed by that person or organ Includes the person of organization indicated below, zation for the payment of any premiums stated in but only for his, her or its liSbIllty because of acts or the policy or earned under the policy. omissions of an •tnsured° under paragraphs a. or b. of P In the event of cancellation of the I written that provision, subject to the folowing addhional pro notice of cancellation Wit be mailed policy, to that visions: Y person or organization. Person or Organization AS REQUIRED BY WRITTEN CONTRACT Address G0. T3 4102 99 Page 1 of t E 0 .0 CERTHOLDER COPY MSC eoa AT p-O. BOX 420807, SAN FRANCiSCO,CA 94142 -6807 INSURANCE FUND cERTjRIcArE of 'AhORKERS' comwsrusATIO v j,48uRAwE ISSUE DATE: 08 -38 -2008 GROUP: 000989 POLICY NUMBER 0000088 -2007 CERTIFICATE ID: 78 CERTIFICATE EXPIRES: 06 -01 -2000 06 -01- 2009/09 -01 -2000 CITY OF NEWPORT BEACH SC PUBLIC WORKS OWARTNENT 3300 NEWPORT BLVD NEWPORT 13EACH CA 93003 -3510 This is to certify drat we have issued a valid Workers' Compensation Insurance policy in It form approved by the California Insurartee commissioner to the employer named bellow for the policy period Indicated. This policy is not subject to cancellation by de Fund except upon 00 days advance wr tten notice to the employer. We will also give you e0 days advance notice cloud Iris policy to cancelled prior to Its normal expiration. This certificate of insurance is not An insurance policy and does not tenant, extend or after the coverage affordod by the Policy listed herein Notwithstanding any requirement, term or condition of any 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 heroin is subject to all the terms. exetusions, and conditions, of such policy. 1ZED RI3RESENTATI PRESIDENT EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OtR9HRNENCE. ENDORSEMENT #IBM - TWCED, WILLIAM P,S T - EXCLUDED. ENDORSEMENT #206B ENTITLED CERTIFICATE MOLDERS' NOTICE EFFECTIVE 06-01 -2008 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. ENDORSEMENT #2570 ENTITLED WAIVER OF SUBROGAYION EFFECTIVE 2008 -00 -20 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. THIRD PARTY NAME: CITY OF NEWPORT BEACH EMPLOYER GENERAL PUMP COMPANY ING Sc ISO N ACACIA ST SAN DIVAS CA 01773 1610,SCj IAEV.a -N) PRINTED : 08 -28 -2009 COMPIRNS9Amom /NsuF1vANCE FUND HOME OFFICE SAN FRANCISCO ALLEFFECTIVE DATES ARE AT 1201 AM PACIFIC STANDARD TIME OR THE TIME INDICATED AT PACIFIC STANDARD TIME ENDORSEMENT AGREEMENT WAIVER OIL SURROGATION BROKER COPY REP 09 859 -07 000006 RENEWAL SC 1- 34-56 -34 PAGE 1 OF 6 EFFECTIVE JUNE 20, 2046 AT 12.01 A.M. AND EXPIRING JUNE 1, 2009 AT 12.01 A.M. 159 M ACACIA ST SAN DIXAS, CA 91773 ANYTHING IN THIS POLICY TO THE CONTRARY NOTWITHSTANDING, IT IS AGREED THAT THE STATE COMPENSATION INSURANCE FUND WAIVES ANY RIGHT OF SUBROGATION AGAINST, I CITY OF NEWPORT BEACH WHICH NIGHT ARISE BY REASON OF ANY PAYMENT UNDER THIS POLICY IN CONNECTION WITH WORK PERFORMED BY, GENERAL PUMP COMPANY INC IT IS FURTHER AGREED THAT THE INSURED SHALL MAINTAIN PAYROLL RECORDS ACCURATELY SEGREGATING THE REMUNERATIDN OF EMPLOYEES WHILE ENGAGED IN WORK FOR THE ABOVE EMPLOYER. IT IS FURTHER AGREED THAT PREMIUM ON THE EARNINGS OF SUCH EMPLOYEES SHALL BE INCREASED BY 03 %. NOTHING IN THIS ENDORSEMENT CONTAINED SHALL BE HELD TO VARY, ALTER, WAIVE OR EXTEND ANY OF THE TERMS, CONDITIONS, AGREEMENTS, OR LIMITATIONS OF THIS POLICY OTHER THAN AS STATED- NOTHING ELSEWHERE IN THIS POLICY SHALL BE HELD TO VARY, ALTER, WAIVE OR LIMIT THE TERMS, CONDITIONS, AGREEMENTS OR LIMITATIONS OF THIS ENDORSEMENT. COUNTERSIGNED AND ISSUED AT SAN FRANCISCO: JUNE 24, L(J2200�008 2570 a7ll0RIZZD EPRESCNTATIV PRESIDENT 0 SCIF FORM 10217 INEV.10 -DIY v OLD OP 917 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: 9/3/08 Dept. /Contact Received From: Shauna Oyler Date Completed: 9/3/08 Sent to: Shauna Oyler By: Jessica Scherer Company /Person required to have certificate: General Pump Company, Inc. GENERAL LIABILITY A. INSURANCE COMPANY: Travelers Property B. AM BEST RATING (A: VII or greater): A +XV C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? D. LIMITS (Must be $11M or greater): What is limit provided? E. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? F. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? G. PRIMARY & NON - CONTRIBUTORY WORDING (Must be included): Is it included? 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 $1 M Each Occ/$2M Agg ® Yes ❑ No ® Yes ❑ No ® Yes ❑ No ❑ 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. �_l�lii]uIi731tl41111lJ .114 If A. B. C. INSURANCE COMPANY: Travelers Property AM BEST RATING (A: VII or greater) A +XV ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1 M min. BI & PD and $500,000 UM): What is limits provided? $1,000,000 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. 0 tll. WORKERS' COMPENSATION A. INSURANCE COMPANY: State Fund Insurance B. AM BEST RATING (A: VII or greater): C. LIMITS: Statutory Not Rated IJ D. WAIVER OF SUBROGATION (To include): Is it included? ® Yes ❑ No HAVE ALL ABOVE REQUIREMENTS BEEN MET? IF NO, WHICH ITEMS NEED TO BE COMPLETED? ❑ Yes ❑ No Check A License: Contractor' License Detail Page 1 of 2 4 Skip to: CSLB Home I Content I Footer I Accessibility !Seam Department of Consumer Affairs ���� o 13 v Contractors State Ligertse III 04,G ,. II t111lihlllljlil II11111Illillll 111,104 lifl Illllilp lltlll'iilllll�lllllFl Itj.ttl,ljllilljl IIIIIIIIIIIII 01 p/I�N ' COMfNfl'ORO I AMI�p. I AOIIIU mm 1 R�IkkIRtltR W4�1l�ii t' I OBERALOEO CSLB Newsroom Board and Committee d R ^i DISCLAIMER: A license status check provides information taken from th< Meetings CSLB license database. Before relying on this information, you should be awa Disaster Information the following limitations. Center CSLB Library Frequently Asked Questions Online Services • Check A License or HIS Registration • Filing a Construction Complaint • Processing Times • Check Application Status • Search for a Surety Bond Insurance Company • Search for a Workers' Compensation Company How to Participate • CSLB complaint disclosure is restricted by law (B&P 7124.6). If this entity is subject to pt complaint disclosure, a link for complaint disclosure will appear below. Click on the link o to obtain complaint and/or legal action information. • Per B &P 7071.17, only construction related civil judgments reported to the CSLB are dis • Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitr • Due to workload, there may be relevant information that has not yet been entered onto It Board's license database. License Number: 496765 Extract Date: 08/13/2( Business GENERAL PUMP COMPANY INC Information: 159 NO ACACIA SAN DIMAS, CA 91773 Business Phone Number: (909) 599 -9606 Entity: Corporation Issue Date: 08/14/1986 Expire Date: License Status: Classifications: Bonding: 08/31/2010 This license is current and active. All information below should b- reviewed. CLASS DESCRIPTION C57 WELL DRILLING (WATER) D21 MACHINERY AND PUMPS A GENERAL ENGINEERING CONTRACTOR CONTRACTOR'S BOND This license fled Contractors Bond number 104368078 in the am, 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: / /www2.cslb. ca.gov /Gene ral- Information /interactive -too Is /check -a- license /Li... 08/13/2008 Check A License: Contractoft License Detaii Workers' Compensation: Miscellaneous Information: . Page 2 of 2 voting stock /equity of the corporation. A bond of qualifying individual is not required. Effective Date: 04/26/1993 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 TRAVELERS CASUALTY AND SURETY COMPANY. Effective Date: 01101/2007 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: 06/0112009 Workers' Compensation History 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. csl b.ca.gov /Genera I -I nformation /inte ractive- tools /check -a- license /Li... 08/13/2008 DISCLAIMER: The information displayed here is current as of AUG 08, 2008 and is updated weekly. It is not a complete or certified record of the Corporation. Corporation GENERAL PUMP COMPANY, INC. Number: C1029820 jDate 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 PALM 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.gov /co rpdata /ShowAi lList ?QueryCo rpN u mbe r=C 1029820 &pri... 08/13/2008 Encompass Detail Acct. Type: Business Tax License #: BT30021768 Bus. ID: 0051744 Name: INC ERAL PUMP COMPANY Owner Name: TWEED. WILLIAM Owner S Type: Exp. Date: 12/31/2008 S Addy: 159 N ACACIA ST S Addy 2: Addr3: SAN DIMAS CA Zip: 91773 B Addr1: 159 N ACACIA ST B Addr2: B Addr3: SAN DIMAS, CA B Zip: 91773 Phone: 909-599-9606 FEIN: 1896 SEIN: Established: 12/15/2007 SIC: 1789 -MISC SPECIAL TRADE CONTRACTORS Owner #: 0051744 # of Emps: 0 usr1: 55693 usr2: usr3: MAINTENANCE usr4: usr5: usr6:1163146813 usr7: - --- ---- - - - - -- *Sta Microsoft ... I A Microsoft .., Inbox - .,. 'PERMIT... I 4 2 Ante...- V2 11:V AM • i CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL WATER WELL REHABILITATION — DOLPHIN AND TAMURA SHALLOW WELLS CONTRACT NO. 4053 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 Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 4053 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Dolphin Shallow Well D1. Lump Sum Initial Downwell Flow Meter (Spinner) Survey @ 7�errEz� —�+` ✓e Dollars _e r r� and o� rscc+� X &D —Cents Per Lump Sum D2. Lump Sum Mobilization and Demobilization @ Dollars and �o Cents $ l9r 000 Per Lump Sum D3. Lump Sum Pump Removal @p�q%ff —Dollars /1r U5&nJs and //e'&—Cents $ Per Lump Sum 0 0 PR2of6 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE D4. Lump Sum Rebuild Pump and Motor @ /�-Aug Dollars sdncl ; n�ae --- Cents $ . 0� Per Lump Sum D5. 8 Hr Wire Brushing and Bailing (ED )*ur)41 rndretl Dollars and ern F' aril / /W- -Cents $ x{50-° $ 3,600 Per Hour D6. Lump Sum Air - Jetting of Well @ E�eYen Dollars na/ and /i?ausQ s /!t' Cents $ It, 6609 Per Lump Sum D7. Lump Sum Post Rehabilitation Downwell Video Survey @ e 71ou5and Dollars and Q.nd 100--- Cents $ ('660-92 Per Lump Sum D8. Lump Sum Mobilization and Demobilization of Test Pump @ )Ceyrkev) Dollars �,� #14/ and ,r d�c " % i�� Cents $ I �GY70 Per Lump Sum D9. Lump Sum Treatment and Sampling of Discharge Fluids @ rr %e- n Dollars and /I�oUS i' /On- -Cents e,0 $ Now Per Lump Sum 0 E .. , �, ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE D10. 32 Hr Pumping Development p@ %tuD Andrnd Dollars and AI60 !Z! 2nd Cents $ �b $ i Per Hour a. D11. 12 Hr Step - Drawdown Test @ %6cJO #Undked Dollars �/ and n7/0 — ,Cents $ a60 SO– $ 2,AlOO °G Per Hour D12. 48 Hr Constant -Rate Pumping Test @ CA,- f It nell2 -d Dollars and Qnc! nO�iaa -- Cents Per Hour D13. Lump Sum Final Downwell Flow Meter (Spinner) Survey Dollars and T'0/,c6— Cents $ Per Lump Sum D14. Lump Sum Re- installation of Permanent Pump and Motor @F`e�/ Dollars and / s a7T'Cents Per Lump Sum D15. Lump Sum Well Disinfection and Site Clean Up @ 6V ! hausur9 Dollars and cc Cents $ I1060 Per Lump Sum T2. Lump Sum Mobilization and Demobilization @ / h%rfeeri Dollars �p r n and 1 hausanc� s �/ $ °o /'Cents Per Lump Sum T3. Lump Sum Pump Removal ir�cus va_ @ E /9h� ndDollars PR4of6 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Tamura Shallow Well $.o� Per Lump Sum T1. Lump Sum Initial Downwe 1 Flow Meter (Spinner) Survey @ I*Ztr 1kndrFd Dollars @ - r Dollars $ $ 3,(,00�,— Per Hour /? //iuenfri l7CUidrEt�f �and , / $ ;`160 Per Lump Sum co Per Lump Sum T2. Lump Sum Mobilization and Demobilization @ / h%rfeeri Dollars �p r n and 1 hausanc� s �/ $ °o /'Cents Per Lump Sum T3. Lump Sum Pump Removal ir�cus va_ @ E /9h� ndDollars *, and //°0'Cents eo $ B,o0O- Per Lump Sum T4. Lump Sum Rebuild Pump and Motor @ /k?7r Dollars __.p/ and Sarz�s rya- -Cents $.o� Per Lump Sum T5. 8 Hr Wire Brushing and Bailing @ I*Ztr 1kndrFd Dollars and E12'4ra"d "6/,,0Z,---Cents $ $ 3,(,00�,— Per Hour T6. Lump Sum Air - Jetting of Well @ Ele✓en Dollars �p and /Ij -sard s �O /ro- -Cents co Per Lump Sum @ (Vjw, A&An6'ed Dollars 1 and 0'"d 176110"0" Cents Per Hour PR5of6 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE T7. Lump Sum Post Rehabilitation Downwell Video Survey @ 4%� /ha71sa4 Dollars and Cents $ ao Per Lump Sum T8. Lump Sum Mobilization and Demobilization of Test Pump @f Fcurba-� Dollars i1o14V and Cents $ 00 Per Lump Sum T9. Lump Sum Treatment and Sampling of Discharge Fluids @p Dollars _ and /,�or- I ),4,660 /haZ�Sarx�f nts $ Per Lump Sum T10. 32 Hr Pumping Development @ /AW 71lu-nd?d Dollars Cents $ .200 / Per Hour T11. 12 Hr dow n Test Step- Dra''w// ,, @ %1 ht e I Dollars and 2»d n`�iur- -Cents $ aa�` —� $ 1/00 Per Hour T12. 48 Hr Constant -Rate Pumping Test @ (Vjw, A&An6'ed Dollars 1 and 0'"d 176110"0" Cents Per Hour T14. Lump Sum Re- installation of Permanent Pump and Motor @ E kf .sane% Dollars and Cents $ 9 ,060= Per Lump Sum T15. Lump Sum Well Disinfection and Site Clean Up @ 4ne �� Dollars and ar><!"-0�ao -- Cents $ 6000H ev Per Lump Sum TOTAL PRICE IN WRITTEN WORDS /kIo 11&0 E real Dollars and AO Cents $ g55 /00 Total Price (Figures) AU6usf 7, L 02 Date Bidder's Telephone and Fax Numbers GPS�era.� rum,o(.mn�xen.r� Zn� Bidder cider's Authorized Signature and Title 49&7651e-,f7,4, <W_bpr /59N Peaciu � &,o�'��,5 Bidder's License No(s). Bidder's Address O-A Ff7?3 and Classification(s) Bidder's email address: Last saved by jjoh07N612008 3:37 PM hluserslpbvAsharetllconlraMVy 08- Wwaler well rehab - shallow wells c-40531proposal o-4053.doc PR6of6 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE T13. Lump Sum Final Downwell Flow Meter (Spinner) Survey @ Dollars A,0 and /da-- Cents ov $ o?,9Dp Per Lump Sum T14. Lump Sum Re- installation of Permanent Pump and Motor @ E kf .sane% Dollars and Cents $ 9 ,060= Per Lump Sum T15. Lump Sum Well Disinfection and Site Clean Up @ 4ne �� Dollars and ar><!"-0�ao -- Cents $ 6000H ev Per Lump Sum TOTAL PRICE IN WRITTEN WORDS /kIo 11&0 E real Dollars and AO Cents $ g55 /00 Total Price (Figures) AU6usf 7, L 02 Date Bidder's Telephone and Fax Numbers GPS�era.� rum,o(.mn�xen.r� Zn� Bidder cider's Authorized Signature and Title 49&7651e-,f7,4, <W_bpr /59N Peaciu � &,o�'��,5 Bidder's License No(s). Bidder's Address O-A Ff7?3 and Classification(s) Bidder's email address: Last saved by jjoh07N612008 3:37 PM hluserslpbvAsharetllconlraMVy 08- Wwaler well rehab - shallow wells c-40531proposal o-4053.doc 0 0 PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS WATER WELL REHABILITATION — DOLPHIN AND TAMURA SHALLOW WELLS CONTRACT NO. 4053 INTRODUCTION PART 1 - -- GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 1 2 -6 WORK TO BE DONE 1 SECTION 3 CHANGES IN WORK 1 3 -3 EXTRA WORK 1 3 -3.2 Payment 1 3 -3.2.3 Markup 1 SECTION 4 CONTROL OF MATERIALS 2 4 -1 MATERIALS AND WORKMANSHIP 2 4 -1.3 Inspection Requirements 2 4 -1.3.4 Inspection and Testing 2 SECTION 5 UTILITIES 2 5 -1 LOCATION 2 5 -7 ADJUSTMENTS TO GRADE 3 SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 3 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 3 6 -7 TIME OF COMPLETION 3 6 -7.1 General 3 6 -7.2 Working Days 3 6 -7.4 Working Hours 4 TECHNICAL SPECIFICATIONS FIGURES APPENDIX f :luserslpbwlshared\contractslfy 08- 091water well rehab - shallow wells c- 40531specs index c- 4053.doc 0 0 6.9 LIQUIDATED DAMAGES 4 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 4 7 -5 PERMITS 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 5 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 6 7 -10.4 Public Safety 6 7- 10.4.1 Safety Orders 6 7 -10.5 "No Parking" Signs 6 7 -10.6 Street Sweeping Signs 6 7 -10.7 Notice to Residents and Temp Parking Permits 6 7 -15 CONTRACTOR LICENSES 6 7 -16 CONTRACTOR'S RECORDS/AS BUILT DRAWINGS 7 SECTION 9 MEASUREMENT AND PAYMENT 7 9 -3 PAYMENT 7 9 -3.1 General 7 TECHNICAL SPECIFICATIONS FIGURES APPENDIX f :luserslpbwlshared\contractslfy 08- 091water well rehab - shallow wells c- 40531specs index c- 4053.doc 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMEf R2 SPECIAL PROVISIONS - op OF CONTRACT NO. 4053 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, rebuilding of pump and motor, mechanical and chemical well development, video surrey, 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, 0 0 SP2OF7 "(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: 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 S - -- UTILITIES 5 -1 LOCATION. Add the following after the 3`d paragraph: "upon completion of the work or phase of work, the Contractor shall remove all USA utility markings." 0 0 SP3OF7 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.' 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 70 consecutive working days after the date on the Notice to Proceed. Work shall be completed at the first well site prior to mobilizing to the second well site. Construction shall occur between November 2008 to March 2009. 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 4tH 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 25t or December 31st falls on a Saturday, the Friday before is a holiday." P 0 SP4OF7 6 -7.4 Working Hours. Normal working hours are limited to 8:30 a.m. to 4:30 p.m., Monday through Friday. Pumping development and pumping tests are 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 Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $1,000.000 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. There are no fees associated with this Encroachment 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 ham://www.city.newport- beach.ca.us/pubworks/links.htm." SP5OF7 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. 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. Add to this section: "The Contractor shall provide traffic control and access in accordance with Section 7 -10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. 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 shall be 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. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The 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 SP6OF7 Engineer may require new base and pavement if the pavement condition has been compromised during construction." 7 -10.3 Street Closures, Detours and Barricades. 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 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 he shall post at least forty -eight hours in advance of the need for enforcement. The signs will be provided at no cost to the Contractor. However, the City reserves the right to charge $1.50 per sign following any excessive abuse or wastage of the signs by the Contractor. In addition, it shall be the Contractor's responsibility to notify the City's Police Department at (949) 644 -3717 for verification of posting at least forty -eight hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12- inches wide and 18- inches high; and (3) be City of Newport Beach "Temporary Tow -Away, No Parking" signs available at the Public Works Department public counter. 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 C -57 License. At the start of work and until completion of work, the Contractor and all Sub - contractors shall possess a Business License issued by the City of Newport Beach. SP7OF7 7 -16 CONTRACTOR'S RECORDS /AS 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. F :\Users \PBW\Shared\Contracts%FY 08-09 \Water Well Rehab - Shallow Wells C- 4053\SPECS C- 4053.doc 0 0 TECHNICAL SPECIFICATIONS WATER WELL REHABILITATION DOLPHIN AND TAMURA SHALLOW WELLS SECTION WRII — SPECIAL CONDITIONS WR1 -01 Introduction 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 Well Sites 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 2.01 INITIAL FLOWMETER (SPINNER) SURVEY (Bid Item Nos. D1 & T1) 2.02 MOBILIZATION AND DEMOBILIZATION (Bid Item Nos. D2 & T2) 2.03 PUMP REMOVAL (Bid Item Nos. D3 & T3) 2.04 REBUILD PUMP AND MOTOR (Bid Item Nos. D4 & T4) 2.05 WIRE BRUSHING AND BAILING (Bid Item Nos. D5 & T5) 2.06 "AIR- JETTING" OF WELL (Bid Item Nos. D6 & T6) 2.07 POST RE- DEVELOPMENT DOWNWELL VIDEO SURVEYS (Bid Item Nos. D7 & T7) 2.08 MOBILIZATION AND DEMOBILIZATION OF TEST PUMP (Bid Item Nos. D8 & T8) 2.09 TREATMENT AND SAMPLING OF DISCHARGE FLUIDS (Bid Item Nos. D9 & T9) 2.10 PUMPING DEVELOMENT (Bid Item Nos. Df 0 & T10) 2.11 PRODUCTION TESTING (Bid Item Nos. D11 & T11 and D12 & T12) 2.12 DOWNWELL FLOW METER (SPINNER) SURVEY (Bid Item Nos. D13 & T13) 2.13 RE- INSTALLATION OF PERMANENT PUMP AND MOTOR (Bid Item Nos. D14 & T14) 2.14 WELL DISINFECTION AND SITE CLEANUP (Bid Item Nos. D15 & T15) TS -i FIGURES Figure 1 Site Location Map Figure 2A "As- Built' Well Diagram, Dolphin Shallow Well Figure 2B "As- Built' Well Diagram, Tamura Shallow Well Figure 3A Dolphin Shallow Well Pump Detail Schematic Figure 3B Tamura Shallow Well Pump Detail Schematic APPENDIX 0 Appendix 1 June 10, 2008, video survey reports Appendix 2 State Well Completion Reports Appendix 3 Table 3 -1 — NPDES Discharge Constituents and NPDES Discharge Permit TS -ii • • WATER WELL REHABILITATION DOLPHIN AND TAMURA SHALLOW WELLS SECTION WR1 — SPECIAL CONDITIONS WR1 -01. Introduction. The City of Newport Beach (City) owns and operates the Dolphin and Tamura shallow water - supply wells. The wells are located in the City of Fountain Valley as illus- trated on Figure 1, "Sites Location Map." Recently, the production capacities of each well have undergone a significant decline. Thus, water well rehabilitation operations are provided herein in an effort to increase the current production capacity of each well. WR1 -02. Rehabilitation Period and Reauirements. 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 C-57 contrac- tors 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 each 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 properly disposed of at an approved disposal site. The Contractor shall provide for the disposal of surplus materials, waste products, debris, etc., and shall make all necessary arrangements for such proper dis- posal. Throughout all phases of work on this project, the Contractor shall maintain job site and well- head security at each site to preclude accidental or intentional damage and /or contamination of each well and its water supply. Whenever each well site is unattended, each well casing shall be covered securely 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 each site is to be limited to the area inside City prop- erty. In addition, other contractors and employees or agents of the City may for all necessary purposes enter upon each work site 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 adjacent to each well site. The Dolphin Shallow well site is located along the north side of Dolphin Avenue in the vicinity of Valley Vista High School. Consequently, 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 Con- tractor will implement traffic control measures at each site. The Tamura Shallow well site is located on the west side of Magnolia Street and just west of the First Baptist Church and adjacent to its parking lot. Access to this well site is achieved through TS -1 0 0 the church driveway to this parking lot from Magnolia Street. No traffic control will be needed while working at this site. WR1 -06. Protection of Well Sites. 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; remove from each site all bailed material, debris, and unused materials; and upon completion of the work, restore each site as nearly as possible to its origi- nal condition, including the replacement, at the Contractor's expense, of any facilities which have been damaged beyond restoration. The Contractor is responsible for any damages to properties adjacent to each well site caused by rehabilitation and well testing activities associ- ated with the work described herein. Water pumped from each well shall be conveyed to a place approved by the City without dam- age to the City, to nearby creek channels, or to adjoining properties. The Contractor shall pre- vent damage to each well site and to the adjacent land, creeks, and streets that might result from pumping water during rehabilitation, development and testing, or due to interruption or diversion of storm water or wastewater during execution of the work. The Contractor shall adequately secure any doors /gates /fences used by him when not occupy- ing each well site. The facilities are currently secured by City locks and devices and the Con- tractor shall arrange with authorized City personnel for ingress /egress to each well site. WR1 -07. Eauioment and Ooerating Requirements. The Contractor must provide well rehabili- tation services on a timely and effective basis from the commencement of work through the final re- connection of each 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 each well due to any cause or negligence or faulty operation by the Contractor. The equipment to be furnished for all rehabili- tation 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 each well rehabilitation task shall be made on a monthly basis as work progresses in accordance with the Proposal and as outlined in each bid item in the Technical Specifications. TS -2 0 0 WATER WELL REHABILITATION DOLPHIN AND TAMURA SHALLOW WELLS SECTION WR2 — TECHNICAL SPECIFICATIONS PART 1 — GENERAL PROCEDURES 1.01 Work under this contract is to provide the City with water well rehabilitation services for the City - owned Dolphin and Tamura shallow municipal - supply water wells, as specified in these Techni- cal Specifications. Figures 2A and 2B, the "As- Built" well construction diagrams for the two shallow water wells, illustrate their construction details. The State Well Completion Report (driller's log) for each of the two wells is provided in Appendix 1. Video surveys of each well casing were performed on June 10, 2008 in order to determine the pre -bid condition of each well. These video surveys revealed that encrustation /scaling and par- tial to complete plugging of the perforations in each well has occurred. Based on these video surveys, it appears that limited rehabilitation of each well will need to be performed. A copy of the video survey report for each well is included in Appendix 2. Work described herein includes the furnishing of all materials, labor, equipment, fuel, tools, transportation, and services for rehabilitation and testing of the Dolphin and Tamura shallow water wells. The work required for well rehabilitation includes, but is not limited to, the following tasks: 0 Conduct an initial flowmeter (spinner) survey of each well to determine its current pre - rehabilitation downwell flow regime 0 Mobilization and demobilization of personnel, pump rig equipment, and accessories to and from each site, setting up traffic control, obtaining the requisite permits, and providing all operating supplies. 0 Remove the existing motor, discharge head and pump from each well. 0 Re -build each existing pump and motor 0 Initiate rehabilitation of each well by wire brushing and bailing sediment fill from the bottom of the casing. 0 Use "Air- Jetting" methods (AirBurstingTM or BoreBlastingT" methods) inside each well casing. Care must be exercised by the Contractor when using these methods to prevent damage to the screened section of each well. 0 Perform a post - rehabilitation video survey of the well, following "Air - Jetting" to check the effectiveness of rehabilitation operations. 0 Install a temporary test pump in each well and conduct pumping development (pumping and surging) for a maximum time period of 32 hours. Pump the initial dis- charge to onsite tanks, collect a water sample, and analyze for specified NPDES permit constituents. Provide the testing results to the City's Water Quality Coordina- tor Mr. Gary Tegel. TS -3 o Perform pumping tests in each well, including a maximum 12 -hour step drawdown test and an approximately 48 -hour long constant rate discharge test, in order to de- termine the new specific capacity of each well. Monitor sand production during these tests using a Rossum sand tester device. o Conduct a second flow meter survey in each well near the end of production testing. o Remove the test pump and run a second, and final, video survey of each well and temporarily cap the wells. o Install the re -built pump in each well. o Perform a final chlorination to disinfect each well, and temporarily cap each well cas- ing. o 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. Consequently the Contractor shall sub- mit a list of the last three (3) references (including contact names and telephone numbers) for whom the Contractor has performed well rehabilitation work on municipal - 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 diameter /type /depths, production capacity, specific capacity, types of mechanical and chemical development performed, and sand produc- tion 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 a progress record at each well site that are readily available for inspection during initial operations, and a record of any and all operations per- formed for rehabilitation of each 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 each well, if applicable. 2. Daily work logs documenting inspection, rehabilitation, and testing operations per- formed in each well. All measurements for depths shall be referenced to the existing grade at each well site. During well testing, all measurements shall be referenced to an arbitrary reference point established at the top of the sounding tube in each well as specified by the City's Representative. TS -4 0 0 1.04 SUBMITTALS The Contractor shall submit the following to the City and the City's Representative within 10 days following work on each well: 1. Lists of materials, fluids, and volumes used on each 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. 4. Video log surveys and video log reports. 5. Results of all spinner log testing. 1.05 JOB CONDITIONS Special job conditions are set forth in Section WR1 - 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 each well site (see Figure 1). The purpose of the Mandatory Pre -bid Site Meeting is to acquaint prospective bidders with each well site, local physical features, site logistics, possible local 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 infor- mation presented at the Pre -Bid Site Meeting. Addenda will be prepared and issued, as neces- sary, 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 meeting will be held approximately 10 days after the Contractor receives the notice of award. Following this meeting, the Contractor will meet with City personnel at the two project sites. The purposes of this meeting will be to: o Establish communication and liaison between the parties, and exchange telephone numbers; • Discuss security measures to be implemented at each site; • 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 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 ap- proximately 48 continuous hours at each 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 each well site, the Fore- man 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 City's Representative during the course of the project. 1.10 TERMINATION The City reserves the right to terminate the work on each 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 0 PART 2 — WELL REHABILITATION PROCEDURES (Technical Provisions) 2.01 INITIAL DOWNWELL FLOWMETER (SPINNER) SURVEY (Bid Item Nos. D1 & T1) An initial flow meter (spinner) survey shall be conducted in each well for the purpose of provid- ing information on the current groundwater flow into each well prior to commencement of well rehabilitation operations. Specifically, this initial spinner survey shall be performed with the ex- isting pump in each well, as directed by the City s Representative. The Contractor shall furnish services for performing this spinner survey of each well. The survey shall be run in the pres- ence of the City's Representative. The spinner survey shall be performed under dynamic conditions, after the pump has been in continuous operation for a period of at least 18 hours and after the pumping level has stabi- lized, as determined in the field by the City's Representative. Stop -count tests will also be per- formed, as directed by the City's Representative. The dynamic test shall be conducted at vertical descent rates of 30, 60 and 90 feet per second, unless otherwise approved by the City's Representative. Each stop count test shall consist 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 upper- most and lowermost blank sections of each well casing. The spinner survey shall become the property of the City at the time of the survey is completed. The Contractor shall provide five (5) field copies of the survey for each well to the City's Repre- sentative 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 lou- vered casing interval shall be performed by the logging contractor and submitted to the City's Representative in tabular format in a timely manner. 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 Payment for the downwell spinner survey will be made on a lump sum basis after completion of this work. Payment of Bid Item Nos. D1 and T1 will be made on the amount presented in the original bid item, regardless of actual cost to the Contractor and will constitute full compensa- tion for all labor, materials, equipment, power, and all other items necessary and incidental to completion of the work. 2.02 MOBILIZATION AND DEMOBILIZATION (Bid Item Nos. D2 & T2) Mobilization and demobilization shall include the transportation of personnel, equipment, and operating supplies to and from each well site; obtaining all permits necessary to perform work at each site; setting up traffic control per traffic control plans (as applicable); establishment of portable sanitary facilities; obtaining an adequate source of fresh water from the City; and other preparatory work at each well site required by the Contractor. The Contractor shall provide: a crane adequate for the removal and subsequent re- installation of the permanent pump; all tools, accessories, power, fuel, materials, supplies, lighting, water, and other equipment; and experienced personnel necessary to conduct efficient rehabilitation TS -7 0 0 operations at each well site. The crane shall be in good condition and of such capacity to prop- erly and safely lift the entire pump bowl and column assembly from each 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 onto 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 each well site as well as all tools, construction equipment, fuel tanks, machin- ery, temporary structures, and surplus materials. Bailed sediment and sand, etc., are to be removed from each well site and properly disposed of by the Contractor. The Contractor shall leave each well site clean and ready for use by the City. The Contractor shall restore all tempo- rary work areas at each 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 Nos. D2 and T2 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, permits fees and all other items necessary and incidental to completion of the work. 2.03 PUMP REMOVAL (Bid Item Nos. D3 & T3) The Contractor shall remove the existing permanent pump from each well and shall disconnect all electrical wiring and appurtenances prior to the removal of the pump. The Contractor shall also remove all apparatus from each well, including but not limited to: the motor, discharge head, oil tubing, cable, shafting, column, bowl assembly, strainer, sounding tube(s) and airline. Refer to Figures 3A and 3B for existing pump and motor specifications. Measurement and Payment Payment for pump removal will be made on a lump sum basis after completion of that work. Payment of Bid Item Nos. D3 & T3 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 la- bor, materials, equipment, power, and all other items necessary and incidental to completion of the work. 2.04 REBUILD PUMP AND MOTOR (Bid Item Nos. D4 & T4) Following removal of the pump, motor, column and bowls from each well site, 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 test- ing in each well. Rebuilding of the pump, motor, column and bowls will consist of, but not be limited to, the following tasks: TS -8 Recondition Existing 250 HP Motor: • Furnish and install new thrust and guide bearings. • Epoxy dip and bake windings. • Balance the rotor. • Clean all parts. • Re- assemble • Paint • Test Rebuild Pump Column and Bowls: o Install a new galvanized suction cone strainer. o Rebuild the bowl assembly, including the installation of new wear rings and machin- ing and installation of new bowl shaft and bushings. o Install new butt threaded and coupled (T &C) column pipe (160 ft for the Dolphin Shallow Well and 130 ft for the Tamura Shallow Well). o Install new water tube retainers. o Replace shaft couplings. o Replace landing nipple. o Install new head shaft with nut and key. Please refer to Figures 3A and 313 for details regarding the vertical turbine pump and motor specifications. 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 Nos. D4 & T4 will be made on the final amount presented to the City, as based on the Contractor's examination of the motor, pump column and bowls. That final presented amount will constitute full compensation for all labor, materials, equipment, power, and all other items necessary and incidental to completion of the work. 2.05 WIRE BRUSHING AND BAILING (Bid Item Nos. D5 & T5) The Contractor shall use a brush with stiff steel bristles (wire) and shall brush the entire length of the perforated section of each well casing in order to remove any loose encrusting material from the walls of the casing. This wire brush shall be equal in diameter to each well casing. The attached Figures 2A and 2B show the type and approximate locations of perforations in each well. TS -9 0 0 Should any residual material be left on the walls of the perforated section of each well, the Con- tractor will be required to repeat wire brushing of each well casing, until the casings appear clean. Should this operation be repeated, then an additional 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, each 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 each casing 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 each well site for disposal by the Contractor. The Contractor will be responsible for manifesting the bailed material for proper disposal at an ap- propriate 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 each well for the time period designated on the bid sheet for each well. No partial payment will be allowed unless all work has been completed and accepted by the City or its Representa- tive. 2.06 "AIR- JETTING" OF WELL (Bid Item Nos. D6 & T6) In order to help remove scale from the inside of each well casing and to disrupt/dislodge biofilm and other types of growth from the perforations and gravel pack surrounding each well, then "Air - Jetting" of each well casing shall be performed. The method is to consist of focusing high - pressure jets of compressed air against the inside of each well casing. These methods are trademarked either as "AirBurstingTMI or "BoreBlastingTM " Measurement and Payment "AirBursting" or "BoreBlasting" shall be paid at the unit lump sum price for each well. The price shall constitute full compensation for all labor, material, equipment, and incidentals required to successfully complete one of these operations in each well. No partial payment will be allowed unless all work has been completed and accepted by the City's Representative. 2.07 POST - REHABILITATION DOWNWELL VIDEO SURVEYS (Bid Item Nos. D7 & T7) A total of two (2) post - rehabilitation downwell video surveys shall be performed in each well. One of these surveys shall be conducted after "air- jetting" of each well and the second survey will be completed following removal of the test pump from each well. Prior to each video survey, the Contractor shall clarify the water column inside each well casing. Should sediment fill be present in the bottom of the casing in each well in the final video survey, TS -10 0 0 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 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- lants into each well, followed by water through a garden hose. The Contractor will allow water to flow into each well for a maximum period of 48 hours in advance of the video survey to pro- duce clear viewing conditions. Should a clear video picture of the internal casing conditions not be achieved in each survey performed, 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 each 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 each 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, in both hardcopy and Adobe Portable Document Format (PDF), documenting, at a minimum, the survey date, static water level, perforation depth intervals and conditions, total well depth, and any other significant observations. Measurement and Payment The downwell post - rehabilitation color video surveying of each well shall be paid at the unit lump sum price. The price shall constitute full compensation for all labor, material, equipment, and incidentals required to prepare the water in each well for clear viewing and perform a color video survey, complete per plans and specifications. Total payment of Bid Item Nos. D7 & T7 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. 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 each 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. The Con- tractor shall not charge any standby time, should his personnel be used for this survey. 2.08 MOBILIATION AND DEMOBILIZATION OF TEST PUMP (Bid Item Nos. D8 & T8) The Contractor shall install and later remove a temporary test pump for each well. A temporary 1- to 2 -inch diameter PVC access tube shall also be installed during test pump installation in order to provide access for an electronic water level sounder and for a pressure transducer, to be installed by the Citys representative during subsequent testing of the well. The existing 4- inch diameter camera tube shall be used for the spinner survey tool. 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 100 feet. The pump intake shall be set at approxi- TS -11 i • mately 120 ft below ground surface in the Tamura Shallow well and at approximately 170 ft bgs in the Dolphin Shallow well. The prime mover (motor) shall be a variable -speed type in order to perform pumping develop- ment and testing operations. An electric pump for the well is recommended and this pump can be wired into the City's existing electronic system for testing. The Contractor shall make ar- rangements with the City for the wiring of the test pump into this system. 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 test pump shall be equipped with suitable throttling devices to control the rate of the pump- ing discharge from each 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 48 hours during subsequent aquifer testing operations After removing the test pump from each well, the Contractor shall remove any oil from the water surface within each casing (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 from each well 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. No partial payment will be allowed unless all work has been completed and accepted by the City or its Representative. 2.09 TREATMENT AND SAMPLING OF DISCHARGE FLUIDS (Bid Item Nos. D9 & T9) This task shall include the treatment of all discharge water from each well site, prior to its re- lease, and monitoring of the discharge in accordance with the City's NPDES permit. A copy of this permit is presented in Appendix 3. Table 3 -1 in Appendix 3 provides a complete list of the constituents that the Contractor will need to sample and submit to a State - certified laboratory for analysis. In addition, the Contractor shall also follow the provisions of Section 7 -8.6.1 under the Special Provisions, for site BMPs when discharging fluids to the local storm drain system. The Contractor will be responsible for the setup of the necessary equipment to treat and moni- tor 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). A total of two (2) such tanks shall be provided during pumping redevelopment and testing. The equip- ment 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- TS -12 0 0 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 the NPDES permit requirements (see Appendix 3). For the purposes of bidding, a maximum of ten (10) grab samples will be collected of the discharge by the Contractor during pumping re- development and production 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. All solids /sludges generated during each well redevelopment process, if applicable, shall be contained onsite. The solidstsludges 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 sub- mitted to the disposal facility prior to disposal and a copy presented to the City prior to disposal. Solid matter shall be separated from the discharge fluids prior to disposal. The fluids remaining after separation shall be discharged in accordance with the NPDES permit requirements. Measurement and Payment Treatment of the generated discharge shall be paid on a lump sum basis. The price for Bid Item Nos. D9 & T9 shall be on a lump sum basis and shall constitute full compensation for all labor, material, equipment, and incidentals required to treat, transport, sample and perform the analysis of samples by a State- certified laboratory of the discharged water from each 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. 2.10 PUMPING DEVELOPMENT (Bid Item Nos. D10 & T10) Perform a maximum of approximately 32 hours of pumping development of each well. Pumping development shall consist of intermittent pumping and surging of each well, beginning at an initial rate in the range of 500 to 750 gpm and continuing to successively higher rates up to the maximum capacity of the test pump. Surging shall allow water to flow back through the bowls with free backspin and through the screen openings. The procedure shall be repeated at in- crements 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. TS -13 • • Measurement and Payment Pumping development shall be paid at the unit price per hour. The price for Bid Item Nos. D10 & T10 shall be on a per hour basis and shall constitute full compensation for all labor, material, equipment, and incidentals required to develop each 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 each 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. 2.11 PRODUCTION TESTING (Bid Item Nos. D11 & T11 and D12 & T12) This item shall consist of production testing (pumping tests) of each rehabilitated well to deter- mine 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 development work prior to the start of the step drawdown test. The Contractor shall have qualified personnel available on a 24 -hour basis during the step drawdown and constant rate pumping portions of the test, in order to assure proper operation of the pumping test equip- ment, 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 each 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 2.09, Bid Item Nos. D9 & T9of these Technical Specifications. Records The Contractor shall keep accurate records of the pumping tests of each well and furnish cop- ies 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 records shall include physical data describing the construction features such as, but not limited to: well depth and diameter, complete screen description, length and setting, a description of the measuring point and its measured height above land surface and /or mean sea level, the methods used in measuring water levels and pumping rates; and all resulting water level and pumping rate data monitored by the Contractor. The Contractor shall also keep records on the type of pumping equipment used at each 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. TS -14 n u 0 Recovery shall be considered "complete" after each 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 succes- sive 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 Representa- tive 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 Repre- sentative for the aborted test are not first met. These tests are invalid and will not be construed as a test. Bid Item Nos. D11 & T11 Step Drawdown Test Prior to starting the step drawdown test in each well, the static water level shall be measured. Each well shall be "step" tested at rates determined by the City's Repre- sentative. The step drawdown test for each well is estimated to require approxi- mately 12 hours of continuous pumping, with each step rate being pumped for 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 water -level sounder shall be furnished by the Contractor for water level measurements. During this test, the Contractor shall record sand con- tent measurements at 30- minute intervals. Bid Item Nos. D12 & T12 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 continuous period of 24 hours, or until the pumping level re- mains 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 (Bid Item Nos. D11 & T11) shall be paid at the unit price per hour. The price shall constitute full compensation for all labor, material, equipment, and incidentals re- quired to test each well at three to four drawdown "steps" at three hours each for a maximum of TS -15 0 0 12 continuous hours. Additional or fewer pumping hours as recommended by the City's Repre- sentative will be paid for at the hourly unit rate shown for Bid Item Nos. D11 & T11 The constant rate pumping test (Bid Item Nos. D12 & T12) shall be paid at the unit price per hour. The price shall constitute full compensation for all labor, material, equipment, and inci- dentals required to test each well for a maximum test period of 48 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 Nos. D12 & T12. The City will pay for this laboratory testing of the water sample collected at the end of the constant rate pumping test. 2.12 FINAL DOWNWELL FLOW METER (SPINNER) SURVEY (Bid Item Nos. D13 & M-) A second and final flow meter (spinner) survey shall be conducted downwell for the purpose of providing information on the groundwater flow into each 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 directed by the City's Representative. The Contractor shall furnish services for per- forming the spinner survey of each well. The survey shall be run in the presence of the City's Representative. The temporary 1- to 2 -inch diameter PVC access tube installed during test pump installation will provide access to each well casing during pumping for measurement of water levels with a pressure transducer. The spinner survey shall be conducted within the existing 4 -inch diameter camera tube to the full extent of each well casing, or as directed by the City's Representative. This spinner survey shall be run after the constant rate pumping test at each well has been run- ning 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. 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 each 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 each 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 3'/2 -inch diskette). Following completion of the video survey, provide a temporary cap and securely fasten to the well head of each well. This cap is to be removed when the rebuilt pump and motor are re- placed in each well. WWI 0 0 Measurement and Payment The flowmeter (spinner) survey at each well shall be paid at the lump sum price basis in accor- dance with Bid Item Nos. D13 & T13. The price shall constitute full compensation for all labor, material, equipment, and incidentals required to perform the flow meter survey in each well to the total depth of the completed well. No partial payment will be allowed unless all work has been completed and accepted by the City's Representative. 2.13 RE- INSTALLATION OF PERMANENT PUMP AND MOTO (Bid Item Nos. D14 & T14) This task shall include the transportation of the rebuilt pump and motor (see Section 2.03, Bid Item Nos. D14 & T14) and reinstallation of all rebuilt pumping apparatus for each 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 Nos. D14 & T14 will be made on the lump sum amount pre- sented 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 in- cidental to completion of the work. 2.14 WELL DISINFECTION AND SITE CLEANUP (Bid Item Nos. D15 & T15) Well Disinfection Following demobilization of the test pump and re- installation of the original pump, each well shall be disinfected. Chlorine approved by state or local regulatory agencies shall be used as disinfectant. The disinfectant shall be delivered to the work site in original closed containers bearing the original label indicating the percentage of available chlorine. Dry, granule, 65% HTH calcium hypochlorite is considered an acceptable disinfectant. 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. 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 each 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 each well shall be performed in accordance with the following procedure: o The disinfecting agent shall be uniformly applied throughout the entire water column in each well using the test pump for surging without discharge. The dispersion of the disinfectant shall be assisted by pouring into each well a volume of water equal to the volume of water contained in each well, after the disinfectant has been placed downwell. This will allow the disinfectant to flow out of each well and into the area TS -17 10 E 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 each 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 each well for a period of at least 12 hours. After a 12 -hour, or longer, contact period, each well is to be pumped to clear the disinfecting agent. The Contractor shall provide a chemical, such as sodium thiosulfate (Na2S203) or sodium metabisulfite (Na2S205), 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 each well. O After the chlorine is pumped from each well the Contractor shall provide access for City personnel to collect water samples from each 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. 0 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. Each well shall then be sounded and any accumulations of more than 10 ft of sediment fill shall be bailed. Site Clean uo At completion of the work, the Contractor shall remove all waste materials, rubbish, and debris from and about each well site as well as all tools, construction equipment, fuel tanks, machin- ery, temporary structures, and surplus materials, and clean up each site to its original pre - rehabilitation conditions. The Contractor shall also restore all temporary work areas to their original condition. Measurement and Payment Well disinfection and site clean up, at each well, shall be paid at the unit lump sum price in ac- cordance with Bid Item Nos. D15 & T15. The price shall constitute full compensation for all labor, material, equipment, and incidentals required to complete the work. TS -18 ■w,Uas N W � 6 S ,i TAMURA WELL SITE I li:t r"r2# i x ` ✓VI.I III ♦' I maa WELL om Ila+s. S/TE ¢� ua Sts- s wieg, )M1'F ry ••1 r. �� up•�a Hay,.i 0 1500 9000 11 Scnlo (1n foot) FIGURE 1 WELL SITES LOCATION MAP 0 0 149' 2" I.D. Air Vend rube Ground Level 20" O.D. Carbon Stad 0' (Depth In Fast) 1' 42" O.D. Conductor Borehole 191 36" O.D. Conductor Casing Appr dmate Static - 20" x 16" Cone Reducer - Carbon Steel - 316" Wall Water Level = Cement Grout for Conductor 61' -52' 34" Dia. Reamed Borehole 4" O.D. Camara Port Sounding Tube Cement Grout Seal 3" O.D. Gravel Feed Tube 149' Bottom of Cement SeaVibp of Gravel Pack 170' 20" O.D. Carbon Stad Blank Casing, 5116" Wall 191 199' 20" x 16" Cone Reducer - Carbon Steel - 316" Wall 212' Colorado Silica Sand Gravel Pack - 6 x 12 Gradation 26' Dia. Reamed Borehole 16" O.D. Carbon Steel 0.065" Slot, Roscoe Mass, Ful-Flo Louvered Casing 5116" Wag 286' 16" O.D. Carton Steel 306 Blank Casing5/16' Wall 356' - - - -- '—° 16" O.D. Carbon Steel Cellar Pipe vAth 366' End Cap, 5/16" Wall 385' Diagram Not to Scale FIGURE 2A "AS- BUILT" WELL DIAGRAM DOLPHIN SHALLOW WELL 0' Ground Level (Depth In Feu 135' 139' 147' 160' 1209' 229' 249' 294' 325' Diagram Not to Scale 0 0 I.D. Alr Vent Tube 36" O.D. Conductor Casing Cement Grout for Conductor 34" Die. Reamed Borehole _ 4" O.D. Camera Port Sounding Tube Cement Grout Seal 3' O.D. Gravel Feed Tube Bottom of Cement Saffrop of Gravel Pack 20" O.D. Carton Steel Blank Casing, 5116" Wall 20" x 16" Cane Reducer - Carbon Stool - 3B" Wail 26' Dia. Reamed Borehole Colorado Silica Sand Gravel Pads - 6 x 12 Gradation 16' O.D. Carbon Steel 0.066' SIo1, Roscoe Moss, Ful -Flo Lowered Casing 5Me" Wall 16"O.D. Carbon Steel Blank Casing -06- Wall Mrs 16" O.D. Carbon Seel Caller Pipe with End Cap, 5116' Wall / Cement Bottom Plug FIGURE 2B "AS- BUILT" WELL DIAGRAM TAMURA SHALLOW WELL Lt7.'TZ" T/x'urT DRARi 1 t44rz IV L 0 0 w VERTICAL TURBINE PUMP TYPE `F` _,�,_4- IV DIA. BOLES W 1 DISCHARGE 1. .._ 1500 - R.F.ANS:. FLG. -' A& ` DIA. HOLES _...R`_ DIA. BOLT CIRCLE DIA. FLANGE t -'OMT HOLES STRADDLE V[RAM MOTOR MANE TYPE ; V•tty — NRR HP _ :2� RPM VOLTAGE _ FRAME NO. TYPE COUP E»ti o-twr+ ppwjtw Z• -w I� ps,44puc EEEAa F-A PUMP I.L. 'FI- ISTi_. DISCH HO. _{ t iV.I 1HE SHAFT W COL. SHAFT TUBE .. PROD-LUBE -X- OIL LUKE . TYPE _STA -a— _ 2- Tom, TDN lMPl1LER STRAINER MATERIAL utie wiW �( ry12f�us t�.l.LAitiEt. -' FIGURE 3A DOLPHIN SHALLOW WELL PUMP DETAIL SCHEMATIC COL PEE P PUMP BOWLotf C.lAssso LINE SHAFT 414 5.,`+. _-'--. IMPELLER .J6f6W-'8W...' SHAFT 'TUBE BEARFNGSttaaY..P3 '`jO5" C43 ?�' HOWL. SHAFT BEARINGSOMmw*)�6"�"�- SHAFT PACKING _ ____....__ STRAINER S BRG. RETAINER ,_._..__. -_.._ BOWL W%R �t�rR ttt �liln}A6 IMPELLER W� S 3- Cq T ! 1 � I'LUID .REMARKS SPEC.'GRAVITY_ L _ - N ITS EO'D.__ VISCOSITY, — TFMPERATURE ._. ORDER 00- SUPPLIER _ t' AMYL ZK' :wt 3iis t p� a NOT TO K USED DWG EON CC4 +STk 7SON ..:::2'S° 'ro, �XRIA6 FIGURE 3A DOLPHIN SHALLOW WELL PUMP DETAIL SCHEMATIC y7.7L" 1 1n'TAT 1 F t � . s ' 1� 0 0 VERTICAL TURBINE PUMP TYPE 'F"' / -4- 11/6" OIA. t4OLFS 1 sSK ?R•WiOE 2-� _W 1H � �. Di5U{ARy� tlaha FcR NOi TAP _ •u . -J Dr"ARGE lye 1504 - P..F.ANSI. FLG. I" . -DIA. HOLES _ DiA. -SOLT CIRCLE DIA. FLANGE 1 -'BOLT >!CLIS STRAE/'�.E VEMICAL MOTOR 1 MAKE 1.U. ENCIO�StAke' HP PHASt ; VOLTAGE - FRAME NO. YE Com _RPM Isw"o HERTZ_ W -' PUMP f 2" `F''STL. D1SCH ti0. UNE, §HAFT' W CDI. SHAFY TUBE PROD.UfBE AL '01L LUB_'_, SIR IMPELLER STRAINN ER �T' test fYYirt NA. LA 44 New MATERIAL . Trrw_ms tAm-L� COL P.-Ft •� w,4 PUMP eow LINE SHAFT 41EV Sd i.+_..�. IMPELLER - SWAFT TUBE — __.. BEARINGS (I SOW& SHAFT _y_I(a. SS• BEAR1NGSn SHAFT PACKINS STRAINER - SRG. RETAINER BOWL W/R IMPELLER I .-7 FLUID _,_132"4._,_._.--- REMARKS. SPEC.•GRAVITY__-l.-.._ NO. VISCOSITY ORDER ND. TEMPFRATUR__. SUPPUP32 . PH DWG_ NO. - SERIAL NO- FIGURE 313 TAMURA SHALLOW WELL PUMP DETAIL SCHEMATIC 0 APPENDIX 1 0 STATE WELL COMPLETION REPORTS Fi2telk D R Paof Ol No.iJSd n it Agency Permit No. — GEOLOGIC LOG 't.. I ORIENTATION (!) VMrAL _ 110 WWAL _ANGLE _ (8PECIFY) DttPi7{ To FIRST WATER _(FL) BELOW SURFACE DESCRIPTION [STATE OF CALIFORNIA` WELL COMPLETION REPORT Rsfer ra Ior+.uceiau P..pb/n 0. 500150 o,s,silA. W13A 11;106 STATE WELL NO. /aTATgN RD. � 11 2 1 194 DRILLING METHOD IUWX0 -Mi w?, 2rL7 4_ i 7� 5 al, T + 1T� 0 PLANNED USE(S)- �W () f MDNII o Af, WATER SUPPLY -- PP kdvdw MAP bm - CATIID01o1`001EG SOUTH Ta7N. or Pap* Deimwe of WegIm- Landirtamb — aftEII tspedw ATTACHMENTS (!) C8 [CATION STATEMENT 1 _ toa I, the Im IS d, that t et accurate to Me beat of my kWWAedCe and bell r — COme�nbn IxaerMa VM R NAME — Geoaaniultoo(B) (PERSON M ADIIRM PAR Omn star cmow Ivulvaes ATTAM ADWTIDP/AL AYFrnAatno/c Ir EmST& °d RELL DRaLl G O� DWR 188 REV. TAO IF ADDITIONAL SPACE IS NEEDED. USE NEXT CONSECUTIVELY ERED FOAM DRILLING METHOD ATER LEVEL 6 YIELD OF COMPLETED LETED WE L DEPTH OF WATER LEVEL STATIC a IFL) S DATE M zi E57IMATED YIELD' (GPM) i TEST TYPE OTAL DEPTH OF BORING (Feel .L TEST LENSTN Goa) TOTAL DRAWDOWN �J .— (FIj OTAL DEPTH OF COMPLETED WELL (Pat) 'May mu Ar r+pTatatmirr oJd ww!k 1aag�m yw . i DEPTH FROM SURFACE GORE 1101E CASINC(S) DEPTH FROM SURFACE ANNULAR MATERIAL TYPE ♦ ^ TYPE' Gg11i>E MATERIAL/ GAUGE OR WALL THICKKESS SLOT SIZE IF ANY (MgWn g E F T BEH _ .... FILL ALTER PACK (TYPE /S= FL to FI. F. to FL ATTACHMENTS (!) C8 [CATION STATEMENT 1 _ toa I, the Im IS d, that t et accurate to Me beat of my kWWAedCe and bell r — COme�nbn IxaerMa VM R NAME — Geoaaniultoo(B) (PERSON M ADIIRM PAR Omn star cmow Ivulvaes ATTAM ADWTIDP/AL AYFrnAatno/c Ir EmST& °d RELL DRaLl G O� DWR 188 REV. TAO IF ADDITIONAL SPACE IS NEEDED. USE NEXT CONSECUTIVELY ERED FOAM IORIGINAL • STATE OF CALIFORNIA I File with DWR WELL COMPLETION REPORT I Page I of Refer to larrraaioa Parpblet Date's Work B No. w� Q No. 500125 Date Work Began Ended (.oral Permit Agency Permit No. Permit Date GEOLOGIC LOG ., ORIENTATION (!) �Y�IICAL _� HORIZONTAL _ ANGLE _ IISPEGFVI I Name Q DEPT TO FIRST WATER—(FL) BELOW SURFACE Ma11N DESCRIPTION _[.1 TOTAL DEPTH OF RORINC TOTAL DEPTH OF COMPLETED WELL DEPTH SURFACE BORE- FROM TYPE S HOLE I& DEL !! S FL to FL Poo/./ z CASING(S) 11 112 1 11 1– 1 41 –I CI I i Avartasrmxce � WELL OW)yER qty T101LdA.IeJN4'S/CiIF�!1 C0. County —Q� APNBookiPage�_Parcel Township 1d� Range u ls_ section a LsUtude - NORIN Longitude WEST errL sEC. oE¢ HNH. � sEa' LOCATION SKETCH ACTIVITY(!)— NORTH — ,ITEM' Wtaz. MOOFICATONAMPAIR y' 1 —Oa1W (EOerLA :�; V ;i DESTROY Onow IMOMYEi OGOLM7 I- QQ PLANNED USE(S)- 3 MO MORM N�C� WATER je � �j M 4f +�vw — — Pow — raaattl A1A0 — -nsTwaL- - TATNOacFUmw TM NGaemte a Onotle of well f'om Luldmmb — o1ItRt wear) wcA as Roadr. Bagdngs, Peaces. Rion. etc PLEASE BE ACCURATE 6 COWLEM LtEjAQD ?M')g� LbN4LI FLUID 1 r t rnvne vvvn WET _I .�� :i —WATER LEVEL i YIELD DEPTH OF STATIC WATER LEVELW W.) A DATE a ESTM/AItD YIELD :.iiiL_ 00" A TEST TEST LENDTH� Otra TOTAL DRAWDOI May Rae be RpmexraiVeofa roell) Jang4m MATERIAL, I MA-T RAC I aaA TRICRNESS to ATTACHAENTS (4) 107.116 LOU A EV 740 IF ADDITIONAL SPACE IS NEEDED. USE NEXT CONSECUTIVELY DEP1H ANNULAR MATERIAL FROA SURFACE TYPE CE' 891• FILM PAUL FILL FL to Ft lj- f 11a "I (TYPEYSRE) YT the beat of my knuYAeEOe and baBa6 0 APPENDIX 2 0 JUNE 10, 2008 VIDEO REPORTS a flasartim geophysw ne!/ kov CWVMY Video Survey Report Ion: 1/4 Mlle E of Slag on N side of Dolphin. Datum:Ground Level Tool Zero: Run No. One Job Ticket: 139,71 Total Depth: 365_R__ Water Level: 49 ft Oil on Water. 0 - Operator: Ozman Trad= side-Scan 4456 vfa sb ambrose 800.919.7555 daremont ka 91711 fax. 909.399.3160 909.625.6262 www.padfiesurvoys.com Tamura Shatlkw� Santa Clara & La Stella Datum Video Survey Report Toot Zero: Run No. Job Ticket: Total Depth: Water Level: Oil on Water. Truck VS-3 4456 v/a A ambroso 800.919.7555 daremont ca 91711 /ax. 909.399.3150 909.615.6262 wkvkv padAcsurveys:c+om 0 APPENDIX 3 L TABLE 3 -1 - NPDES DISCHARGE CONSTITUENTS AND NPDES DISCHARGE PERMIT Pi 0 TABLE 3-.I LIST OF ANTICIPATED NPDES PEMMIT CONSTITUENTS TO BE SAMPLED FOR DISCIIARCE OF DEVELOPMENT AND TESTING WATER CITY OF NEWPORT BEACH DOLPHIN AND TAMURA DEEP WELLS' Constituent Units(l) Minimum Frequency of Analysis Physical (Field) Constituents Total waste flow gaVday Dail Temperature °C Once daily during first 30 minutes of cash discharge H Units Dissolved Oxygen DO mgfL Electrical Conductance pniho/cm General Coostituents Oil and Grease mg/L Once daily during first 30 minutes of each discharge. Sulfate Sulfide Total Dissolved Solids (TDS) Total Hardness Total Ina anic Nitro en Total Nitrogen 'total Organic Carbon Total Suspended Solids ) Sulfate Chloride mg/L Annually Total Alkalinity Metals 'total Arscnic PA Once minutes of during first ge 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 "Line Notes: (1) Units are as foltows: mg/L = milligrams per liter yg& = micrograms per Uter 0 • California Regional Water Quality Control Board Santa Ana Region ORDER NO. R8- 2006 -0004 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. 3. 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. 88 -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. 118- 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 comments pertaining to the amendment. IT IS HEREBY ORDERED that Order No. R8 -2003 -0061 shall be amended as follows: • Order No.RB -2006 -0004 Amending Order R8- 2003 -0061, NPDES Na CAG998001 General De Minimus Waste Discharge Requirements 0 1. 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 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; n. Other similar types of wastes, which pose a de minimus threat to water quality, yet technically must be regulated under waste discharge requirements; and o. Decanted filter backwash wastewater and/or sludge dewatering filtrate water from water treatment facilities. 2. 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. 0 Order No.R8- 2006.0004 Page 3 of 5 Amending Order R8- 2003 -0061, NPDE5 No. CA G998001 General De Minimus Waste Discharge Requirements 4. Order No. R8- 2003 -0061, Page 6 of 14, revise Discharge Specifications A.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: 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/l Sulfides 0.4 mg/l Total Residual Chlorine 0.1 mg/1 Total Suspended Solids° 75 mg/l Total Petroleum Hydrocarbons 100 µg/l (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. Order No. R8- 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. 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 B.2.a. and B.2.b. as follows: Compliance shall be determined at a point before wastewater mixes with any receiving water. Not applicable ifall wastewater will percolate prior to reaching any receiving water. 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.RB -2006 -0004 Amending Order R8- 2003 -0061, NPDES No. CA6998001 General De Mmimus Waste DischorgeRequirements 2. The following shall constitute the effluent monitoring program: Page 4 of 5 a. For types of discharges a through n as listed in Finding 9 of the Order: Constituent Type of Sample Units Minimum Frequency of SM21ing and Analysis Flow -- - - - - -- gpd Daily Oil and Grease Grab mg/l 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 1,2 Grab mg/1 " Total Suspended Solids " Total Dissolved Solids " Total Inorganic Nitrogen " " " Total Petroleum Hydrocarbons Grab mgll " 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 Sample Sampling and Analysis Flow --- - - - - -- gpd Daily During the first 30 minutes of Total Residual Chlorine"' Grab mg/1 each discharge and as directed by the Executive Officer, . thereafter Total Suspended So1ids2 " " " During the first 30 minutes of Aluminum (See note 1 below) Grab µinn each discharge and as directed (ppb) by the Executive Officer, thereafter h*on (See note 1 below) " " " Manganese (See note 1 below) to Unless it is known that chlorine is not in the discharge. Not applicable if all wastewater will percolate prior to reaching receiving waters. 0 Order No.R8- 2006 -0004 Page 5 of 5 Amending Order R8- 2003 -0 061, NPDES No. CAG998001 General De Mlairrrus Waste DisckargeRequirements Note 1: For analysis of these constituents, the Discharger shall use the following repotting 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 Iisting on Finding 9 of the Order); 8. All other conditions and requirements of Order No. R8- 2003 -0061 shall remain unchanged. L 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. -Ak&ie �fferard 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. 0 0 Amending Order No. R8- 2006 -0004 Page 2 of 8 Amending Order R8- 1003 -0061, NPDES No. CA G99800 De Minimus permit Sui fRepon 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 oocysts1100 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 carry 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 Ao. R8- 2006 -000! Page 3 of Amending Order R8- 2003 -0061, NPD£S No. CAG99800 De Minlmus permit .Staff Repail suspended limit of 30 milligram per liter (mg/L) based on secondary treatment standards and based on but 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 backwush 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 No. R8- 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. M2003 -0061. The following changes to the Order arc proposed: (additions are 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 arc proposed 1. Order No. I18- 2003 -0061, Page 3 of 14, revise Finding 9 as follows: GJI This general permit regulates de minimus discharges (as listed in- Findittg -Abp; above lkf6%0 to surface waters. M entity(ies)/individual(s) proposing de minimus discharges is hereinaller referred to as "elisehorget" and upon authorization, is subject to the terns and conditions of this Order. 0 Ammding Order ,\o. R8- 1006-0004 Amending Order R8- 2003 -0061, NPDP.S No. CAG99800 Dedi fnfmuspermfr Sraff Repo It 40 Page 4 of 8 2. Order No. RS- 2003 -0061, Page 5 of 14, revise Finding 19 as follows: 19. The de minimus discharges described in Finding No. + 9, 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, tlteir agents, successors, and assigns, who arc discharging the types of wastes listed in Findings No. 4. 9, above, in order to meet the provisions contained in Division 7 of the Califomia 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: 4. Order No. 118- 2003 -0061, Page 6 of 14, revise Discharge SpecificationsA.l. to include A. La. and A.I.b., as follows: I. 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/I Sulfides 0.4 mg/I Total Residual Chlorine 0.1 mg/I Total Suspended Solids° 75 mg1I Total Petroleum Hydrocarbons 100 µg/I (ppb) Amending Order No. R8- 2006-0004 Amending Order R8- 2003 -0061, NPDBS ft. CAG99800 De Afinimus permit Staff Report S. Page S of Order No. R8- 2003.0061, Page 13 of 14, revise Application Requirements L2, 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. +A,. The application shall consist of the following information: 6. Monitoring & Reporting Program No. RS- 2003 -0061, Page 3 of 5, revise Effluent Monitoring B.2. to include B.2.n. and 8.2.b. as follows: 2. The following shall constitute the effluent monitoring program: a of dR U . es':tWrou h,n. listed is wdln :9 -bfthe O nerd . �hP, _ rg ._. g_ _ -� , g_-_-- T of Units Minimum Frequency of Constituent Sample Sampling and Analysis Flow -- gpd Daily During the first 30 minutes of each discharge and as directed Oil and Grease Grab mgn by the Executive Officer, thereafter Sulfides " Total Residual Chlorine' .2 " Total Suspended Solids2 Total Dissolved Solids " Total Inorganic Nitrogen Total Petroleum Hydrocarbons Grab mgfl 0 Amending Order No. RS- 2006.0004 Amending Order R8- 2003 -0061, NPDES No. CAG99800 De Minlmus permll Staff Report Page 6 of a 7. Monitoring & Reporting Program No. RS- 2003 -0061, Page 4 of 5, revise Reporting C.2.1) as follows: t) Specific type of the proposed wastewater discharge (see listing on Finding + Qof the Order); Ill. WRITTEN COi•' ME \"I'S: 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 Cali fomia Regional Water Quality Control Board Santa Ana Region 3737 Main Street, Suite 500 Riverside, CA 92501 -3345 pe'of �» Units b4lVW4m• equency'oi r EonsUtucnt' Sam Ie Stirir `IIn rand Aoal 51s Ino,v ^ BPd D 11a y <: Puring4lie ft -30 M. E u�fee (Total:R�Stdual r C hlo > , I. a Gi a¢ n m l;/ a mas c (e a dlsjtA , 7 byjtPxp cnNye.Otticcr; ther�Eter olSuspgtded_ &;oli Iron(See�note= l(beloiy) ri w u ��$n�,�(SC¢ tlQ„�C_1- 11e10j,Yj ti � 7. Monitoring & Reporting Program No. RS- 2003 -0061, Page 4 of 5, revise Reporting C.2.1) as follows: t) Specific type of the proposed wastewater discharge (see listing on Finding + Qof the Order); Ill. WRITTEN COi•' ME \"I'S: 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 Cali fomia Regional Water Quality Control Board Santa Ana Region 3737 Main Street, Suite 500 Riverside, CA 92501 -3345 • • Amending Order No. R8- 2006 -0004 Page 7 of Amending Order R8- 1003 -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: January 18, 2006 TIME: 9:00 a.m. PLACE: City Council Chambers of Loma Linda 25541 Barton Road Loma Linda RECOMMENDATION: 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 s • Amending Order No. R8 -2006 -0000 Page 8 of 8 Amending Order R8- 2003 -0061, NPDt;S No. CA G99800 De Minimus permit staff ReNIT 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 — Garry Brown Lawyers for Clean Water C/c San Francisco Baykeeper And the attached mailing list {current enrollees} M1 CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT S'Et 60 ^n�e+x . Agenda Item i"9)" September 9, 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: WATER WELL REHABILITATION — DOLPHIN AND TAMURA SHALLOW WELLS - AWARD OF CONTRACT NO. 4053 RECOMMENDATIONS: 1. Approve the specifications. 2. Award Contract No. 4053 to General Pump Company for the Total Bid Price of $255,100.00, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $25,000.00 to cover the cost of unforeseen work. DISCUSSION: At 10:00 a.m. on August 12, 2008 the City Clerk opened and read the following bids for this project: BIDDER TOTAL BID AMOUNT Low General Pump Company $255,100.00 2 Layne Christensen Company $280,689.00 The low total bid amount is 13 percent below the Engineer's Estimate of $293,000. The low bidder, General Pump Company, possesses a California 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. Dolphin and Tamura shallow water wells were both drilled in 1996. The Dolphin shallow well is located at 9649 Dolphin Avenue and the Tamura shallow well is located at 17399 Magnolia Street in the City of Fountain Valley. The wells are owned and operated by the City of Newport Beach. There has been a noticeable reduction in performance for both wells. The reduction is primarily attributed to sediment build -up and clogging of the louvers in the well casing. Over time, water wells typically experience such performance reductions due to frequent pumping and natural build -up of minerals and sediments. Well rehabilitation methods such as wire brushing and air bursting the well casing are usually performed in order to M • Dolphin Deep Water Well Rehabilitation —Award of contract No. 3978 December 11, 2007 Page: 2 restore production output to its original design. In addition, pumps and motors need to be reconditioned periodically to maximize efficiency. If these water wells are not regularly monitored and rehabilitated, they may experience catastrophic failure resulting in the loss of the wells. The work necessary for the completion of this contract consists of providing traffic control, removal and reinstallation of pump and motor, mechanical well development, video survey, test pumping, and reconditioning of existing pump and motor. Pursuant to the Contract Specifications, the Contractor will have 70 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 schools 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: There are sufficient funds available in the following account for the project: Account Description Water Enterprise Proposed uses are as follows: Vendor General Pump Company General Pump Company Prepared by: Andy Tranef.E. Senior Civil Engineer Attachments: Project Location Map Account Number 7503- C6001002 Total Purpose Construction Contract Construction Contingency Total: Amount $ 280,100.00 $ 280,100.00 Amount $ 255,100.00 $ 25,000.00 $ 280,100.00 Submitted by: Stephen G. Badum Public Works Director ., �o�.• -fir• . -'4 � '' e= I+ r .J �1 T��r' �rop � j �f a+ ! ���. riff i'�+r�"�s„_3 J', �+ _"..,'n Za '�� ➢ ��•jc .t 3MI Doc rip it t jXd F.i .J f k1V oQ1L L t: f I y ,