Loading...
HomeMy WebLinkAboutC-5633(A) - Dolphin Ave Deep Water Well Rehabilitation ProjectCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani I. Brown, MMC January 27, 2016 General Pump Company, Inc. Attn: Michael Bodart 159 North Acacia Street San Dimas. CA 91733 Subject: Dolphin Deep Water Well Rehabilitation — C -5633(A) Dear General Pump Company, Inc.: On January 27, 2015, the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on February 3, 2015. Reference No. 2015000053064. The Surety for the contract is Travelers Casualty and Surety Company of America and the bond number is 106048249. Enclosed is the Faithful Performance Bond. Sincerely,, lyowfl'— vI Leilani I. Brown, MMC City Clerk Enclosure 100 Civic Center Drive • Post Office Box 1768 • Newport Beach, California 92658-8915 Telephone: (949) 644-3005 • Fax: (949) 644-3039 • www.newportbeachca.gov EXHIBIT C CITY OF NEWPORT BEACH BOND NO, 106048249 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 8,727.00 being at the rate of $ 20.00 per thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to General Pump Company, Inc. hereinafter designated as the "Principal," a contract for Dolphin Deep Water Well Rehabilitation Project located at 9649 Dolphin Ave. in the City of Fountain Valley, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and Travelers Casualty and Surety Company of America , duly authorized to transact business under the laws of the State of California as Surety (hereinafter °Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Four Hundred Thirty Six Thousand Three Hundred Seventy Dollars and 001100 ($436,370.00) 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 void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. General Pump Company, Inc. Page C-1 Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 12th day of March 12014 . General Pump Company, Inc. Name of Contractor (Principal) Travelers Casualty and Surety Company of America Name of Surety 21688 Gateway Center Drive Diamond Bar, CA 91765 Address of Surety (909) 612-3667 Telephone ;Fn � ,;'6- Authorized 4ent Signature Betty L. Tolentino, Attorney -In -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED General Pump Company, Inc. Page C-2 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Francisco On March 12, 2014 before me, K. Zerounian, Notary Public Gate ere 1— ame 6a t wr personally appeared Betty L Tolentino NanN(I 04 Signenst K.ZEROUNIAN Commission # 2029311 i:'� Notary Public - California zz _ San Francisco County ray Comm. Expires Jun 29, 2017 Plxa We Seal Ab who proved to me on the basis of satisfactory evidence to be the person(l) whose name(3) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in Ms/her/#*k authorized capacity(iee), and that by hWherAMk signature(d) on the instrument the person(*), or the entity upon behalf of which the person(p) 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 OPTIONAL Though the information below is not required by law, it may prove valuable to per and could prevent fraudulent removal and reattachment of this form to Description of Attached Document Title or Type of Document: Document Date: Signers) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited Ll General ❑ Attorney in Fact ❑ Trustee Top of thumb here ❑ Guardian or Conservator ❑ Other: Signer Is Representing: seal. Number of Pages: the document Signer's Name:_._ ❑ Individual LI Corporate Officer—Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHTTKMIBPRINT CF SIGNER LN I ri? BORDER ,fix POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America SL Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 225734 Certificate No. 005620164 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty 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 are corporations duty organized under the laws of the State of Connecticut, 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 Susan Hecker, Maureen O'Connell, Robert Wrixon, Brian F. Cooper, M. Moody, Betty L. Tolentino, Janet C. Rojo, J. M. Albada, Virginia L. Black, and K. Zerounian of the City of San Francisco , State of California , their true and lawful Anomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this day of August 2013 - Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 29th St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company 00�9:8 (ctj VdI0.`xVf>r,_ 'g_' )97 g W I xnxrrarm, (`w ro.P._Ow�i $' �\_$EAL+o3 caxx' o\,,.f a ' i na' -r/ nNdr State Of Connecticut City of Hartford ss. By: Robert L. Raney, enim Vice President On this the 29th day of August 2013 before me personally appeared Robert L, Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Maine 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. G.TE1 In Witness Whereof, I hereunto set my hood and official seal. � My Commission expires the 30th day of June, 2016. * '%/OILS 56440-8-12 Printed in U.S.A. Marie C. Tetreautt, Notary Public CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles CIVIL CODE 9 1189 On March 12, 2014 before me, Bonnie Brunel, Notary Public Date Here Insert Name and Title of the Officer ' personally appeared Michael Bodart who proved to me on the basis of satisfactory evidence to be the person(,a'f whose name(g') ism subscribed to the within instrument and acknowledged to me that helihJlimifir executed the same in hislWmm liir authorized capacity(as), and that by BONNIE BRUNEL hisArste4Msir signatureA on the instrument the +Commission M 1998522 personjo, or the entity upon behalf of which the NotaryPublic• California g persol acted, executed the instrument. Los Anifelas County Comm. = Dsc 16.2016 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. C 2010 National Notary Association • NationalNotary.org • 1 -800 -US NOTARY (1-800-8]&682]) Item 95907 WITNESS my hand and official seal. Signature:i�—r�cz`_'�'X Place Notary Seal Above Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signers) Signer's Name: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Corporate Officer — Title(s): ❑ Individual WINISMIMM,❑ Individual himmm ❑ Partner — ❑ Limited ❑ General Top of thumb here ❑ Partner — ❑ Limited ❑ General Tap of thumb here ❑ Attorney in Fact ❑ Attorney in Fact ❑ Trustee ❑ Trustee ❑ Guardian or Conservator ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Signer Is Representing: C 2010 National Notary Association • NationalNotary.org • 1 -800 -US NOTARY (1-800-8]&682]) Item 95907 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani Brown, CMC April 9, 2015 ' General Pump Company, Inc. Attn: Michael Bodart 159 North Acacia Street San Dimas, CA 91773 Subject: Dolphin Deep Water Well Rehabilitation - C -5633(A) Dear Mr. Bodart: On January 27, 2015 the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on February 3, 2015, Reference No. 2015000053064. The Surety for the bond is Travelers Casualty and Surety Company of America and the bond number is 10618249. Enclosed is the Labor & Materials Payment Bond. Sincerely, 0�1 7v Leilani I. Brown. MMC City Clerk Enclosure 100 Civic Center Drive • Post Office Box 1768 • Newport Beach, California 92658-8915 Telephone: (949) 644-3005 9 Fax: (949) 644-3039 • www.newportbeachca.gov Premium Included in Performance Bond EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 106018249 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to General Pump Company, Inc., hereinafter designated as the "Principal," a contract for Dolphin Deep Water Well Rehabilitation Project, located at 9649 Dolphin Ave, in the City of Fountain Valley, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, Travelers Casualty and Surety Company of America duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Four Hundred Thirty Six Thousand Three Hundred Seventy Dollars and 00/100 ($436,370.00) 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, orfor amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. General Pump Company, Inc. Page B-1 And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 12th day of March , 2014 , General Pump Company, Inc. Name of Contractor (Principal) Travelers Casualty and Surety Company of America Name of Surety 2168 Gateway Center Drive Diamond Bar, CA 91765 Address of Surety (909)612-3667 Telephone B: Authorized A nt Signature Betty L. Tolentino, Attorney -In -Fant Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED General Pump Company, Inc. Page B-2 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California l County of San Francisco Ji On March 12, 2014 before me, K. Zerounian, Notary Public Date Hem Ime,t Name and Title of the 0 cer personally appeared Betty L. Tolentino Neme(slm "I'(e) K. ZEROUNIAN Commission # 2029311 -'d. Z ;�.,_ y Public - California s Notary San Francisco County M Comm. Expires Jun 29, 2017 who proved to me on the basis of satisfactory evidence to be the person(s) whose name($) is/are subscribed to the within instrument and acknowledged to me that 4e/she/they executed the same in Isiafher/their authorized capacfty(iee), and that by hie/her/thek signature(d) on the instrument the person(;), or the entity upon behalf of which the person(p) 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 h nd nd o I ial seal. Placa Notary Seal Abwa Signature Signa eM Nnhry P,IDlic OPTIONAL 7hough the information below is not required by law, it may prove valuable to perso 6-raiy+' g on the document and could prevent fraudulent removal and reattachment or 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): ❑ Partner —L Limited CI General ❑ Attorney in Fact ❑ Trustee Ton of thumb dere ❑ Guardian or Conservator ❑ Other: Signer Is Representing Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): _ D Partner — ❑ Limited ❑ General LJ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHI'TH11M6PRINT CF SIGNER t',-�.�.".z:r. a+r—:rv".—,r-'tv'7t:.^.C'.,L.'9;z'22''�..;CZR�.te,-..,�+Cxw C":Z";rzE". T'. .-�Z: �'�-t;.Y✓,Zz, r.: �"c 02007NetlonaO NdgAam bm•9050 DenteA ,FD.Dox240a-CtalaalorM,, CA 91313-2402,r NatlonalNetarymg Ilem 05907 Peartler: CaATdI-Free 4e00 -376d 7 ATTORNEY IS INVALID WITHOUT THE r� BORDER POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 225734 Certificate No. 005620165 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty 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 are corporations duly organized under the laws of the State of Connecticut, 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 Susan Hecker, Maureen O'Connell, Robert Wrixon, Brian F. Cooper, M. Moody, Betty L. Tolentino, Janet C. Rojo, J. M. Albada, Virginia L. Black, and K. Zercu nian of the City of San Francisco , State of California , their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law_ IN WITNESS WHEREOF, the CompaniesShave caused this instmment to be signed and their corporate seals to be hereto affixed, this August day of Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 29th St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Tavelers Casualty and Surety Company of America United States Fidelity and Guaranty Company o�e.evar` r3' i*lt G�g, ..,...Ir.SE ALjco: st`teDaca. aw. m9i $l`R State of Connecticut City of Hartford ss. By: d-4—e—IK Robert L. Rangy, enior Pse President On this the 29th day of August 2013 before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duty authorized officer. p.TET In Witness Whereof, I hereunto set my hand and official seal. ')nQA�A C • My Commission expires the 30th day of June, 2016. � 'Of/BU�s* Marie C. Tetreault, Notary Public 58440-8-12 Printed in U.S.A. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE 5 1189 State of California County of Los Angeles On March 12, 2014 before me, Bonnie Brunel, Notary Public Date Here Insert Name and Tdle of the Officer ' personally appeared Michael Bodart 'BONNIE BRUNEL Commissions 1998522 Notary Public - Camomis Los Mpelss County My Comm. OK 15 2018+ who proved to me on the basis of satisfactory evidence to be the person(K whose name(S) ism subscribed to the within instrument and acknowledged to me that he' I "' I executed the same in hisAmmillldr authorized capacity(iiiiin), and that by his/Imwefllsivk signature(,$) on the instrument the person(p'), or the entity upon behalf of which the person acted, executed the instrument. certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNES my h d and official seal. Signature: Place Notary Seal Above SiBneture 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(les) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Individual ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): -I Individual ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing RIGHT THUMBPRINT OF SIGNER Top of thumb here v co m nauuum iw dry nssouaeon • rvanonairvorary.cat - 1-6oV-1.16 NOTARY (1-800-876-6827) It.. #5907 L)ecorded in Official Records, Orange County RECORDING REQUESTED BY AND Hugh Nguyen, Clerk -Recorder WHEN RECORDED I N TOf�•t'ry 09II,11ii IIIIIIIIIIII II IIIIIIIIII IIIIIII III IIIIII NO FEE *$ R 0 0 0 7 2 6 8 0 1 3 8* City Clerk 2015000053064 2:29 pm 02103115 City of Newport Beacht 37 406 N12 1 100 Civic Center Drive'' 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Newport Beach, CA 92660 "Exempt from recording fees pursuant to Govemment Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and General Pump Company, Inc. of San Dimas, CA, as Contractor, entered into a Contract on March 12, 2014. Said Contract set forth certain improvements, as follows: Dolphin Deep Water Well Rehabilitation C-5633 (A) Work on said Contract was completed, and was found to be acceptable on January 27, 2015 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. Punic Woks Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Q (� Executed on Q�( U at Newport Beach, California. BY V City Clerk CITY OF NEWPORT BEACH ?` CITY CLERK'S OFFICE Leilani Brown, MMC January 28, 2015 Orange County Recorder P.O. Box 238 Santa Ana, CA 92702 RE: Notice of Completion for the following projects: 2013-2014 Street Light Improvement Project Contract No. 5495 • Dolphin Deep Water Well Rehabilitation Contract No. 5633(A) • St. James Road Sewer Relocation and CDS Unit Installation Contract No. 4910 Please record the enclosed documents and return to the City Clerk's Office. Thank you. Sincerely, A'Nk--- Leilani I. Brown, MMC City Clerk Enclosures 100 Civic Center Drive • Post Office Box 1768 • Newport Beach, California 92658-8915 Telephone: (949) 644-3005 . Fax: (949) 644-3039 • www.newportbeachca.gov (171�7 ,.,.�.(T!,j CITY OF NEWPORT BEACH City Council Staff Report January 27, 2015 Agenda Item No. 5 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: David A. Webb, Public Works Director- (949) 644-3330, dawebb@newportbeachca.gov PREPARED BY: Andy Tran, Senior Civil Engineer PHONE: (949) 644-3315 TITLE: Dolphin Deep Water Well Rehabilitation — Notice of Completion and Acceptance of Contract No. 5633 (A) (CAP14-0037) ABSTRACT: On March 11, 2014, City Council awarded Contract No. 5633 (A) for the Dolphin Deep Water Well Rehabilitation project to General Pump Company for a total contract cost of $436,370.00 plus a contingency allowance of approximately 10 percent. The required work is now complete and staff requests City Council acceptance and close out of the contract. RECOMMENDATION: a) Accept the completed work and authorize the City Clerk to file a Notice of Completion; b) Authorize the City Clerk to release the Labor and Materials Bond 65 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code; and c) Release the Faithful Performance Bond one year after City Council acceptance. FUNDING REQUIREMENTS: Funds for the construction contract were expended from the following account: Account Description Water Enterprise Account Number 7524-C6002015 Total Construction Cost Amount $ 462,915.16 $ 462,915.16 5-1 DISCUSSION: Overall Contract Cost/Time Summary A large percentage of the City's potable water supply is pumped from four existing groundwater wells in Fountain Valley, each owned and operated by the City of Newport Beach. To prevent potential failure of these critical water wells, they need to be monitored and rehabilitated regularly. This contract involved the rehabilitation of the City's Dolphin Deep Water Well at 9469 Dolphin Street, Fountain Valley. The work included the removal of the well pump and motor, wire brushing and air -jetting of the existing well casing, installation of a new well casing liner, installation of a temporary pump and motor, replacement of the well pump, and fabrication and installation of discharge piping. This 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: $ 436,370.00 Actual cost of bid items constructed: $ 421,270.00 Contract change order: $ 41,645.16 Final contract cost: $ 462,915.16 The final overall construction cost was approximately 6.1 % over the original bid amount. This difference was primarily attributed to upsizing the well casing liner to maximize future water production, installation of a new well pump, fabrication of new discharge piping, and extended rental of the temporary pump and motor. The original contract allowed for 50 consecutive working days to complete the original scope of work. Due to the need for new discharge piping as required to adapt to the larger well casing liner, a significant amount of time was needed to fabricate the new parts. Staff recognized the need to operate this well as soon as possible in order to meet peak water demands during the summer season. As a result, a change order was approved to rent the temporary pump and motor for approximately four months. With the temporary pump and motor in operation, the City was able to produce water throughout the summer season and avoid the need to import water at a much higher cost. The contractor was allowed an additional 133 working days for temporary pumping and pipe fabrication. The project was substantially completed on November 26, 2014. A summary of the project schedule is as follows: Estimated Completion Date per March 2014 Schedule: August 1, 2014 Project Awarded for Construction: March 11, 2014 Completion Date per Contract and Approved Extensions: December 1, 2014 Actual Substantial Construction Completion Date: November 26, 2014 5-2 Actual Awarded Contract Final Cost at Contingency % Due to % Due to Amount Completion Allowance Contract Directed Unforeseen Change Change Change $436,370.00 $462,915.16 Approx. 10% +6.1% 6.1% 0% Actual Time Allowed Contract Time (days) 183 -1 Under (-) or Over (+) A large percentage of the City's potable water supply is pumped from four existing groundwater wells in Fountain Valley, each owned and operated by the City of Newport Beach. To prevent potential failure of these critical water wells, they need to be monitored and rehabilitated regularly. This contract involved the rehabilitation of the City's Dolphin Deep Water Well at 9469 Dolphin Street, Fountain Valley. The work included the removal of the well pump and motor, wire brushing and air -jetting of the existing well casing, installation of a new well casing liner, installation of a temporary pump and motor, replacement of the well pump, and fabrication and installation of discharge piping. This 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: $ 436,370.00 Actual cost of bid items constructed: $ 421,270.00 Contract change order: $ 41,645.16 Final contract cost: $ 462,915.16 The final overall construction cost was approximately 6.1 % over the original bid amount. This difference was primarily attributed to upsizing the well casing liner to maximize future water production, installation of a new well pump, fabrication of new discharge piping, and extended rental of the temporary pump and motor. The original contract allowed for 50 consecutive working days to complete the original scope of work. Due to the need for new discharge piping as required to adapt to the larger well casing liner, a significant amount of time was needed to fabricate the new parts. Staff recognized the need to operate this well as soon as possible in order to meet peak water demands during the summer season. As a result, a change order was approved to rent the temporary pump and motor for approximately four months. With the temporary pump and motor in operation, the City was able to produce water throughout the summer season and avoid the need to import water at a much higher cost. The contractor was allowed an additional 133 working days for temporary pumping and pipe fabrication. The project was substantially completed on November 26, 2014. A summary of the project schedule is as follows: Estimated Completion Date per March 2014 Schedule: August 1, 2014 Project Awarded for Construction: March 11, 2014 Completion Date per Contract and Approved Extensions: December 1, 2014 Actual Substantial Construction Completion Date: November 26, 2014 5-2 ENVIRONMENTAL REVIEW: The project was determined to be exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15302 Class 2 (c) of the CEQA Implementation Guidelines. This exemption covers repair of existing facilities involving negligible or no expansion of existing capacity. NOTICING: The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the item). ATTACHMENTS: Description Attachment A - Location Mao 5-3 ATTACHMENT A W SLaMora Cir FjDur fWCir 1Ip�I _ �11 LaCapillaAve I ! Ca�xta Park La AJ 'm r3 �'� f=eco► _b La Tia Cir_. 1 �Yi� `J w `r' i SMnerCir La Luna Ave m 81? 5 133ff ua — SarflshAveI -- _kve y '— f�olphm St. (n 3laricD-Ave � / ElPud*iAve / PROJECT LOCATION Load � d 9649 DOLPHIN AVE L FOUNTAIN VALLEY CA 92708 n unmy cti (f � Rvme CA II rl 2 II 'li 1-, I a.Arnop©4aRae DOLPHIN DEEP WATER WELL REHABILITATION • T I o 11 T 'r La :4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT C-5633 (A) 1 01/27/2015 5-4 NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 Until 11:00 AM on the 18th day of February, 2014, at which time such bids shall be opened and read for Contract No. 5633(A) $ 425,000;00 Engineer's Estimate Approved by Patrick Thomas^� City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Drawings by contacting Mouse Graphics at (949) 548-5571 Located at 659 W. 19t" Street, Costa Mesa, CA 92627 Bidders are required to: attend a'Mandatory Pre -Bid Meeting at the project site (9649 Dolphin Ave, Fountain Valley, CA 92708) on February 6, 2014 at 2:00 PM Contractor License Classification(s) required for this project. "C57" For further information, call Andy Tran, Project Manager at(949)644-3315 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http.t/www_Nev�port8eachCA gov CLICK: Online Services I Bidding & Bid Results City of Newport Beach Contract No. 5633(A) TABLE OF CONTENTS NOTICEINVITING BIDS..........................................................................................Cover INSTRUCTIONS TO BIDDERS......................................................................................3 BIDDER'S BOND............................................................................................................5 DESIGNATION OF SUBCONTRACTOR(S)...................................................................8 TECHNICAL ABILITY AND EXPERIENCE REFERENCES............................................9 NON -COLLUSION AFFIDAVIT..................................................................... 13 DESIGNATION OF SURETIES...................................................................... 14 CONTRACTOR'S INDUSTRIAL SAFETY RECORD....................................................15 ACKNOWLEDGEMENT OF ADDENDA.......................................................................17 INFORMATION REQUIRED OF BIDDER..................................................................... 18 NOTICE TO SUCCESSFUL BIDDER...........................................................................21 CONTRACT.................................................................................................................. 22 INSURANCE REQUIREMENTS .. ............................. ................. ...........................A-1 LABOR AND MATERIALS PAYMENT BOND .............. .................... ............... ...... B-1 FAITHFUL PERFORMANCE BOND.................................................................... C-1 PROPOSAL.............................................................................................................. PR -1 SPECIAL PROVISIONS............................................................................................ SP -1 TECHNICAL SPECIFICATIONS............................................................................... TS -1 0 City of Newport Beach Contract No. 5633(A) INSTRUCTIONS TO BIDDERS 1. A mandatory pre-bid meeting will be held at the project site (9649 Dolphin Ave, Fountain Valley, CA 92708) on February 6, 2014 at 2:00 PM. 2. 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 ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 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 3 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. & The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 at 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. -9G 765 i/7ee/V17c-,4 e5 Contractor's License No. & Clas ication t>enena/ /ump �iam a Inc Bidder Tuill-rdrized Signa ure/Title/c`7,ta &Wa,—f �iio't'ciar o� �j�+rresri✓�. .21/7�/Z/ VV Bate 9 City of Newport Beach DOLPHIN DEEP WATER WELL REHABILITATION Contract No. 5633(A) We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of Ten Percent of the total Amount Bid Dollars ($ 10 % of b u ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of DOLPHIN DEEP WATER WELL REHABILITATION, Contract No. 5633(A) 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 17th day of Februarys 2014. General Pump Company, Inc. —®� 'V141 Name of Contractor (Principal) Authorized Signature/Title Travelers Casualty and Surety Company of America Name of Surety 21688 Gateway Ctr. Dr. Diamond Bar, CA 91765 Address of Surety 909/612-3667 Telephone Tyler Proctor, Attorney -in -Fact Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) ACKNOWLEDGMENT •i Pi 0.p pRRXYPYbtl YWplltliY iBl YYY[ptli.......... "I........... WPlb ........ Q,Vb i®i B p RN State of California County of Los Angeles On 02/17/2014 before me, Nancy M. Chavez Public, personally appeared Tyler Proctor Notary who proved to me on the basis of satisfactory evidence to be the person(p) whose name(g) Islard subscribed to the within Instrument and acknowledged to me that he/sXe/tyey executed the same in hls/or/their authorized capaclty(i t), and that by his/WrItOir signatures(s•) on the Instrument the person(p), or the entity upon behalf of which the person(O acted, executed the instrument. I cartify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. iz Patl 9*10%. Date of Document •tiEYlYi......I........YYPYY**..*am... 0.4m...............Y9i YYP.. Type or Title of Document Number of Pages in Document Document in a Foreign Language OPTIONAL INFORMATION 02/17/2014 Bidder's Bond Type of Satisfactory Evidence: Personally Known with paper Identification — Paper Identification Credible Witness(es) Thumbprint of Signer Capacity of Signer: Q Chea%here if Trustee np thumbprint _ Power of Attorney nr fingerprint 3e avaltahie. CEO / CFO / CO0 �_ President / Vioo-President / Secretary / Treasurer Other: Other Information: low POWER OF ATTORNEY 7R' Q ` V ELER"S I `° Farmington coundty Company St. Paul Memory Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casually and Sturety, Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 226674 Certificate No. 005499384 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St. Paul Memary Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity mid 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 dohereby make, constitute and appoint Frank Hertel, Dana S. Garcia, Richard E. BIoek, Nancy M. Chavez, Jonathan Fong, Joaquin Perez, Christian P. Schick, Sofia Caro, Loci Pai, Tyler Proctor, Cathleen Sapuriada, and Christine Martin of the City of Diamond Bar , State of California , their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts mid executing or guaranteeing bonds and undertakings required or permitted in my actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this inurement who s't$nedmal their corporate seats lobe hereto affixed, this 21st day of May 2013 . <- Farmington Casualty Company - St. Paul Mercury Insurance Company Fidelity and Guaranty Insurn eo'Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurapce Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company =G�gPPBUAff YyArttiat �,lM-IYSUp PY 1N JPvtY 4HL 1P9 a&t es-I.2)"N �,p16 SAy19'CO8AcI3$�`�at, 7a�a6tmat0sakilkb C¢ SGA .. G- G. uy��`�[ 5PEPYAA1fy>aSPfFoA^ rQt�\rfSAn$t�oAaaLr't..9�(�Can4 u3Y bCn`IA. D, G9pd CiN0 +R o Ig%�Wc As Stine of Connecticut City of Hanford as. Sy: _ 4Rb�L-R4"!vmiorVkePresid=t 21st May 2013 On thus the day n# , before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire mrd Marine insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duty authorized officer. p.Ttt In Whom Whereof, I bermino set my hand and official seal. � My Commission expires the 30th day of June, 2016. O AGBIIp•$ 58440-8-12 Prinied in U.S.A. _vsiA 0" Marie G'retreault Notary Public CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT crnL CODE § 1 189 State of California _ County of Los Angeles CnFebruary 18, 2014 before me, Bonnie Brunel, Notary Public Date Here Insert Name end TNe of the OOicer ' personally appeared Michael Bodart OyN1E 9At1NEt- cornmission # 199!523 Le tMay Public • califamfs MrComm.Elos Anow" Oou(dy x rss't1sc,95 2 9 r. Placa Note,, Seal Above who proved to me on the basis of satisfactory evidence to be the person(4 whose name(A !slow subscribed to the within instrument and acknowledged to me that he! executed the same in authorized capacity(ims), and that by his/boaftmir signature(4 on the instrument the person,(a)', or the entity upon behalf of which the personLWacted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Signature of Notary Public OPTIONAL Though the information below is not required bylaw, 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(fes) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): U Individual LJ Partner — U Limited ❑ General Top of the ,b have U Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: Signer's Name: U Corporate Officer — Title(s): U Individual ❑ Partner — ❑ Limited Cl General Top dthomb here ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 2010 National Nootry AssoGation • NationalNo(ary.org • 1-800US NOTARY (1-600-976-6621) Item #5907 City of Newport Beach DOLPHIN DEEP WATER WELL REHABILITATION Contract No. 5633(A) DESIGNATION OF SUBCONTRACTORS) 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 taw 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 Address: .266.") S. r141tel% 51._ &4 mfR 4rw. , CA 917x5 Phone: 84(.-601-3744/ State License Number: Email Address: Name: Address: Phone: State License Number: Email Address: Name: Address: Phone: State License Number: Email Address genera/ ISI F 12 Bidder Auth Auth rig a r itle ie-h4el 1%d41-_1�tt1%d41-_1$ M 7i r&49»r of 9;a1V'nee•r%f City of Newport Beach DOLPHIN DEEP WATER WELL REHABILITATION Contract No. 5633W 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: Na. I Wel ( a5" Project Name/Number Project Description Well Re,66 Approximate Construction jpDates: �IFrom a Si t3 To: 9130113 Agency Nameoh _ Ca or"onle, Contact Person &nl An Telephone (714) AM -'2,497 Original Contract Amount $ Final Contract Amount $ /✓fid, adO. cc 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/Contractor9 if yes, briefly explain and indicate outcome of claims. A/G I:] No. 2 WE i l Project Name/Number Project Description 'We t l Re -410 Approximate Construction Dates: From �3e !o To:ft/-10/0 Agency Name Contact Person ✓'ky 061,6e;o z Telephone (7�) 374- 1512.. Original Contract Amount $ Final Contract Amount $ 1AP, aao-`-` 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. Ivol No. 3 Project Name/Number__QAfm ,te. Veil 3 Project Description Weil q,e.hA6 Approximate Construction5aDates: From 0/3 To: W -'n 6,11! � Agency Name cg ooe cSan{r, o>z�cw Contact Person_ �94✓J (7?rd7;rn`c1c.- Telephone(la) Sa6-&71.2 Original Contract Amount aaoFinal Contract Amount $ (On q4 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. 10 No. a p Project Name/Number_ lTLC90 /ier` Project Description Well Approximate Construction Dates: From / 00/,a To: V q Ia0 /3 Agency Name_ &4r4 o.; kcactiu. Contact Person Cfat%, Telephone (G?g a5G-66003 Original Contract Amount $ Final Contract Amount $ 153, 04D 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. Nd No, 5 Project Name/Number Well 14 Project Description Well Re -h",6 // Approximate Construction Dates: From labpo/a To: a�a8/l3 Agency Name C�94 alp ��rendera Contact Person SL'e ff Y!!P,UnS Telephone �27 Original Contract Amount $ " Final Contract Amount $ SDjDDD 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. 91 11 No. 6 Project Name/Number Wed( 58 Project Description Weds RehoL Approximate Construction Dates: From i ao/.a To: It/o2d/A Agency Name a S acae� Contact Person t_ka Verilum Telephone (44 7911/-4W45" Original Contract Amount $ Final Contract Amount $ i aov 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. AID Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as at General Construction Superintendent or on-site Construction Manager for the Contractor. Resumes include A' hael j3od,rfas uA_-[das o�h�rs Could Ae 4";s.&A7 ejl p-oject. 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. aaenerat Pumlo �o Zr)c Bidder 12 Authorized Signature/Title /t' c,h4pl % dart wr-ec.,16I' o -p ,nca- ill III I`11 17 1YY] Em l,Ir L 1 WILLIAM M. TWEED Academic Background Mechanical Engineering, Dean's Honor List (1983) -University of Dayton Post Graduate Courses, Business and Law - Wayne State University Post Graduate Courses, Business - Cal State Fullerton Professional Experience General Pump Company, Inc. President and CEO Johnston Pump Company, Glendora, California Director of Marketing, Parts & Service 1974-1980 Instrumental in increasing the divisions from 7 facilities to 13; and increasing sales from $11 million to $18 million Established a Regional Manager Network Developed an International Sales Force and a Service Facility in Singapore. Established a Nuclear Repair Facility in Tennessee Other positions held during this period include: General Manager of Canadian Operations National Manager of Parts and Service District Manager, Mobile Service Center West Coast Sales Manager Parts & Service Sales Engineer Studebaker Worthington Corporation, Detroit — L.A. District Engineer 1970-1974 Was responsible for the industrial service pumps, compressors and engines. Was responsible for sales, assigning, coordinating and solving problems of field service personnel. MOSSER CONSTRUCTION, CLEVELAND, OHIO PROJECT ENGINEER 1968-1970 Scheduling and layout of construction projects. MICHAEL G. BODART Academic Background Bachelor of Science in Civil Engineering (1983) University of Missouri Post Graduate C.E. Courses in Geobydrology, 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 I -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 22 years and has presented in nationally known associations such as AWWA, Tri-State, Southern California Water Utility Association, Inland Water Works Association, Groundwater Resources Association and Central Coast Water Association. In 1992, Mike was part of a selected six -person panel engineers who met in Kansas City to assist in training nationwide engineers in the water well pump business. �It t4t�i-� GEOFFREY A. BATES, R.G. Academic Background Bachelor of Science, Geological Science (1993), University of California, Santa Barbara Graduate classes in Hydrogeology, California State University, Los Angeles Registered Geologist, State of California, License Number 7165 Professional Experience General Pump Company, Inc. Project Manager/Hydrogeologist 2002 — Present Well Surveying Corporation Director of Logging and Well Services 1999-2001 Dames & Moore Consulting Project Hydrogeologist 1996-1999 Southern California Water Company Company Hydrogeologist 1993-1996 Professional Affiliations Tri-State Seminar — Groundwater Chairperson (1998 - Present) American Water Works Association - (1996 —Present) Central Coast Water Utility Association — Vice President (2000 — 2002) Groundwater Resources Association - Central Coast Vice -President (1994-1996) National Groundwater Association, Member (1997 - Present) Professional Publications Emergency Planning Guidance Document for Public and Private Water Utilities, California Office of Emergency Services and American Water Works Association, March 1999. Groundwater Manual of Water Supply Practices M-21, American Water Works Association, 2003 — Contributing Author. Presentations Over 50 presentations at professional organizations that include: AWWA Cal -Nevada Section, Tri-State Seminars, and Groundwater Resources Association. Presentation topics include: Well Field Design and Development PC -Based Well Evaluation and Management Program Geophysical logging and Interpretation Records Keeping and Well Rehabilitation Chlorine Dioxide as an Effective Oxidizing Agent in Well Rehabilitation Well Maintenance and Rehabilitation Developing Well Records for an Appropriate Well Monitoring and Maintenance Program Well Evaluation and Planning —A Physical Review Pump and Motor Evaluation and Planning P THOMAS A. NANCHY Academic Background Citrus College Victor Valley College —1.978-1980 Professional Experience General Pump Company, Inc. Project Manager 2012 — Present Layne Christensen Company 2012-2001 —Account Manager 2001-1992 — Shop Foreman 1992-1988 — Installer McCalla Bros. 1988-1982 — Drill Rig Helper, Pu np Installer Professional Affiliations American Water Works Association National Groundwater Association Inland Counties Water Association Certifications Byron Jackson Training Certificate Goulds Technical Training Baroid — Drilling Fluids Technology Course Cla-Valve Training Certificate Certified Pump Installer (AWWA) Golden State — Pump Technical Training Summary Tom Nanchy has been in the well and pump industry for approximately thirty (30) years. Throughout his professional career, he has been involved with hundreds of well rehabilitations and is highly regarded in the industry. His wide range of experience allows him to solve many difficult well and pump issues and provide options. He has also spoken at many professional organizations throughout California with regards to well maintenance and well rehabilitations. P 111 GLENN LUBBE Professional Experience General Pump Company, Inc. Assistant Project Engineer 2012 — Present Review project specifications and prepare submittals for engineered projects including as built drawings. Assist in project coordination and communication between field crews, vendors, and customers. Academic Background Bachelor of Science, Civil Engineering (2012), California State Polytechnic University, Pomona Educational background includes; • Hydraulic Engineering • Water Supply Engineering • Engineering Geology • AutoCAD and other drafting software • Fluid Mechanics Professional Qualifications Engineer in Training (EIT) CJ �, -1 � L 11MUU Professional Experience General Pump Company, Inc. Project Manager 10/2003 -Present Field Service Technician AirBurst® Operations — to include R & D for Frazier Industries and Bolt Technologies for air gun operations and functionality, Certified Crane Operator. The Tin Shack Owner, Machinist, Fabricator 8/1991-10/2003 - Tool & Die Repair; Injection Mold Repair General Sheet Metal Fabrication for Automotive & Aircraft Precision TIG Welding; Gas & Are Welding Industry Related Manual Lathe & Milt Work Orange County Fire Authority Reserve Wild Land Fire Fighter 1999-2011 - Certified Helicopter Base Manager and Traffic Controller - Certified Operation/Trainer for Crew Bus & Fuel Tender - EMT -P & EMT -I Trained - Technician Rated — Infectious Disease & Hazmat Eastman Kodak Co. Field Engineer 1988-1995 IBM Corp 1981-1988 Technical Specialist for Reconditioning Center - Field Specialist for Southern California —North Region - Senior Collections Account Rep — Accounts Receivable Academic Background Fullerton College Educational background includes; - Business Law - Machine Shop Practices V JAMES M. HINSON Professional Experience General Pump Company, Inc., San Dimas, California Senior Application Engineer/Project Coordinator 1989 - Present Assists engineering and customers with pump system engineering, evaluation and recommendations. Conducts systems analyses, define new and/or replacement hydraulic requirements, design to procurement of materials, provide customer with job pricing quotations, schedule crew tasks and man -power on a timely basis. Johnston Pump Company, Los Angeles, Service Center, Pomona Service Technician/inventory Controller 1987- 1989 Controller, Vertical Turbine Pump Division - As a Service Technician, performed numerous duties that included purchasing agent and manager of the Company's service centers. As Inventory Controller, managed and coordinated equipment and parts distribution to regional service sites, and for inventory reports on personal computer. 1985-1987 Service Technician - Geothermal Services Division. Worked with customers to determine pump applications, engineering solutions, and to trouble -shoot problems. Provided 24-hour field services for Western United States and overseas. Defined pre -assembly requirements, supervised installation and start-up for geothermal downhole pumps. Recognized as one of the company's "top" men in this field. 1983-1985 Inventory Controller and Service Mechanic. Duties required skill in inspection and assembly of all major makes and models of vertical turbines, mixed and axial flow, centrifugal and sump pumps. Handled basic shop machinery and operation functions. Achieved one of the most successful inventories in the Service Center's history in 1984. 1980-1981 Parts Coordinator. Logged and recorded incoming shipments, shipped parts to domestic and international destinations. 1980 Service Mechanic Trainee Los Angeles Liquid Handling Systems, Gardena, California Service Mechanic / Field Service Representative 1982-1983 Handled customer relations and all field service calls for pump distributor. Responsible for teardown, inspection and analysis of pump equipment; as well as making necessary repairs. While the company's main emphasis was on Viking alloy plumps, also repaired a variety of pump types, such as: Gorman -Rupp food processing pumps, Wilden diaphragm pumps and Liquiflo horizontal pumps. a DANH;L W. ROTH Academic Background Bachelor of Science, Industrial Technology, Emphasis in Computer Integrated Manufacturing, California State University, Fresno (1989) Professional Experience General Pump Company, Inc. Project Engineering/Application Engineer 2011 — Present Review design, installation and application of municipal, industrial and agricultural pump and well operations. Identify problems and solutions. Pacific Irrigation, Inc. Project Engineering 2009-2011 Review design, installation and application of municipal and agricultural pump and well operations. Coordinate pump station and irrigation project construction. National Pump Company Project Engineering/Application Engineer 2004-2009 Review design specifications for municipal, industrial and agricultural pump applications & prepare proposals. Review & coordinate repair & maintenance of in shop pump service. Allstar Fire Equipment, Inc. Regional Sales Manager 1999-2004 Manage sales territory working with municipalities to establish short range and long range budget planning and purchasing for operational and maintenance requirements within the fire service markets. Flowav Pumps, Inc. Application Engineer 1996-1999 Review design specifications for municipal, industrial and agricultural pump applications and prepare proposals. Assist in group training presentations. Contract Administrator/Project Manager 1992-1996 Review all special material and high profile projects and eliminate surprises. Included responsibilities were review of specifications, proposals, purchase orders, engineering, production, inspection, testing, packaging and shipment. Manage project meetings, inspectors and witnesses. Project Engineer 1990-1992 Review specifications and prepare submittals for engineered projects. Prepared final data packages including as -built operation and maintenance manuals for engineered projects. Professional Hydraulic Institute Member (2004-2009) Associations Certifications — Dale Carnegie Leadership Training for Managers (1994) �V .I f Tali- l`> FERNANDO MUNOZ Academic Background Mechanical Engineer Training (1998 — 1980) USC, Los Angeles, California Professional Experience General Pump Company, Inc., San Dimas, California Quality Control / Operations Manager 1985 - Present Responsible for quality control, ensure pumps are ready for installation, scheduling and management of shop and field production crews, and day-to-day management of those Company areas. Pump Technician and Pump Machinist — Disassemble and re -assemble pump, equipment, equipment evaluation and staff training of pump equipment. Field expertise in dual indicator alignment as well as pump, bowl, head shafts and column pipes; horizontal pump specialist; and expert in well chemical treatments and disinfection. Senior Field Tech — Operates various rigs and 40 -ton crane rig, and troubleshoots various types of pump equipment, well issues and electrical panels. Hughes Aircraft, EI Segundo, California 1976-1985 Prototype Machinist with a Level 3 Security Clearance — Produced parts for space shuttle and nuclear submarines as well as McDonnell Douglas jets. Professional Qualifications Grade 2 - Distribution Certificate Grade 2 - Water Treatment Operator v'i i�l I�Pi PS."1 JOHN LINCOLN Professional Experience General Pump, Company, Inc., San Dimas, California Safety Manager 1980 - Present Conducts monthly safety meetings; incorporates outside companies to evaluate our safety program; and performs regular inspections of all rigs and trucks to insure all rigs are in safe working condition. Works with different agencies for permitting and inspecting our equipment. Manages maintenance crews to keep our equipment operating in safe manner. General and Pump Machinist - Assembled pumps and dual indicator alignment as well as pump, bowl, head shafts and column pipes; horizontal pump specialist; expert in well chemical treatments and disinfection, Senior Field Tech — Operated a 40 -ton crane rig and troubleshoot electrical panels. Johnson Pump Mfr. Repair Shop 1977-1980 Field troubleshooter and mechanic. Layne & Bowler Mfr. Industry 1975-1977 Assembler and machine operator. Professional Qualifications Grade 2 - Distribution Certificate Class A License for Commercial Trucks Ilazmat Endorseements Tankers Doubles &Triples i e�"U�:a [7 KENNY SCHAEFER Summary of Experience Kenny Schaefer has over 36 years of experience in working with complete pumping systems and is considered a leading electrical and control system specialist within the water well and pump industry in Southern California. Professional Experience General Pump Company, Inc., San Dimas, California Lead Electrical and Control System Specialist 1994 to Present Performs pipeline construction, including control valves, pump alignment, well and pump troubleshooting, VFD controls, concrete and many other well and pump related construction. His understanding of the complete pumping system gives him a great advantage over other control and electrical contractors. Kenny has an amazing ability to solve problems with his vast background and has received the name at General Pump —"Super Kenny". Layne Christensen Western ( McCalla Division Electrical and Pump Mechanic 1990-1994 Performed a wide range of electrical and pump mechanic services. Schaefer and Well Company, Minnesota Pump Mechanic 1974-1990 Began his career in his father's firm and drilled wells and installed complete pumping systems. Professional Qualifications Grade 2 - Distribution Certificate Grade 2 - Water Treatment Operator Hazwoper Certified Crane Certified DOUG SHILLING Summary of Experience Doug Shilling has 32 years of experience in the electrical background; currently he is a Control System Specialist within the water well and pump industry in Southern California. Professional Experience General Pump Company, Inc., San Dimas, California Control System Specialist 2007 to Present Performs electrical work on VFDs , troubleshoots, submersible cable slices, motor controls, panels, and soft starts. Various Corporations Electrical 1992 —2007 Responsible for CNC controls, PLCs (Programmable Logic Controls), VFDs and high voltage electrical up to 12kv. Peterbuilt Motor DPMIS Manager 1978-1992 Data Processing Management Information System manager responsible for a mainframe computer system with 225 users (six branches in two states); responsible for maintenance, repairs and installation of all computer equipment. Professional Qualifications Class -A Driver's License since 1978 Hazwoper Certified p RON MILLER Summary of Experience Ron Miller has over 30 years experience in all mechanical applications ranging from all styles and makes of pumps, gear drives, and highly technical equipment used in the industrial arena. Professional Experience General Pump Company, Inc., San Dimas, California Project Engineer, Field Technician, and Maintenance Manager 2008 to Present Performs on site analysis of operating conditions for various makes and models of Angle Drives, and horizontal pumps. Performs live well Dynamic Videos in all operating conditions for well evaluation. Documents all analysis with written reports. RCA coordinator. Skills Summary Journeyman Mechanical Maintenance Technician 30 years Vibration Analysis SKF Condition Monitoring Graduate 1-& 2 Rotoline and Optoline Laser alignment certified. Hazinat Trained Goulds Pump rebuild training SKF Bearing training . Lock out Tag out savvy . Professional powerpoint presentations . MSDS literate . Capitol Project Pro Leader . Dale Carnegie Graduate Ponderay Newsprint Co. Washington 1990 —2006 Certified Mechanical Maintenance Technician Vibration Analysis 1&2 Mechanical Maintenance Planner Mechanical Maintenance Manager Alternate City of Newport Beach Contract No. 5633(A) NON -COLLUSION AFFIDAVIT State of California } )ss' County of dos 6m -elle, } mi aha e.% 80441-t being first duly sworn, deposes and says that he or she is ?Jirec{znr ofErag%n�errx of G'en$ra.l lticmh Coirrnuny .Tir, the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of California th-egoing is true and correct. "Veifercr.J Pump Con+p4ny7nc. Bidder Authorized Signaturefi itie 1'%uhA'd D dark 7�irecAr `y Subscribed and and sworn to (or affirmed) before me on this day of 2013 to me on the basis of satisfactory evidence to be the person(s) who ed before me. I certify under PENALTY RJURY under the laws of the State of California that the foregoing paragr; gP rue and correct. [SEAL] iJ k&A Notary Public 13 My Commission Expires: CALIFORNIA JURAT WITH AFFIANT STATEMENT OOVERNMENT coos § 8202 `KSee Attached Document (Notary to cross out lines 1-6 below) ❑ See Statement Below (Lines 1-6 to be completed only by document signer[s], not Notary) Signature of Document Signer No, f State of California County of Los Angeles 11 NIIEB UNEL. Commissloo # 1996622 < i N eery Public - ca0fornla > Los Angeles County M comm. Expires Dot l5 2016 Place Notary Seal Above Signature of Document Signer No.2 (lf any) Subscribed and sworn to (or affirmed) before me on this 18th day of --February. 201¢__, Data Month Year by (1) Michael Bodart Name of Signer proved to me on the basis of satisfactory evidence to be the person who appeared before me (and Name of Signor proved to me on the basis of satisfactory evidence to be the person who appea ed before me.) Signature?`'` I Signature of Notary Panic OPTIONAL Though the information below is not required by taw, It may prove valuable to persons retying on the document and could prevent fraudulent removal and reattachment of this form to another document Further Description of Any Attached Document Thle or Type of Document: Document Date: Signer(s) Other Than Named Above: of Pages: RIGHTTHUMRPRINT OFSI GNER#1 I on or murno here RIGHT THUMBPRINT. s:OF SIGNER k2IS 0 2010 National Notary Association • Natonafttary.org • 1.800 -US NOTARY (1 -60M76 -652T) - eem 05910 City of Newport Beach Contract No. 5633(A) DESIGNATION OF SURETIES :..- 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): 7rowelers �m�any ©� iamerrc.�. ari ✓e, f�^t iamanc% /3zr C�Llrj�arrtig r3/7G6 14 City of Newport Beach Contract No. 5633(A) CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name (gennna.f /Q&W In ,2n� rnc. 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 &, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 15 Current Record Record Record Record Record Year of for for for for for Record 2013 2012 2011 2010 2009 Total 2014 No. of contracts , Total dollar Amount of I q0 40r&D %600 IV, Oct$,9014 �t9, 300 Contracts (in Thousands of $ No, of fatalities IVIA ! AlPad S� No. of lost Workday Cases P( 1 No. of lost workday cases involving permanent/� transfersfertoto anotherjob or /1!/ termination of employment The information required for these items is the same as required for columns 3 to &, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 15 Legal Business Name of Bidder iaene,a//urnJ FO—(O Business Address: /5y A/ery�d,_ Acaua Business Tel. No.: 9c5-594-y(eO(p State Contractor's License No. and Classifications 4li7G5 h A� CG7 C41752l Title D ,-ec*,- , e -z�n The above information was compiled from the records that dfe avail to to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or if fewer than all of the partners/joint ventures submit with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. [NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHED] A. at6� In 0 CIVIL CODE i 1189 State of California County of Los Angeles On February 18, 2014 before me, Bonnie Brunel, Notary Public Date Here Insert Name antl Tale d the 01F.r ' personally appeared Michael Bodart BONNIE SRUNEL Commission A 1996622 Notary Public - California Los Angelis County @My Comm. Expires Ilec 15. 2016 n Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the persol whose namely is/do subscribed to the within instrument and acknowledged to me that he/ralneillail executed the same in hislAsiallift authorized capacity(eel and that by his/signature(6) on the instrument the persol 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 my hand and official seal. Signature: V_"` -�C..2ee , e (l p� Signature of Notary Publlo 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(les) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(a): _ ❑ Individual ❑ Partner— ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHT THUMBPRINT' Dire F SIGNER Number of Pages: Signer's Name: ❑ Corporate Officer — Cl Individual OH ❑Partner — 71 Limited 11 General BM Top of thumb here ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: ^ ^ r . ........ ..A.����o��.u..�r..,ro i -ow �o i�.�w •trovvro,oro u! Item 45907 MINUTES OF SPECIAL MEETING OF SHAREHOLDERS AND DIRECTORS OF GENERAL PUMP COMPANY, INC. A California Corporation - A special meeting ofthe Shareholders and Directors of GENERAL PUMP COMPANY, INC., a California corporation, was held at 225 South Civic, Suite 2-14 Palm Springs, California, on February 21, 2003 at 10:00 a.m. The roll call was as follows: PRESENT: William M. Tweed ABSENT: None ALSO PRESENT: John T. Trevino I The meeting was called to order by the President, William M. 'tweed, who presided as Chairman and Secretary of the meeting. The President announced that the meeting was held pursuant to the provisions of the By -Laws. No objection being made, a reading of the minutes of the last meeting of the corporation was dispensed with and upon motion duly made, seconded and unanimously carried, the same were approved without reading. The President stated that the fust order of business was to approve signing authority of Mr. William M. Tweed, as President and Secretary, or Michael Cr. Bodart, as Director of Engineering, or Geoffrey A. Bates, as Project Manager/Hydrogeologist, on bids, bid bonds and contracts to a maximum value of two million dollars each occurrence, Upon motion duly made, seconded and unanimously carried, the following resolution, was adopted: RESOLVED, that the corporation approves the authority of William M. Tweed, Michael G. Bodart and Geoffrey Bates as representatives of GENERAL PUMP COMPANY, INC., to sign bids, bid bonds and contracts up to a maximum oftwo million dollars each occurrence. The President stated that the corporation needed to purchase two new pick-up trucks for general business use. Upon motion duly made, seconded and unanimously casried,,the following resolution was adopted: RESOLVED, that the corporation approves the purchase of ttiva new pick-up trucks for general business use. There being no further business to come before the meeting, said meeting was adjourned. William M. Tweed, Chairman .ATVST: William M. Tweed, Secretary Ma• O City of Newport Beach Contract No. 5633(A) ACKNOWLEDGEMENT OF ADDENDA Bidder's name 4,eneevj Pmi, Company enc, The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received Signa re / a /o /A/ 17 • -s CONTRACT NO. 5633(A) DATE: o 7 to I BY: ublic Wok Director TO: ALL PLANHOLDERS AND PRE-BID MEETING ATTENDEES Proposal Add the following: For the purposes of determining the low bidder, the total bid amount shall include the sum of all the bid Items excluding the optional bid Items (Item No. 7, Item No. 17 and Item No. 18). A revised Proposal is included with this addendum, 2. Proposal: Bid Item No, 7 Chemical Treatment (Optional) Reminder: Contractor shall submit a chemical treatment plan as noted on page TS -14 of the Technical Specifications along with the bid. 3, Special Provisions Page SP 3 Section 6-7: Replace 15t paragraph of Subsection 6- 71 with the following: Add to this section: "The Contractor shall complete all work under the Contract with 50 consecutive working days after the date on the Notice to Proceed. The City anticipates awarding this construction contract on March 11, 2014. Contractor shall fulfill all contract and insurance requirements and be ready to start construction on Larch 24, 2014. 4. Technical Specifications Page TS -18 Section 2.11; Change the casing and gravel pack specifided in this section as follows: E\userslpbvAshered\contractakfy 13.14}c -5633(a) (cap14-0037) dolphin deep water well rehabladdendum #11addendurn #1.doc Change the current 10 -inch diameter liner to 12 inches in diameter. The current 8 X 20 gravel pack shall be changed to a 4 X 8 gravel pack. The actual gravel pack gradation that will be used will be determined prior to installation of the casing liner. A left- handed tool shall be used that accommodates the 12-1nch diameter casing. 5. Technical Specifications: Add the following to the end of the Technical Specifications: 2.17 INSTALLATION (SWAGING) OF STEEL PATCH (Optional) (Bid Item No. 17): This optional bid item provides for the installation (swaging) of a steel patch between the depths of 500 and 510 ft bgs. This will include conducting video surveys, as necessary, to inspect the placement of this patch and all other ancillary services associated with patch Installation. The Contractor Is to review a May 17, 2011 video survey prior to emplacement to determine actual depth interval that patch is to be installed. The Contractor shall use Longmire Swaging Inc. of Lemoore, California, to install the steel patch. 2.18 INSTALLATION OF 16 -INCH DIA CASING LINER AND REDUCER (Optional (Bid Item No, 18): This optional bid item provides for the installation of 16 -inch outside diameter (OD), Type 304L stainless steel blank casing between top of pump pedestal to a depth of 280 ft bgs, installation of a 2 -foot long 16 -inch X 12 -Inch OD casing reducer, and installation of 12 -inch OD blank and screened casing (from 280 ft to 730 ft), as specified In Bid Item No. 11. The cost for this bid item is to also include all other ancillary services associated with installing the casing liner. Bidders must sign this Addendum No. 1 and attach It to the bid proposal, No bid will 'be considered unless this signed Addendum is attached. I have carefully examined this Addendum and have included full payment in my Proposal. 4eneraa! FMO. Bidder's Name (Please Print)' MJ ddy &c1"-/ �I`I PG df �i/ JNBGIII f.\users\pb\+Ashared\contraetsify 13 -14\c -6633(a) (cap 14.0037) dolphin deep water well rehabladdendum #1\addendum 41.duc CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT •;W DOLPHIN DEEP WATER WELL REHABILATATION CONTRACT NO, 5633(A) To the Honorable City Council City of Newport Beach 100 Civic Center Drive Newport Beach, California 92660 Gentlemen: PR1of5 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. 5633(A) 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 1. Lump Sum Mobilization and Demobilization (Yyir�.-SJx @ 71'0V!;And Dollars and p0 No Cents $ 000— Per Lump Sum 2. Lump Sum Pump Removal 3A. Lump Sum @7617�OU544 Dollars and Na . Cents $ 100000 Per Lump Sum Rebuild Pump Bowls and Replace tipper -line Shaft v/en A• AVe @ Mtn dr pd Dollars and $ 456c9 NO • Cents Per Lump Sum PR2of5 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 313. Lump Sum Allowance for Pump and Motor Repair as Necessary @ Yh.pir�y plea Sand Dollars and _ ° Cents $ 30.000.00 Per Lump Sum 4. Lump Sum Pre -Rehabilitation Downwell Video Survey @_ 04e ffmusand Dollars and Cents $ Per Lump Sum 5. 16 Hr Wire Brushing and Balling @ 5W //UP741 e / Dollars and �I/ ,. /11-P Cents $ 4,9p °= $ Per Hour 6. Lump Sum Air -Jetting of Well E/p✓en @ ii7vusann� Dollars and ,m I1/e Cents $ f%000'" Per Lump Sum 8. 50 Hr Mechanical Development @%lyo �"jrecl Dollars and /Va Cents $ a60°' $ 16) 000 Per Hour 9. Lump Sum Treatment and Discharge of Development Fluids ''ifirtP.@n @ 7J6u5arxl Dollars and No Cents $ 3 60 ° Per Lump Sum PR3of5 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10, 3 EA. Post Development Downwell Video Surveys @ Nine 1&noired Dollars and No Cents $ 4100!f _ $ a, Tao Per Each . 11, Lump Sum Installation of Casing Liner, Gravel Pack and Seal M'ne-h�- ei9h� @ -r,,ausanW Dollars and Na Cents $ `ja a0o eO Per Lump Sum 12. Lump Sum Mobilization and Demobilization of Test Pump Fi'hfieen @ :rhrusm+d Dollars T% Cents $ i8,000°' Per Lump Sum 13, 40 Hr Pumping Development Owe Alundred @ Dollars and a Cents $-° ° Per Hour 14A. 12 Hr Step -Drawdown Test ®ne Hundred @ Fi2§' Dollars and No Cents $ 1500° Per Hour 14B. 48 Hr Constant -Rate Pumping Test @ Line tntnc�re� Dollars and eb /yo—Cents $ $ 4, Sao °`° Per Hour FIR 4of5 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 15. Lump Sum Re-installation of Permanent Pump and Motor @ 7en 7Xiau54n d Dollars No and Cents $ /D, (9Oa Per Lump Sum 16. Lump Sum Well Disinfection and Site Clean Up @700 72idu5ans/ Dollars and /to Cents $ a,0op�' Per Lump Sum OPTIONAL BID ITEMS: 7. Lump Sum Chemical Treatment (Optional) F-Akf-four ifiausard @ 7-hree Nundrrd 54Dollars N and Cents $ 4N, Per Lump Sum 17. Lump Sum Installation (Swaging) of Steel Patch (Optional) "?wenfy @ 7 sand Dollars and Na Cents $ do, Gam°, Per Lump Sum 18. Lump Sum Installation of 16 -Inch dia. Casing Liner & Reducer (Optional) NiAe�-ej�ht '7iiausancl @jahf A6dred Tion oll ars and ao No Cents $ Per Lump Sum Note: For the purposes of determining the low bidder, the total bid amount shall include the sum of all the bid items excluding the optional bid Items (item No. 7, Item No, 17 and item No. 18). PR5of5 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE TOTAL PRICE IN WRITTEN WORDS (EXCLUDING OPTIONAL BID ITEMS) Iwo Acndr'ed Sx� - 7%ree 796u°s4nd Two W&nd rL-o1 Dollars and _ d1% Cents Total Price (Figures) TOTAL PRICE IN WRITTEN WORDS (INCLUDING ALL BID ITEMS) and %Vo Cents -1/,7/,4 Date %09-5-79--7606 Z909-599- (02:w Bidder's Telephone and Fax Numbers 4gG76s gym,: A, C57,c61. z),2/ Bidder's License No(s). and Classification(s) Bidder's email address: $ 4&.. 37a �' Total Price (Figures) Bidder dder's Authorized Signature and Title Nt,a d &y'art Dire t*r,W Etjine" f59 Af. A Cax-ra Efeet .San Bidder's Address GXKKRAL a 159 N. ACACIA STREET * SAN DIMAS, CA 91773 PHONE: (909) 599-9606 * FAX: (909) 599-6238 ® GMPFM CAMARILLO, CA 93010 * PHONE: (805) 482-1215 www.genpump.com WELL & PUMP SERVICE SINCE 1952 Lie. #496765 Serving Southern California and Central Coast February 17, 2014 City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Attn: City Clerk Suhject: Dolphin Deep Water Well Rehabilitation Bid due February 18, 2014 @ 11:00 am Chemical Treatment Our treatment plan will be to perform an aggressive, but very safe, procedure utilizing Well Klean, HCL, and hydrogen peroxide. Our cost includes the cost to tremie the chemicals into the well and pH adjust the dual air swab water in Bid Item 8. This treatment should be performed after the AirBurst® step with the liner and gravel pack installed. Treatment Assessment: Auer reviewing the DW Video PSA 032013.pdf, my assessment is that the well is plugged with primarily carbonate based deposits and the high flow rate is pulling water from various constrained areas of the well causing the sand intrusion. Note: The file is nearly a year old. Cleaning: We recommend a high level of descaling, low level of microbiocide. We prescribe at minimum 20% acid, slid prefer you apply 30%, of which would contain an additional 10% Well-Klean. From the microbiological side we only see the need to apply 400 pprn of Hydrogen Peroxide 35% with the cleaning chemistry! however, if the well has been sitting somewhat over the past year, I would double the amount of biocide. Also, if history on the well reveals the duration of the wells output is continually declining, I recommend the increased biocide and an attempt to force the chemistry and biocide into the strata. Cleaning Duration: The chemical exposure should be at least 48 hours — the more exposure the better, even up to 72 hours. (0' LA �j The Chemistry: City of Newport Beach City Cleric February 17, 2014 Page -2- Though every well has unique properties, these guidelines are structured to apply all the necessary procedures to efficiently and effectively remediate the problems associated with blockage and fouling due to mineral precipitation, microbiology and corrosion products, including but not limited to tubercles, nodules, silicates, mineral deposition, iron oxide and iron bacteria. The chemical blends applied herein are homogenous whereby the following chemical reactions occur and are essential in the production of the desired results. Interference of these reactions can negate the penetration and dissolution of silicates, nodules, and the destruction of microbial DNA - hydroxy acetic acid, hydrogen peroxide, peracetic acid, sodium hydroxide, hydrochloric acid / muriatic acid, gaseous molecular oxygen, hydrotrope, carbon dioxide, carbonic acid, mineral and metal glycolate salts and reactive organic corrosion inhibitors. Use of any alternate chemicals should be posed to support@hercchemtech.com. Should you have additional questions we look forward to hearing from you. Thank you for the opportunity to be of service. MchaelBodart Michael Bodart Director of Engineering VY ell-Klean Chemical Calculations Project Well Dynamics __.... Date: Gallons per toot of Depth (see chart) ;.......... __. 12.251 By: Casing Depth, feet 684j Well ID: Static Water Level, feet 55; Reported Problem: Flow Rate, gpm?_....:-...__...3.000.1 Strata, Gravel Pack Treatment Factor (uwwy3 su%) j. _. 0.0% Treatment Calculations Well - Water Volume Gravel Pack, Strata Factor Treatment Volumes Murtotic Acid - 20 Baume' (I D-401 of Tfl, Water volume) Well-Kleonl"O Concentrate 110-30% of the acid) Microbial Treatment- 35% Hydrogen Peroxide (2007400 ppm) _. 12.5% Sodium Hypochlorite - Disinfection (100300 ppm) Neutralizer Treatment Cots Rehabilitation 20 Baume HCI Welf-Klean T Hydrogen Peroxide Sodium Hypochlorite 12.5% Neutralizer Newport Beach 8 379.O,;gallons ,;gallons, Total 8,379.0 igallons ..... Vol. % 67% �-80%Vol. %._ __._ 2513.7 fgailans _ I.... `.. . ......_„400:,ppm_ .... 34963_19allons!. _ . 0.04%... _.___.._.._.,.. 2.7748 ;,._. _...� .. 100% . _. ppmota{ 1 .74 L. .. _._0%,voL% _ gaollons ... llons 55 gallon - I __. _1gallon ..$............. ..._ / gallon - _._..._.. ,/ gallon $- Total $ - Note: The additional expenses of freight, handling and storage are not represented. Every well has its own characteristics, usually shifting to bio or scale. The volume of chemistry recommended has been empirically defined. Exceptions most certainly exist. Water, Well and Geological data should be reviewd by a licensed professional to make the most accurate treatment recommendations, Helpful Reminders: Disinfect throughout the cleaning process. Disinfectants require residual chemistry at the completion, circulation, turbulence, and contact time -30 minutes minimum. Well -Mean provides circulation with the liberation of gaseous molecular oxygen and carbon dloxide. Descaling does not require circulation. Agitation, turbulence increases the cleaning rate. Brushing & surging before flushing is recommended. Click this link to access the most current version of the Well-Klean Use Guide HERCCHEMTECH health and envaonrnentol research chemistry 6720 N. Scottsdale Road.Sulte 230 Scottsdale,AZ85253 (480)650-6955 www.herahemtech.coni supponCahercche nitech.com Cmw-�ioi.e r' Int : RFRf'C: ri 4'A,rPFrR T T r 1 4 T x—i—A i.e6ni,v f'nr.,nnnv II Ali --A PR1of4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT DOLPHIN DEEP WATER WELL REHABILATATION CONTRACT NO. 5633(A) To the Honorable City Council City of Newport Beach 100 Civic Center Drive Newport Beach, California 92660 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. 5633(A) in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices f Kthe work, complete in place, to wit: ITEM 0 ITEM DESCRIPTION AND UNIT Lump Sum Mobilization and Demobil ,paiiars and Per Lump 2. Lump Sum Pump UNIT R and Cents $ Per Lump Sum 3A. L Ap Sum Rebuild Pump Bowls and Replace Upper -line Shaft @ Dollars and Cents $ Per Lump Sum AL PR2of4 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 313. Lump Sum Allowance for Pump and Motor Repair as Necessary @ Dollars and Cents $ 30.nnn on Per Lump Sum 4. Lump Sum Pre -Rehabilitation Dowmwell Video Survey @ Dollars and Cents 5. 16 Hr 6. Lump Sum 7. Lump Sum Per Lump Sum Wire Brushing and Bailing @ Dollars and Ce nts Per Hour Air -Jetting of Well Per Lump Chemical and Cents (Optional) and Cents P r Lump Sum 8. 56 Hr Mechanical Development @ Dollars and Cents Per Hour 62 E E 10. 3 EA. Post Development Downwell Video Surveys @ Dollars and Cents $ $ Per Each 11. Lump Sum Installation of Casing Liner, Grav Pack and Seal @ Dollars and Ce $ Per Lump Sum 12. Lump Sum Mobilization and De obilization of Test Pump 13. 40 Hr uwars and Cents Per Lump Pumps g Development @ r laws 17#11151 and Cents $ 14A. 12 Hr Step -Drawdown Test @ Dollars and Per Hour Cents E PR3of4 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 9. Lump Sum Treatment and Discharge of Development Fluids @ Dollars and Cents $ Per Lump Sum 10. 3 EA. Post Development Downwell Video Surveys @ Dollars and Cents $ $ Per Each 11. Lump Sum Installation of Casing Liner, Grav Pack and Seal @ Dollars and Ce $ Per Lump Sum 12. Lump Sum Mobilization and De obilization of Test Pump 13. 40 Hr uwars and Cents Per Lump Pumps g Development @ r laws 17#11151 and Cents $ 14A. 12 Hr Step -Drawdown Test @ Dollars and Per Hour Cents E I � / I I EM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 14B. 48 Hr Constant -Rate Pumping Test @ Dollars and Cents $ $ Per Hour 15. Lump Sum Re -installation of Permanent Pump and Motor @ Dollars and Cents $ Per Lump Sum 16. Lump Sum Well Disinfection and Site Clean Up @ Dollars and Cents $ Per Lump Sum TOTAL PRICE IN WRITTEN WORDS and W Cents Bidder's Telephone and Fax Bidder's License No(s). and Classification(s) i Bidder's email Total Price (Figures) Bidder's Authorized Signature and Title Bidder's Address City of Newport Beach Contract No. 5633(A) 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: Gen&ra0 /Pt.e� Business Address: 159116tH ,404ua 26^fe7 San D1r»c5i C!9 91-773 Telephone and Fax Number: q09--"99-96,,6 ! 9D9-599-+.238 California State Contractor's License No. and Class: 49(,7 En�rA, 657 C6/� pa/ (REQUIRED AT TIME OF AWARD) / Original Date Issued: Expiration Date: List the name and title/position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: 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 Htia ae6 6dart 0;i-ec4euPE✓rr�c, 151Y. Acacda 0% &r) P,'rrms `Pe"t-5`79-9(ocsb William N% %u),eed 40re5io/rifi rSec. 159N kacia SA San ),, -ms Corporation organized under the laws of the State of ��'fornia Im The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: IN IA All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: a For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; rJ /A Briefly summarize the parties' claims and defenses; NlA Have you ever had a contract terminated by the owner/agency? If so, explain. NQ Have you ever failed to complete a project? If so, explain. For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes / No ig Are any claims or actions unresolved or outstanding? Yes No 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. Willa M. rwpeGi (Print name of Owner or President of Corporation/Co pan 4ner4 »era i IP14mp ��n44ny Bidder Authori Signature 1 itle !cBoael 4r7 , Q Wrcc"ir o'P F."neer7ty' V (tJJ Title a//7111 q Date On before me, Notary Public, personally appeared who pro d to me on the basis of satisfactory evidence to be the person(s) whose name(s) is(ar scribed to the within instrument and acknowledged to me that he/she/they executed th me in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the ins ant the person(s), or the entity upon behalf of which the person(s) acted, executed the instrurr a . I certify under PENALTY OF PERJURY paragraph is true and correct, o WITNESS my hand and in and for My Commission Expires: x61 laws of the State of California that the foregoing (SEAL) /t1,,, ar"�" City of Newport Beach Contract No. 5633{A1 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. 21 DOLPHIN DEEP WATER WELL REHABILITATION CONTRACT NO. C -5633(A) THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 12th day of March, 2014 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and General Pump Company, Inc., a California corporation ("Contractor"), whose address is 159 North Acacia Street, San Dimas, CA 91773, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has advertised for bids for the following described public work: Dolphin Deep Water Well Rehabilitation Project. The work necessary for the completion of this Project consists of mobilization, traffic control, removal and reinstallation of pump and motor, mechanical and chemical well development, video survey, installation of wire wrapped well screen, test pumping, and other incidental items of work as necessary and as further described in the Contract Documents (the "Project" or "Work"). C. Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non -Collusion Affidavit, Notice to Successful Bidder, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. C -5633(A), Standard Specifications for Public Works Construction (current adopted edition and all supplements), and this Contract, and all modifications and amendments thereto (collectively the "Contract Documents"), all of which are incorporated herein by reference. The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. gnnnp• •' i 5 Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project. All of the Work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 3. COMPENSATION 3.1 As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of Four Hundred Thirty Six Thousand Three Hundred Seventy Dollars and 00/100 ($436,370.00). 3.2 This compensation includes: 3.2.1 Any loss or damage arising from the nature of the Work; 3.2.2 Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the Work; and 3.2.3 Any expense incurred as a result of any suspension or discontinuance of the Work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the Work by City. 4. 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. The Contractor and City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). 5. WRITTEN NOTICE 5.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third General Pump Company, Inc. Page 2 business day after the deposit thereof in the United States mail, postage prepaid, first- class mail, addressed as hereinafter provided. 5.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Senior Civil Engineer City of Newport Beach Public Works Department 100 Civic Center Drive P.O. Box 1768 Newport Beach, CA 92658 5.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: Michael Bodart General Pump Company, Inc. 159 North Acacia Street San Dimas, CA 91773 6. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit A, and incorporated herein by reference. 7. RESPONSIBILITY FOR DAMAGES OR INJURY 7.1 City and its elected or appointed officers, agents, officials, employees and volunteers shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 7.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project, or the Work of any subcontractor or supplier selected by Contractor. 7.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees and volunteers (collectively, the "Indemnified Parties") from and against any and all General Pump Company, Inc. Page 3 claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any Work performed or Services provided under this Contract including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent, reckless, and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable for any or all of them). 7.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Contract. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 7.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project Work. 7.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 7.7 Nothing in this Section or any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for above. 7.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. 8.1 This Contract may be amended or modified only by mutual written agreement of the parties. 8.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. General Pump Company, Inc. Page 4 8.3 There shall be no change in the Contractor's members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 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. 10. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. 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. 12. RECITALS City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. [SIGNATURES ON NEXT PAGE] General Pump Company, Inc. Page 5 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 3 -- 13 -1 �- By: U)AW 01,14 (), Aaron C. Marp City Attorney ATTEST: Date: 3.1g. Iq By: 0041-�- N ` Leilani I. Brown City Clerk Attachments CITY OF NEWPORT BEACH, a California municipal corporation Date: 3 . e . I q QN.ill, II Mayor CONTRACTOR: General Pump Company, Inc., a California corporation Date: William M. TW&etr\ Presid and Secretary / Kc,bael BcClarf �i ✓'ec�a�^ o � En y %neerin� [END OF SIGNATURES] Exhibit A - Insurance Requirements Exhibit B -- Labor and Materials Payment Bond Exhibit C -- Faithful Performance Bond General Pump Company, Inc. Page 6 APPENDIX 1 FIGURES SHAREHOLDERS A1 DWCTORS 1 GENERAL 1• COWANY,INC. A California Corporation A special meeting of the Shareholders and Directors of GENERAL PUMP COMPANY, INC., a California corporation, was held at 225 South Civic, Suite 2-14, Palm Springs, California, on February 21, 2003 at 10:00 a.m. The roll call was as follows: PRESENT: William M. Tweed ABSENT: None ALSO PRESENT: John T. Trevino The meeting was called to order by the President, William M. Tweed, who presided as Chairman and Secretary of the meeting. The President announced that the meeting was held pursuant to the provisions of the By -Laws. No objection being made, a reading of the minutes of the last meeting of the corporation was dispensed with and upon motion duly made, seconded and unanimously carried, the same were approved without reading. The President stated that the first order of business was to approve signing authority of Mr. William M. Tweed, as President and Secretary, or Michael G. Bodart, as Director of Engineering, or Geoffrey A. Bates, as Project Manager/Rydrogeologist, on bids, bid bonds and contracts to a maximum value of two million dollars each occurrence. Upon motion duly made, seconded and unanimously carried, the following resolution was adopted: RESOLVED, that the corporation approves the authority of William M. Tweed, Michael G. Bodart and Geoffrey Bates as representatives of GENERAL PUMP COMPANY, INC., to sign bids, bid bonds and contracts up to a maximum of two million dollars each occurrence. I The President stated that the corporation needed to purchase two new pick-up trucks for general business use. Upon motion duly made, seconded and unanimously carried, the following resolution was adopted: RESOLVED, that the corporation approves the purchase of two new pick-up trucks for general business use. There being no further business to come before the meeting, said meeting was adjourned. i William M. Tweed, Chairman William M. Tweed, Secretary INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance providing statutory benefits and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each employee for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with California law for all of the subcontractor's employees. The insurer issuing the Workers' Compensation insurance shall amend its policy by endorsement to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its elected or appointed officers, agents, officials, employees and volunteers. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance, and if necessary umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate and two million dollars ($2,000,000) completed operations aggregate. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an General Pump Company, Inc. Page A-1 insured contract (including the tort liability of another assumed in a business contract) with no endorsement or modification limiting the scope of coverage for liability assumed under a contract. C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials employees and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its elected or appointed officers, agents, officials employees and volunteers shall be included as additional insureds under such policies. C. Primary and Non Contributory. Contractor's insurance coverage shall be primary insurance and/or the primary source of recovery with respect to City, its elected or appointed officers, agents, officials, employees and volunteers. Any insurance or self-insurance maintained by City shall be excess of Contractor's insurance and shall not contribute with it. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days notice of cancellation or nonrenewal of coverage (except for nonpayment for which ten (10) calendar days notice is required) for each required coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other General Pump Company, Inc. Page A-2 endorsements as specified herein for each coverage. All of the executed documents referenced in this Contract must be returned to City within ten (10) regular City business days after the date on the "Notification of Award". Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Contract. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. The City reserves the right at any time during the term of the Contract to change the amounts and types of insurance required by giving Contractor ninety (90) calendar days advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self-insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self - insure its obligations to City. If Contractor's existing coverage includes a self-insured retention, the self-insured retention must be declared to City. City may review options with Contractor, which may include reduction or elimination of the self-insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. G. City Remedies for Non Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall General Pump Company, Inc. Page A-3 have the right but not the obligation, to purchase such insurance, to terminate this Contract, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Coverage not Limited. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other agreement relating to City or its operations limits the application of such insurance coverage. J. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Work under this or any other Contract or agreement with City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City with five (5) calendar days of the expiration of the coverages. General Pump Company, Inc. Page A-4 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. * Date Received: 3/12/14 Date Completed: 3/17/14 Dept./Contact Received From: Raymund Sent to: Raymund By: Company/Person required to have certificate: Type of contract: GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 6/1/13-6/1/14 General Pump Company, Inc All Others A. INSURANCE COMPANY: Travelers Property Casualty Co of Amer Chris B. AM BEST RATING (A-: VII or greater): A+:XV C. ADMITTED Company (Must be California Admitted): included): Is it included? Is Company admitted in California? N Yes ❑ No D. LIMITS (Must be $1 M or greater): What is limit provided? 1,000,000/2,000,000 E. ADDITIONAL INSURED ENDORSEMENT -- please attach N Yes ❑ No F. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? (completed Operations status does ❑ Yes not apply to Waste Haulers or Recreation) N Yes ❑ No G. ADDITIONAL INSURED FOR PRODUCTS AND ❑ No COMPLETED OPERATIONS ENDORSEMENT (completed ❑ N/A N Yes Operations status does not apply to Waste Haulers) N Yes ❑ No H. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? N Yes ❑ No I. PRIMARY & NON-CONTRIBUTORY WORDING (Must be included): Is it included? N Yes ❑ No J. 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 N No K. ELECTED SCMAF COVERAGE (RECREATION ONLY): N N/A ❑ Yes ❑ No L. NOTICE OF CANCELLATION: ❑ N/A N Yes ❑ No H. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 6/1/1 A. INSURANCE COMPANY: Travelers Property Casualty Co of Amer 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 - If Employees (Must be $1 M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? 1,000,000 E LIMITS Waiver of Auto Insurance / Proof of coverage (if individual) (What is limits provided?) N/A F. PRIMARY & NON-CONTRIBUTORY WORDING (For Waste Haulers only): N N/A ❑ Yes ❑ No G. HIRED AND NON -OWNED AUTO ONLY: ❑ N/A ❑ Yes N No H. NOTICE OF CANCELLATION: ❑ N/A 0 Yes ❑ No III. WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: 6/1/13-6/1/14 A. INSURANCE COMPANY: Travelers Casualty and Surety Company B. AM BEST RATING (A-: VII or greater): A+:XV C. ADMITTED Company (Must be California Admitted): X Yes ❑ No D. WORKERS' COMPENSATION LIMIT: Statutory X Yes ❑ No E. EMPLOYERS' LIABILITY LIMIT (Must be $1M or greater) 1,000,000 F. WAIVER OF SUBROGATION (To include): Is it included? X Yes ❑ No G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM: X N/A ❑ Yes ❑ No H. NOTICE OF CANCELLATION: ❑ N/A X Yes ❑ No ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED IV. PROFESSIONAL LIABILITY X N/A ❑ Yes ❑ No V POLLUTION LIABILITY X N/A ❑ Yes ❑ No V BUILDERS RISK X N/A ❑ Yes ❑ No HAVE ALL ABOVE REQUIREMENTS BEEN MET? X Yes ❑ No IF NO WHICH ITEMS NEED TO BE COMPLETED? Approved: 00� 3/17/14 Agent of Alliant Insurance Services Date Broker of record for the City of Newport Beach RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than _ Self Insured Retention or Deductible greater than $ ) ❑ N/A ❑ Yes ❑ No Reason for Risk Management approval/exception/waiver: Approved: Risk Management Date * Subject to the terms of the contract. Premium Included in Performance Bond CITY OF NEWPORT BEACH BOND NO. 106018249 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to General Pump Company, Inc., hereinafter designated as the "Principal," a contract for Dolphin Deep Water Well Rehabilitation Project, located at 9649 Dolphin Ave, in the City of Fountain Valley, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, Travelers Casualty and Surety Company of America duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Four Hundred Thirty Six Thousand Three Hundred Seventy Dollars and 00/100 ($436,370.00) 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 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 of seq. of the Civil Code of the State of California. General Pump Company, Inc. Page B-1 And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from Its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 12th day of March 12014 . General Pump Company, Inc. By. j Name of Contractor (Principal) Authorized SJ'gnaturelTitle f °li u e.� (f®chute IJP Travelers Casualty and Surety Company of America Name of Surety 2168 Gateway Center Drive Diamond Bar, CA 91765 Address of Surety (909)612-3667 Telephone B �. Authorized A nt Signature Betty L. Tolentino, Attorney -In -Fant Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED General Pump Company, Inc. Page B-2 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Francisco On March 12, 2014 before me, K. Zerounian, Notary Public Date Here Insert Name ar l I Ve M the 6Hlner personally appeared _____-.___!Betty L• Tolentino Name($) of nen$)'v--�-�_ K. ZEROUNIAN Commission # 2028311 <� „••.. Notary Public - California n z w-+ San Francisco County 'Ay Comm. Expires Jun 29, 2017 Place Notary seal Abwa who proved to me on the basis of satisfactory evidence to be the person(8) whose name(g) is/ace subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(+es), and that by his/her/their signature(d) on the instrument the person(), or the entity upon behalf of which the person(p) 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 Signature OPTIONAL Though the information below is not required by law, it may prove valuable to pe) and could prevent fraudulent removal and reattachment of this form to Title or Type of Document: Document Date: Signers) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer —Title(s): — ❑ Partner —❑LimitedGeneral ❑ Attorney In Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: tfr'nlisu ,..r�LtF.`w*lGkYErf':P� Mill on the document Number of Pages: Signers Name: ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: ®2Ce�Natpna+Notary Pssodedon•9%JDa:wto Ava.,P.O.0ox 2+F02•Cn�swortli,CA 9133-2402•wvm NalionalNaaryorg Item#5.907 fieorder: CailToil-Freef800876682r -- WARNING : THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELERSFarmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 225734 Certificate No. 005620165 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty 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 are corporations duly organized under the Iaws of the State of Connecticut, 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 Susan Hecker, Maureen O'Connell, Robert Wrixon, Brian F. Cooper, M. Moody, Betty L. Tolentino, Janet C. Rojo, J. M. Albada, Virginia L, Black, and K. Zerounian San Francisco California of the City of _ ,State of _ ,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, reeognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this day of August 2013 29th Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company wo Ga -PR fMeflO coN '.SEAL/ N197 taYg s $ State of Connecticut City of Hartford ss. By: Robert L. Raney, enior Vice President On this the 29th day of August 2013 before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company. St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. p•TET In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2016. �'�(fB6lG * Marie C. Teneant, Notary Public �s 58440-8-12 Printed in U.S.A. State of California County of ..... Los Angeles March 12, 20] 4 Bonnie Brunel, Notary Public On before me — — - ----— Date Here insert Name and Title of the Officer personally appeared Michael Bodart r, t who proved to me on the basis of satisfactory evidence to be the person(p6 whose nameO istM subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity(' ), and that by his/lon Wair signature($) on the instrument the personal, 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. WITNES my In d and official seal. Signature: Piece Notary Seal Above �p Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another docurri Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name:. _- Corporate Officer — Title(s): '.1-1 Individual Partner — ❑ Limited General Top of murnb here Attorney in Fact 11 Trustee ❑ Guardian or Conservator Other: -..--- Signer Is Representing: _ I Number of Pages: Signer's Name: Corporate Officer — Title(s): ❑ Individual ❑ Partner — ❑ Limited G General Top of thumb here D Attorney in Fact ❑ Trustee I.i Guardian or Conservator I E Other:._.— _ _—, j Signer Is Representing: u 2u IU National Notary mieveb Von - National Notary erg � 1 -800 -US NOTARY (1-800-876-8827) Item X5907 rWar1rlr CITY OF NEWPORT BEACH BOND N0, 106048249 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 8,727.00 , being at the rate of $ 20.00 per thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to General Pump Company, Inc. hereinafter designated as the "Principal," a contract for Dolphin Deep Water Well Rehabilitation Project located at 9649 Dolphin Ave. in the City of Fountain Valley, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and Travelers Casualty and Surety Company of America duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety'), are held and firmly bound unto the City of Newport Beach, in the sum of Four Hundred Thirty Six Thousand Three Hundred Seventy Dollars and 001100 ($436,370.00) 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 void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. General Pump Company, Inc. Page C-1 Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 12th day of March 12014 . General Pump Company, Inc. Name of Contractor (Principal) Travelers Casualty and Surety Company of America Name of Surety 21688 Gateway Center Drive Diamond Bar, CA 91765 Address of Surety (909) 6123667 Telephone Betty L. Tolentino, Attorney -In -Fant Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED General Pump Company, Inc. Page C-2 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Francisco On March 12, 2014 before me, K. Zerounian, Notary Public Date Here mert Name and4i o the O icer personally appeared �- __ �_�tty T41esLtino Names) m 51911egs) o K. ZEROUNIAN Commission # 2029311 Notary Public - California z Z San Francisco County My Comm. Expires Jun 29, 2017 who proved to me on the basis of satisfactory evidence to be the persorl whose name(t) is/am subscribed to the within instrument and acknowledged to me that he/sheAhey executed the same in his/her/#"# authorized capacity(ies), and that by hislherltheir signaturl on the instrument the person(g), or the entity upon behalf of which the person(p) 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,a cial seal. Signature__ Place Notary Seal Above -p �^gqp g Signa m of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person retyin n the document and could prevent fraudulent removal and reattachment of this form to am 0 ocument. 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): ❑ Partner — ❑ Limited ; l General ❑ Attorney in Fact ❑ Trustee I Top of thumbnary ❑ 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: Top of thumb here 020071,lalbne, Notary Assoaation•935C Oe Soto Ave., PO.00%2402•01aI6W,(,QR91313-2402•www.NatianalNotaryory Item ft9 Reorder. Call Toll -Free b80P876082T POWER OF ATTORNEY TRAVELERSd Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 225734 Certificate No. 005620164 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty 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 are corporations duly organized under the laws of the State of Connecticut, 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 Susan Hecker, Maureen O'Connell, Robert Wrixon, Brian F. Cooper, M. Moody, Betty L. Tolentino, Janet C. Rojo, J. M. Albada, Virginia L. Black, and K. Zerounian of the City of San FI2riCiSCo, State of _ California , their true and lawful Auonrcy(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in theirbusiness 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 Saw. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this day of August 2013 29th Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company SVq m'm �6 0.� N �X$� Q �......,LP Jj�P,._s yq 9p6WNY C`` 'VN p`�S.CY"N'Wt fT. oz - p0.POR.>siEn4377 g z SE N.ra�ALior oa:SHALaCONN.�.,.ca `�rs�' Nis' l'r` .•i . s...... APV State of Connecticut City of Hartford ss. By: ly�iu., Robert L. RaVice President 29th August 2013 On this the _day of before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company. Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. p,TFT In Witness Whereof, I hereunto set my hand and official seal. *A My Commission expires the 30th day of June, 2016, P AUBLI� f CT�'� 58440-8-12 Printed in U.S.A. b . Tctreautt,0. � ary P State of California County of _ Los Angeles On March 12, 2014 _ before me, —__ Bonnie Brunel, Notary Public Data Hera insetl Name and Title of the Office, personally appeared Michael Bodart o n.. who proved to me on the basis of satisfactory evidence to be the person(o whose name(s) is subscribed to the within instrument and acknowledged to me that helishoWhW executed the same in his/WoMOOF authorized capacity(` ), and that by hisilavolilm*r signatureA on the instrument the personj�), or the entity upon behalf of which the personK acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature:._ Place Notary Seal Above p� qq Signatare of Notary Public OPTIONAL Though the information below is not required bylaw, 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(iea) Claimed by Signer l Signer's Name:..__ F-- Corporate Officer — Title(s): Individual ❑ Partner — ❑ Limited ❑ General Top of thumb here Attorney in Fact Trustee Guardian or Conservator G Other: Signer Is Representing: Number of Pages: Signer's Name: 1-1 Corporate Officer — Title(s) ❑ Individual maim Partner —1-1 Limited Q General Top of thumb here -1 Attorney in Fact Li Trustee C. Guardian or Conservator L Other: I Signer Is Representing I to tutu bauonai Notary Assonaattoo • NatlonaiNotary. org - 1-800 US NOTARY (1-800-8766827) Item #5907 PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS I4I014:2 all d17:4ziyaoii4:ia:Igaa=IN \:71>AYI/r1L�Pl CONTRACT NO. 5633(A) k_L, :• •L SECTION 2 - SCOPE AND CONTROL OF WORK 2-6 WORK TO BE DONE SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup - Replace this section with the following: SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.4 Inspection and Testing SECTION 5 - UTILITIES 5-1 LOCATION 5-2 PROTECTION 1 1 1 1 1 1 1 2 2 2 2 2 2 3 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 3 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 3 6-1.1 Construction Schedule 3 6-7 TIME OF COMPLETION 3 6-7.1 General 3 6-7.2 Working Days 3 6-7.4 Working Hours 4 6-9 LIQUIDATED DAMAGES 4 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7-1.2 Temporary Utility Services 7-5 PERMITS 7-8 WORK SITE MAINTENANCE 7-8.6 Water Pollution Control 7-8.6.2 Best Management Practices (BMPs) 7-10 PUBLIC CONVENIENCE AND SAFETY 7-10.1 Traffic and Access 7-10.3 Street Closures, Detours and Barricades 7-10.4 Safety 7-10.4.1 Safety Orders 7-10.5 "No Parking" Signs 7-15 CONTRACTOR'S LICENSES 7-16 CONTRACTOR'S RECORDS/AS BUILT DRAWINGS SECTION 9 - MEASUREMENT AND PAYMENT 9-3 PAYMENT 9-3.1 General 5 5 5 5 5 5 5 6 6 6 7 7 7 7 7 e CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT DOLPHIN DEEP WATER WELL REHABILITA CONTRACT NO. 56331A) INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Traffic Control Pians (Drawing No. W -5347-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 (2009 Edition), including supplements. Copies of the City's Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications for Public Works Construction (2009 Edition) may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714-517-0970. following Special Provisions supplement or modify the Standard fications for Public Works Construction as referenced and stated PART 1 - GENERAL PROVISIONS SECTION 2 - SCOPE AND CONTROL OF WORK Feral 101V2ito]1 3: aZ97 1 Add to this section, "The work necessary for the completion of this contract consists of mobilization, traffic control, removal and reinstallation of pump and motor, mechanical and chemical well development, video survey, install wire wrapped well screen, test pumping, and other incidental items of work as necessary." SECTION 3 - CHANGES IN WORK 3-3.2 Payment 3-3.2.3 Markup - Replace this section with the following: SP- 1 of 8 "(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 ............................................ 15 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, one (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 (prior to any markups) of such work. A markup of ten (10) percent on the first $5,000 of the subcontracted portion of the extra work and a markup of five (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 Add the following: "All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 -hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor." SECTION 5 - UTILITIES 5-1 LOCATION Add the following after the 3`d paragraph: "Within seven (7) calendar days after completion of the work or phase of work, the Contractor shall remove all USA utility markings. Removal by sand blasting is not allowed. Any surface damaged by the removal effort shall be repaired to its pre -construction condition or better." 5-2 PROTECTION Add the following: "In the event that an existing pull or meter box or cover is damaged by the Work and is not re -useable, the Contractor shall provide and install a new pull or meter box or cover of identical type and size at no additional cost to the City." SECTION 6 - PROSECUTION PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE 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". 6-1.1 Construction Schedule Add the following between the first and second paragraphs of this section: "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 the pre -construction meeting. Schedule may be bar chart or CPM style. The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the original schedule and has demonstrated that the ability to maintain the approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job." 6-7 TIME OF COMPLETION 6-7.1 General Add to this section: "The Contractor shall complete all work under the Contract within 40 consecutive working days after the date on the Notice to Proceed. The Contractor shall ensure the availability and delivery 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 1 s` (New Year's Day), the third Monday in January (Martin Luther King Day), the third Monday in February (President's SP- 3of8 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(NewYear's Eve). If the holiday falls on a Sunday, the following Monday will be considered the holiday. If the holiday falls on a Saturday, the Friday before will be considered the holiday." Add the following Section 6-7.4 Working Hours: 6-7.4 Working Hours Normal working hours are limited to 8:30 a.m. to 4:00 p.m., Monday through Friday. Pumping development, pump testing, and the spinner survey is excluded from these working hours. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., before or after the normal working hours prescribed above. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 4:00 p.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6:00 p.m. on Saturday only. A request for working outside the normal working hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $146 per hour when such time periods are approved. 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 $1,000.00" Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that the above liquidated damages 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." SP- 4of8 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7-1.2 Temporary Utility Services Add to the end of this section: "Temporary water is available at the project site. The contractor may connect to the City's discharge manifold." Add to this section: "Contractor is responsible for attaining a no -fee Encroachment Permit from the City of Fountain Valley. The traffic control plan as required by the Encroachment Permit application has been submitted to the City of Fountain Valley." 7-8 WORK SITE MAINTENANCE 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 www.newportbeachca.gov/publicworks and clicking on permits, then selecting the link Construction Runoff Guidance Manual. Additional information can be found at www.cleanwaternewport.com." 7-8.6.2 Best Management Practices (BMPs) Add to this section: `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. SP- 5of8 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." I�[llil 3�L«Z�I�7►P/�i!11�►[y�li!t ��_1��1'1 a[�ly�tFiilL�liLTI_ • • - Add to this section: "The Contractor shall provide traffic control and access in accordance with the approved Traffic Control plan, 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)." 7-10.3 Street Closures, Detours and Barricades Add to this section: "Contractor shall adhere to the following: 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. 4. At a minimum, the Contractor shall maintain one lane of traffic in each direction when completing their work. 5. Sidewalk closures in non-residential areas, or as determined by the City, shall be set with barricades and SIDEWALK CLOSED signs on barricades at the closure and SIDEWALK CLOSED USE OTHER SIDE signs on barricades at the closest crosswalk or controlled intersection. 6. Sidewalk closures in residential areas, or as determined by the City, shall be set with barricades and SIDEWALK CLOSED signs on barricades at the closure." 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." Add the following Section 7-10.5 No Parking Signs: 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. Contractor shall obtain and coordinate placement of "No Parking" signs with the City of Fountain Valley. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high non -erase letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. 7-15 CONTRACTOR'S LICENSES At the time of the award and until completion of work, the Contractor shall possess a C57 License. At the start of work and until completion of work, the Contractor and all Sub -contractors shall possess valid business licenses issued by both the City of Newport Beach and the City of Fountain Valley. 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. In addition, the Contractor shall maintain "As -Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up-to-date and reviewed by the Engineer at the time each progress bill is submitted. Any changes to the approved plans that have been made with approval from the Engineer shall be documented on the "As -Built" drawings. 61mme 1H The "As -Built' shall be submitted and approved by the Engineer prior to final payment or release of any bonds. 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. SP- 8of8 • . 6l • DOLPHIN DEEP WATER WELL REHABILITATION TECHNICAL SPECIFICATIONS SECTION 1 — SPECIAL CONDITIONS SC1-01 LOCATION OF THE WORK SC1-02 PURPOSE OF THE WORK SC1-03 REHABILITATION PERIOD AND REQUIREMENTS SC1-04 PERMITS, CERTIFICATES, AND LICENSES SC1-05 LOCAL CONDITIONS SC1-06 BOUNDARIES OF WORK SC1-07 PROTECTION OF THE SITE SCI -08 EQUIPMENT AND OPERATING REQUIREMENTS SC1-09 METHOD OF PAYMENT SECTION 2 — TECHNICAL SPECIFICATIONS 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 MOBILIZATION AND DEMOBILIZATION (Bid Item No. 1) 2.02 PUMP REMOVAL (Bid Item No. 2) 2.03 REBUILD PUMP AND MOTOR (Bid Item Nos. 3A & 3B) 2.04 PRE -REHABILITATION DOWNWELL VIDEO SURVEY (Bid Item No. 4) TS -i 2.05 WIRE BRUSHING AND BAILING (Bid Item No. 5) 2.06 "AIR -JETTING' OF WELL (Bid Item No. 6) 2.07 CHEMICAL TREATMENT (OPTIONAL) (Bid Item No. 7) 2.08 MECHANICAL DEVELOPMENT (Bid Item No. 8) 2.09 TREATMENT OF DISCHARGE AND DEVELOPMENT FLUIDS (Bid Item No. 9) 2.10 POST DEVELOPMENT DOWNWELL VIDEO SURVEYS (Bid Item No. 10) 2.11 INSTALLATION OF CASING LINER, GRAVEL PACK & SEAL (Bid Item No. 11) 2.13 MOBILIZATION AND DEMOBILIZATION OF TEST PUMP (Bid Item No. 12) 2.13 PUMPING DEVELOMENT (Bid Item No. 13) 2.14 PUMPING TESTS (Bid Item Nos. 14A & 14B) 2.15 RE -INSTALLATION OF PERMANENT PUMP AND MOTOR (Bid Item No. 15) 2.16 WELL DISINFECTION AND SITE CLEANUP (Bid Item No. 16) APPENDICES APPENDIX 1 FIGURES APPENDIX 2 PRIOR VIDEO SURVEYS OF MAY 2011 AND MARCH & SEPTEMBER 2013 APPENDIX 3 STATE WELL COMPLETION REPORT APPENDIX 4 PUMP SPECIFICATIONS APPENDIX 5 NPDES DISCHARGE CONSTITUENTS AND PERMIT TS -H DOLPHIN DEEP WATER WELL REHABILITATION TECHNICAL SPECIFICATIONS SECTION 1 — SPECIAL CONDITIONS SC1-01 LOCATION OF WORK The City of Newport Beach (City) owns and operates the Dolphin Deep Water Well (aka, Dolphin Avenue Deep Well). This well is located at 9649 Dolphin Avenue in the City of Fountain Valley, as illustrated on Figure 1 "Site Location Map," in Appendix 1. SC1-02 PURPOSE OF THE WORK It has been reported by City Staff that the well is currently producing sand and that the production capacity of the well has decreased. Thus, rehabilitation of this well and the downwell pumping system will be required in an effort to mitigate sand pumpage and, if possible, to help increase its production capacity. A video survey performed in May 2011, under dynamic (pumping) conditions, revealed the following at that time: sand was being produced from an interval in the well between the approximate depths of 502 and 504 ft below ground surface (bgs), and what appeared to be small holes were present in a louvered section of casing at depths ranging from approximately 592 and 597 ft bgs. Subsequent videos performed in March and September 2013 revealed that the previously viewed holes had become somewhat bigger and that additional holes have apparently appeared (now also occurring between the depths of approximately 588 ft and 600 ft bgs). Appendix 2 provides the reports on these prior video surveys. SC1-03 REHABILITATION PERIOD AND REQUIREMENTS Contract time is set forth in the Special Provisions. Proof of insurance is required prior to initiating any well rehabilitation work. SC1-04 PERMITS CERTIFICATES AND LICENSES The Contractor shall have a valid C57 contractor's license and shall, at his own expense, procure all other permits, certificates and licenses required by law for the execution of the work herein. SC1-05 LOCAL CONDITIONS The Contractor shall keep the well site free from accumulations of waste materials, rubbish, and other debris resulting from the work. Debris may be contained on-site, but only in approved containers, until it is hauled away and disposed of at an approved disposal site. The Contractor shall provide for the disposal of surplus materials, waste products, debris, etc., and shall make all necessary arrangements for such disposal. Throughout all phases of work on this project, the Contractor shall maintain job site and wellhead security to preclude accidental or intentional damage and/or contamination of the well and the water supply. Whenever the well site is unattended, the well casing shall be covered 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 TS -1 DOLPHIN DEEP WATER WELL REHABILITATION TECHNICAL SPECIFICATIONS maps or plans, or from the City or its employees shall act to relieve the Contractor of any responsibility herein or from fulfilling any and all of the terms and requirements of this contract. SC1-06 BOUNDARIES OF WORK Work at the site is to be limited to the area inside the City well site. In addition, other contractors and employees or agents of the City may for all necessary purposes enter upon the work and premises used by the Contractor, and the Contractor shall conduct his work so as not to unnecessarily impede any work being done by others on or adjacent to the well site. Because the site is located in the vicinity of a school, the Contractor will not be allowed to block any access along Dolphin Avenue. Thus, all equipment, contractor vehicles and Baker tanks needed for the project shall be confined to the work area as shown on the Traffic Control plans. The Contractor will implement traffic control measures at the site. SC1-07 PROTECTION OF THE WELL SITE Except as otherwise provided herein, the Contractor shall protect all structures, walks, pipelines, pavement, trees, creek channels, shrubbery, lawns, etc., during the progress of his work; shall remove from the site all bailed material, debris, and unused materials; and shall, upon completion of the work, restore the site as nearly as possible to its original condition, including the replacement, at the Contractors expense, of any facility which has been damaged beyond restoration. The Contractor is responsible for any damages to properties adjacent to the well site caused by rehabilitation and well testing activities associated with the work described herein. Water pumped from the well shall be conveyed to a place approved by the City without damage to the City or to nearby creek channels. The Contractor shall prevent damage to the well site and to the adjacent land, creeks, and streets that might result from pumping water during 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 gates/fences used by him when not occupying the well site. Locks and means of locking shall be approved by the City and shall provide for dual lockage to accommodate a City lock. SC1-08 EQUIPMENT AND OPERATING REQUIREMENTS The Contractor must provide well rehabilitation services on a timely and effective basis from the commencement of work through the final connection of the well to water -supply lines and final testing with the permanent pump. Unnecessary delays or work stoppages will not be tolerated. The Contractor shall be held responsible and payment may be withheld for damages done to the well due to any cause or negligence or faulty operation. The equipment to be furnished for all rehabilitation work shall be approved by the City, shall be in good repair and working order, and shall be of contemporary design. Suitable sanitary facilities for use by all onsite personnel shall be provided for and be appropriately 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. TS -2 DOLPHIN DEEP WATER WELL REHABILITATION TECHNICAL SPECIFICATIONS SC1-09 METHOD OF PAYMENT Payment for the well rehabilitation work shall be made on a monthly basis as work progresses in accordance with the Proposal. TS -3 DOLPHIN DEEP WATER WELL REHABILITATION TECHNICAL SPECIFICATIONS DOLPHIN DEEP WATER WELL REHABILITATION SECTION 2 — TECHNICAL SPECIFICATIONS PART 1 — GENERAL PROCEDURES 1.01 DESCRIPTION The work described herein is for the purpose of the well rehabilitation contractor in providing the City with water well rehabilitation services for the City -owned Dolphin Avenue Deep municipal - supply water well, as provided in these Technical Specifications. Figure 2, "'As -Built' Well Construction Diagram", in Appendix 1 illustrates the as -built construction of the Dolphin Avenue Deep Water Well. The State Well Completion Report (i.e., the driller's log) is provided in Appendix 3 and provides additional information on the construction of the well. Work described herein includes the furnishing of all materials, labor, equipment, fuel, tools, transportation, and services for rehabilitation and testing of the Dolphin Deep Well. The work required for well rehabilitation includes, but is not limited to, the following initial tasks o Mobilization and demobilization of personnel; pump rig equipment and accessories to and from the site, setting up traffic control, obtaining the requisite permits and operating supplies. o Remove the existing motor, discharge head and pump from the well. o Rebuild the existing pump and motor o Clarify the water column in the casing and conduct a downwell video survey of the entire well casing. o Initiate rehabilitation of the well by wire brushing the casing and bailing sediment fill from the bottom of the casing. o Use the AirBurstTM, BoreBlastTM, or similar technology, within the well to help dislodge scale/biofilm from the well casing and gravel pack. o Conduct optional chemical treatment of the well. The Contractor shall also include in the treatment a biocide and a dispersant. Swab and agitate the chemicals throughout all perforated intervals of the well. The treatment method (i.e., the chemicals to be used) will be proposed by the Contractor. o Conduct mechanical development of the well by airlifting and swabbing the perforated portions of the well casing. Care must be exercised by the Contractor when using swabbing tools to preclude damage to the casing. Discharge the fluids generated during this work into onsite (Baker) tanks for treatment. This will include the Contractor performing the sampling and analysis for the National Pollutant Discharge Elimination System (NPDES) Permit fa maximum of ten (10) samplesl. o Perform a second video survey to check the effectiveness of the chemical and mechanical rehabilitation operations. TS -4 DOLPHIN DEEP WATER WELL REHABILITATION TECHNICAL SPECIFICATIONS o Install a partial Type 304L stainless steel casing liner, consisting of blank and wire - wrapped well screen, between the depths of 297 ft and 730 ft bgs, as specified herein. This will include setting a gravel pack and a short cement seal in the annulus between the original well casing and the liner. o Conduct a video survey of the well following placement of the partial casing liner. o Install a temporary test pump in the well (driven by a diesel or gasoline engine) and conduct pumping development (pumping and surging) for a maximum time period of 48 hours. Pump the initial discharge to onsite tanks, collect a water sample, and analyze for specified NPDES permit constituents. Provide the testing results to the City's Water Quality Coordinator. o Perform pumping tests in the well, including a maximum 12 -hour step drawdown test and a minimum 24-hour constant rate discharge test, in order to determine the new specific capacity of the well. Monitor sand production during these tests using a Rossum sand tester device. o Remove the temporary test pump. o Perform a final video survey of the well and chlorination to disinfect the well, and temporarily cap the well casing. o Re -install the re -conditioned permanent pump in the well. o Perform final site cleanup. 1.02 QUALITY ASSURANCE The Contractor shall have been engaged in the business of well rehabilitation of municipal - supply water wells for a period of at least five (5) years. The Contractor shall submit a list of the last three (3) references (including contact names and telephone numbers) for whom the Contractor has performed well rehabilitation work on 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 production before and after rehabilitation. The Contractor shall employ trained and experienced workmen for the execution of his work and all such work shall be performed under the direct supervision of an experienced rig operator and test pumper satisfactory to the City and/or its Representative. 1.03 RECORDS The Contractor shall keep a daily log and progress record at the well site readily available for inspection during initial operations and any and all performed tentative operations for rehabilitation of the well. The Contractor shall keep records providing the following information: 1. A record of fluid types and properties of the chemicals and any other fluids or materials pumped into or siphoned from the well, if applicable. 2. Daily work logs documenting inspection, rehabilitation, and testing operations performed in the well, including the lengths, depths and diameters of the installed TS -5 DOLPHIN DEEP WATER WELL REHABILITATION TECHNICAL SPECIFICATIONS liner and its well screen, along with the depths, volume and gradation of the installed gravel pack and short cement seal. All measurements for depths shall be referenced to the existing grade at the well site. During well testing, all measurements shall be referenced to an arbitrary reference point established at the top of the sounding tube in the well as specified by the Geologist. 1.04 SUBMITTALS All records shall be available to the City and the Geologist at all times at the job site. These records shall include: 1. Lists of materials, fluids, and volumes used on the well. 2. Pumping development rates and durations. 3. Step drawdown and constant rate pumping records showing pumping rates, static and pumping water levels, drawdowns, specific capacities, and Rossum sand tester data. 1.05 JOB CONDITIONS Special job conditions are set forth in Section SC1 - 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 Invitation to Bid. Bidder attendance at this meeting is Mandatory. All bidders shall meet at the well site (see Figure 1) at the prescribed time and date of this meeting. The purpose of the Mandatory Pre-bid Site Meeting is to acquaint prospective bidders with the well site, local physical features, site logistics, obstructions, water and power sources, water disposal operations and NPDES discharge conditions, and security conditions and issues. The conditions and requirements of these Specifications will govern over any information presented at the Pre-bid Site Meeting. Addenda will be prepared and issued, as necessary, to effect any changes to these specifications. 1.07 PRE -REHABILITATION MEETING Upon award of the contract, the City will arrange for a pre -rehabilitation meeting to be attended by the City, the City's Representative (i.e., the Geologist), the Contractor and his Field Superintendent/Foreman, and others whose input may be desired by the Contractor and/or City. The pre -rehabilitation conference will be held within approximately 10 days after the Contractor receives the notice of award. The purposes of this meeting will be to: o Establish communication and liaison between the parties; o Discuss security measures to be implemented at the site; o Outline the work schedule; o Describe the location and performance of noise attenuation barrier walls (if needed) and safety/security fences; TS -6 DOLPHIN DEEP WATER WELL REHABILITATION TECHNICAL SPECIFICATIONS o Clarify any questionable areas of work on the project; o Finalize fluid discharge locations and requirements; o Determine the 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 of 8:30 am to 4:00 pm, with the exception of the constant rate pumping test, which will last for a period of at least 24 continuous hours at the well site. 1.09 SUPERVISION AND COOPERATION The Contractor shall provide a qualified and experienced Foreman and rehabilitation Superintendent, one of whom shall be constantly in attendance throughout the rehabilitation project. In addition to directing all well rehabilitation and well testing activities at the well site, the Foreman shall be capable of coordinating the work with all personnel and subcontractors so that the overall project is successfully executed and completed without conflicts or delays. It is imperative that the Foreman maintains daily communication with the Geologist during the course of the project. 1.10 TERMINATION The City reserves the right to terminate the work on the well at any time. In such an event, the Contractor will be paid for the value of his work successfully completed at the time on the basis of the unit values shown on the Proposal. TS -7 DOLPHIN DEEP WATER WELL REHABILITATION TECHNICAL SPECIFICATIONS PART 2 — WELL REHABILITATION PROCEDURES (Technical Provisions) 2.01 MOBILIZATION AND DEMOBILIZATION (Bid Item No. 1) Mobilization and demobilization shall include the transportation of personnel, equipment, and operating supplies to and from the well site; obtaining all permits necessary to perform work at the site; setting up traffic control per traffic control plans; establishment of portable sanitary facilities; obtaining an adequate source of fresh water from the City; and other preparatory work at the well site and mobilization for work required by the Contractor. The Contractor shall provide a crane adequate for pump removal and re -installation; all tools, accessories, power, fuel, materials, supplies, lighting, water, and other equipment; and experienced personnel necessary to conduct efficient rehabilitation operations at the well site. The crane shall be in good condition and of such capacity to properly and safely lift the entire pump bowl and column assembly from the well. For this temporary water service, the Contractor shall follow the procedures described in 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 or to other properties or into any creek channels or swales. Prospective bidders will be notified of the NPDES permit discharge requirements at the Mandatory Pre-bid Site Meeting. Discharge of test water will be conducted under the City's NPDES permit. At completion of the work, the Contractor shall remove all waste materials, rubbish, and debris from and about the well site as well as all tools, construction equipment, fuel tanks, machinery, temporary structures, and surplus materials. Bailed sediment and sand, etc., are to be removed from the well site and properly disposed of by the Contractor. The Contractor shall leave the well site clean and ready for use by the City. The Contractor shall restore all temporary work areas at the well site to their original condition. Measurement and Payment Payment for mobilization will be made after completion of that work and will constitute 60% of the lump sum bid item. Payment for demobilization will be made after completion of that work and will constitute the remaining 40% of the lump sum bid item. Total payment of Bid Item No. 1 will be made on the amount presented in the original bid item, regardless of actual cost to the Contractor and will constitute full compensation for all labor, materials, equipment, power, permits fees and all other items necessary and incidental to completion of the work. TS -8 DOLPHIN DEEP WATER WELL REHABILITATION TECHNICAL SPECIFICATIONS 2.02 PUMP REMOVAL (Bid Item No. 2) The Contractor will be required to safely and properly disconnect all electrical wiring and appurtenances prior to the removal of the pump from the well. The Contractor shall contact the City's electrician prior to performing any activities associated with the disconnection of the pump from the electrical system. The Contractor shall also remove all apparatus from the well, including but not limited to: the motor, discharge head, oil tubing, cable, shafting, column, bowl assembly, strainer, sounding tube(s) and airline. Measurement and Payment Payment for pump removal will be made after completion of that work. Payment of Bid Item No. 2 will be made on the amount presented in the original bid item, regardless of actual cost to the Contractor and will constitute full compensation for all labor, materials, equipment, power, and all other items necessary and incidental to completion of the work. TS -9 DOLPHIN DEEP WATER WELL REHABILITATION TECHNICAL SPECIFICATIONS Following removal of the pump, motor, column and bowls, these items shall be transported to the Contractor's facility for examination and rebuilding, as necessary, with the exception of the motor which can be transported to the City's yard for storage and later retrieval by the Contractor. A schematic diagram of the pump system in the well is presented in Appendix 4. This work may be performed at anytime following removal but must be completed prior to the completion of testing in the well. For bidding purposes assume that the pump column/line shaft will be reused, the upper line shaft below the pump motor will need to be replaced in its entirety, and that the pump bowls will need to be rebuilt. Shortly following examination of the pump column and bowls by the Contractor, a report detailing/itemizing the work that will actually need to be performed shall be submitted to the City for its review. Measurement and Payment Payment for rebuilding of the pump bowls and replacement of any items will be made after completion of that work. The work tasks and materials listed above are for bidding purposes only. Upon examination of the pump, it may be found that not all of the tasks/materials listed may need to be performed. Thus, upon examination of the pump, the Contractor shall re- evaluate their costs to rebuild the pump bowls and present a final cost to perform this task to the City at that time. The Contractor will provide the cost in Bid Item No. 3A for only the rebuilding of the pump bowls and the upper line -shaft piping. Bid Item No. 3B is a fixed line - item allowance wherein only that portion of the cost necessary to repair/replace any other items outside of that specified in Bid Item No. 3A shall be used. Any additional costs above the allowed amount in Bid Item No. 3B will need to be discussed with the City. Payment for Bid Item Nos. 3A & 3B will be made on the final amount presented to the City, as based on the Contractor's examination of the pump bowls and other items. For Bid Item No. 313, the Contractor will need to provide invoices on the actual cost of materials, including markup cost, and labor costs used to repair/replace any additional parts not specified herein. The Contractor 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. TS -10 DOLPHIN DEEP WATER WELL REHABILITATION TECHNICAL SPECIFICATIONS 2.04 PRE -REHABILITATION DOWNWELL VIDEO SURVEY (Bid Item No. 4) The Contractor shall clarify the water column inside the well casing. Should sediment fill be present in the bottom of the casing (reportedly at a depth of 740 ft bgs), the Contractor shall bail this material to the maximum possible extent using a bailer or scow or equivalent retrieval device. The Contractor shall furnish all labor, material and equipment required to provide a color video survey of the 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 flocculant into the well, followed by water through a garden hose. The Contractor will allow water from the hose to flow into the well for a maximum period of 48 hours in advance of the video survey to help produce clear viewing conditions. Should a clear video picture of the internal casing conditions not be achieved, additional clear water preparations shall be instituted and additional video surveys conducted until a clear video picture record is obtained. This work shall be accomplished at the Contractor's expense. As the camera surveys the full casing interval in the well, a digital depth record shall be recorded on the video survey log for reference. The video camera shall be capable of providing both vertical and horizontal (side) viewing of the entire casing as it descends into the well. Abundant side scan views of the casing shall be made; currently possible holes in the casing are known to occur in the depth range of 500 to 600 ft bgs. Other depth zones may also contain holes. When a successful video survey log has been acquired, two copies in VHS cassette form and two in DVD form shall be provided, one of each to the City and to the City's Representative. A report will accompany this video survey log, documenting survey date, static water level, perforation depth intervals and conditions, and total well depth. Measurement and Payment The downwell color video surveying conducted prior to brushing and bailing shall be paid at the unit lump sum price. The price shall constitute full compensation for all labor, material, equipment, and incidentals required to prepare the water in the well for clear viewing and perform a color video survey, complete per plans and specifications. Total payment of Bid Item No. 4 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 conditions are too turbid during the initial video survey for complete observation of the well casing and additional clear water preparation will be needed. No partial payment will be allowed unless all work has been completed and accepted by the City or its Representative. There will be no standby payment for rig time or idle time while the video survey is being run. TS -11 DOLPHIN DEEP WATER WELL REHABILITATION TECHNICAL SPECIFICATIONS 2.05 WIRE BRUSHING AND BAILING (Bid Item No. 5) Following review of the initial video survey log, the Contractor shall use a brush with stiff steel bristles (wire) and shall brush the entire length of the casing in order to remove loose encrusting material from the walls of the casing. This wire brush shall be equal in diameter to the well casing. Figure 2 provides an "as -built" diagram of the constructed well, and shows the approximate depth zones of the blank and perforated casings. Should residual material be left on the walls of the well casing, the Contractor will be required to repeat wire brushing of the well casing, until clean. Should this operation be repeated, then an additional video survey, at the Contractor's expense, shall be performed to confirm that the casing and the perforations have been effectively cleaned by the wire brush. After sufficient brushing, the well will be allowed to sit for a 24- to 48-hour time period. The debris will be allowed to settle to the bottom of the well during this period. Sediment fill shall be removed from the bottom of the casing to the maximum possible extent using a bailer or scow or equivalent retrieval device. Disposal of Bailed Material All bailed material (water and sediment) shall be placed in appropriate containers. The sediment, after separation from the water, shall be placed in steel, 55 -gallon -capacity drums, properly labeled, and eventually removed from the well site for disposal by the Contractor. The Contractor will be responsible for manifesting the bailed material for disposal at an appropriate 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 for Bid Item No. 5. The price shall constitute full compensation for all labor, material, equipment, and incidentals required to wire brush and bail the well for the time period designated on the bid sheet for the well. No partial payment will be allowed unless all work has been completed and accepted by the City or its Representative. TS -12 DOLPHIN DEEP WATER WELL REHABILITATION TECHNICAL SPECIFICATIONS 2.06 "AIR -JETTING" OF WELL JBid Item No. 6) In order to further help remove scale from the inside of the well casing and to disrupt/dislodge biofilm and other types of growth from the perforations and gravel pack surrounding the well, then "Air -Jetting" of the well casing shall be performed. The method is to consist of focusing high-pressure jets of compressed air against the inside of the well casing. These methods are trademarked either as "AirBurstTM11 or'BoreBlastTM." Similar methods of "air -jetting" of the well can be performed, following review and acceptance of the method, if the similar method is deemed feasible by the City's representative (the Geologist). Measurement and Payment The "AirBurstT"" or "BoreBlastTM", or similar method, shall be paid at the unit lump sum price for the well for Bid Item No. 6. The price shall constitute full compensation for all labor, material, equipment, and incidentals required to successfully complete one of these operations in the well. No partial payment will be allowed unless all work has been completed and accepted by the City's Representative. TS -13 DOLPHIN DEEP WATER WELL REHABILITATION TECHNICAL SPECIFICATIONS 2.07 CHEMICAL TREATMENT (Optional) (Bid Item No. 7) Based on the results of the initial video survey, it may be necessary to perform chemical treatment (development) of the well. This is an optional task and will be performed if there is significant biofouling and only as requested by the City The method(s) of emplacement and type of chemical(s) to be used shall be determined by the Contractor prior to chemical treatment. A preliminary chemical treatment plan proposed by the Contractor must be submitted to the City at the time of bidding. The chemical treatment method proposed by the Contractor will be reviewed by the City or its Geologist. This plan should include the following items: a. The chemicals to be used in the treatment process. b. The volumes/amount(s) of each chemical to be used based on the volume of water in the well (the Contractor is to show their calculations in the plan). c. The equipment to be used in applying the chemicals. d. The method of application of the chemicals. e. The amount of residence time of each chemical in the well. f. The method(s) for removing and inhibiting (or neutralizing) each chemical used. The chemicals chosen will need to be swabbed and agitated into each perforated interval of the well, with a 10- to 20 -foot double -swab tool, as defined below under Bid Item No. 8. Measurement and Payment: For the purposes of bidding, the Contractor may assume that complete encrustation of the perforated area of the well with IRB -type deposits has occurred. Thus, the Contractor will calculate, for the purposes of bidding only, the types, quantities, and method of placement of acids and dispersants to remove the encrustation from the well casing. For calculation purposes, refer to the State Well Completion Report in Appendix 3 and Figure 2 (in Appendix 1) for the construction parameters of the well in order to determine the approximate volume of water in storage in the casing. The current static level in the well (identified on the video survey) will also be used by the Contractor to help determine the volume of chemicals needed. The types and final quantities of chemicals used will be contingent upon the results of the initial downwell video survey. Chemical treatment of the well shall be paid on a unit lump sum price, per Bid Item No. 7. The price shall constitute full compensation for all labor, material, equipment, and incidentals required to chemically treat the well as proposed by the bidder. The use of a subcontractor to perform the work is allowed. No partial payment will be allowed unless all work has been completed and accepted by City or its Representative. TS -14 DOLPHIN DEEP WATER WELL REHABILITATION TECHNICAL SPECIFICATIONS 2.08 MECHANICAL DEVELOPMENT) (Bid Item No. 8) Mechanical development shall begin at the uppermost perforated interval and shall include simultaneous swabbing and airlifting of each successive 10- to 20 -foot section of perforations until the discharge becomes reasonably clear as determined by the onsite Geologist. Following such determination, the assembly shall be lowered to the next 10- to 20 -foot interval of perforations and the procedure repeated until all perforated sections have been mechanically developed. It is anticipated that each 10- to 20 -foot perforated zone will require on the order of 1 to 3 hours (depending on the length of tool used) of such simultaneous swabbing and airlifting. Mechanical development will be accomplished using both an open-ended, single swab tool and a double swab tool consisting of a rubber packer assembly near each end separating approximately 10- to 20 -foot long perforated tubing for pumping intake. The downhole end of the perforated tubing on the double -swab mechanical development tool shall be capped. If the well is not plumb and straight, then it may be possible to use smaller diameter tools attached to a nylon -line with a cable tool rig to perform mechanical development. The Contractor shall provide adequate air compressor capacity in both volume (cubic feet per minute - cfm) and pressure (pounds per square inch - psi) to maintain the proper relationships between air pressure/air volume capacity and the diameters and lengths of both drill pipe and air tubing in order to maintain proper airlifting efficiency during mechanical development. As a minimum, a compressor rated at 600 cubic feet per minute (CFM) and 150 pounds per square inch (PSI) is to be used. The pumping rate shall be between 200 to 400 gpm; the eductor airlift pipe shall be six (6) inches in diameter, minimum. All development fluids extracted during airlifting will be treated as defined in Bid Item No. 9. Measurement and Payment: Mechanical development for Bid Item No. 8 shall be paid on a per -hour basis for the well. The price shall constitute full compensation for all labor, material, equipment, and incidentals required to mechanically develop the well for the time period shown on the bid sheet. No partial payment will be allowed unless all work has been completed and accepted by the Geologist. Any additional mechanical development time, as may be needed to further develop the well, shall be approved by the City and shall be paid at same per -hour basis as the originally bid hours for mechanical development. TS -15 DOLPHIN DEEP WATER WELL REHABILITATION TECHNICAL SPECIFICATIONS 2.09 TREATMENT AND DISCHARGE OF DEVELOPMENT FLUIDS (Bid Item No. 9) This task shall include the treatment of the mechanical development water, sampling of the discharge water prior to its release, and monitoring of the discharge in accordance with the City's NPDES permit. A copy of this permit is presented in Appendix 5. Table 5-1 in Appendix 5 provides a complete list of the constituents that the Contractor will need to sample and submit to a State -certified laboratory for analysis. Treatment of the discharge fluids from mechanical development shall initially consist of neutralization of any low pH fluids air -lifted from the well and blending the discharged water with hydrant water. The water generated during development operations must be de -chlorinated prior to discharge. The Contractor will be responsible for the setup of the necessary equipment to treat and monitor the discharge, so that compliance with the NPDES permit is achieved. Such equipment may include but not be limited to above -ground storage tanks (Baker or Rain - for -Rent type). The equipment shall be arranged and the discharge shall be conducted so that the duration of discharges during any of the operations which generate water, will be continuous. Samples of the discharged water are to be collected within the first 30 minutes of discharge. Prior to any discharge occurrence, grab samples of the fluids to be discharged 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 constituent as listed in Table 5-1 and the NPDES permit requirements (see Appendix). For the purposes of bidding, a maximum of ten (10) grab samples will be collected of the discharge by the Contractor during mechanical and pumping development and production testing operations. If the testing detects levels exceed 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 so that they are within the NPDES permit requirements. All solids/sludges generated during the well development process shall be contained onsite. The solids/sludges shall be disposed of at a pre -approved site and proof of proper disposal shall be submitted to City. Laboratory testing of solids generated must be submitted to the 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 for Bid Item No. 9 shall be paid on a lump sum basis. The price shall constitute full compensation for all labor, material, equipment, and incidentals required to treat, transport and sample the discharged water from the well. The use of a subcontractor to perform the treatment services is allowed. No partial payment will be allowed unless all work has been completed and accepted by City and its Representative. TS -16 DOLPHIN DEEP WATER WELL REHABILITATION TECHNICAL SPECIFICATIONS 2.10 POST DEVELOPMENT DOWNWELL VIDEO SURVEYS (Bid Item No. 10) The Contractor shall perform three additional video surveys in the well: one following chemical and mechanical development of the well; one following emplacement of the liner casing in the well; and one following removal of the temporary test pump. For each of those video surveys, the Contractor shall furnish all labor, material and equipment required to provide a color video survey of the well after preparation of the water to produce clear viewing conditions. The Contractor shall also furnish all labor, material and equipment required to produce clear viewing conditions in the well. The Contractor will introduce a polymer type flocculant into the well, followed by water through a garden hose. The Contractor will allow water to flow into the well for a maximum period of 48 hours in advance of each of these video surveys to produce clear viewing conditions. Should a clear video picture of the internal casing conditions not be achieved during any of these three surveys, additional clear water preparations shall be instituted and further video surveys will need to be conducted until a clear video picture record is obtained. This work shall be accomplished at the Contractor's sole expense. As the camera probe surveys the full casing interval in the well, a digital depth record shall be recorded on the video survey log for reference. The video camera for each additional survey shall be capable of providing both vertical and horizontal (side) viewing of the entire casing as it descends into the well. When a successful video survey log has been acquired, two copies in DVD form shall be provided, one of each to the City and to the City's Representative. A report will accompany this video survey log, documenting survey date, static water level, perforation depth intervals and conditions, and total well depth. Should sediment fill be present in the bottom of the casing following chemical/mechanical development, the Contractor shall bail this material to the maximum possible extent using a bailer or scow or equivalent retrieval device. An additional video survey will be performed in the well, following emplacement of the liner casing, as described below in Bid Item No. 11. This video survey will be for the purpose of viewing the installation of the casing liner and its cement seal. Measurement and Payment The downwell color video surveys conducted following chemical development, mechanical development, and installation of the casing liner shall be paid at the unit lump sum price for Bid Item No. 10. The price shall constitute full compensation for all labor, material, equipment, and incidentals required to prepare the water in the well for clear viewing and perform a color video survey, complete per plans and specifications. Total payment of Bid Item No. 10 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 expense, if water conditions are too turbid for complete observation of the well casing and additional clear water preparation will be needed. No partial payment will be allowed unless all work has been completed and accepted by the City or its Representative. There will be no standby payment for rig time or idle time while the video survey is being run. TS -17 DOLPHIN DEEP WATER WELL REHABILITATION TECHNICAL SPECIFICATIONS 2.11 INSTALLATION OF CASING LINER GRAVEL PACK & SEAL (Bid Item No. 11) This bid item provides for the Contractor to furnish and install a "partial' liner casing, gravel pack and cement seal in the well. The installation of the liner casing shall be discussed between the Contractor and the City prior to its placement, to help determine the practical/feasible method to approach the work. Liner Casing The Contractor shall supply 10.75 -inch OD, Type 304L stainless steel blank casing and extra heavy continuous -slot (wire -wrap) well screen, manufactured by the Roscoe Moss Company. This partial liner shall extend between the depths of 297 ft bgs (at the constriction of the original casing reducer) and 730 ft bgs (approximately 10 It from the bottom of the original well, if possible). The wire -wrap well screen shall have a 0.050 -inch slot opening width. The partial liner casing shall consist of 10.75 -inch OD Type 304L stainless steel casing, be installed using a left-hand setting tool as shown in Figure 3 "Left -Handed Threaded Tool Diagram". This figure shows the approximate dimensions of that the tool should conform to. During installation, the liner casing sections shall be butt -welded and welding will be performed with the appropriate electrode for Type 304 Stainless Steel material. The liner casing shall be welded in a manner so as to minimize any doglegs and deviation and be centered in the well (centralizers are to be installed every 100 It starting at the cellar pipe and continuing upward). All field welding of the casing shall be performed using certified welders. There shall be a 20 - foot blank section Type 304L stainless steel at the top of the liner and a 10 -foot blank section of Type 304L stainless steel, cellar pipe between 720 ft and 730 It bgs. Thus, the screened casing shall extend between the depths of 400 ft and 720 ft bgs. Gravel Pack A gravel pack will be installed in the annulus between the 16 -inch diameter casing of the original well and the new 10.75 -inch diameter liner casing in the new well. The Contractor shall use Mid -Cal Materials Inc., Colorado Silica Sand Inc., or equivalent, 8 x 20 blend gravel for the annular gravel pack. This gravel pack will be installed through a tremie pipe from the top of the liner casing to a depth near the top of the left-hand thread tool, as shown in Figure 3. The sand pack, as specified, shall be installed in the annular space between the liner casing and well casing by a small -diameter temporary tremie pipe. A circulating system with one or more positive displacement pumps utilizing fresh water shall be used for the purpose of introducing the sand into the annular space. If the sand pack is placed by pumping through the small -diameter temporary tremie pipe, the bottom of the tremie shall initially extend nearly to the bottom of the well. It will be necessary for the Contractor to ensure that the gravel pack is installed into the annular space, without allowing that material to free -fall into the well casing. The gravel pack shall be installed up to a depth of 310 ft bgs. Throughout the gravel packing process, the Contractor shall continue to measure and record the depth to the top of the gravel pack in the annulus as the pack is being emplaced. TS -18 DOLPHIN DEEP WATER WELL REHABILITATION TECHNICAL SPECIFICATIONS Cement Seal A cement seal shall be installed atop the gravel pack at a depth of 310 ft bgs. The top of the cement seal will be set to a depth of 299 ft, just below the top of the liner casing. Extreme care (e.g., via accurate and frequent monitoring of the cement volume being installed) will need to be exercised by the Contractor to ensure the cement seal does not rise above the top of the liner casing. The material for the cement seal shall consist of a 10.3 -sack cement mix. This cement seal will need to be placed through the tremie pipe into the annulus between the liner casing and the original well casing. Following placement of the cement seal, no work shall be performed in the well for a minimum period of 48 hours. After the allotted time has elapsed for the cement seal to cure, the Contractor shall perform an additional video survey. This video survey will be to check the actual emplacement of the cement seal. Any deficiencies in the placement of the cement seal will be rectified by the Contractor at his/her own expense. Measurement and Payment Installation of the Type 304L stainless steel blank and extra heavy wire wrap well screen, gravel pack and cement seal will shall be paid on a lump sum basis as shown in the bid sheet for Bid Item No. 11. The price shall constitute full compensation for all labor, material, equipment, and incidentals required to install each bid item in the existing well. No partial payment will be allowed unless all work has been completed and accepted by the City or its representative. TS -19 DOLPHIN DEEP WATER WELL REHABILITATION TECHNICAL SPECIFICATIONS 2.12 MOBILIATION AND DEMOBILIZATION OF TEST PUMP (Bid Item No. 12) Following mechanical development of the well, Contractor shall install and later remove a temporary test pump for the well. A temporary 2- to 3 -inch I.D. access tube shall also be installed inside the casing during test pump installation in order to provide access for a flow meter survey tool into the well casing during pumping. The pump shall be a deep well turbine type. The capacity of the pump shall not be less than 4,000 gpm against a total dynamic head of about 200 feet. The pump intake shall be set at approximately 280 ft below ground surface. The prime mover (motor) shall be a variable -speed type in order to perform pumping development and testing operations. The motor shall be driven by a diesel or gasoline engine. This pump motor shall also meet all noise regulation requirements during development and subsequent testing operations. The pump shall be equipped with suitable throttling devices to control the rate of the pumping discharge from the well. The test pump shall not be equipped with a foot valve, which would prevent backspin and interfere with surging operations. The required pumping unit shall be capable of being operated without interruption for a period of 72 hours during subsequent aquifer testing operations Discharge piping shall be provided for the pumping unit, and be of sufficient size and length to conduct water according to the Special Conditions in these Specifications. The Contractor shall provide orifices, meters, or other approved devices that will accurately measure the flow rates, in total amount of water pumped (in gallons) and the instantaneous discharge (in gpm). The discharge line shall be provided with suitable equipment for sand testing, such as the Rossum Centrifugal Sand Sampler. After removing the test pump from the well, the Contractor shall remove any oil from the water surface within the well (e.g., test pump lubricating oil). An acceptable method of removal is to lower, via a cable, an oil absorbent "sock" or similar material designed to absorb spilled oil. Proper disposal of such absorbent "socks", if used, must be provided for by the Contractor. Measurement and Payment Installation and subsequent removal of the test pump for Bid Item No. 12 shall be paid at the unit lump sum price. The price shall constitute full compensation for all labor, material, equipment, and incidentals required to install, maintain, and remove a deep well test pump, complete in place per plans and specifications. No partial payment will be allowed unless all work has been completed and accepted by the City or its Representative. TS -20 DOLPHIN DEEP WATER WELL REHABILITATION TECHNICAL SPECIFICATIONS 2.13 PUMPING DEVELOPMENT (Bid Item No. 13) Perform pumping development of the well. Pumping development shall consist of intermittent pumping and surging of the well, beginning at an initial rate of 500 gpm and continuing to successively higher rates. Surging shall allow water to flow back through the bowls with free backspin and through the screen openings. The procedure shall be repeated at increments up until a final rate as recommended by the City's Representative. Development records shall be maintained on at least a half-hour basis showing production rate, pumping level, drawdown, sand production, and all other pertinent information concerning well development. Development at each rate shall continue until the following conditions have been met: a) The specific capacity (gallons per minute per foot of drawdown) shall have reached a relatively constant value over a period of at least 4 continuous hours, or as recommended by the City's Representative. b) Sand content (if present) is no greater than 3 ppm as measured 15 minutes after surging, or as recommended by the City's Representative while pumping at the specified rate. Measurement and Payment Pumping development shall be paid at the unit price per hour for Bid Item No. 13. The price shall constitute full compensation for all labor, material, equipment, and incidentals required to develop the well by pumping for the period specified on the bid sheet. No partial payment will be allowed unless all work has been completed and accepted by the City's Representative. Any additional pumping development time, as needed to completely develop the well, shall be approved by the City and its Representative, and shall be paid at the same per -hour basis as the originally bid hours for pumping development. TS -21 DOLPHIN DEEP WATER WELL REHABILITATION TECHNICAL SPECIFICATIONS 2.14 PUMPING TESTS (Bid Item Nos. 14A and 14B) This item shall consist of performing pumping tests of the rehabilitated well to determine the optimum rate of pumping and shall include a step drawdown test and a constant rate pumping test. There shall be a period of at least 24 hours of non -pumping conditions following pumping development work prior to the start of the step drawdown test. The Contractor shall provide qualified personnel on a 24-hour basis during the step drawdown and constant rate pumping test to assure proper operation of the pumping test equipment, and to assist in water level monitoring if requested by the City's Representative. Discharge Water Discharge water shall be conveyed from the pump to the point of discharge at the well site. It is imperative to ensure that no damage by flooding or erosion is caused to the chosen drainage structure or water disposal site, or to nearby lands and/or streets. The Contractor shall provide all piping and discharge lines. The point of discharge location is discussed in Section SC1-07, of the 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 water shall meet all NPDES requirements, as outlined in Section 2.09, Bid Item No. 9 of these Technical Specifications. Records The Contractor shall keep accurate records of the pumping tests of the well and furnish copies of all records to the City's Representative upon completion of the tests. The records shall also be available to the City's Representative for inspection at any time during the tests. The records shall include physical data describing the construction features such as, but not limited to: liner depth and diameter, complete screen description, lengths and depth settings for all blank and screen portions of the partial liner and for the new gravel pack and cement seal, 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 the well site including engines, drive components, bowls, lines, and shafts. The Contractor will keep records of operation of equipment during the test including engine rpm and horsepower, fuel use, and other essential information that will be useful in designing a pump system. Aborted Tests Whenever continuous pumping at a uniform rate has been specified, failure of pumping operations for a period greater than one percent of the elapsed pumping time shall require suspension of the test until the water level in the pumped well has recovered to its original level. Recovery shall be considered "complete" after the well has been allowed to rest for a period at least equal to the elapsed pumping time of the aborted test, except that if any three successive water level measurements spaced at least 20 minutes apart show no further rise in the water level in the pumped well, the test may be resumed immediately. The City's Representative shall be the sole judge as to whether this latter condition exists. The Contractor will not be paid for any re -testing done if the specified time or recovery requirements of the City's Representative for the aborted test are not first met. These tests are invalid and will not be construed as a test. TS -22 DOLPHIN DEEP WATER WELL REHABILITATION TECHNICAL SPECIFICATIONS Bid Item 14A. Step Drawdown Test Prior to starting the step drawdown test in the well, the static water level shall be measured. The well shall be "step" tested at rates determined by the City's Representative. The step drawdown test for the well is estimated to require approximately 12 pumping hours with each step being 3 to 4 hours in duration. The Contractor shall operate the pump and change the discharge as directed by the City's Representative. Both a gate valve and an engine throttle shall control the discharge of the pump. The discharge shall be controlled and maintained at approximately the desired discharge for each step with an accuracy of plus or minus 5 percent. Pump discharge shall be measured with an instantaneous flow meter dial and a totalizer meter and stopwatch, as approved by the City's Representative. Both an airline and electric sounder shall be furnished by the Contractor for water level measurements. During the step drawdown test, the Contractor shall record sand content measurements at 30 -minute intervals. Bid Item 14B Constant Rate Pumping Test After a 24-hour recovery period following the end of the step drawdown test, a constant rate pumping test shall be performed as directed by the City's Representative. This test shall be run for a period of 24 hours, or until the pumping level remains constant for at least 4 hours, or until the City's Representative terminates the test. A recovery period of 24 hours shall follow the termination of the constant rate pumping test, at which time the City's Representative will collect residual drawdown (recovery) data. During the constant rate pumping test, the Contractor shall also conduct the final sand content testing. The sand content shall be determined by averaging the results of samples collected at the following times during the final pumping test: 1) 5 minutes after start of the test; 2) after 1/4 of the total planned test time has elapsed; 3) after 1/2 of the time has elapsed; 4) after 3/4 of the time has elapsed; 5) near the end of the pumping test. Measurement and Payment Step drawdown testing shall be paid at the unit price per hour for Bid Item No. 14A. The price shall constitute full compensation for all labor, material, equipment, and incidentals required to test the well at three to four drawdown "steps' at three hours each for a maximum of 12 continuous hours. Additional or fewer pumping hours as recommended by the City's Representative will be paid for at the hourly rate shown for Bid Item No. 14A. Constant rate pumping test shall be paid at the unit price per hour for Bid Item No. 148. The price shall constitute full compensation for all labor, material, equipment, and incidentals required to test the well for a maximum test period of 24 hours. Additional or fewer pumping hours as recommended by the City's Representative will be paid for at the hourly rate shown for TS -23 DOLPHIN DEEP WATER WELL REHABILITATION TECHNICAL SPECIFICATIONS Bid Item No. 14B. The City will pay for this laboratory testing of the water sample collected at the end of the constant rate pumping test. TS -24 DOLPHIN DEEP WATER WELL REHABILITATION TECHNICAL SPECIFICATIONS 2.15 RE -INSTALLATION OF PERMANENT PUMP AND MOTOR (Bid Item No. 15) This task shall include the transportation of the rebuilt pump and motor (see Section 2.03, Bid Item Nos. 3A & 3B) and reinstallation of all pumping apparatus for the well, including but not limited to: the motor, discharge head, oil tubing, cable, shafting, column, bowl assembly, and strainer. The Contractor shall connect all electrical wiring and appurtenances, as directed by the City. Prior to re -connection of the electrical wiring with the pump, the Contractor shall contact the City and have a City electrician present to assist as necessary. Following re -installation and re -connection of the electrical wiring of the pump, the system shall be tested by the Contractor. This testing is to consist of operating the pump at its operational pumping rate (to be determined by the City) for a period of one week (7 days), without the pump shutting down. Should the pump fail to start, fail to operate at its operational rate, or shut -down unexpectedly during the 7 -day pumping period, then the Contractor shall rectify the problem(s) at its own expense. Measurement and Payment Payment for re -installation, re -connection of the electrical wiring/system, and testing of the permanent pump will be made after completion of the rehabilitation work. Payment of Bid Item No. 15 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. TS -25 DOLPHIN DEEP WATER WELL REHABILITATION TECHNICAL SPECIFICATIONS 2.16 WELL DISINFECTION AND SITE CLEANUP (Bid Item No. 16) Well Disinfection Following demobilization of the test pump and re -installation of the original permanent pump, the 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. A 12% solution of liquid sodium hypochlorite is to be used as the disinfecting agent. The disinfectant shall be recently purchased. Chlorine compounds in dry form shall not be stored for more than one year. During storage, disinfectants shall not be exposed to the atmosphere or to direct sunlight. The quantity of chlorine compounds used for disinfection shall be sufficient to produce a minimum of 100 parts per million available chlorine in solution when mixed with the total volume of water in the well. A dosage of 1 gallon per 1,000 gallons of water filled casing and perforations is considered an acceptable method for estimating the amount of disinfectant needed. Disinfection of the well shall be performed in accordance with the following procedure o The disinfecting agent shall be uniformly applied throughout the entire water column in the well using the test pump for surging without discharge. The dispersion of the disinfectant shall be assisted by pouring into the well a volume of water equal to the volume of water contained in the well, after the disinfectant has been placed downwell. This will allow the disinfectant to flow out of the well and into the area adjacent to the louvered sections of casing. The disinfection and surging shall be performed for a minimum of 2 hours. 0 All accessible portions of the well above the water level shall be maintained in a damp condition with water containing the required concentration of disinfecting agent for a period of not less than 20 minutes. The disinfecting agent shall be left in the well for a period of at least 12 hours. After a 12 -hour, or longer, contact period, the well is to be pumped to clear the disinfecting agent. The Contractor shall provide a chemical, such as sodium thiosulfate (Na2S2O3) or sodium metabisulfite (Na2S2O5), or similar agent, to neutralize the chlorine before disposal. The Contractor shall direct the discharge through a metal canister, or similar device and/or method, in order to hold the disinfecting agent and dechlorinate the water discharged from the well. o After the chlorine is pumped from the well, the Contractor shall provide access for City personnel to collect water samples from the well for bacteriologic analysis of Coliform bacteria. o Following collection of the water sample, the Contractor will be required to standby for a minimum 48-hour time period. The Contractor shall not charge any standby time for this 48-hour time period. o Well disinfection will be determined to be satisfactory when the heterotrophic plate count is less than 500 (HPC <500) and negative for total Coliform bacteria. Test results other than HPC <500 and negative total Coliform bacteria will require additional well disinfection and standby time at the Contractor's expense. TS -26 DOLPHIN DEEP WATER WELL REHABILITATION TECHNICAL SPECIFICATIONS o Following receipt of acceptable Coliform bacteria test results from the laboratory, the Contractor shall remove the test pump and demobilize all pumping equipment, meters, and discharge piping. The well shall then be sounded and any accumulations of more than 10 ft of sediment fill shall be bailed. Site Clean u At completion of the work, the Contractor shall remove all waste materials, rubbish, and debris from and about the well site as well as all tools, construction equipment, fuel tanks, machinery, temporary structures, and surplus materials, and clean up the site to its original pre - rehabilitation conditions. The Contractor shall also restore all temporary work areas to their original condition. Measurement and Payment Well disinfection and site cleanup shall be paid at the unit lump sum price for Bid Item No. 16. The price shall constitute full compensation for all labor, material, equipment, and incidentals required to complete the work, as specified. TS -27 Ground Level 0' (Depth in Feet) 50' r.:. 83'-84' rr r r399`��YI 449' 469' 529' 549' 604' 649' 739' 760' I.D. Air Vent Tube 42" O.D. (min.) Conductor Borehole 36" O.D. Conductor Casing Cement Grout for Conductor Approximate Static Water Level 3' I.D. Gravel Feed Tube Cement Grout Seal 20" O.D. Carbon Steel Blank Casing, 318" Wall 4' I.D. Camera Port Sounding Tube 20" x 16' Cone Reducer - Carbon Steel - 318" Wail 34' Dia. Reamed Borehole Bottom of Cement SeaVrop of Gravel Pads 16" O.D. Carbon Steel 0.050' Slot, Roscoe Moss, Ful -Flo Louvered Casing 5116" Wall 16" O.D. Carbon Steel Blank Casing -5116' Wall 26' Dia. Reamed Borehole Colorado Silica Sand Gravel Pack - 8 x 16 Gradation Natural Gravel Fill 16" O.D. Carbon Steel Cellar Pipe with End Cap, 5/16" Wall FIGURE 2 "AS -BUILT" WELL CONSTRUCTION DIAGRAM DOLPHIN AVENUE DEEP WELL _ \ \ / ^9 § \\ \\ o \/ 2® \\ // 2\ y z\ }d9 rr /§ : :E v » = 22 X §] \ e §y / F- 0 z o� LLJ ® 2\\ \z\\ \\>\\® n�q\\\\ § -j U / wow %wz , oi§ � \ IL -- \ Ik \ \ IT >1b APPENDIX 2 PRIOR VIDEO SURVEYS of MAY 2011 and MARCH & SEPTEMBER 2013 a full service geophysical well logging company Video Survey Report -- - — -- - -------- DOLPHIN STREET DEEP WELL Run No. Four _ FOUNTAIN VALLEY Sob Ticket: 15964 CALIFORNIA _ -------- _ Total Depth: 739' Water Level: 145 ft 9649 DOLPHIN STREET Oil on Water: I for Dead Seace 0" 4456 via A ambrose 800.919.7555 Claremont ca 91711 fax" 909.399.3180 909.625.6262 www.paciric urveys.com a full service geophysical well logging company Video Survey Report Company: City of Newport Beach Date: 20 -Mar -13 Well: Dolphin Street Deep Well Run No. One Truck PS -3 Field: Fountain Valley Job Ticket: 17178 State: _ California _ Total Depth: 729 ft 300.0 ft _ Casing reduction. Water Level: _ 55 ft SWL Location: 9469 Dolphin Street Oil on Water: No Amount: N/A __ GMN 33o 42.520' W 117o 57.625' Operator: 7kFurriacher Zero Datum: Top of CSG Tool Zero: Side-Scan Dead Space 0" Reason for Survey: Sand Production: Dynamic Video Guides Set @ 8 in oe tb observations 0.0 ft Begin survey from top of camera tube casing. Pump was not running at this time (8:58). Pe oration: A5 -Bu t 54.7 ft SWL: water in camera tube contains suspended material__ Ful-Ao lowers 399.00 ftto 449,00ft 285.5 ft Top of camera port. Extends to 291.4'. Camera enters well. Good visibility. - 469.00 ft to 52900ft 300.0 ft _ Casing reduction. 549,00 ft to 604.00ft 399.0 ft Advanced camera to just above the top of the —perforations and watched as the pump was 649.00 ftto 729.00ft - __ started (9:30). Moderate amount of sand ascending from lower perforations. After approx. _ _ 10 minutes, less sand appeared to be ascending as visibility improved. At 9:45 the camera _ continued down -well. Pumping rate 50-3000 gpm. 29 486.0 ft Continue to observe minor amount of sand ascending from lower perforations. 576.6 ft Observed a short burst of increased sand production from lower perforations. _ 586.9 it Begin to observe several possible small- to medium-sized holes in casing. Did not observe — sand production from these areas. - - Casing Size' AS -Built ,. 590.7 ft Larger hole observed. Did not observe sand production. 20 in , 'i 0A0 ft to 299.00ft 595.0 it Between 595' and 597', jetting was observed which caused the camera to move away from 16 in 299.00 ft to 739,001ft the wall of casing. Did not observe sand production. 600.9 ft 602,0 ft Another hole exhibiting jetting. Did not observe sand production. ______ Velocity of water appears to droll off. -------- 652.2 ft Minor sand visible on lips of louvers. 690.0 ft lVelocity of water appears to drop off again. CSG Material Mild Steel 728.4 ft Fill; sand settled on bottom of casing. End survey. Screen Materiall Mild Steel 4456 via st. ambrose 800.919,7555 Claremont ca 91711 fax. • 909.399.3180 909.625,6261 ww Patio sU veyscom a full service geophysical well logging company Video Survey Report Company: City of Newport Beach Date: 11 -Sep -13 Well: Dolphin Deep Well Run No. One Truck PS -5 Field: Fountain Valley Job Ticket: 17657 State: California Total Depth: 725 ft Water Level: 67 ft SWL Location: 9649 Dolphin Street Oil on Water: No Amount: 0 ft GPS: N33o 42.520' W117o 57,625' _ Operator: Abreau Zero Datum: Top of CSG Tool Zero: Side -Scan Dead Space 1.75 ft Reason for Survey: General Inspection Guides Set @ slick 4456 via st ambrose 800.919.7555 ciaremont ca 91711 fax. -.909.399.3180 909,625,6262 w .pacffisurveys com APPENDIX t, STATE 11 11 I STATE OF, CALIFORNIA WELL COMPLETION REPORT Fol ORI INAL Fil wi DWR Pa of J__ O D e er.' Well No. rk Began w�I�� ,/!C ty�1!Jy i. . •� Permit Agency .� r Permit No. _ 11 11 I STATE OF, CALIFORNIA WELL COMPLETION REPORT Fol owR lea Rev 7 W IF ADDITIONAL SPACE IS NEEDED, USE NEXT CONSECUTIVELY NUMREAF�FORM w�I�� ,/!C ty�1!Jy i. . •� ��//�L��i�•1��.��/fir/ ■f/�%Zit%�I/i./�//.iCounty• .� r Township Range oo Section rotil/ .. Longitude DEG. MN. SEC. Mit. sec. 0 r .>„� e�rrLOCATIONNORTH NEW WEU 01h. ... ilh FK -1 �11�ffio"WAWITTMEAAITIM v.I 40'Wy 4* Or r .10PLEASE SOUTH RM! BE ACCURATE & is*�� N7;.1 �COMPLEM �Y DRILLING >60% . • WARM, METHOD FLUID tk / 1 II • : + �7 < TOTAL DEPTH OF BORING TOTALDEPTH OF 1 r DEPTH :.- I Em ®ML My-ArAz®rD%���u //I/r i/�/ro rim• //` �qli /( /�/�!q o ,.;;; M, � IN owR lea Rev 7 W IF ADDITIONAL SPACE IS NEEDED, USE NEXT CONSECUTIVELY NUMREAF�FORM APPENDIX 4 PUMP SPECIFICATIONS Py ___ oath VERTICAL TURBINE PUMP TYPE "F" 1 N DISCHARGE —t_ V 150#—R.F.ANSi. FLG. tis DIA. HOLES �I DIA.'BOLT CIRCLE �37h" DIA. FLANGE ^DIA. +BOLT HOLES STRADDLE VERTICAL � �en�P+ zv ail OTO R S Le M . MAKE ENCLOSURE W IP' 4 TYPE Al -45 NRR HP HCH RPM Aco PHASE 3 HERTZ (00 VOLTAGE E1�0 FRAME NO. Soot P TYPE COUPLING lW&cn-oLE-0 ldyiolk ��,oVin%.. 4SOu—OzWT9L� /lAR`CNCP potw�mL2���N- oouc.uh£ T�f', PUMP 4 F" ; STL. D(SCH HD. I LINE', SHAFT 11" COL SHAFT TUBE PROD.LUBE` ( OIL LUBE_ TYPE STAGE 'GPM 415�1 TDH IMPELLER STRAINERMrsS i L, A,'E v. v 17n Wus MATERIAL COL PIPE (' 550 ct>^m LINE SHAFT I7 SHAFT TUBE — BOWL SHAFT _` -<<4 S.S, SHAFT PACKING BRG. RETAINER GRAVITY SITY_ — RATURF� I SNOT TO BE USED FOR CONSTRUCTION PUMP BOWL �� Girrss 30 IMPELLERSy BEARINGS (eoxt t BEARINGS(UNES-AF-r) PLT_PbkMJC STRAINER 13Rff,0s BOWL W/R P�,S$ i 4$1� /i2 IMPELLER W1V Do' Pig 4svp U-) cq 1W,Cot omo I, Y, 170 LINE SHAFT COUPLING 150 TOP COLUMN PIPE I 172 INTERMEDIATE' j! LINE SHAFT i ! 174 LINE SHAFT SLEEVE �¢ 180 BEARING RETAINER I i 153 COLUMN PIPE COUPLING 183 LINE SHAFT BEARING (W.L.) 151 INTERMEDIATE COLUMN PIPE Assy.,WATER LUBE COLUMN W/THREADLESS BRG. RET. I !o 61(4, S . S . ' WA7YMAL r% ytG &s. ScAll I 4W, SS, shit _I NONE DRAVQ40 NO, eEYLIK DRILLING, INC. NO REVISION NOTE eY CttN OAiE ., .:: ] 59t South Walnut Slreet - a APPENDIX 5 NPDES DISCHARGE CONSTITUENTS AND PERMIT TABLE 5-1 LIST OF ANTICIPATED NPDES PERMIT CONSTITUENTS TO BE SAMPLED FOR DISCHARGE OF DEVELOPMENT AND TESTING WATER CITY OF NEWPORT BEACH DOLPHIN ST. DEEP WATER WELL Constituent units(i) Minimum Frequency of Analysis Ph sical (Field) Constituents Total waste flow gal/day Daily Temperature °C Once daily during first 30 minutes of each discharge pH Units Dissolved Oxygen (DO) mg/L Electrical Conductance pmho/cm General Constituents Oil and Grease m L Once daily during first 30 minutes of each discharge. Sulfate Sulfide Total Dissolved Solids (TDS) Total Hardness Total Inorganic Nitrogen Total Nitrogen Total Organic Carbon Total Suspended Solids (TSS) Sulfate Chloride mg/L Annually Total Alkalinity Metals Total Arsenic pg/L Once daily during first 30 minutes of each discharge Total Recoverable Cadmium Total Recoverable and Dissolved Copper Total Recoverable and Dissolved Lead Total Recoverable Nickel Total Recoverable Selenium Total Recoverable and Dissolved Zinc Notes: (1) Units areas follows: mg/L = milligrams per Liter pg/L = micrograms per Liter 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 88-2003- 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. I of Order No. R8-2003- 0061. 4. In accordance with Water Code Section 13389, the amendment of Order No. 88-2003- 0061, NPDES No. CAG998001 is exempt from those provisions of the California Environmental Quality Act contained in Chapter 3 (commencing with Section 21100), Division 13 of the Public Resources Code. 5. The Board has notified the dischargers and other interested agencies and persons of its intent to amend Order No. R8-2003-0061 and has provided them with an opportunity to submit their written views and recommendations. 6. The Regional Board, in a public meeting, heard and considered all comments pertaining to the amendment. IT IS HEREBY ORDERED that Order No. R8-2003-0061 shall be amended as follows: Order No.R8-2006-0004 Page 2 of Amending Order R8-2003-0061, NPDES No. CAG998001 General De Minimus Waste Discharge Requirements Order No. R8-2003-0061, Page 3 of 14, revise Finding 9 as follows: 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; in. 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. Order No.R8-2006-0004 Page 3 of 5 Amending Order R8-2003-0061, NPDES No. CAG998001 General De Minimus Waste Discharge Requirements 4. Order No. R8-2003-0061, Page 6 of 14, revise Discharge Specifications A.1. to include A.1.a. and A. Lb as follows: 1. The discharge of wastewater shall not contain constituent concentrations in excess of the following limits: a. For types of discharges a through n as listed in Finding No. 9 of the Order: EFFLUENT LIMITATIONS APPLICABLE TO ALL RECEIVING WATERS Constituent Maximum Concentration Oil and Grease 15 mg/l Sulfides 0.4 mg/l Total Residual Chlorine 0.1 mg/l Total Suspended Solids4 75 mg/1 Total Petroleum Hydrocarbons 100 pg/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. 5. Order No. R8-2003-0061, Page 13 of 14, revise Application Requirements I.2. as follows: 2. FOR A NEW DISCHARGERS: At least 60 days before the intended start of a new discharge or individual permit expiration; the discharger shall submit an application for coverage under this Order. The authorization letter from the Executive Officer is required prior to commencement of the discharge for those types of wastes covered by this permit as described in Finding No. 9. The application shall consist of the following information: 6. Monitoring & Reporting Program No. R8-2003-0061, Page 3 of 5, revise Effluent Monitoring 13.2. to include 13.2.a. and 13.2.b. as follows: 3 Compliance shall be determined at a point before wastewater mixes with any receiving water. 4 Not applicable ifall wastewater will percolate prior to reaching any receiving water. 5 New discharger is an entity/individual who is not currently authorized to discharge waste under this general permit and who is proposing de minimus discharge to be covered under this general permit. Order No.R8-2006-0004 Amending Order R8-2003-0061, NPDES No. CAG998001 General De Minimus Waste Discharge Requirements 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 Sampling 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 " Total Residual Chlorine 'Z Grab mg(I " Total Suspended Solids " Total Dissolved Solids " Total Inorganic Nitrogen " " " Total Petroleum Hydrocarbons Grab mg/1 During the first 30 minutes of 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' 2 Grab mg(I each discharge and as directed by the Executive Officer, thereafter Total Suspended SolidsZ " " It During the first 30 minutes of Aluminum (See note 1 below) Grab µg/1 each discharge and as directed (ppb) by the Executive Officer, thereafter Iron (See note 1 below) " Manganese (See note 1 below) " Unless it is known that chlorine is not in the discharge. Not applicable if all wastewater will percolate prior to reaching receiving waters. Order No.R8-2006-0004 Page 5 of Amending Order R8-2003-0061, NPDES No. CAG998001 General De Minimus Waste Discharge Requirements Note 1: For analysis of these constituents, the Discharger shall use the following reporting detection levels: Aluminum (50 ug/L); Iron (100 ug/L); and Manganese (20 ug/L). 7. Monitoring & Reporting Program No. R8-2003-0061, Page 4 of 5, revise Reporting C.2.1. as follows: 1) Specific type of the proposed wastewater discharge (see listing on Finding 9 of the Order); 8. All other conditions and requirements of Order No. R8-2003-0061 shall remain unchanged. I, Gerard J. Thibeault, Executive Officer, do hereby certify that the foregoing is a full, true, and correct copy of an order adopted by the California Regional Water Quality Control Board, Santa Ana Region, on January 18, 2006. erard J. T'hibeaalt Executive Officer 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. Amending Order No. R8-2006-0004 Amending Order R8-2003-0061, NPDES No. CAG99800 De Minimus permit Staff Report Page 2 of 8 The most common treatment required for de minimus discharges is settling and/or dechlorination. Settling is used for those discharges with high settleable solids concentrations. Discharges with residual chlorine, such as wastewater from hydro -testing of pipes and storage tanks, swimming pool drainage, and development and purging of wells, must be dechlorinated, unless the concentration is depleted by natural processes prior to mixing with the receiving water. If dechlorination is not accomplished naturally, the most common method of dechlorination is with the use of chemicals. Water Treatment Plants are facilities that treat groundwater or surface water or a blend of the two to produce potable water. The treatment processes include coagulation, sedimentation and filtration to remove suspended solids (SS), iron and other pollutants from the intake water. Aluminum sulfate is the chemical agent most commonly used for coagulation/flocculation of suspended solids in the treatment processes. Wastewater discharges come mainly from backwashing of filters and dewatering of sludge. Filter backwash wastewater or spent filter backwash water contains many of the particles that were trapped in the filter during operation, including coagulants, metals, and microbes such as Cryptosporidium. Several studies have documented a range of Cryptosporidium oocyst concentrations in spent filter backwash from non -detect to over 15,000 oocysts/100 L, (EE&T, 1999). If filter backwash wastewater is discharged to surface water, Cryptosporidium may also be discharged with the filter backwash wastewater. However, because many animals 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 Amending Order No. R8-2006-0004 Amending Order R8-2003-0061, NPDES No. CAG99800 De Minimus permit Staff Report Page 3 of 8 suspended limit of 30 milligram per liter (mg/L) based on secondary treatment standards and based on best professional judgment. Secondary treatment standards require discharges from publicly owned treatment works to meet an average monthly total suspended limit of 30 mg/L. Thus, it is appropriate to require that intermittent discharges, such as filter backwash wastewater, meet a maximum daily limit of 30 mg/L. Specifically for filter backwash wastewater discharges, the proposed amended Order also requires monitoring for iron, manganese and aluminum for those water treatment facilities that have the potential for discharging such constituents. It is appropriate to amend Order 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. R8-2003-0061. The following changes to the Order are 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 are proposed 1. Order No. R8-2003-0061, Page 3 of 14, revise Finding 9 as follows: a This general permit regulates de minimus discharges (as listed i : Fi miff—:a–r above below) to surface waters. An entity(ies)/individual(s) proposing de minimus discharges is hereinafter referred to as "discharger" and upon authorization, is subject to the terms and conditions of this Order. Amending Order No. R8-2006-0004 Amending Order R8-2003-0061, NPDES No. CAG99800 De Minimus permit Staff Report Page 4 of 8 2. Order No. R8-2003-0061, Page 5 of 14, revise Finding 19 as follows: 19. The de minimus discharges described in Finding No. 47 9, above are not expected to cause toxicity, therefore no toxicity limits are specified in this general permit. 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. 4- 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: 4. Order No. R8-2003-0061, Page 6 of 14, revise Discharge SpecificationsA.l. to include A. La. and A. Lb., as follows: The discharge of wastewater shall not contain constituent concentrations in excess of the following limits: EFFLUENT LIMITATIONS APPLICABLE TO ALL RECEIVING WATERS Constituent Maximum Concentration Oil and Grease 15 mg/l Sulfides 0.4 mg/1 Total Residual Chlorine 0.1 mg/l Total Suspended Solids° 75 mg/l Total Petroleum Hydrocarbons 100 µg/1(ppb) Amending Order No. R8-2006-0004 Amending Order R8-2003-0061, NPDES No. CAG99800 De Minimus permit Staff Report E Page 5 of 8 Order No. R8-2003-0061, Page 13 of 14, revise Application Requirements I.2, as follows: 2. FOR A NEW DISCHARGERS: At least 60 days before the intended start of a new discharge or individual permit expiration; the discharger shall submit an application for coverage under this Order. The authorization letter from the Executive Officer is required prior to commencement of the discharge for those types of wastes covered by this permit as described in Finding No. 4-9. 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: 2. The following shall constitute the effluent monitoring program: gugUatnuhilers Constituent Type of Units Minimum Frequency of Sample SamplinE and Analysis Flow --------- gpd Daily During the first 30 minutes of each discharge and as directed Oil and Grease Grab mg(I by the Executive Officer, thereafter Sulfides Total Residual Chlorine 1,2 SolidS2Solids "itrogenHydrocarbons R Grab mgll Amending Order No. R8-2006-0004 Amending Order R8-2003-0067, NPDESNo. CA G99800 De Minimus permit Staff Report Page 6 of 8 r!r Constt6en TWIG"Q �J: its M ,,X #t-'ufif eq SR2ti Baht l05 ,19% Flow =4444 gfl_d DO �t�i: tical I+esitluitl l lilorinor Grab ec��tg cud ectes 6�,#Ite3;eeut9 f�er, th�e`re'afte TotalSusperudeti;Solids „' fit +,r M iiiiuutuu a 09f ](Wow) r ,r l2,'t)JI { ,119te 17e�01'V) ii: 0 9'r r: 14�angari+es���een�tc7 belo�) " ,' ,r 7. Monitoring & Reporting Program No. R8-2003-0061, Page 4 of 5, revise Reporting C.2.1) as follows: 1) Specific type of the proposed wastewater discharge (see listing on Finding -1 of the Order); III. WRITTEN COMMENTS: Interested persons are invited to submit written comments on the proposed discharge limits and the Fact Sheet. Comments should be submitted by January 2, 2006, either in person or by mail to: J. Shami California Regional Water Quality Control Board Santa Ana Region 3737 Main Street, Suite 500 Riverside, CA 92501-3348 Amending Order No. R8-2006-0004 Page 7 of 8 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: TIME: PLACE: RECOMMENDATION: January 18, 2006 9:00 a.m. City Council Chambers of Loma Linda 25541 Barton Road Loma Linda Adopt Order No. R8-2006-0004, amending Order No, R8-2003-0061, NPDES No. CAG998001, as presented. Comments were solicited from the following agencies: U.S. Environmental Protection Agency, Permits Issuance Section (WTR-5) - Doug Eberhardt U.S. Army District, Los Angeles, Corps of Engineers - Regulatory Branch U.S. Fish and Wildlife Service - Carlsbad State Water Resources Control Board, Office of the Chief Counsel — Jorge Leon State Water Resources Control Board, Division of Water Quality - James Maughan State Department of Water Resources - Glendale State Department of Fish and Game — Los Alamitos State Department of Health Services, Santa Ana - Cor Shaeffer State Department of Health Services, San Bernardino - Sean McCarthy State Department of Health Services, San Diego - Steven Williams Orange County Public Facilities and Resources Department - Chris Crompton Orange County Health Care Agency - Seth Daugherty Amending Order No. R8-2006-0004 Amending Order R8-2003-0061, NPDES No. CAG99800 De Minimus permit Staff Report Page 8 of 8 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) CITY OF NEWPORT BEACH City Council Staff Report March 11, 2014 Agenda Item No. 15. TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: David A. Webb, Public Works Director- (949) 644-3330, dawebb@newportbeach.gov PREPARED BY: Andy Tran, Senior Civil Engineer PHONE: 949-644-3315 TITLE: Dolphin Deep Water Well Rehabilitation — Award of Contract No. 5633 A (CAP14-0037) ABSTRACT: Staff has received favorable bids for the Dolphin Deep Water Well Rehabilitation Project and is requesting City Council's approval to award the construction contract to General Pump Company of San Dimas, CA. RECOMMENDATION: a) Approve the project plans and specifications; b) Approve Budget Amendment No 14BA-036 appropriating $513,920.00 from the unappropriated Water Fund to Account No. 7524 - C6002015; c) Award Contract No. 5633(A) to General Pump Company for the total bid amount of $436,370.00, and authorize the Mayor and the City Clerk to execute the contract; d) Establish a contingency of $45,000.00 (approximately 10%) to cover the cost of unforeseen work; and e) Establish $32,550.00 for construction support and monitoring services. FUNDING REQUIREMENTS: Upon approval of the budget amendment, sufficient funds will be available for the award of this contract. The following fund will be expensed: 255 Account Description Account Number Amount Water Enterprise 7524- C6002015 $ 513,920.00 Total: $ 513,920.00 Staff recommends establishing $45,000.00 (approximately 10%) for unforeseen conditions associated with construction. In addition, staff also recommends establishing $32,550.00 for construction support and monitoring services by Richard C. Slade & Associates (RSA). RSA prepared the technical specifications for this contract and has successfully completed similar services for all City water wells. Proposed uses are as follows: Vendor General Pump Company General Pump Company Richard C. Slade & Associates DISCUSSION: Purpose Construction Contract Construction Contingency Construction Support Total: Amount $ 436,370.00 $ 45,000.00 $ 32,550.00 $ 513,920.00 At 11:00 a.m. on February 18, 2014, the City Clerk opened and read the following bids for this project: BIDDER TOTAL BID AMOUNT Low General Pump Company $ 436,370.00 2 South West Pump & Drilling, Inc. $ 649,912.00 3 Best Drilling and Pump, Inc. $ 712,600.00 The total low bid amount is 25 percent below the Engineer's Estimate of $583,000.00. This low bid amount may be attributed to the contractor's familiarity with the City's well site as they have performed work on this well in past years. The low bidder, General Pump Company, possesses the California State Contractor's License Classification "C-57" as required by the project specifications. A check of the contractor's references indicates they have satisfactorily completed similar projects for other municipalities. This contract involves rehabilitating the Dolphin Deep Water Well at 9469 Dolphin Street, Fountain Valley. Work needed to complete the contract includes: Pump and Motor Repair Wire Brush and Bailing Air -jetting Mechanical Development Chemical Development Video Surveys Test Development Pumping Installing a Well Casing Liner The City's groundwater is pumped from four existing wells in Fountain Valley, each owned and operated by the City of Newport Beach. To prevent potential failure of these wells, they need to be monitored and rehabilitated regularly. Wire brushing and air bursting of a well 256 casing is needed to remove the build-up of minerals and sediments. Pumps and motors need to be reconditioned periodically to maximize efficiency. Upon review of recent video surveys, staff noticed small holes in the Dolphin deep water well casing. In order to prevent further damages to the original well casing, a casing liner will be installed as part of this contract. Depending on the outcome of additional video surveys, steel patches may be installed to prevent sand from entering the well. Pursuant to the Contract Specifications, the Contractor will have 50 consecutive working days to complete the project. This item was placed on Current Business instead of the Consent Calendar because of the dollar amount of the appropriation. There is no known controversy associated with this item. ENVIRONMENTAL REVIEW: This project is exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15302 Class 2 (c) of the CEQA Guidelines, California Code of Regulations because it does not have the potential to have significant environmental effects as the project is the repair of existing facilities involving negligible or no expansion of existing capacity. NOTICING: The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the item). The Notice Inviting Bids was advertised in the City's official publication. ATTACHMENTS: Name ❑ Location Mao.odf ❑ 14BA-036.odf Description: Location Map Budget Amendment 257 �LIM I II Lap:I 5cir= EIOw-m*Ciri Ln L: CepiliaAve La C4Aa 6 a Alanlri[ Park ¢ a U Cir C F i LaTie�Cir� w, G$fvinerCir71 o gI i —LaLureaAve m c � m Sraillsh Ave S Ava �� ri--►� Dolphin $I. UTM til Iamo Ave �I -argil PROJECT LOCATION a 9649 DOLPHIN AVE FOUNTAIN VALLEY ons Ave CA 92708 wct t_._R�eCl to .Ar opola Nic DOLPHIN DEEP WATER WELL REHABILITATION r IaArenaClr CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT C-5633 (A) l 03/11/2014 258 ATTACHMENT B City of Newport Beach BUDGET AMENDMENT 2013-14 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates X Increase Expenditure Appropriations Transfer Budget Appropriations F1 SOURCE: from existing budget appropriations from additional estimated revenues PX from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: To increase expenditure appropriations from the unappropriated rlivicinn _ 1Nnfcr 1A1o11 Prnicrt nrrni,nf fnr tho nninhin n..e 1AIofc, of San Dimas. CA. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account Description 510 3605 Water Capital Fund - Fund Balance Control REVENUE ESTIMATES (3601) Fund/Division Account EXPENDITURE APPROPRIATIONS (3603) Description Description Division Number 7524 CAP NMP Groundwater Dev Account Number C6002015 Water Well Project Signed: Signed: Signed: Approval: Finance Approval: City City Council Approval: City Clerk NO. BA- 14BA-036 AMOUNT: $513,920.00 Increase in Budgetary Fund Balance Decrease in Budgetary Fund Bala= No effect on Budgetary Fund Balance with the Amount Debit Credit $513,920.00 * Automatic $513,920.00 3-3-/N Date 31-41 ll Date Date Pb ej