Loading...
HomeMy WebLinkAboutC-5981 - Water Well Rehabilitation Dolphin and Tamura Shallow Wells Project ContractJuly 26, 2017 General Pump Company, Inc. Attn: Michael G. Bodart 159 North Acacia Street San Dimas, CA 91773 CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1 949-644-3039 Fax newportbeachca.gov Subject: Water Well Rehabilitation —Dolphin and Tamura Shallow Wells — C-5981 Dear Mr. Bodart: On July 26, 2016, 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 July 27, 2016 Reference No. 2016000343495. The Surety for the contract is Travelers Casualty and Surety Company of America and the bond number is 106210777. Enclosed is the Faithful Performance Bond. Sincerely, r1 / r Leilani I. Brown, MMC City Clerk Enclosure Bond No. 106210777 Premium: $5,526 Issued in Duplicate EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 106210777 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 5,526.00 , 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 the work necessary for the completion of this contract consisting of mobilization, traffic control, removal and inspection of pump and motor, rebuilding and reconditioning of pump and motor, mechanical well development, video surveys, casing thickness measurement, air jetting, test pumping, pump development, step drawdown test, constant rate pump test, flow meter survey, reinstallation of permanent pump and motor, well disinfection, site cleanup and other incidental items of work as necessary, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and Travelers Casualty and Surety Company of America duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Two Hundred Seventy Six Thousand Two Hundred Eighty Dollars and 001100 ($276,280.00) 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. General Pump Company, Inc. Page B-1 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 23rd day of July ,2D 15 . 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) 6123670 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE "A E119. Signature Betty L. Tolentino, Attorney -In -Fact Print Name and Title By.�� VU ['L'---- Aaron C. Harp aAn 041swut— City Attorney NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED General Pump Company, Inc. Page B-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Francisco } gg On July 23 2015 before me, K. Zerounian Notary Public, personalty appeared Betty L. Tolentino who proved to me on the basis of satisfactory evidence to be the persono whose name.( S/aFe-subscribed to the within instrument and acknowledged to me that-helshekhey-e cuted eir the same in-bjslher/thauthorized capacity", and that by#tis/her/tkletr ignatures(83on the instrument the person( or the entity upon behalf of which the person/acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ' K. ZEROUN1AN sCommission S 2029311 Z Notary Public - California s Z San Francisco County My Comm, Expires Jun 29, 2017 (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of )SS. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that helshe/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) General Pump Company, Inc. Page B-3 POWER OF ATFORNEY TRAVELERS J� 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 Attorney -In Fact No. 229166 St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No. 006289639 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 Surely 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, Virginia L. Black, K. Zerounian, and Kevin Be of the City of San Francisco , State of California , their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or 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 March , 2015 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 12th St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company pL6:URr F,PE64 O�M.INSG9 pF ,xSYAyl ��,., LNy ,ypwSFry@ lr'� Q O y tt I,p W : voRRJ' T ddd < fin $� nr�nPoPF1FD mj lir= q:`S= SEAL{oSSEL,:'i ,p �Mi& i .•E' '"Ni t� „xcE rs'� f+ a r9 State of Connecticut City of Hartford as. By: A Robert L. Raney, enior Vice Pmident On this the 12tH day of March 2015 , 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 Wimess Whereof, I hereunto set my hand and official seal. TM My Commission expires the 301h day of June, 2016. # AUBkIGs P 58440-8-12 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY RED Marie C. nmault, Notary Public is This Power of Attorney is granted under and by the wfhcrity of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fite and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Memory Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recoguizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him cir her, and it is FURTHER RESOLVED, that the Chairman, the President, arty Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory, in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty hiss ance 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 Stares Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, whichis in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 23rd day of JU1Y , 20 15. Kevin E. Hughes, �Assistant Sea tary 'di•.•4•Gs rr't ® o kYf YyflA)F�EA, a1andD. litisn 1'I -E.E z° wOt v+/ R Zi INS S s.,n .p ar r . sf A,n To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.traveletsbond.com. Please refer to the Attorney -In -Fact number, the above-named individuals and the details of the bond to which the power is attached. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California Los Angeles County of On July 30, 2015 before me, Bonnie Brunel Notar Public Date Hen: insert Name and Title of the Officer Michael Bodart personally appeared Name(s) of Signers) who proved to me on the basis of satisfactory evidence to be the person(O whose namew is/ere subscribed to the within instrument and acknowledged to me that he/sheAh" executed the same in his/heatheir authorized capacity(ies), and that by his/heFFtgeir signature(y) on the instrument the person(p), or the entity upon behalf of which the persono acted, executed the instrument. BONNIE BNUNEL Commission s 1199111522 M-4 lll�l Notary Public . Ca6toreis Los Aipela County My Comm. Eakiss Ow 15, 2016+ 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 Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator rl rkhar• Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator rl nohar Signer Is Representing: September 30, 2016 General Pump Company, Inc. Attn: Michael G. Bodart 159 North Acacia Street San Dimas, CA 91773 CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1 949-644-3039 FAx newportbeachca.9ov Subject: Water Well Rehabilitation - Dolphin and Tamura Shallow Wells C-5981 Dear Mr. Bodart: On July 26, 2016 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 July 27, 2016, Reference No. 2016000343495. The Surety for the bond is Travelers Casualty and Surety Company of America and the bond number is 106210777. Enclosed is the Labor & Materials Payment Bond. Sincerely, 44i - 01/�' Leilani I. Brown, MMC City Clerk Enclosure Bond No. 106210777 Premium Incl. in Performance Bont Issued in Duplicate EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 106210777 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to. General Pump Company, Inc. hereinafter designated as the "Principal," a contract for the work necessary for the completion of this contract consisting of mobilization, traffic control, removal and inspection of pump and motor, rebuilding and reconditioning of pump and motor, mechanical well development, video surveys, casing thickness measurement, air jetting, test pumping, pump development, step drawdown test, constant rate pump test, flow meter survey, reinstallation of permanent pump and motor, well disinfection, site cleanup and other incidental items of work as necessary, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference.. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, Travelers Casualty and Surety Company of America duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Two Hundred Seventy Six Thousand Two Hundred Eighty Dollars and 001100 ($276,280.00) 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. General Pump Company, Inc. Page A-1 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 at seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 23rd day of July , 2015 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)612-3670 Telephone APPROVED AS TO FORM: CITYY'S OFFICE Date:A N By: Aaron C. Harp rhhk 6WIJA44C City Attorney By: Authorized Signatureli itie Michacl6adarf-loresi��r/�ar�, F . B Authorized ti t 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 A-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Francisco ) SS. On July 23 2015 before me, K. Zerounian Notary Public, personally appeared Betty L. Tolentino , who proved to me on the basis of satisfactory evidence to be the personj4 whose namel<a`f is/are-subscribed to the within instrument and acknowledged to me that-14e/sheftey executed the same in #Iis/her/their uthor1 ed capacity(+es), and that by ilisfherftheir signaturesKon the instrument the person( , or the entity upon behalf of which the personfs' 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. K.ZEROUNIAN Commission # 2029311 Notary Public , California =San Francisco County s �_My—Comm,. Expires Jun 29, 2017 t (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of }ss. On .20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the Instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) General Pump Company, Inc. Page A-3 TRAVELERS J� POWER OF ATTORNEY 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 AHorney-In Fact No. 229166 Certificate No. 006289640 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, Virginia L. Black, K. Zerounian, and Kevin Re of the City of Sari Francisco , State of Califiomia , their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of. guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and Meir corporate seals to be hereto affixed, this day of March 2015 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 12th St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company GPS ;F �F1PE6' `!N �YSG i,M84q114kO Y JPppWOi B O OP197171 � 1982 0 p r a J1 �SEAL o's 1$&ALj3° tanxy"2e eLoz 1-� rM�Nj State of Connecticut City of Hartford ss. By: Robert L. Raney, kenior Vice President On this the 12th day of March 2015 , before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior View 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, SL 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,T[T In Witness Whereof, I hereunto set my hand and official seal. TAq My Commission expires the 30th day of June, 2016. * p�`lp } 58440-8-12 Printed in U.S.A. �._ WARNING: THIS POWER OF ATTORNEY `nwu k C . �.Z� Marie C. Teueault, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors 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, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Atmrneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Cha irran, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writingand a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be. valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of 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 do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 23rd day of Juullly/y —2015 �sHughes, ghes� Assistant SeC tary �GyeXPoLVXrLL '`.HFL6oPY.IMT�9 ,�IXSVgq� �P�rY "XO BL 8NiEAL %4� '-�SEL+s° dS A1MlX- To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.havelersbond.com. Please refer to the Attomey-In-Fact number, the above-named individuals and the details of the bond in which the power is attached. ;:,�LIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE .�'L:t3fwa.a\t a. a\t �f �</c\Gea�</.ataa✓ \. nv�a.aat �La<./'.\ .ea�K \fa .a\N�. aw a�e.at,vt�i. L twa. �t a: �t �tC�'.\t �N:\¢/�'K�'eC�t. A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California Los Angeles County of On July 30, 2015 before me, Bonnie Brunei, Notary Puhlic Date Here Insert Name and Title of the Officer personally appeared Michael Bodart Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(06 whose name() is/aFe. subscribed to the within instrument and acknowledged to me that he/sheAhey executed the same in his/laeAkeir authorized capacity", and that by his/herAheir signatureA on the instrument the person(o, or the entity upon behalf of which the person(E) acted, executed the instrument. lie'80NNIE8N� U CanN10111"t 11UNEL522 No" NO - CAMWFA Los Ano 1 Coeft M Cada. E on 1A 2018 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. SignatureV�'t*eJ Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: C Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: ✓L�LL!:\'%'ti✓.4�✓5'dGCv 'V1�G-✓G-✓ .v:L.GI✓i \dR'✓' \✓.SC✓i\✓.<\vG<.�. VG\✓GL✓"`✓ Document -1592218 -Page -1 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Page 1 of 1 Recorded in Official Records, Orange County Hugh Nguyen, Clerk -Recorder I Jill 1111111111111111111111111111111111111111111 jlj 1111111111111111 NO FEE w S R 0 0 0 8 5 5 7 0 2 4 S 20160003434951.46 pm 07127/16 105 405 N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Exempt from recording -fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and General Pump .Company Inc., San Dimas, as. Contractor, entered into a Contract on July 14, 2015. Said Contract set forth certain improvements, as follows: Water Well Rehabilitation — Dolphin and Tamura Shallow Wells C-5981 Work on said Contract wascompleted, and was found to be acceptable on July 26. 2016 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. BY bVll ' Public W rks Directo City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. "Executed on f 1 1�. at Newport Beach, California. BY ' City Werk about:blank 07/27/2016 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and General Pump Company Inc., San Dimas, as Contractor, entered into a Contract on July 14, 2015. Said Contract set forth certain improvements, as follows: Water Well Rehabilitation — Dolphin and Tamura Shallow Wells C-5981 Work on said Contract was completed, and was found to be acceptable on July 26, 2016 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. BY YU Public W rks 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. Executed on at Newport Beach, California. BY �E PO City Clerk � n Z C'gCl FOa� CITY CLERK CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 until 10:00 AM on the 10th day of June, 2015, at which time such bids shall be opened and read for WATER WELL REHABILITATION DOLPHIN AND TAMURA SHALLOW WELLS Contract No. 5981 $600,000.00 Engineer's Estimate Approved by h kC ark Vukojevic City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Drawings at the City of Newport Beach Public Works Department 100 Civic Center Drive, Newport Beach CA 92660 Bidders are required to attend a Mandatory Pre -Bid Meeting at the project site (9649 Dolphin Ave, Fountain Valley, CA 92708) on June 2, 2015 at 2:00 PM Contractor License Classification(s) required for this project: "C-57" Water Well Drilling For further information, call Ben Davis, Proiect Manager at (949) 644-3317 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http.uwvvv NewlaonBeachCA.gov CLICK: Online Services % Bidding & Bid Results City of Newport Beach WATER WELL REHABILITATION DOLPHIN AND TAMURA SHALLOW WELLS Contract No. 5981 TABLE OF CONTENTS NOTICE INVITING 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 LABOR AND MATERIALS PAYMENT BOND.......................................................A-1 FAITHFUL PERFORMANCE BOND.....................................................................B-1 INSURANCE REQUIREMENTS.......................................................................... C-1 PROPOSAL.............................................................................................................. PR -1 SPECIAL PROVISIONS............................................................................................ SP -1 ra City of Newport Beach WATER WELL REHABILITATION DOLPHIN AND TAMURA SHALLOW WELLS Contract No. 5981 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS 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 money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 10. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. 11. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. 12. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 13. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. The signature below represents that the above has been reviewed. 47(a745 - Ener. A, C57 C6/, 2)a/ Contractor's License No. & Classification /00000.271,9 DIR Reference Number & Expiration Date General Pat"42 Bidder Authori ed Signat re/Title Michael %3ac/art- iOr-es�ded1,Nrec-1e/ a�Err�inee/ (,1915 Date 0 City of Newport Beach WATER WELL REHABILITATION DOLPHIN AND TAMURA SHALLOW WELLS Contract No. 5981 INI17it79: : it 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 -Jen Percent t10%) of the Total Amount Bid - - - - Dollars ($ _ 10% ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of WATER WELL REHABILITATION DOLPHIN AND TAMURA SHALLOW WELLS, Contract No. 5981 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 4th day of June , 2015. 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) 612-3670 Telephone B zed Signature/Title Xff e1 Ld darf AYSical�r�i/Artc�i� a-'Era�ineerinS By: makO AriVz d ent Signature ut Betty L. Tolentino, Attorney -In -Pact Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) ACKNOMFJGMLNT ..n............n.un ............................nn. n.nu... u.,,...nu n..n.vn n.....• *See Attached Loose CA All -Purpose Acknowledgment State of California County of }ss. On before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ....n.....n..n......,,......nn...........n...n.................................. nnn OPTIONAL INPORMA710N Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity of Signer: Trustee Power of Attorney CEO/CF©IGOO President / Vice -President / Secretary / Treasurer Other: Other Information: 6 Thumbprint of Signer ❑ Checkhereif no thumbprint or fingerprint is available. ACKNOWLUDGMC:NT . U N N 11 Btl W.... aWNqUWYppeUUWWYWWUUvueNWWMNN11oUM1WUUW W11U 11 Il ,ItlnnvUg..... Ubu UM1ONWuq WyNe State of California County of _) ss. On before me, Public, personally appeared Notary proved to me on the basis of satisfactory evidence to be the person(s) whose names) is/are subscribed to the within Instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(les), and that by his/her/their signatures(s) an the instrument the person(s), or the entity upon behalf of which the person(s) 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. WITNESS my hand and official seal. Signature •u. eu•nu .e u u v u e e euv•uutlWtlgNWWtlWtluux W W W q u W W U W U W n N W N e uNuuM1WWuevM1 M1e Wu. e U n N N g U V W uq OP7IONAf_ INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity of Signer: Trustee Power of Attorney _ CEO/CFO/COO President I Vice -President / Secretary / Treasurer Other: Other Information: 7 Thumbprint of Signer ❑ Chock hero if no thumbprint or fingerprint is available. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Francisco On June 4. 2015 before me, K. Zerounian, Notary Public Date Here Insert Name and Title of the Officer personally appeared Betty L. Tolentino Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Ware subscribed to the within instrument and acknowledged to me that #a0/she/they- executed the same in His/her/tkreix authorized capacity(ies), and that by his/her/#49F signature(s) on the instrument the person(s), or the entity upon behalf of which the person(r) acted, executed the instrument. .�, KZEROUNIAN Commission # 2029311 a Co Notary Public - California San Francisco County My Comm. Expires Jun 29, 2017 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 Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: ©2014 National Notary Association • www.NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907 AW 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. PaW Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fad No. 227894 Certificate No. 005886622 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, 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 April 2014 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 28th St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company p�j ®rlg;_3s � Gg, ipOg9 SCICtliPoa4rED �IF;i+ qpa pF;,� //0 1963 0 m — t[ HOatWRDiatsin�.1i x .SEALAQ 4tiS8AL:O$\arw. e DM+ sNanuccF dtS.. fid_ o.., d ei '4 v State of Connecticut City of Hartford ss. By: dax4 — Robert L. Raney, reruor Vice President On this the 28th day of April 2014 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,T[T In Witness Whereof, I hereunto se[ my hand and official seal. T*Aq My Commission expires the 30th day of June, 2016. C+ AffBll�+s 58440-8-12 Printed in U.S.A. Marie C. Tneault, Notary Public CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California Los Angeles County of On June 9, 2015 before me, Bonnie Brunel, Notary Public Date Michael Bodart Here Insert Name and Title of the Officer personally appeared Names) of Signer(s) who proved to me on the basis of satisfactory evidence to be the persong whose name(') War.& subscribed to the within instrument and acknowledged to me that he/shefthey executed the same in his/hen4heiF authorized capacity(ies), and that by his/herftheirsignature(4on the instrument the person07, or the entity upon behalf of which the person(;# acted, executed the instrument. BONNIE BRUNEL Commission •1898522 Notary Public. cUNoroia Los AW" Cc" Ifiv Comm. Ei in Osc 15, 2016 + Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. , Signature` Signature of Notary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: ✓S�4"✓.'e/S "/S�✓i�✓GL✓.'L%G�.G�y:'YS".`/ .`✓.S\✓.' ei 1�✓'�'S�.r\'✓�✓S�✓S'✓S�S�S�.S�. v4�✓�di\Si✓�✓S\ S�!:< ARM City of Newport Beach WATER WELL REHABILITATION DOLPHIN AND TAMURA SHALLOW WELLS Contract No. 5981 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 Contractors total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed.) Subcontractor's Information Bid Item Description of Work % of Number Total Bid Name: rause Ceuil 5'%ir�in} Address: )"eyreS d l Phone: 71041 /`y 7144n - c State License Number: DIR Reference: Email Address:,Gem Name: Address: Phone: State License Number: DIR Reference: Email Address: Name: Address: Phone: State License Number: DIR Reference: Email Address �evweral &% eomloan% Trac Bidder Authori ed S,g atur itl $ MiG�aP� ZSaciar/ p�iPsider>7�Di/ec a� Errjrn�nn� City of Newport Beach WATER WELL REHABILITATION DOLPHIN AND TAMURA SHALLOW WELLS Contract No. 5981 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $15,000, provide the following information: No. 1 Project Name/Number P-Olp r? APep 1 -le It Project Description L; Approximate Construction Dates: From 31x0114 To: 71,26/¢ Agency Name &-�y W ^%&.)pori �e cA Contact Person NtgWy Tran Telephone ('kJ &44-33/5 Original Contract Amount $'41101y Final Contract Amount $ 4-&3AI If final amount is different from original, please explain (change orders, extra work, etc.) CO — L; ner 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. A0 No.2 Wel( j9 Project Name/Number Project Description Well Re616 P�; Liner- -Te-s+ Pum.12n5 Approximate Construction Dates: From aD/3 To: 411020/ Agency Name V J ' Dramc Contact Person Tree n Telephone (714) 7 Original Contract Amount $3T614 Final Contract Amount $ 41,?H If final amount is different from original, please explain (change orders, extra work, etc.) /O - u/e�cL- Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. s Project Name/Number 0��/mP%c Well 3 Project Description We if/iquME Re/2e, L1n�r Approximate Construction Dates: From &.2013 To: Agency Name C i o�nfa /✓1�ica Contact Person &ry R/Cti r7iG% Telephone (3/o)9.24-ro7lZ Original Contract Amount $ 3-10 /`l Final Contract Amount $ 36A0/-1 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 10 No. 4 Project Name/Number Se: T s'epl? We// Z Project Description Provide Netd fgatp.menl' TPSf Pumpins Approximate Construction Dates: From -31201,6'To: 6IaD/5 Agency Name 6,46 v -,P' Arcadia. Contact Person erWig Cla,-le Telephone 42/ a6G--65Y3 Original Contract Amount $ /11514 Final Contract Amount 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. /V D No. 5 Project Name/Number We/ / 1.3 Project Description Well Mume Rehab Approximate Construction Dates: From /DIaold To: 3laoiS Agency Name C i �r1 vW &Ich J Contact Person T !� %leinhern-7 Telephone (714) 37,1-/51 Z Original Contract Amount $ 100M Final Contract Amount $ (a0/1 If final amount is different from original, please explain (change orders, extra work, etc.) C'0- columnPlpe Adder 3 4,td / re�ai�s lup,Ir eS 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. W 11 No. 6 Project Name/Number �'ageside 8005-Aer S-1 Project Description�merger�y Boos i Approximate Construction Dates: From /1/an/Z/ To: 3laol Agency Name CA Cop �cn/o✓ia Contact Person Seolf Ha/lomore Telephone (.4 a56— 8-208 Original Contract Amount $S4 N/ Final Contract Amount $F'{/`r/ 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. /V% Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on-site Construction Manager for the Contractor. Hiehae/ Sedartr'esuvne attached as we// as ofhers Who could be 455i94qn5 ailerojeet Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contra((rt"rrent financial conditions. C�Pneru-I Pu,,,/o i-0in/oan�ln� Bidder Authorized Sic Mieha e0 L3 P/esden t 12 o�' �ineeri S MICHAEL G. BODART Academic Background Bachelor of Science in Civil Engineering (1983) University of Missouri Post Graduate C.E. Courses in Geohydrology, University of Southern California Certifications 1999 -Byron Jackson Training Certificate 1998 -Grade 1 & 2 Distribution and Treatment Certificates 1998 -Engineering "A" License 1995 -Dale Carnegie Course 1995 -Mackay Pump Rehabilitation Certificate 1992 -Golden State Pump Technical Training Certificate 1990 -Completed Graduate C.E. Courses in Geohydrology at U.S.C. 1986 -Layne & Bowler Pump School Certification 1986 -Baroid 1 -week Drilling Fluid Technology Course Certification 1985 -National Water Works Correspondence Course Certification Professional Experience General Pump Company, Inc. Director of Engineering / President 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. THOMAS A. NANCHY Academic Background Citrus College Victor Valley College — 1978-1980 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, Pump 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 Certified Pump Installer for Large Water Systems (NGWA 2014) Summary Tom Nanchy has been in the well and pump industry for over 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. MARK R. HAAS 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 & Arc Welding - Industry Related Manual Lathe & Mill 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 -1 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 Academic Background Fullerton College Educational background includes: - Business Law; Machine Shop Practices MICHAEL R. GARCIA Professional Experience General Pump Company, Inc. Assistant Project Engineer 2014 - Present Work alongside Project Manager to ensure progression and completion of pump projects. Review project specifications and prepare documents for engineered projects including as -built drawings and field crew instructions. Assist in project coordination and communication between field crews, vendors, and customers. Academic Background Loyola Marymount University, Los Angeles, CA Master of Science in Mechanical Engineering 2013 - Present Educational background includes: • Fluid Mechanics • Materials Science • Heat Transfer University of Redlands, Redlands, CA Bachelor of Science in Physics 2009-2013 Educational background includes: • Thermodynamics • Quantum Mechanics • Scholar Athlete • Electronics • Advanced Lab Science • Computer Programming Software FERNANDO MUNOZ Academic Background Mechanical Engineer Training (1978 —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, El 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 City of Newport Beach WATER WELL REHABILITATION DOLPHIN AND TAMURA SHALLOW WELLS Contract No. 5981 NON -COLLUSION AFFIDAVIT State of California ) ) ss. County of Los Angeles ) I(ICinae/ 136,-Idl - , being first dulysworn, deposes and says that he or she is i�/'e5ic,�nt Di/Yt or a Eny:n�:� of lseneraI pZ!nn'e 7ilc_ , the party making the foregoing bid; that the bid is not made irithe 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 that thV91,eg ing is true and correct. 0'enera< l /dump �'vrrr�� Z/7 Bidder Authorizes Signature/Title by satisfactory and sworn to (or affirmed) before me on this day of 2015 proved to me on the basis of be the person(s) who appeared before me. I certify under PENALTY OF PERJUF foregoing paragraph is true and correct. A" a fach eel [SEAL] under the laws of the State of California that the 13 Notary My Commission CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE § 8202 XJ See 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. 1 Signature of Document Signer No. 2 (if any) A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of i.nc Angeles 'BONNIE BRUNEL Commission ♦ 1998522 Notary Public - California Los AnOdM CowNy M Comm. Won Dec 15, 2016+ Subscribed and sworn to (or affirmed) before me on this 9th day of June 205 by Date Month Year Michael Bodart (and (2) ), Name(s) of Signers) proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. Signature a ��+ Q Signature of Notary Public Seal Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: 02014 National Notary Association • www.NationalNotary.org - 1 -800 -US NOTARY (1-800-876-6827) Item #5910 City of Newport Beach WATER WELL REHABILITATION DOLPHIN AND TAMURA SHALLOW WELLS Contract No. 5981 DESIGNATION OF SURETIES Bidder's name &mere-/ Pumlo (omkoany 2-f1c. 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): Tra✓Ple�s Pro�e�� C'asua/�y ' S'ure�y eom�any W America aid88 Gafec<lau C'ep�fer �/'i`I/e �iQmend G� � LGli7a�ni�c 9/7/0 14 City of Newport Beach WATER WELL REHABILITATION DOLPHIN AND TAMURA SHALLOW WELLS Contract No. 5981 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name 1�eneia l 1044-,`n/o Com ooan!j Yw- c. Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 15 Current Record Record Record Record Record Year of for for for for for Record 2014 2013 2012 2011 2010 Total 2015 No. of contracts & Z 56, 49 y 7 5a 265- 6STotal Totaldollar Amount of Contracts (in //, Doo 101600 /0,(000 9, Soo 16,060 511 Ll e)0 Thousands of $ No. of fatalities No. of lost Workday Cases �! /A /'! No. of lost workday cases involving permanent „, SO transfer to another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 15 Legal Business Name of Bidder ogenera./ Pumio�ovn�na.T nc. Business Address: /59 M ACaua S'f, j san D%nxis Ci 17-7.3 Business Tel. No.: 9o9 -S99 -9&4o6 State Contractor's License No. and Classification: 49(-745— Eft, -AI C57, e D2/ Title fre i eni / Dirrcivr of E-raa%n 16 r4 n The above information was compiled from the records that are available to 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 ATTACHEDI 4 6-etACGr,�:d 16 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California Los Angeles County of On June 9, 2015 Date personally appeared before me, Bonnie Brunel, Notary Public Michael Bodart Hen: Insert Name and Title of the Officer Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the personae) whose name(v1 is/are subscribed to the within instrument and acknowledged to me that he/sholthey executed the same in his/herAhair authorized capacity(ies), and that by his/herf#fteir signature(o on the instrument the person($), or the entity upon behalf of which the personal acted, executed the instrument. BONNIE BRUNEL Commission N 1998522 Notary Public . California Los Anpdss County My Comm. Egon Doc 1,6, 16 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. SignatureC`� Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: �4�4' YLL:L�,LVL'!✓4�.'Ytiy4V4CY4CY4\/riY4`:�i�Y�i�yL�Y �s�vLt!L`SO�✓.1.4✓G✓�SLU.L- ✓4���eiG'✓L�4L✓,4\:GL n' O 1 • • • • • • • • :11 • :11� • •:-viol MINUTES OF SPECIAL MEETING OF SHAREHOLDERS AND DIRECTORS OF GENERAL PUMP COMPANY, INC. A California Corporation A special meeting of the Shareholders and Directors of GENERAL PUMP COMPANY, INC., a California corporation, was held at 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, 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 as a representative of GENERAL PUMP COMPANY, INC., to sign bids, bid bonds and contracts up to a maximum of two 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 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. ATTEST: William M. Tweed, Chairman William M. Tweed, Secretary City of Newport Beach WATER WELL REHABILITATION DOLPHIN AND TAMURA SHALLOW WELLS Contract No. 5981 ACKNOWLEDGEMENT OF ADDENDA Bidder's name 9ergera.1 /Gu,,o (-oma n� !4 .Zinc. The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Date Received 17 City of Newport Beach WATER WELL REHABILITATION DOLPHIN AND TAMURA SHALLOW WELLS Contract No. 5981 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: nn Name of individual Contractor, Company or Corporation: Genera,/ Aamno Cd.j?n, Business Address: fICQUQ .4irect, S'Qn3ir»c+5i A q/7-3 Telephone and Fax Number: 9617-5179-74,o( 909-599-6238 California State Contractor's License No. and Class: -967lo5- b,-A� e57, e(-/, 2)2/ (REQUIRED AT TIME OF AWARD) Original Date Issued: /951 Expiration Date: 8131//(, 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: - P/Ysiclenf�1}i/'ec7�� tr>C � 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 &d,srt birec4/ a�,rb &6 b;rw,, V✓;lllaw,iuJeeot Cool ou)ne/ V - 5an1}imc� yaq-Sr9-96aL Corporation organized under the laws of the State of 611111 �rnia In The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: None All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: Alene 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; Briefly summarize the parties' claims and defenses; Have you ever had a contract terminated by the owner/agency? If so, explain. No Have you ever failed to complete a project? If so, explain. 74 o 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 19 Are any claims or actions unresolved or outstanding? Yes /& 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. erg P M.p Co znc- Bidder /'(i'C%ael ,f�adarf (Print name of Owner or President of Corporation/Com any) Authorized s e/Title aot Enaineerir� Title Date /.T On before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subb fibed to the within instrument and acknowledged to me that he/she/they executed the sa�if>'hWher/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under paragraph is true and correct. WITNESS my hand and official Notary Public i n,,a<d for said State My Commission Expires: 20 of the State of California that the foregoing (SEAL) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE =_V. A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California Los Angeles County of On J me 9 ?015 before me, —Bonnie Brunel N, otary Public Date Here Insert Name and Title of the Officer personally appeared Michael Bodart Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(4 whose name(a) is/are subscribed to the within instrument and acknowledged to me that he/skeAii" executed the same in his/berftHeir authorized capacity(ies), and that by his/heN#heic signature(g) on the instrument the person(d), or the entity upon behalf of which the person( acted, executed the instrument. 'BONNIE BBRUUNEL Commission N 1996522 Notary Public - Calftala Los Angela Cc" M Comm. EWW Oft 16 16+ 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 Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: L5\'S5C✓5'v v5�'✓SL:SL✓.. V5�5\ �"✓ .L✓.5'•✓5�d5(✓.5��.ai ti✓.SLS t/S. e/ 1✓'ti'✓.5�%i"✓4L.' ✓5'ei' Q r • • . . . v. . .L irr a fern. :,.5 City of Newport Beach WATER WELL REHABILITATION DOLPHIN AND TAMURA SHALLOW WELLS Contract No. 5981 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 Kev Rating Guide: Propertv-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 WATER WELL REHABILITATION — DOLPHIN AND TAMURA SHALLOW WELLS CONTRACT NO. 5981 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 14th day of July, 2015 ("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, California 91773, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has advertised for bids for the following described public work: The work necessary for the completion of this contract consists of mobilization, traffic control, removal and inspection of pump and motor, rebuilding and reconditioning of pump and motor, mechanical well development, video surveys, casing thickness measurement, air jetting, test pumping, pump development, step drawdown test, constant rate pump test, flow meter survey, reinstallation of permanent pump and motor, well disinfection, site cleanup and other incidental items of work as necessary (the "Project" or "Work"). C. Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non -Collusion Affidavit, Notice to Successful Bidder, Labor and Materials Payment Bond (Exhibit A), Faithful Performance Bond (Exhibit B), Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 5981, Standard Specifications for Public Works Construction (current adopted edition and all supplements), and this Contract, and all modifications and amendments thereto (collectively the "Contract Documents"), all of which are incorporated herein by reference. The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. 2. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project. All of the Work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 3. COMPENSATION 3.1 As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of Two Hundred Seventy Six Thousand Two Hundred Eighty Dollars and 001100 ($276,280.00). 3.2 This compensation includes: 3.2.1 Any loss or damage arising from the nature of the Work; 3.2.2 Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the Work; and 3.2.3 Any expense incurred as a result of any suspension or discontinuance of the Work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, including tsunamis, and which loss or expense occurs prior to acceptance of the Work by City. 4. PROJECT MANAGER Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the term of the Contract. Contractor has designated Michael G. Bodart to be its Project Manager. Contractor shall not remove or reassign the Project Manager without the prior written consent of City. City's approval shall not be unreasonably withheld. 5. ADMINISTRATION This Contract shall be administered by the Public Works Department. City's Public Works Director, or designee, shall be the Project Administrator and shall have the authority to act for City under this Contract. The Project Administrator or designee shall represent City in all matters pertaining to the Work to be rendered pursuant to this Contract. General Pump Company, Inc. Page 2 6. 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.). 7. WRITTEN NOTICE 7.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first- class mail, addressed as hereinafter provided. 7.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Public Works Director City of Newport Beach Public Works Department 100 Civic Center Drive P.O. Box 1768 Newport Beach, CA 92658 7.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: Michael G. Bodart General Pump Company, Inc. 159 North Acacia Street San Dimas, CA 91773 8. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Contract. No civil service status or other right of employment shall accrue to Contractor or its employees. Contractor shall have the responsibility for and control over the means of performing the General Pump Company, Inc. Page 3 Work, provided that Contractor is in compliance with the terms of this Contract. Anything in this Contract that may appear to give City the right to direct Contractor as to the details of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Work. 9. BONDING 9.1 Contractor shall obtain, provide and maintain at its own expense during the term of this Contract both of the following: (1) a Faithful Performance Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract in the form attached as Exhibit B and incorporated herein by reference; and (2) a Labor and Materials Payment Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract and in the form attached as Exhibit A and incorporated herein by reference. 9.2 The Faithful Performance Bond and Labor and Materials Payment Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property -Casualty. 9.3 Contractor shall deliver, concurrently with execution of this Contract, the Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. 10. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with the Consultant on the Project. 11. PROGRESS Consultant is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 12. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the General Pump Company, Inc. Page 4 Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Consultant is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Consultant. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 14. PREVAILING WAGES In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 15. SUBCONTRACTING The subcontractors authorized by City, if any, to perform the Work on this Project are identified in the Contractor's Proposal and are attached as part of the Contract Documents. Contractor shall be fully responsible to City for all acts and omissions of any subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor, nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Work to be performed under this Contract shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City 16. RESPONSIBILITY FOR DAMAGES OR INJURY 16.1 City and its elected or appointed officers, agents, officials, employees and volunteers shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or General Pump Company, Inc. Page 5 death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 16.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project, or the Work of any subcontractor or supplier selected by Contractor. 16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees and volunteers (collectively, the "Indemnified Parties') from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any Work performed or Services provided under this Contract including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent, reckless, and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable for any or all of them). 16.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Contract. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 16.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project Work. 16.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. General Pump Company, Inc. Page 6 16.7 Nothing in this Section or any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for above. 16.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. 17. CHANGE ORDERS 17.1 This Contract may be amended or modified only by mutual written agreement of the parties. 17.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. 17.3 There shall be no change in the Contractor's members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 18. CONFLICTS OF INTEREST 18.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act"), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Contract, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 18.2 If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 19. TERMINATION 19.1 In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non -defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. 19.2 Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days prior written notice to Contractor. In the event of termination under this General Pump Company, Inc. Page 7 Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Contract. 20. STANDARD PROVISIONS 20.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. 20.2 Compliance with all Laws. Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator. 20.3 Integrated Contract. This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 20.4 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Contract and any other attachments attached hereto, the terms of this Contract shall govern. 20.5 Interpretation. The terms of this Contract shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Contract or any other rule of construction which might otherwise apply. 20.6 Amendments. This Contract may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 20.7 Severability. If any term or portion of this Contract is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Contract shall continue in full force and effect. 20.8 Controlling Law and Venue. The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 20.9 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religious creed, color, national origin, General Pump Company, Inc. Page 8 ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 20.10 No Attorney's Fees. In the event of any dispute or legal action arising under this contract, the prevailing party shall not be entitled to attorneys' fees. 20.11 Counterparts. This Contract may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. 21. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project site, has become familiar with the local conditions under which the Work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. 22. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. 23. RECITALS City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. [SIGNATURES ON NEXT PAGE] General Pump Company, Inc. Page 9 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 ATTNEY'S OFFICE Date: By-�) " `VVI Aaron C. Harp WA crloxhc City Attorney ATTEST: Date: By: 00 Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Ed and D. selich Mayor CONTRACTOR: General Pump Company, Inc., a California corporation Date: Bye Michael G. Bodart Director of Engineering /Pre5ide- [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements General Pump Company, Inc. Page 10 Bond No. 106210777 Premium Incl. in Performance Bond Issued in Duplicate EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 106210777 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to General Pump Company, Inc. hereinafter designated as the "Principal," a contract for the work necessary for the completion of this contract consisting of mobilization, traffic control, removal and inspection of pump and motor, rebuilding and reconditioning of pump and motor, mechanical well development, video surveys, casing thickness measurement, air jetting, test pumping, pump development, step drawdown test, constant rate pump test, flow meter survey, reinstallation of permanent pump and motor, well disinfection, site cleanup and other incidental items of work as necessary, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, Travelers Casualty and Surety Company of America duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Two Hundred Seventy Six Thousand Two Hundred Eighty Dollars and 00/100 ($276,280.00) 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. General Pump Company, Inc. Page A-1 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 23rd day of July , 2015 . 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)612.3670 Telephone APPROVED AS TO FORM: CITYATT N YOFFICE Date: I /� By: Aaron C. Harp ur" oglt�llr City Attorney By: \ Authorize Signature/T tle Mic464al(3odari-/'resicjr �A-" F . By: A Authorized g)` t 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 A-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Francisco } ss. On July 23 2015 before me, K. Zerounian Notary Public, personally appeared Betty L. Tolentino who proved to me on the basis of satisfactory evidence to be the persono whose namelcs) is/are-subscribed to the within instrument and acknowledged to me thawie/she/A;ey executed the same in 44slher/tWr uthorized capacity#es), and that by hWherAheir signaturesKon the instrument the person(/or the entity upon behalf of which the personX 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 F1 or 3. KZEROUNIAN Commission # 2029311 'a :'v Notary Public - California �' San Francisco County My Comm, Expires Jun 29. 2017 t ACKNOWLEDGMENT certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. (seal) State of California County of )SS. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the Instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) General Pump Company, Inc. Page A-3 TRAVELERS JM POWER OF ATTORNEY 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. 229166 Certificate No. 006289640 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, Virginia L. Black, K. Zerounian, and Kevin Re 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, 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 March 2015 . 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 12th St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company aq� G. -N T .Ea�9// t N.xs19St n%�oz SEAL Dy- oSSRLae coxa C ��rmw 144. AM State of Connecticut City of Hartford ss. By: 69" Robert L. Raney, §euw Vice President On this the 12th day of March 2015 , 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. a.Ttr In Witness Whereof, I hereunto set my hand and official seal. TAO My Commission expires the 30th day of June, 2016. O per* IG # ��s 58440-8-12 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY `n&A;A C. rwa�tQ Marie C. Teneaulq Notary Public 'J=IFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE :<.�<.�..:.<....•....<.a....<.�<.a....�_ �< A<.:, . �< � .T�< a< n �<.z< �<.:.<.r< �<.r _T rte. � .A< a .w ��<.�<.n _a. a . A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California Los Angeles County of On July 30, 2015 before me, Bonnie R m .l Nnta4 Pnhlir Date Hen; Insert Name and Title of the Officer personally appeared Michael Bodart Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(O whose name(§O) is/ara subscribed to the within instrument and acknowledged to me that he/9h@A4ep executed the same in his/heW4k&W authorized capacity@"), and that by his/herAheir signatureW on the instrument the person(s), or the entity upon behalf of which the person(5) acted, executed the instrument. y BONNIE BNUNEL Commission Y 1998522 _ Notary Public • California Los Anon County M Comm.mews bee 15.2016 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signaturez-��� z �� Signature of Notary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Bond No. 106210777 Premium: $5,526 Issued in Duplicate I*/:tt-9 CITY OF NEWPORT BEACH BOND NO. 106210777 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 5,526.00 , 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 the work necessary for the completion of this contract consisting of mobilization, traffic control, removal and inspection of pump and motor, rebuilding and reconditioning of pump and motor, mechanical well development, video surveys, casing thickness measurement, air jetting, test pumping, pump development, step drawdown test, constant rate pump test, flow meter survey, reinstallation of permanent pump and motor, well disinfection, site cleanup and other incidental items of work as necessary, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and Travelers Casualty and Surety Company of America duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Two Hundred Seventy Six Thousand Two Hundred Eighty Dollars and 00/100 ($276,280.00) 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. General Pump Company, Inc. Page B-1 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 23rd day of July 2015 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) 612-3670 Telephone APPROVED AS TO FORM: CITY ATT—ORNEY'S OFFICE r� 6 [t� Aaron C. Harp CAM OCJJ of City Attorney B: A orized Signature/Title Michae./ &4rt-,4ej;;deot/ Di�ec� of E�. By: Authorized g nt 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 B-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Francisco } $S. On July 23 2015 before me, K. Zerounian Notary Public, personally appeared Betty L. Tolentino ' who proved to me on the basis of satisfactory evidence to be the persono whose name44 is/are-subscribed to the within instrument and acknowledged to me that-he/she/ihere cuted the same in-bis/her/their authorized capacity0es), and that by4is/her/tlheir Ignatures7cn the instrument the person( or the entity upon behalf of which the person/acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official sea]. Signature K.ZERO#202 Commission # 2029311 Notary Pubfic - California San Francisco County �My Comm. Expires Jun 29, 2017 (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of }ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the persons) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) General Pump Company, Inc. Page B-3 POWER OF ATTORNEY TRAVELERSJFarmington 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. 229166 Certificate No. 006289639 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, Virginia L. Black, K. Zerounian, and Kevin Re of the City of San Francisco , State of California , their [me 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 Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 12th day of March , 2015 Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paid 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 United States Fidelity and Guaranty Company pLSb� TY 0.[' °eswyc�� 019-7,97"N' ' 9-7,6 traaNattD , �1lo0.arox+i9 W°a .._!!ayry 4 a of ° pWavmne� \p Y.t� N M jj #' 6 o Y977 n e: F,:' voNart;of aNearwnD,� rm, 5'NC°�w,mg 1982 0 ° - q p L CONN. en COVN. R u., fa#eN aT �$$1 � ytlSE ALf�o1..SHAL:'i . r v<eNcc f rr...,.r�° ' State of Connecticut City of Hartford ss. By. A " — Robert L. Raney, §euior Vice President On this the 12th day of March 2015 , 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 TlT Iu Witness Whereof, I hereunto set my hand and official seal. T*qA My Commission expires the 30th day of June, 2016. P tOUBll�s 58440-8-12 Printed in U.S.A. OF ATTORNEY IS INVALID WITHOUT THE RED Marie C. Temault, Notary Public CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California Los Angeles County of On July 30, 2015 before me, Bonnie Brunel, Notary Public Date Michael Bodart Here Insert Name and Title of the Officer personally appeared Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(g) whose name(4 is/ere subscribed to the within instrument and acknowledged to me that he/ske/tHey executed the same in hisA;erlth& authorized capacity(ies), and that by his/hen4heir signature(s) on the instrument the person(p), or the entity upon behalf of which the person(K acted, executed the instrument. BONNIE BRUNEL commission ;f 1998s22 0 Notary Public - California i Los Apples County MY Comm. Ea fres Dee 16.2016 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature«� Signature of Notary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: (,.V :C-`�.1-.i5� ti✓.SL✓.SVA.��.:\��VS�i�✓S"✓ y�V 4'.✓i✓i-✓✓S'�' v5[✓SC✓:\�iV'ti✓.,✓5'✓S'✓ EXHIBIT C INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance providing statutory benefits and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each employee for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with California law for all of the subcontractor's employees. The insurer issuing the Workers' Compensation insurance shall amend its policy by endorsement to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its elected or appointed officers, agents, officials, employees and volunteers. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance, and if necessary umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate and two million dollars ($2,000,000) completed operations aggregate. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an General Pump Company, Inc. Page C-1 insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to 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, products and completed operations, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its elected or appointed officers, agents, officials employees and volunteers shall be included as additional insureds under such policies. C. Primary and Non Contributory. Contractor's insurance coverage shall be primary insurance and/or the primary source of recovery with respect to City, its elected or appointed officers, agents, officials, employees and volunteers. Any insurance or self-insurance maintained by City shall be excess of Contractor's insurance and shall not contribute with it. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days notice of cancellation or nonrenewal of coverage (except for nonpayment for which ten (10) calendar days notice is required) for each required coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed General Pump Company, Inc. Page C-2 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. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38-04 13. D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available proceeds in excess of specified minimum limits of insurance and coverage shall be available to the City. F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self-insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self - insure its obligations to City. If Contractor's existing coverage includes a General Pump Company, Inc. Page C-3 self-insured retention, the self-insured retention must be declared to City. City may review options with Contractor, which may include reduction or elimination of the self-insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. G. City Remedies for Non Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Contract, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. I. 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 Contractors insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City with five (5) calendar days of the expiration of the coverages. General Pump Company, Inc. Page C-4 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. Date Received: 8/21/15 Dept./Contact Received From: Raymund Date Completed: 8/21/15 Sent to: Raymund By: Chris/Alicia Company/Person required to have certificate: General Pump Company, Inc. Type of contract: Public Works GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 6/1/15-6/1/16 A. INSURANCE COMPANY: Travelers Property Casualty Co of America B. AM BEST RATING (A-: VII or greater): A++• XV AM BEST RATING (A-: VII or greater) A++; XV C. ADMITTED Company (Must be California Admitted): ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1M or greater): What is limit provided? 1,00,000/2,000,000 E. ADDITIONAL INSURED ENDORSEMENT— please attach IZ Yes ❑ No F. PRODUCTS AND COMPLETED OPERATIONS (Must LIMITS Waiver of Auto Insurance / Proof of coverage (if individual) include): Is it included? (completed Operations status does N/A F. not apply to Waste Haulers or Recreation) ® Yes ❑ No G. ADDITIONAL INSURED FOR PRODUCTS AND ❑ N/A ❑ Yes ❑ No G. COMPLETED OPERATIONS ENDORSEMENT (completed ❑ N/A ❑ Yes ® No H. Operations status does not apply to Waste Haulers) ® Yes ❑ No H. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? ® Yes ❑ No I. PRIMARY & NON-CONTRIBUTORY WORDING (Must be included): Is it included? ® 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 Z No K. ELECTED SCMAF COVERAGE (RECREATION ONLY): ® N/A ❑ Yes ❑ No L. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No Il. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 6/1/15-6/1/16 A. INSURANCE COMPANY: Travelers Indemnity Company of CT B. AM BEST RATING (A-: VII or greater) A++; XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS - 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/A ❑ Yes ❑ No G. HIRED AND NON -OWNED AUTO ONLY: ❑ N/A ❑ Yes ® No H. NOTICE OF CANCELLATION: 0 N/A ® Yes ❑ No IR. WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: 6/1/15-6/1/16 A. INSURANCE COMPANY: Travelers Property Casualty Co of America B. AM BEST RATING (A-: VII or greater): A++; XV C. ADMITTED Company (Must be California Admitted): ® Yes ❑ No D. WORKERS' COMPENSATION LIMIT: Statutory ® Yes ❑ No E. EMPLOYERS' LIABILITY LIMIT (Must be $1M or greater) 1,000,000 F. WAIVER OF SUBROGATION (To include): Is it included? ® Yes ❑ No G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM: ® N/A ❑ Yes ❑ No H. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED IV. PROFESSIONAL LIABILITY V POLLUTION LIABILITY V BUILDERS RISK HAVE ALL ABOVE REQUIREMENTS BEEN MET? IF NO, WHICH ITEMS NEED TO BE COMPLETED? Approved: Agent of Alliant Insurance Services Broker of record for the City of Newport Beach 8/21/15 Date IN N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No 04/ RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than _ Self Insured Retention or Deductible greater than $ ) ❑ NIA ❑ Yes ❑ No Reason for Risk Management approval/exception/waiver: Approved: Risk Management * Subject to the terms of the contract. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL WATER WELL REHABILITATION DOLPHIN AND TAMURA SHALLOW WELLS CONTRACT NO. 5981 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: PR1of7 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. 5981 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Dolphin Shallow Well D1. Lump Sum Mobilization and Demobilization @ TPn /hou5,?nd Dollars and 176&0 Cents $ l0,o0a, oa Per Lump Sum D2. Lump Sum Pump Removal @ j�_✓erriy-_7_wo Dollars and {iltnd,,ed annnd //00 Cents $ 7,206. co Per Lump Sum D3. Lump Sum Rebuild Pump @ 7l, enr 11-eicTDollars and usand "/idv Cents $ as, 000,00 Per Lump Sum PR2of7 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE D4. Lump Sum Rebuild Motor @ Twe1t(,_ _9ou5arJ Dollars and and no%oo Cents Per Lump Sum D5. Lump Sum Install Flexible Coupling on Discharge Pipe @Airy -nine Dollars and gund/ecl ` no/o6 Cents Per Lump Sum D6. 12 Hours Wire Brushing and Bailing @ Four' WUre/rrd Dollars and and h%oo Cents $ 400 Per Hour D7. 3 Each Downwell Video Surveys $ 1,�i000.00 $ 3,900.00 $ `t1800.00 @ One /housand Dollars and Qnd nolia0 Cents $ 1,000 $ .3000.00 Per Each D8. Lump Sum Casing Thickness Measurement @ fArre-1&ysand Dollars and Ond nooioo Cents $3,1000-60 Per Lump Sum D9. Lump Sum "Air-Jettino" of Well (AirBurstT , BoreBlastTm or similar methods) @ F1eVen_7kus4n' Dollars 01hT Hundred % and Ej.jhAf � no%oo Cents $ 1/980.00 Per Lump Sum PR3of7 ITEM QUANTITY AND UNIT ITEM DESCRIPTION AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE TOTAL PRICE D10. Lump Sum Mobilization and Demobilization of Test Pump @ z4)en//aauusarW Dollars % and 2nd n°/i°° Cents $ 620, Eno • 00 Per Lump Sum D11. Lump Sum Discharge Fluids & Compliance @ er17�i°USand Dollars and Qnd n0 /j° 0 Cents $ /0,006.60 Per Lump Sum D12. 32 Hours Pumping Development @ L157e Ifundred Dollars and Cents $ 150 $ 86o. 00 Per Hour D13. 12 Hours Pumping Tests - Step Drawdown Test @ 00C #Undreaf ..'Dollars and Elite% n'�i60 Cents $ 150 $ 1, 800.00 Per Hour D14. 48 Hours Pumping Tests - Constant Rate Pumping Test @ 6we Avon Pd Dollars and %ezy-- Cents $ (;�O $ 5, -760 .0o Per Hour D15. Lump Sum Do-wnwell Flowmeter (Spinner) Survey @ /r&h-. ✓e Dollars and Andred ' /)0 16V Cents $ 3.3cb. C --o Per Lump Sum PR4of7 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE D16. Lump Sum Re -installation of Permanent Pump @ Elg%T /hot/sand Dollars and dred noboo Cents $ 9,600-00 Per Lump Sum D17. Lump Sum Well Disinfection @ TWo 7AoU5and Dollars and (end hok oo Cents $ x,000.00 Per Lump Sum D18. Lump Sum Site Clean-up @T o __1T-;a,)5ana1 Dollars and and nolioo Cents $ a,000.eo Per Lump Sum Tamura Shallow Well T1. Lump Sum Mobilization and Demobilization @ F✓e J%ousanc% Dollars and and noiroo Cents $ 5,000.00 Per Lump Sum T2. Lump Sum Pump Removal @ Dollars and �&ndrPot Ove) ny/foo Cents $ 7,aoo. o0 Per Lump Sum T3. Lump Sum Rebuild Pump @7aWY7 j—SiX Dollars p and /hou54nd �D�iao Cents $ Z,000.40 Per Lump Sum PR5of7 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE T4. Lump Sum Rebuild Motor @ 7 eA✓e 4u5aneJ Dollars and ,Ind 1741, do Cents $02000.00 Per Lump Sum T5. Lump Sum Inst -all Flexible Coupling on Discharge Pipe Dollars and j/t 115b_e l s no%oo Cents $ agco.00 Per Lump Sum T6. 12 Hours Wire Brushing and Bailing @ Faun 1h,10dred Dollars and and n0/167:0 Cents Per Hour $ Z100 $4,96)0.00 T7. 3 Each Downwell Video Surveys @ &ll e A0054nd Dollars and and or Cents $ 1,000 $ a 000.00 Per Each T8. Lump Sum Casing Thickness Measurement in @ 7hfeee /ckhouscnW Dollars and ane( W//60 Cents $ 4800.00 Per Lump Sum T9. Lump Sum "Air -Jetting" of Well (AirBurstT, BoreBlastTM or similar methods) @E1eY'er)_ irbvs4nd Dollars Fi9hTFiundrrd and 6101,q % n0/loo Cents $ 119S6.60 Per Lump Sum PR6of7 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE T10. Lump Sum Mobilization and Demobilization of Test Pump @%^a_e4i 7�54ne1 Dollars and Lind o01100 Cents $ 2to,ow. cao Per Lump Sum T11. Lump Sum Discharge Fluids & Compliance @7er7 005dnd Dollars and and1701,00 Cents $ 16, 006. co Per Lump Sum T12. 32 Hours Pumping Development @ D/Ie undred_Dollars and ri-Ai Ccncd A"11na Cents $ 150 $ d1,,?60,a0 P re Hour T13. 12 Hours Pumping Tests - Step Drawdown Test @ /fine #Un511Pg/ Dollars and F� 4nd 60100 Cents $ 150 $ 11860.00 Per Hour T14. 48 Hours Pumping Tests - Constant Rate Pumping Test @ Dollars and %GcJ 4nd na��eCents $ laid $ .76o. 00 Per Hou T15. Lump Sum Do�w.nwell Flowmeter (Spinner) Survey @ /hpir4--fire- Dollars and 4nolred a "Jjav Cents $ 3,560.00 Per Lump Sum PR7of7 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE T16. Lump Sum Re -installation of Permanent Pump @ Egdi f 7hoasanx� Dollars and ,117d no�/aa Cents $ S"000, 60 Per Lump Sum T17. Lump Sum Well Disinfection @ Two / hov5and Dollars and !nd ndl/oo Cents $ x,000.00 Per Lump Sum T18. Lump Sum Site Clean-up @%!o Aor/5dn<1 Dollars and and nol1o0 Cents $ oi(6co-4f) Per Lump Sum TOTAL PRICE IN WRITTEN WORDS %6do 6141,d �er>k�-SiK /nOUsanJ� tG10 AundrPc/ Dollars and /70Cents G�4�15 Date 9o9-599- 9606 909-599 X238 Bidder's Telephone and Fax Numbers 4967467 Zi ,-A, c67, CL1,D-21 Bidder's License No(s). and Classification(s) Bidder's email address: $ o, Total Price (Figures) ,9,n7era.l �umA company 1/7c Bidder Bidder's Authorized'Signature and Title N,',Agel Boda,-t - Presidcrrtlare%e�r-P& r. 159 N. ACad'a _If/ San J1rm5, CA 91723 Bidder's Address PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS WATER WELL REHABILITATION - DOLPHIN AND TAMURA SHALLOW WELLS CONTRACT NO. 5981 PART 1 - GENERAL PROVISIONS 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 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 6-1.1 Construction Schedule 6-7 TIME OF COMPLETION 6-7.1 General 6-7.2 Working Days 6-7.4 Working Hours 6-9 LIQUIDATED DAMAGES SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILITIES 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 1 1 1 1 1 1 2 2 2 2 2 2 2 3 3 3 3 3 3 4 4 4 5 5 5 5 5 5 5 6 6 6 7 7 7 7 8 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS WATER WELL REHABILITATION - DOLPHIN AND TAMURA SHALLOW WELLS CONTRACT NO. 5981 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Technical Specifications; (3) the Traffic Control Plans (Drawing No. T -6025-S); (4) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (2004 Edition), including Supplements; (5) 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. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 - GENERAL PROVISIONS SECTION 2 - SCOPE AND CONTROL OF WORK 2-6 WORK TO BE DONE Add to this section, "The work necessary for the completion of this contract consists of mobilization, traffic control, removal and inspection of pump and motor, rebuilding and reconditioning of pump and motor, mechanical well development, video surveys, casing thickness measurement, air jetting, test pumping, pump development, step drawdown test, constant rate pump test, flow meter survey, reinstallation of permanent pump and motor, well disinfection, site cleanup and other incidental items of work as necessary." 3-3 EXTRA WORK 3-3.2 Payment SECTION 3 - CHANGES IN WORK SP- 1 of 8 3-3.2.3 Markup - Replace this section with the following: "(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." 5-1 LOCATION SECTION 5 - UTILITIES SP- 2of8 Add the following after the 3rd 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 80 consecutive working days after the date on the Notice to Proceed. Work shall be completed at the first well site prior to mobilizing to the second well site. Construction shall occur between November 2015 to March 2016." SP- 3 of 8 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 15t (New Year's Day), the third Monday in January (Martin Luther King Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4th, the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday and Friday in November (Thanksgiving and Friday after), December 24th, (Christmas Eve), December 25th (Christmas), and December 31"(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. In addition, the City may be close between December 281h thru December 30th. In which case, these three days will be considered non -working days." 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 4:30 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 4:30 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 SP- 4 of 8 per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations." SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 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." 7-5 PERMITS 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 is provided by Drawing No. T -6025-S and shall be 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. The BMP will be approved by the Engineer prior to any work. The City of Newport Beach will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back -charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate Administrative Citation per Section 14.36.030A23 of the City's Municipal Code." 7-10 PUBLIC CONVENIENCE AND SAFETY 7-10.1 Traffic and Access Add to this section: "The Contractor shall provide traffic control and access in accordance with 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. SP- 6of8 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 "C-57" Water Well Drilling Contractor License Classification. 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. 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- 8 of 8 TECHNICAL SPECIFICATIONS FOR WATER WELL REHABILITATION DOLPHIN AND TAMURA SHALLOW WELLS CITY OF NEWPORT BEACH CITY CONTRACT NO. C-5981 TECHNICAL SPECIFICATIONS WATER WELL REHABILITATION DOLPHIN AND TAMURA SHALLOW WELLS SECTION 2 - TECHNICAL PROVISIONS.. ..................... 4 PART 1 - GENERAL PROCEDURES................................................................................. 4 TABLE OF CONTENTS DESCRIPTION.......................................................................................................................4 SECTION 1 - SPECIAL CONDITIONS...................................................................................... 1 SC -01 LOCATION OF THE WORK...........................................................................................1 RECORDS...............................................................................................................................5 SC -02 PURPOSE OF THE WORK............................................................................................1 SUBMITTALS.........................................................................................................................5 SC -03 REHABILITATION PERIOD AND REQUIREMENTS.................................................1 JOB CONDITIONS................................................................................................................5 SC -04 PERMITS, CERTIFICATES, AND LICENSES.............................................................1 MANDATORY PRE-BID SITE MEETING..........................................................................6 SC -05 SITE CONDITIONS..........................................................................................................1 PRE -CONSTRUCTION MEETING... .................................................................................. SC -06 BOUNDARIES OF WORK...............................................................................................1 WORK SCHEDULE...............................................................................................................6 SC -07 PROTECTION OF WELL SITES....................................................................................2 SUPERVISION AND COOPERATION...............................................................................6 SC -08 EQUIPMENT AND OPERATING REQUIREMENTS..................................................2 TRAFFIC CONTROL.............................................................................................................7 SC -09 METHOD OF PAYMENT.................................................................................................3 TERMINATION.......................................................................................................................7 SECTION 2 - TECHNICAL PROVISIONS.. ..................... 4 PART 1 - GENERAL PROCEDURES................................................................................. 4 1.01 DESCRIPTION.......................................................................................................................4 2.02 1.02 QUALITY ASSURANCE........................................................................................................5 2.03 1.03 RECORDS...............................................................................................................................5 2.04 1.04 SUBMITTALS.........................................................................................................................5 2.05 1.05 JOB CONDITIONS................................................................................................................5 WIRE BRUSHING AND BAILING (Bid Item Nos. D6 & T6) ..........................................11 1.06 MANDATORY PRE-BID SITE MEETING..........................................................................6 DOWNWELL VIDEO SURVEYS (Bid Item Nos. D7 & T7) ...........................................12 1.07 PRE -CONSTRUCTION MEETING... .................................................................................. 6 1.08 WORK SCHEDULE...............................................................................................................6 "AIR -JETTING' OF WELL (Bid Item Nos. D9 & T9) .......................................................14 1.09 SUPERVISION AND COOPERATION...............................................................................6 MOBILIZATION AND DEMOBILIZATION OF TEST PUMP (Bid Item Nos. D10 & 1.10 TRAFFIC CONTROL.............................................................................................................7 T10).........................................................................................................................................14 1.11 TERMINATION.......................................................................................................................7 DISCHARGE FLUIDS & COMPLIANCE (Bid Item Nos. D11 & T11) ..........................15 1.12 MEASUREMENT AND PAYMENT......................................................................................7 PUMPING DEVELOPMENT (Bid Item Nos. D12 & T12) ...............................................16 PART 2 - WELL REHABILITATION PROCEDURES.......................................................... 8 2.01 MOBILIZATION AND DEMOBILIZATION (Bid Item Nos. D1 & T1) ..............................8 2.02 PUMP REMOVAL (Bid Item Nos. D2 & T2).......................................................................8 2.03 REBUILD PUMP (Bid Item Nos. D3 & T3).........................................................................9 2.04 REBUILD MOTOR (Bid Item Nos. D4 & T4)....................................................................10 2.05 INSTALL FLEXIBLE COUPLING ON DISCHARGE PIPE (Bid Item Nos. D5 & T5).11 2.06 WIRE BRUSHING AND BAILING (Bid Item Nos. D6 & T6) ..........................................11 2.07 DOWNWELL VIDEO SURVEYS (Bid Item Nos. D7 & T7) ...........................................12 2.08 CASING THICKNESS MEASUREMENT (Bid Item Nos. D8 & T8) ..............................13 2.09 "AIR -JETTING' OF WELL (Bid Item Nos. D9 & T9) .......................................................14 2.10 MOBILIZATION AND DEMOBILIZATION OF TEST PUMP (Bid Item Nos. D10 & T10).........................................................................................................................................14 2.11 DISCHARGE FLUIDS & COMPLIANCE (Bid Item Nos. D11 & T11) ..........................15 2.12 PUMPING DEVELOPMENT (Bid Item Nos. D12 & T12) ...............................................16 2.13 PUMPING TESTS (Bid Item Nos. D13, T13 & D14,T14)..............................................17 2.14 DOWNWELL FLOWMETER (SPINNER) SURVEY (Bid Item Nos. D15 & T15).......19 2.15 RE -INSTALLATION OF PERMANENT PUMP (Bid Item Nos. D16 & T16) ................19 2.16 WELL DISINFECTION (Bid Item Nos. D17 & T17)........................................................20 2.17 SITE CLEAN-UP (Bid Item Nos. D18 & T18)..................................................................21 TS -i APPENDICES Appendix 1 Figures Appendix 2 2013 Video & Spinner Surveys Appendix 3 State Well Completion Reports Appendix 4 Table 4-1 — NPDES Discharge Constituents and NPDES Discharge Permit TS -ii TECHNICAL SPECIFICATIONS WATER WELL REHABILITATION DOLPHIN SHALLOW & TAMURA SHALLOW WELLS SECTION 1 — SPECIAL CONDITIONS SC -01 LOCATION OF THE WORK The City of Newport Beach (City) owns and operates the Dolphin Shallow and the Tamura Shallow water -supply wells. Both wells are located in the City of Fountain Valley as illustrated on Figure 1, "Location Map of Well Sites," in Appendix 1. SC -02 PURPOSE OF THE WORK Video and spinner surveys conducted on both wells in September 2013 revealed a moderate amount of biological growth/encrustation of the casing walls and indicated that production has declined from certain perforation intervals, whereas other perforation intervals have shown an increase, since the wells last underwent rehabilitation in late-2008/early-2009. Thus, rehabilitation of the two wells is warranted in an effort to help remove biological growth and/or scale from each well, thereby opening the plugged perforations and regaining the production capacity of each well. SC -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. SC -04 PERMITS, CERTIFICATES, AND LICENSES Permits, certificates, and licenses requirements are set forth in the Special Provisions. SC -05 SITE CONDITIONS The Contractor shall keep each well site free from accumulations of waste materials, rubbish, and other debris resulting from the work. Debris may be contained on-site, but only in approved containers, until it is hauled away and properly disposed of at an approved disposal site. The Contractor shall provide for the disposal of surplus materials, waste products, debris, etc., and shall make all necessary arrangements for such proper disposal. Throughout all phases of work on this project, the Contractor shall maintain job site and wellhead security at each site to preclude accidental or intentional damage and/or contamination of each well and its water supply. Whenever each well site is unattended, each well casing shall be covered securely to prevent entry by animals and/or humans. The Contractor shall satisfy himself regarding all local conditions affecting his work by personal investigation, and neither the information contained in this section, nor that derived from any maps or plans, or from the City or its employees, shall act to relieve the Contractor of any responsibility herein or from fulfilling any and all of the terms and requirements of this contract. SC -06 BOUNDARIES OF WORK Work at each site is to be limited to the area inside City property. In addition, other contractors and employees or agents of the City may, for all necessary purposes, enter upon each work site and premises used by the Contractor. The Contractor shall conduct his work so as not to unnecessarily impede any work being done by others on or adjacent to each well site. The Dolphin Shallow well site is located along the north side of Dolphin Avenue in the vicinity of Valley Vista High School and Fountain Valley High School. Consequently, the Contractor will TS -1 TECHNICAL SPECIFICATIONS WATER WELL REHABILITATION DOLPHIN SHALLOW & TAMURA SHALLOW WELLS 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 each site (see Section 1.10 of the Technical Provisions). The Tamura Shallow well site is located on the west side of Magnolia Street and just west of Beachpoint Church and adjacent to its parking lot. Access to this well site is achieved through the church driveway to this parking lot from Magnolia Street. No traffic control will be needed while working at this site. SC -07 PROTECTION OF WELL SITES The Contractor shall at all times conduct rehabilitation operations in a careful manner so as to not cause undue damage to equipment, structures and other items at each well site. Types of onsite items to be protected include, but are not limited to, the following: o Pavement and walkways. o Physical and electrical infrastructure. o Storm drain channels and pipelines. o Trees, shrubbery, lawns. During the progress of the work the Contractor shall remove all bailed material, debris, and unused materials from each site. Upon completion of the work each site shall be restored as nearly as possible to its original condition, including the replacement, at the Contractor's expense, of any facilities which have been damaged beyond restoration. The Contractor is responsible for any damages to properties adjacent to each well site caused by rehabilitation and well testing activities associated with the work described herein. Water pumped from each well shall be conveyed to a place approved by the City without damage to the City or to nearby creek channels, or to adjoining properties. The Contractor shall prevent damage to each well site and to the adjacent land and nearby streets or creeks, that might result from pumping water during rehabilitation, development and testing, or due to interruption or diversion of storm water or wastewater during execution of the work. The Contractor shall adequately secure any doors/gates/fences used by him when not occupying each well site. The facilities are currently secured by City locks and devices and the Contractor shall arrange with authorized City personnel for ingress/egress to each well site. SC -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 re -connection of each well to water -supply lines and final testing with the permanent pump. Unnecessary delays or work stoppages will not be tolerated. The Contractor shall be held responsible and payment may be withheld for damages done to each well due to any cause or negligence or faulty operation by the Contractor. The equipment to be furnished for all 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 TECHNICAL SPECIFICATIONS WATER WELL REHABILITATION DOLPHIN SHALLOW & TAMURA SHALLOW WELLS SC -09 METHOD OF PAYMENT Payment for each well rehabilitation task shall be made on a monthly basis as work progresses in accordance with the bid proposal and as outlined in each bid item in the Technical Specifications. TS -3 TECHNICAL SPECIFICATIONS WATER WELL REHABILITATION DOLPHIN SHALLOW & TAMURA SHALLOW WELLS SECTION 2 — TECHNICAL PROVISIONS PART 1 — GENERAL PROCEDURES 1.01 DESCRIPTION Work under these specifications is to provide the City with water well rehabilitation services for the City -owned Dolphin Shallow and Tamura Shallow municipal -supply water wells, as specified herein. Figures 2A and 2B, in Appendix 1, illustrate the "As -Built" construction details for each well. The State Well Completion Report (driller's log) for each well is provided in Appendix 3. Work as described under these specifications includes the furnishing of all materials, labor, equipment, fuel, tools, transportation, and services for rehabilitation and testing of the two municipal -supply water wells. The work required for rehabilitation of each well includes, but is not limited to, the following tasks: o Mobilization and demobilization of personnel, pump rig equipment, and accessories to and from each site, setting up traffic control (specifically for the Dolphin Shallow Well site), obtaining the requisite permits, and providing all operating supplies. o Remove the existing motor, discharge head and pump. o Inspect and re -build the motor, pump column, pump and other accessories, as necessary. o Initiate rehabilitation by wire brushing and bailing sediment fill from the bottom of each well casing. o Perform a post -wire brushing video survey of the well to check the casing for any corrosion holes and other defects. o Use "Air -Jetting" methods (AirBurstTM, BoreBlastTm or similar methods) to remove any encrustation/scale. Care must be exercised by the Contractor when using these methods to prevent damage to the perforations of each well. o Perform a post -rehabilitation video survey in each well, following "Air -Jetting" to check the effectiveness of this method. o Install a temporary test pump and conduct pumping development (pumping and surging) for a maximum time period of 32 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, including a maximum 12 -hour step drawdown test and an approximately 48-hour long constant rate pumping test, in order to determine the new specific capacity of each well. Monitor water levels, pumping rates and sand production during these tests using a Rossum sand tester device. o Conduct a flow meter survey near the end of the pumping tests. o Provide City staff with total of all water discharged (in gallons) for all purposes. o Remove the test pump and conduct a final video survey. Following this, provide a temporary cap to secure the wellhead. o Re -install the re -built pump and motor. TS -4 TECHNICAL SPECIFICATIONS WATER WELL REHABILITATION DOLPHIN SHALLOW & TAMURA SHALLOW WELLS o Perform a final chlorination to disinfect and 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. Consequently the Contractor shall submit a list of three (3) references (including contact names and telephone numbers) for whom the Contractor has successfully completed well rehabilitation work on municipal -supply water wells. The projects must have been completed in the last three years and level of work that is equivalent to that recommended herein. The Contractor shall employ trained and experienced workmen for the execution of the 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 a progress record at each well site that are readily available for inspection during initial operations, and a record of any and all rehabilitation operations performed at each well. The Contractor shall keep records providing the following information: 1. A record of fluid types and properties of the chemicals and any other fluids or materials pumped into or siphoned from each well, if applicable. 2. Daily work logs documenting inspection, rehabilitation, and testing operations performed in each well. All measurements for depths shall be referenced to the existing grade at each well site. During well testing, all measurements shall be referenced to an arbitrary reference point established at the top of the sounding tube in each well as specified by the City's Representative. 1.04 SUBMITTALS The Contractor shall submit the following to the City and the City's Representative within 10 days following work on each well: 1. Lists of materials, fluids, and volumes used on each well. 2. Pumping development rates and durations. 3. Step drawdown and constant rate pumping records showing pumping rates, static and pumping water levels, drawdowns, specific capacities, and Rossum sand tester data. 4. Video log surveys and video log reports. 5. Casing Inspection Thickness Measurement (CITM) logs. 6. Results of all spinner log testing. 1.05 JOB CONDITIONS Special job conditions are set forth in the Special Provisions and Special Conditions sections of these specifications. TS -5 TECHNICAL SPECIFICATIONS WATER WELL REHABILITATION DOLPHIN SHALLOW & TAMURA SHALLOW WELLS i[[iZ:1♦JiG101H\to] :YAaV a Q11rb1Il:8 kkyi1WO1104 The City will conduct a pre-bid site meeting on the date and at the time specified in the "Notice Inviting Bid". Bidder attendance at this meeting is Mandatory. All bidders shall meet at each well site (see Figure 1). The purpose of the Mandatory Pre-bid Site Meeting is to acquaint prospective bidders with each well site, local physical features, site logistics, possible local obstructions, water and power sources, water disposal operations and NPDES discharge conditions, and security conditions and issues. The conditions and requirements of these Specifications will govern over any 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 -CONSTRUCTION MEETING Upon award of the contract, the City will arrange for a pre -construction meeting to be attended by the City, the City's Representative, the Contractor and his Field Superintendent/Foreman, and others whose input may be desired by the Contractor and/or City. The pre -construction meeting will be held approximately 10 days after the Contractor receives the notice of award. Following this meeting, the Contractor will meet with City personnel at the two project sites. The purposes of this meeting will be to o Establish communication and liaison between the parties, and exchange telephone numbers; o Discuss security measures to be implemented at each site; o Traffic control methods to be implemented (especially at the Dolphin Shallow Well site). o Outline the work schedule; o Describe the location and performance of noise attenuation barrier walls (if needed) and safety/security fences; o Clarify possible questionable areas of work on the project; o Finalize fluid discharge locations and requirements; o Determine point at which decisions to implement tentative operations will be made; o Discuss costs and payments/invoices and processing; o Any other subjects and submittals deemed appropriate to the project. 1.08 WORK SCHEDULE The Contractor shall adhere to the working hours set forth in Section 6-7.4 of the Special Provisions, with the exception of the constant rate pumping test, which will last for a period of approximately 48 continuous hours (maximum) at each well site. 1.09 SUPERVISION AND COOPERATION The Contractor shall provide a qualified and experienced Foreman and rehabilitation TS -6 TECHNICAL SPECIFICATIONS WATER WELL REHABILITATION DOLPHIN SHALLOW & TAMURA SHALLOW WELLS 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 each 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 City's Representative during the course of the project. 1.10 TRAFFIC CONTROL Because the work is to be conducted in the City of Fountain Valley, then the Contractor shall adhere to and follow all traffic codes/ordinances/requirements of that city. Unless otherwise instructed by that city, the Contractor shall maintain access to all public and private driveways and to all emergency vehicles and fire hydrants, if present. No road closures shall be permitted during the construction of the facilities described herein or on the plans, unless authorized by the City of Fountain Valley. Traffic control equipment shall be installed and maintained in strict conformance to any City of Fountain Valley permit requirements. All traffic control measures are to be implemented by the Contractor in accordance with Section 7-10 of the Special Provisions section of these specifications. In the City of Fountain Valley, Traffic Control permits are required when setting up traffic control devices in the public right-of-way. As such, the Contractor shall obtain an encroachment permit from the City of Fountain Valley Public Works Department for only the Dolphin Well Site be- cause equipment will need to be located within at least one of the traffic lanes at that site. No traffic control will be needed at the Tamura Well site because it is located in an off-road loca- tion. The Contractor is to comply fully with the City of Fountain Valley Traffic Control Stand- ards, Traffic Control Plan, and the latest Work Area Traffic Control Handbook (WATCH). The Contractor shall be required to install the requisite traffic control devices such as: detour patterns, delineators, barricades, k -rails, temporary striping, flagging, signing, replacement of permanent striping, and other devices required by the City of Fountain Valley to control traffic in the area of the work site, as necessary, prior to commencing work at the site. As noted by the City, if the traffic control is not setup adequately per City of Fountain standards, work at the site may be suspended until traffic control devices are properly setup. The Contractor will be re- sponsible for all costs incurred for suspension of work due to inadequate traffic control measures. Payment for all traffic control, if necessary and as required for this project, shall be included within Bid Item Nos. D1 & T1, Section 2.01, Mobilization and Demobilization, of these Technical Specifications. 1.11 TERMINATION The City reserves the right to terminate the work on each well at any time. In such an event, the Contractor will be paid for the value of his work successfully completed at the time on the basis of the unit values shown on the bid proposal documents. 1.12 MEASUREMENT AND PAYMENT Measurement and Payment details are provided in each of the bid items within the following Technical Provisions. Payment for the well rehabilitation work shall be made on a monthly basis as work progresses in accordance with the Proposal. TS -7 TECHNICAL SPECIFICATIONS WATER WELL REHABILITATION DOLPHIN SHALLOW & TAMURA SHALLOW WELLS PART 2 —WELL REHABILITATION PROCEDURES 2.01 MOBILIZATION AND DEMOBILIZATION (Bid Item Nos. D1 & T1 Mobilization and demobilization shall include the transportation of personnel, equipment, and operating supplies to and from each well site; obtaining all permits necessary to perform work at each site; obtaining an encroachment permit from the City of Fountain Valley for the Dolphin Well site (for traffic control purposes), setting up traffic control devices (for the Dolphin Well site) in accordance with the attached traffic control plan as shown on Figure 5, replacing existing permanent striping upon completion of work; establishment of portable sanitary facilities; obtaining an adequate source of fresh water from the City; and all other preparatory work at each well site required by the Contractor. The Contractor shall provide: a crane adequate for the removal and subsequent re -installation of the permanent pump; all tools, accessories, power, fuel, materials, supplies, lighting, water, and other equipment; and experienced personnel necessary to conduct efficient rehabilitation operations at each 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 each well. The City will supply the Contractor with a water supply for the work. For this temporary water service, the Contractor shall follow the procedures described in the Special Provisions Section 7-8.5 of these Specifications. The method of obtaining the water will be established at the Pre - Bid Meeting. The Contractor shall properly dispose of all wastewater and nuisance water. Discharge of fluids from rehabilitation and/or test pumping will not be permitted to flow uncontrolled offsite onto other properties. Discharge of test water will be conducted under the City's NPDES permit (in accordance with the provisions of Bid Item Nos. D11 and T11, below). At completion of the work, the Contractor shall remove all waste materials, rubbish, and debris from and about each well site as well as all tools, construction equipment, fuel tanks, machinery, temporary structures, and surplus materials. Bailed sediment and sand, etc., are to be removed from each well site and properly disposed of by the Contractor. The Contractor shall leave each well site clean and ready for use by the City. The Contractor shall restore all temporary work areas at each well site to their original condition. Measurement and Payment Payment for mobilization will be made after completion of that work and will constitute 60% of the lump sum bid item. Payment for demobilization will be made after completion of that work and will constitute the remaining 40% of the lump sum bid item. Total payment of Bid Item Nos. D1 & T1 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, traffic control permitting, measures and equipment (for the Dolphin Well site), and all other incidental items necessary for the completion of the work. 2.02 PUMP REMOVAL (Bid Item Nos. D2 & T2) The Contractor shall coordinate with City staff who will perform the disconnection of electrical wiring to the pump. The Contractor shall provide a minimum of 48 hour advance notice prior to �3 TECHNICAL SPECIFICATIONS WATER WELL REHABILITATION DOLPHIN SHALLOW & TAMURA SHALLOW WELLS pump removal. Following this, the Contractor shall remove all apparatus from each well including but not limited to: the motor, column, pump bowl assembly, strainer, Figures 3A, 3B and 4A, 4B in Appendix 1 operating curves for each well. Measurement and Payment discharge head, oil tubing, cable, line shafts, pump sounding tube(s) and airline, if present. Refer to for existing pump and motor specifications and pump Payment for pump removal will be made on a lump sum basis after completion of that work. Payment of Bid Item Nos. D2 & T2 will be made on the amount presented in the original bid item, regardless of actual cost to the Contractor and will constitute full compensation for all labor, materials, equipment, power, and all other incidental items necessary for the completion of the work. 2.03 REBUILD PUMP (Bid Item Nos. D3 & T3) Following removal of the pump, motor, column and bowls from each well, these items shall be transported to the Contractor's facility for examination and rebuilding. This work may be performed at any time following removal but must be completed prior to the completion of testing in each well. Rebuilding of the pump, pump column and bowls for each well will consist of, but not be limited to, the following tasks: o Rebuild packing box with bearing and rubber slinger. o Supply and install head shaft. o Sandblast, paint and overhaul discharge head. o Machine new top column (parallel and concentric) and reinstall into head. o Supply, install, polish and balance line shafts. o Remove and replace line shaft couplings. o Replace pipe column (160 ft for the Dolphin Shallow Well and 123 ft for the Tamura Shallow Well). o Replace pipe column couplings. o Supply and install new threaded retainers. o Disassemble pump bowls and inspect. o Supply and install new bowls. o Back file and balance impellers for new bowls. o Remove and replace bowl shafts. o Supply and install new suction pipe o Supply and install new stainless steel cone strainer o Replace landing nipple. Please refer to Figures 3A, 3B and 4A, 4B for details regarding the pump column, pump bowls and other associated equipment for each of the wells. TS -9 TECHNICAL SPECIFICATIONS WATER WELL REHABILITATION DOLPHIN SHALLOW & TAMURA SHALLOW WELLS Measurement and Payment Payment for Bid Item Nos. D3 & T3 for rebuilding of the pump (for each well) will be made after completion of that work. The work tasks listed above are for bidding purposes only. The Contractor shall submit a Schedule of Values for all tasks for this bid item. Upon examination of the pump, it may be found that not all of the tasks listed may need to be performed. Payment for Bid Item Nos. D3 & T3 will be made on actual tasks performed based on the Contractor's examination of the pump column and bowls in accordance with the Schedule of Values, which will constitute full compensation for all labor, materials, equipment, power, and all other incidental items necessary for the completion of the work. 2.04 REBUILD MOTOR (Bid Item Nos. D4 & T4) Following removal of the pump, motor, column and bowls from each well, these items shall be transported to the Contractor's facility for examination and rebuilding. This work may be performed at anytime following removal but must be completed prior to the completion of testing in each well. Rebuilding of the existing 250 hp motor for each well will consist of, but not be limited to, the following tasks: o Test, Teardown, Clean and Inspect. o Burn out stator & strip stator windings. o Sandblast stator frame. o Computer core test stator lamination. o Record data on stator windings. o Re -wire and make coils for stator with inverter duty wire. o Furnish winding material. o Insulate and rewind stator. o Connect stator winding and test. o Perform Vacuum Pressure impregnation on windings. o Dynamically balance rotor. o Replace flexible strip heaters. o Furnish new sight glasses. o Add ground rings and insulate the bearings. o Furnish new upper thrust bearings. o Furnish new guide ball bearing. o Assemble motor, test, perform vibration analysis and paint to City standard. o Epoxy dip and bake windings. o Balance the rotor. o Clean all parts. o Re -assemble TS -10 TECHNICAL SPECIFICATIONS WATER WELL REHABILITATION DOLPHIN SHALLOW & TAMURA SHALLOW WELLS Please refer to Figures 3A, 3B and 4A, 413 for details regarding the motor and other associated equipment for each of the wells. Measurement and Payment Payment for Bid Item Nos. D4 & T4 for rebuilding of the motor (for each well) will be made after completion of that work. The work tasks listed above are for bidding purposes only. The Contractor shall submit a Schedule of Values for all tasks for this bid item. Upon examination of the motor, it may be found that not all of the tasks listed may need to be performed, Payment for Bid Item Nos. D4 and T4 will be made on actual tasks performed based on the Contractor's examination of the motors in accordance with the Schedule of Values, which will constitute full compensation for all labor, materials, equipment, power, and all other incidental items necessary for the completion of the work. 2.05 INSTALL FLEXIBLE COUPLING ON DISCHARGE PIPE (Bid Item Nos. D5 &T5) Payment for Bid Item Nos. D5 and T5 shall include removing and modifying the existing discharge piping, furnishing and installing a new 12 -inch flexible coupling per the attached Figure 6 of Appendix 1, furnishing and installing restraint rings and tie rods, reinstalling the discharge piping, and painting. Measurement and Payment Payment for this bid item will be made on a lump sum basis after completion of that work. Payment of Bid Item Nos. D5 & T5 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 incidental items necessary for the completion of the work. 2.06 WIRE BRUSHING AND BAILING (Bid Item Nos. D6 & T6) The Contractor shall use a brush with stiff steel wire bristles and shall brush the entire length of the perforated section of each well casing in order to remove loose encrusting material from the walls of the casing. This wire brush shall be equal in diameter to each well casing. The attached Figures 2A and 2B show the type and approximate locations of perforations in each well. Should any residual material be left on the walls of the perforated section of each well (as observed on the initial video survey), then the Contractor will be required to repeat wire brushing of each well casing, until the casings appear clean. Should this operation be repeated, then an additional video survey, at the Contractor's expense, will be performed to confirm that each well casing has been effectively cleaned by the wire brush. After sufficient brushing, each well will be allowed to sit for a 24- to 48-hour time period. The debris will be allowed to settle to the bottom of each 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. TS -11 TECHNICAL SPECIFICATIONS WATER WELL REHABILITATION DOLPHIN SHALLOW & TAMURA SHALLOW WELLS 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 each well site for disposal by the Contractor. The Contractor will be responsible for the testing, characterization, manifesting and transporting the bailed material for proper disposal at an appropriate disposal facility. The total depth of the casing shall be measured shortly following bailing. Measurement and Payment Wire brushing and bailing for Bid Item Nos. D6 & T6 shall be paid at a unit price per -hour basis. The price shall constitute full compensation for all labor, material, equipment, and incidentals required to wire brush and bail each well for the time period designated on the bid sheet for each well. No partial payment will be allowed unless all work has been completed and accepted by the City or its Representative. 2.07 DOWNWELL VIDEO SURVEYS (Bid Item Nos. D7 & T7) The Contractor shall furnish all labor, material and equipment required to provide color video surveys of the entire casing after preparation of the water to produce clear viewing conditions. These video surveys will be performed after each of the following rehabilitation operations: o Wire brushing and bailing (Bid Item Nos. D6 & T6). o "Air Jetting" (Bid Item Nos. D9 & T9). o Removal of Temporary Test Pump (Bid Item Nos. D10 & T10). Consequently, a total of three (3) post -rehabilitation downwell video surveys shall be performed in each well. The Contractor shall also furnish all labor, material and equipment required to produce clear viewing conditions throughout each well casing. The Contractor will introduce a polymer -type flocculant into the well, followed by water through a garden hose, the water for which will be obtained from the City's distribution system. 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 during any of the surveys, additional clear water preparations shall be instituted and additional video surveys conducted until a clear video picture record is obtained. This additional 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 as directed by the City's representative. 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. TS -12 TECHNICAL SPECIFICATIONS WATER WELL REHABILITATION DOLPHIN SHALLOW & TAMURA SHALLOW WELLS Measurement and Payment Each downwell color video survey, in each well, shall be paid per each. 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. Additional video surveys will be performed at the Contractor's sole expense, if water conditions during any of the surveys are too turbid for complete observation of the well casing and additional clear water preparation will be needed. Total payment of Bid Item Nos. D7 & T7 will be made on the amount presented in the original bid item, regardless of actual cost to the Contractor and will constitute full compensation for all labor, materials, equipment, power, and all other items necessary and incidental to completion of the work. 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 each video survey is being run. 2.08 CASING THICKNESS MEASUREMENT (Bid Item Nos. D8 &T8) A Casing Inspection Thickness Measurement (CITM) survey shall be performed in each well following the post wire brushing and bailing video survey. The purpose of the CITM survey is to assess metal loss from the casing and help define the possible amounts and depths of casing thickness reduction that may have occurred since construction of each well. The CITM survey could also help to determine possible damaged areas and/or well "pitting" that would otherwise be covered by scale buildup during a visual inspection of the video survey. This information will also be useful in determining the current integrity of the casing in each well. The CITM tool uses electromagnetic waves or, more specifically, the "Remote Eddy -Current" method, to measure wall thickness in ferrous, low carbon steel (LCS), copper -bearing steel (CBS) or High Strength -Low Alloy (HSLA) steel casings. With this method, an alternating magnetic field is generated at a low frequency that is able to penetrate the steel casing but is attenuated and phase -shifted due to eddy currents; the resulting magnetic field is measured at a remote axial location. The amount of the phase -shift is related to the metal thickness and other parameters. The CITM survey of each well shall be run in the presence of the City's' Representative. The CITM survey shall become the property of the City at the time the survey is completed. The Contractor shall provide three (3) field copies of the survey for the well and five (5) final copies and in Adobe Portable Document Format (PDF) to the City on a CD/DVD at no additional cost. Measurement and Payment The CITM survey for Bid Item Nos. D8 & T8 shall be paid at a unit lump sum price. The price shall constitute full compensation for all labor, material, equipment, and incidentals required to perform a CITM survey in each well, as specified. No partial payment will be allowed unless all work has been completed and accepted by the City or its Representative. TS -13 TECHNICAL SPECIFICATIONS WATER WELL REHABILITATION DOLPHIN SHALLOW & TAMURA SHALLOW WELLS 2.09 "AIR -JETTING" OF WELL (Bid Item Nos. D9 & T9) In order to help remove scale from the inside of each well casing and to disrupt/dislodge biofilm and other types of growth from the perforations and gravel pack surrounding each well, "Air - Jetting" of each well casing shall be performed. The method consist of focusing high-pressure jets of compressed air against the inside of each well casing. The methods trademarked either as "AirBurstTm" or "BoreBlastT"'" can be used. A similar method to these, as provided by the Contractor and approved by the City, may also be used. After conducting this work, the Contractor shall conduct a color video survey of the casing per Bid Item Nos. D7 & T7. Measurement and Payment The use of either the "AirBurstTM" or "BoreBlastTM" (or similar) methods (Bid Item Nos. D9 & T9) shall be paid at the unit lump sum price for each well. The price shall constitute full compensation for all labor, material, equipment, and incidentals required to successfully complete one of these operations in each well. No partial payment will be allowed unless all work has been completed and accepted by the City's Representative. The Contractor is cautioned to conduct his technique with the utmost care. Repairs of any damage to the perforations and/or blank sections of casing in each well will be the sole responsibility of the Contractor and costs for these repairs will be borne solely by the Contractor. 2.10 MOBILIZATION AND DEMOBILIZATION OF TEST PUMP (Bid Item Nos. D10 & T10) The Contractor shall install and later remove a temporary test pump in each well. A temporary 1- to 2 -inch diameter PVC access tube shall also be installed during test pump installation in order to provide access for an electronic water level sounder and for a pressure transducer, to be installed by the City's representative during subsequent testing of the well. The existing 4 - inch diameter camera tube shall be used for the spinner survey tool. The pump shall be a deep well turbine type. The capacity of the pump shall not be less than 3,500 gpm against a total head of about 100 feet. The pump intake shall be set at approximately 170 ft below ground surface in the Dolphin Shallow well and at approximately 120 ft bgs in the Tamura Shallow well. The prime mover (motor) shall be a variable -speed type in order to perform pumping development and testing operations. An electric motor for the well is recommended and this pump can be wired into the City's existing electronic system for testing. The Contractor shall make arrangements with the City for the wiring of the test pump into this existing electronic system. The Contractor will be responsible for making all electrical connections to the test pump and shall be done with City staff present. 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 volumes in total amount of water pumped (in gallons), and flow rates in the instantaneous discharge (in gpm).The Contractor must provide City staff with the total of all water discharged for all purposes. TS -14 TECHNICAL SPECIFICATIONS WATER WELL REHABILITATION DOLPHIN SHALLOW & TAMURA SHALLOW WELLS The discharge line shall be provided with suitable equipment for sand testing, such as the Rossum Centrifugal Sand Sampler. The test pump shall be equipped with suitable throttling devices to control the rate of the pumping discharge from each well. The test pump shall not be equipped with a foot valve, which would prevent backspin and interfere with surging operations. The required pumping unit shall be capable of being operated without interruption for a period of 48 hours during subsequent aquifer testing operations After removing the test pump from each well, the Contractor shall remove any oil from the water surface within each 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. Following this, the Contractor shall schedule a final video survey for the purpose of inspecting the well, in accordance with Bid Item Nos. D7 and T7 of these Technical Specifications. Following completion of the video survey in each well, the Contractor shall provide a temporary cap and securely fasten it to the well head of each well. This cap is to be removed when the rebuilt pump and motor are replaced in each well. Measurement and Payment Installation and subsequent removal of the test pump from each well shall be paid at the unit lump sum price for Bid Item Nos. D10 & T10. The price shall constitute full compensation for all labor, material, equipment, and incidentals required to install, maintain, and remove a deep well test pump in each well. No partial payment will be allowed unless all work has been completed and accepted by the City or its Representative. 2.11 DISCHARGE FLUIDS & COMPLIANCE (Bid Item Nos. D11 & T11) This task shall include the treatment of all discharge water from each well site, 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 4. Table 4-1 in that appendix provides a complete list of the constituents that the Contractor will need to sample and submit to a State -certified laboratory for analysis. In addition, the Contractor shall also follow the provisions of Section 7- 8.6.1 under the Special Provisions, for site BMPs when discharging fluids to the local storm drain system. The Contractor will be responsible for the setup of the necessary equipment to treat and monitor the discharge, so that compliance with the NPDES permit is achieved. Such equipment may include at least one above -ground storage tanks (Baker, Rain -for -Rent, Adler or similar types). The equipment shall be arranged and the discharge shall be conducted so that the duration of discharges during any of the operations which generate water, will be continuous. Samples of the discharged water are to be collected within the first 30 minutes of each discharge. Prior to any discharge occurrence, grab samples of the fluids to be 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 the NPDES permit requirements (see Table 4-1). For the purposes of bidding, a maximum of ten (10) grab samples will be collected of the discharge by the Contractor during pumping re -development and production testing operations. TS -15 TECHNICAL SPECIFICATIONS WATER WELL REHABILITATION DOLPHIN SHALLOW & TAMURA SHALLOW WELLS If the testing detects levels exceeding constituent limits, all discharge will cease immediately and the Contractor must provide whatever additional labor, equipment, etc. are required and at no additional cost to the City, to reduce the exceeded limits to within the NPDES permit requirements. All solids/sludges generated during each well redevelopment process, if applicable, 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 shall be paid on a lump sum basis, for Bid Item Nos. D11 & T11. The price for this bid item shall be on a lump sum basis and shall constitute full compensation for all labor, material, equipment, and incidentals required to treat, transport, sample and perform the analysis of samples by a State -certified laboratory of the discharged water from each well. The use of a subcontractor to perform the treatment services is allowed. No partial payment will be allowed unless all work has been completed and accepted by City and its Representative. 2.12 PUMPING DEVELOPMENT (Bid Item Nos. D12 & T12) Perform a maximum of approximately 32 hours of pumping development of each well. Pumping development shall consist of intermittent pumping and surging of each well, beginning at an initial rate in the range of 500 to 750 gpm and continuing to successively higher rates up to the maximum capacity of the test pump. Surging shall allow water to flow back through the bowls with free backspin and through the screen openings. The procedure shall be repeated at 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 pumping rates, pumping levels, drawdowns, 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 Items Nos. D12 & T12. The price for this bid item shall be on a per hour basis and shall constitute full compensation for all labor, material, equipment, and incidentals required to develop each well by pumping for the period specified on the bid sheet. No partial payment will be allowed unless all work has been TS -16 TECHNICAL SPECIFICATIONS WATER WELL REHABILITATION DOLPHIN SHALLOW & TAMURA SHALLOW WELLS completed and accepted by the City's Representative. Any additional pumping development time, as needed to completely develop each well, shall be approved by the City and its Representative, and shall be paid at the same per -hour basis as the originally bid hours for pumping development. 2.13 PUMPING TESTS (Bid Item Nos. D13. T13& D14.T14 This item shall consist of conducting pumping tests of each 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 have qualified personnel available on a 24-hour basis during the step drawdown and constant rate pumping portions of the test, in order to assure proper operation of the pumping test equipment, and to assist in water level monitoring and monitoring of sand content. Discharge Water Discharge water shall be conveyed from the pump to the point of discharge at each well site. It is imperative to ensure that no damage by flooding or erosion is caused to the chosen drainage structure or water disposal site, or to nearby lands and/or streets. The Contractor shall provide all piping and discharge lines. The point of discharge location will be to and onsite storm drain structure. No fluids will be permitted to flow offsite uncontrolled (except to proper drainage facilities) or to properties not owned by the City. The discharge water shall meet all NPDES requirements, as outlined in Bid Item Nos. D11 and T11 of these Technical Specifications. Records The Contractor shall keep accurate records of the pumping tests of each 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: well depth and diameter, complete screen description, length and setting, a description of the measuring point and its measured height above land surface and/or mean sea level, the methods used in measuring water levels and pumping rates; and all resulting water level and pumping rate data monitored by the Contractor. The Contractor shall also keep records on the type of pumping equipment used at each well site including engines, drive components, bowls, lines, and shafts. The Contractor will keep records of operation of equipment during the test including engine rpm and horsepower, fuel use, and other essential information that will be useful in designing a pump system. Aborted Tests Whenever continuous pumping at a uniform rate has been specified, failure of pumping 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 each well has been allowed to rest for a period at least equal to the elapsed pumping time of the aborted test, except that if any three 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 TS -17 TECHNICAL SPECIFICATIONS WATER WELL REHABILITATION DOLPHIN SHALLOW & TAMURA SHALLOW WELLS 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. Bid Item Nos. D13 & T13 Step Drawdown Test Prior to starting the step drawdown test in each well, the static water level shall be measured. Each well shall be "step" tested at rates determined by the City's Representative. The step drawdown test for each well is estimated to require approximately 12 hours of continuous pumping, with each step rate being continuously pumped for 3 to 4 hours in duration. The Contractor shall operate the pump and change the discharge as directed by the City's Representative. Both a gate valve and an engine throttle shall control the 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 air -line and electric water -level sounder shall be furnished by the Contractor for water level measurements. During this test, the Contractor shall record sand content measurements at 30 -minute intervals. Bid Item Nos. D14 & T14 Constant Rate Pumping Test After a 24-hour recovery period from the end of the step drawdown test, a constant rate pumping test shall be performed as directed by the City's Representative. This test shall be run for a continuous period of 48 hours, or until the pumping level remains constant for at least 4 hours, or until the City's Representative terminates the test. A recovery period of 24 hours shall follow the termination of the constant rate pumping test, at which time the City's Representative will collect residual drawdown (recovery) data. During the constant rate pumping test, the Contractor shall also conduct the final sand content testing. The sand content shall be determined by averaging the results of samples collected at the following times during the final pumping test: 1) 5 minutes after start of the test; 2) after 1/4 of the total planned test time has elapsed; 3) after 1/2 of the time has elapsed; 4) after 3/4 of the time has elapsed; 5) near the end of the pumping test. Measurement and Payment Step drawdown testing (Bid Item Nos. D13 & T13) shall be paid at the unit price per hour. The price shall constitute full compensation for all labor, material, equipment, and incidentals required to test each 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 unit rate shown for this bid item. The constant rate pumping test (Bid Item Nos. D14 & T14) shall be paid at the unit price per hour. The price shall constitute full compensation for all labor, material, equipment, and TS -18 TECHNICAL SPECIFICATIONS WATER WELL REHABILITATION DOLPHIN SHALLOW & TAMURA SHALLOW WELLS incidentals required to test each well for a maximum test period of 48 hours. Additional or fewer pumping hours as recommended by the City's Representative will be paid for at the hourly rate shown for this bid item. The City will pay for laboratory testing of the water sample collected at the end of the constant rate pumping test. 2.14 DOWNWELL FLOWMETER (SPINNER) SURVEY (Bid Item Nos. D15 & T15) A flowmeter (spinner) survey shall be conducted downwell for the purpose of providing information on the groundwater flow into each well near the end of each constant rate pumping test. Specifically, the spinner survey shall be performed near the end of the constant rate pumping test, as directed by the City's Representative. The Contractor shall furnish services for performing the spinner survey of each well. The survey shall be run in the presence of the City's Representative. The temporary 1- to 2 -inch diameter PVC access tube installed during test pump installation will provide access to each well casing during pumping for measurement of water levels with a pressure transducer. The spinner survey shall be conducted within the existing 4 -inch diameter camera tube to the full extent of each well casing, or as directed by the City's Representative. This spinner survey shall be run after the constant rate pumping test at each well has been running under dynamic conditions for a period of at least 24 hours and after the pumping level has stabilized, which will be determined in the field by the City's Representative. Stop -count tests will also be performed, as directed by the City's Representative. Each dynamic test shall be conducted at vertical descent rates of 30, 60 and 90 feet per second, unless otherwise approved by the City's Representative. Each stop count test shall consist of two -minute readings made at 10 -foot increments, or at increments recommended by the City's Representative. The record for the test shall indicate either meter speed or percentage of total meter speed with depth. The meter used for the survey shall be calibrated within the uppermost and lowermost blank sections of each well casing. The spinner survey shall become the property of the City at the time the survey is completed. The Contractor shall provide three (3) field copies of the survey for each well to the City's Representative immediately upon completion and five (5) final copies and reproducible original at no additional cost. Calculation of flow rates and the percentage of each flow rate from each louvered casing interval shall be performed by the logging contractor and submitted to the City's Representative in tabular format. Flow meter survey measurements shall also be run on digital equipment and provided in ASCII format to the City. Measurement and Payment The flowmeter (spinner) survey at each well shall be paid at the lump sum price basis in accordance with Bid Item Nos. D15 & T15. The price shall constitute full compensation for all labor, material, equipment, and incidentals required to perform the flow meter survey in each well to the total depth of the completed well. No partial payment will be allowed unless all work has been completed and accepted by the City's Representative. 2.15 RE -INSTALLATION OF PERMANENT PUMP (Bid Item Nos. D16 &T16) This task shall include the transportation of the rebuilt pump and motor (see Bid Item Nos. D3, T3, D4 & T4) and reinstallation of all rebuilt pumping apparatus for each well, including but not TS -19 TECHNICAL SPECIFICATIONS WATER WELL REHABILITATION DOLPHIN SHALLOW & TAMURA SHALLOW WELLS limited to: the motor, discharge head, oil tubing, cable, shafting, column, bowl assembly, and strainer. The Contractor shall provide a minimum 48-hour notice to City staff prior to reinstallation of permanent pump. City staff will perform all electrical rewiring to the rebuilt pump and motor. A dilute chlorine solution, consisting of 5% active sodium hypochlorite (NaHCIO), shall be used to rinse the internal (as accessible) and external surfaces of the pump bowls, pump column and other downwell equipment or appurtenances, during installation. Further, this chlorine rinse shall also be applied to connections and piping between the pump head and the City piping system. Chlorination of the pump bowls and pump column and associated piping is necessary to help avoid the occurrence of positive BacT results in subsequent testing (see Section 2.16, below). Measurement and Payment Payment for re -installation of the permanent pump will be made after completion of the rehabilitation work. Payment of Bid Item Nos. D16 & T16 will be made on the lump sum amount presented in the original bid item, regardless of actual cost to the Contractor and will constitute full compensation for all labor, materials, equipment, power, and all other items necessary and incidental to completion of the work. 2.16 WELL DISINFECTION (Bid Item Nos. D17 &T17) Disinfection of each well will be performed after the permanent pump has been installed. This task will be performed under the direction of City staff and includes calculation of the number of gallons of water in the casing, application of the disinfectant, bacteria sampling and analysis by City Staff, until such testing yields negative bacteria test results. Well Disinfection shall utilize NaCIO, at 12% active strength, as the disinfectant and shall be delivered to the work site in original closed containers bearing the original label indicating the percentage of available chlorine. A dosage of 1 gallon of 12% active NaCIO shall be used per 1,000 gallons of water -filled casing. This total amount of NaCIO applied to the water column in the casing shall be calculated by the Contractor prior to its emplacement. The disinfecting agent shall be uniformly applied throughout the entire water column in the casing using the pump for surging without discharge. The dispersion of the disinfectant shall be assisted by pouring into the well a volume of water equal to the volume of water contained in the casing, after the disinfectant has been placed downwell. This will allow the disinfectant to flow out of the well and into the area adjacent to the perforated sections of casing. The mixing of the disinfection agent shall be conducted by surging the pump (i.e., alternately turning the pump on and off several times) and performed for a minimum of 2 hours. The pump will need to be pumped for a period of at least 15 minutes prior to sampling. Following this sample collection, the Contractor shall standby for a 48-hour minimum time period without any additional charge to the City for this period. Well disinfection will be determined to be satisfactory when the heterotrophic plate count (HPC) is less than 500 colony forming units (CFU) and negative for total/fecal 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. City Staff will provide a determination as to whether positive or negative BacT results have been obtained. All aspects of Well Disinfection will be TS -20 TECHNICAL SPECIFICATIONS WATER WELL REHABILITATION DOLPHIN SHALLOW & TAMURA SHALLOW WELLS performed under the supervision and direction of City Well Staff. Measurement and Payment Well disinfection at each well shall be paid at the unit lump sum price in accordance for Bid Item Nos. D17 & T17. The price shall constitute full compensation for all labor, material, equipment, and incidentals required to complete the work. 2.17 SITE CLEAN-UP (Bid Item Nos. D18 & T18) At completion of the work, the Contractor shall remove all waste materials, rubbish, and debris from and about each well site as well as all tools, construction equipment, fuel tanks, machinery, temporary structures, and surplus materials, and clean up each well site to its original pre -rehabilitation conditions. The Contractor shall also restore all temporary work areas to their original condition. Measurement and Payment Site cleanup at each well shall be paid at the unit lump sum price in accordance with Bid Item Nos. D18 & T18. The price shall constitute full compensation for all labor, material, equipment, and incidentals required to complete the work. TS -21 APPENDIX 1 FIGURES I I LN i ® TAMURA ar. , I WELL aFa '^^ .y, * lvyeb i a 13,2 ..= s �+' �� • '""" 3 T € fo �,•�a DOLPHIN Hai WELL 6---- SITE _SITE is I(. fixe' St AK6 0 OWL lit iF f3tg..'. YDrxve t j}{j E tE4� p y 4.�R E r N 1 a(k r 'Y� • j'�{ry,; �tl� YI}C3 er'ij� «.x.� ✓.ms`s .� N..- r L- W E ! (.,_....,.� , " 0 1500 3000 ,I �.t � S Scale (in feet) ry RICHARD C. SLADE & ASSOCIATES LLC CONSULTING GROUNDWATER GEOLOGISTS FIGURE 1 12750 VanCity Ca BiNd.9160 site zoz LOCATION MAP OF WELL SITES Studio City, CA Phone (81 Studio City Phone ( 506-0418 '�...� Napa Phone (707) 963-63- 3914 Fax (818) 506-1343 RCS Job No. 330.OGE04 March 2015 111 16" OD Low Carbon Steel Cellar Pipe with End Cap, 5/16" Wall 385' Diagram Not to Scale RICHARD C. SLADE& ASSOCIATES LLC FIGURE 2A CONSULTING GROUNDWATER GEOLOGISTS 12750 Ventura Blvd., Suite 202 "AS -BUILT" WELL DIAGRAM Studio City, CA 91604 Studioone Phone (818) DOLPHIN SHALLOW WELL 3914 Fax(818)506-1343 RCS Job No. 330-OGE04 March 2015 2" I.D. Air Vent Tube Ground Level 0 (Depth in Feet) 1' — 42" OD Conductor Borehole 36" OD Conductor Casing; 5/16' wall thickness Cement Grout for Conductor 50' - 34" Dia. Reamed Borehole OD Camera Port Sounding Tube _ Cement Grout Seal 3" OD Gravel Feed Tube 149' - Bottom of Cement Sa iop of Gravel Pack 170' 20" OD Low Carbon Steel Blank Casing, 5/16" Wall 191 201' 199' _ _ 20'x 16" Cone Reducer- Carbon Steel - 3/8" Wall 212' �� Colorado Silica Sand Gravel Pack - 6 x 12 Gradation -_ 26' Dia. Reamed Borehole 16" OD Low Carbon Steel 0.065" Slot, -= Roscoe Moss, Ful -Flo Louvered Casing -- 5/16" Wall 286, 16" OD Low Carbon Steel 306' -- Blank Casing5/16"Wall 16" OD Low Carbon Steel Cellar Pipe with End Cap, 5/16" Wall 385' Diagram Not to Scale RICHARD C. SLADE& ASSOCIATES LLC FIGURE 2A CONSULTING GROUNDWATER GEOLOGISTS 12750 Ventura Blvd., Suite 202 "AS -BUILT" WELL DIAGRAM Studio City, CA 91604 Studioone Phone (818) DOLPHIN SHALLOW WELL 3914 Fax(818)506-1343 RCS Job No. 330-OGE04 March 2015 Ground Level 0' 1, (Depth in Feet) 50' 1351- 145'- 158' 160' 170' 210' 220'- 240'- 260' 20'240'- 260' Diagram Not to Scale 383' 393' 2" I.D. fir Vent Tube 36" O.D. Conductor Casing Cement Grout for Conductor 34" Dia. Reamed Borehole 4" O.D. Camara Port Sounding Tube (at 145 ft bgs) Cement Grout Seal Bottom of Cement Seal/Top of Gravel Pack 20" O.D. Carbon Steel, Blank Casing, 5116' Wall 3" O.D. Gravel Feed Tube 20" x 16" Cone Reducer - Carbon Steel - 3/8" Wall 26" Dia. Reamed Borehole Colorado Silica Sand Gravel Pack - 6 x 12 Gradation 16" O.D. Carbon Steel 0.065" Slot, Roscoe Moss, Ful -Flo Louvered Casing 5/16" Wall 16'0.D. Carbon Steel Blank Casings/16" Wall 16" O.D. Carbon Steel Cellar Pipe With End Cap, 5/16" Wall Cement Bottom Plug CONSULTING GROUNDWATTERAGEO OGISTS FIGURE 2B Ventura12750 904 Blvd., 202 Studio City, "AS -BUILT" WELL DIAGRAM Studioho Phone Phone 96339140418 Napa TAMURA SHALLOW WELL Fax (818) 506-1343 41 3/4 0 39 3/4' I'f�ODUCTION E— 16' U 12.5' 5' - 14' 150' —A 10 Ft. sect's 12'j 58 3/4' SHOP ASSY 63 1/4' 13.25' 14,5' DATE 11-24-2008 CUSTOMER NEWPORT BEACH JOB NAME DOLPHIN WELL MOTOR H.P. 250 MFGR. U.S. R.P.M. 1760 445TP FRAME N.R.R or S.R.C. N.R.R. PHASE/CYCLE/VOLTS 3/60/460 V.H.S. or V.S.S. V.H.S. MOTOR INFO: BORE 1.9375" S/N: CD = 41.75° DISCHARGE HEAD TYPE PA SIZE 20 X 12 MATERIAL FAB, STEEL BASE PLATE SIZE tl/A MATERIAL COLUMN ASSEMBLY PIPE SIZE/LENGTH 12" 160 SHAFT SIZE/LENGTH--1-197-16 TUBE SIZE BOWL ASSEMBLY G.P.M. 2500 T.D.H. 288 MODEL14MD STGS, 3 MFGR. PEERLESS 0/L or P/L P/L MATERIALS: BOWL IRON IMP. BRZ. SHFT. 416 SS SRO. BRZ COLLET S S BOLTS S S BOWL W.R. IRON IMP. W.R. BRONZE STRAINER TYPE 12" CONE MATERIAL 316 S S OTHER WELL DIA. XX" I.D. WELL DEPTH: XXX LATERAL LIFT: 9/16 A_i:1LF uFi 5/16" AFTER FREE SPIN FULL TRIM IMPELLER #4602280 T �(r rel 1 j ACCESS PIPE 'I�`'-'T�'-=j1' SIZE 3/4" FLUSH JOINT 160-9 DRAWING NOT TO SCALE MATERIAL SCH 80 PVC 10' i GENERAL PUMP COMPANY WATERWELL & PUMP SERVICE SINCE 1952 30e CUSTOMER : NEWPORT 8Fl,CH - DOLPHIN WELL. 12" CONE oEscwPnoN STRAINER AS BUILT OUTLINE DWG. Modified from 159 No" P Ca sv.et Toro. SMNG WEIGHT DWG No. Son U., Go 91773 General Pump Company Pham; (909) 599-9606 PCS. REo'D : ONE APraovm : 10994—AB Submittal Pa (BOB) 599-8239 eY_ toR o DAT. 11_2 -09 JOB # 10994 - RICHARD C. SLADE &ASSOCIATES LLC FIGURE 3A CONSULTING GROUNDWATER GEOLOGISTS AS -INSTALLED 12750 Ventura Blvd., Suite 202 Studio City, CA 91604 PUMP DIAGRAM Sudio Phone�Napa Phone(707)(818963-3940418 DOLPHIN SHALLOW WELL Fax (818) 506-1343 orc _� .1_ a"� -,111 42 1/2' 39 1/4' II 16' 1 12.5' 3' �l 12" CONE STRAINER from Pump Company 9 /2' DATE 03-13-2009 COST ER NEWPOR BEACH JOB NAME TAMURA WELL MOTOR H.P. 250 MFGR. U.S. R.P.M. 1780 445TP FRAME N.R.R or S.R.C. N.R.R. PHASE/CYCLE/VOLTS 3/60/460 V.H.S. or V.S.S. V.H.S. MOTOR INFO: BORE 1.9375" S/N: CD =42.5" DISCHARGE HEAD TYPE P L SIZE 20 X 12 MATERIAL FAB. STEEL BASE PLATE SIZE bV MATERIAI COLUMN ASSEMBLY PIPE SIZE/LENGTH 12"160 SHAFT SIZE/LENGTH 1 15 16 TUBE SIZE A BOWL ASSEMBLY G.P.M. 2300 T.D.H. 286 MODEL 14MD STGS. 4 MFGR. PEERLESS O/L or P/L P/L MATERIALS: BOWL IRON IMP. BRZ. SHFT. 416 SS BRG. BRZ COLLET S S BOLTS 5 S BOWL W.R. IRON IMP. W.R. BRONZE STRAINER TYPE MISSING MATERIAL OTHER WELL DIA. 20" z 15O'. 16" x 35' WELL DEPTH: 354 Ft. LATERAL LIFT: 9/16 AVAILABLE LIFT 5/16" AFTER FREE SPIN IMPELLER DIA = 9 5/8 x 11 1/ ACCESS PIPE SIZE 3/4" FLUSH JOINT 160--U DRAWING NOT TO SCALE MATERIAL SCH 80 PVC M1PANY 32EN ORAL PUMP COMPANY WATERWELL & PUMP SERVICE SINCE 19,55-Z' CUSTOMER : NEWPORT SMH — TAMURA WELLIVI 139 NerN Aced" 54ee1 10M MNG WEIGHT 16.500#s '1'09"9'5 WG ND. sae Dma� ca 9 773 10995—AB PA"m: (909) 599-9508 PCS. REO'D : ONE APPROVED Fav: (909) 899-6236 aft MATE mm o3-31-09 ,)OR # 1 C19A5 RICHARD SLADE ASSOCIATES LLC CONSULTING GROUNDWATER GEOLOGISTS 12750 Ventura Blvd., Suite 202 Studio City, CA 91604 udioCNapa hoe (707)Plione(963 3904 0418 Fax(818)506-1343 FIGURE 4A AS -INSTALLED PUMP DIAGRAM TAMURA SHALLOW WELL $ $ cf•F,e � g g e ¢6 n p A .`t €ni3- ' s6 a lag K tk $ 0 4"R a's tz fie' Mall g� :01 o afr='g a $� . E € "f • c€ Y 8` g%g eB�e "." n �s`E cg 11110 o°8 $"Okpe E°E E3g6 $ $ a er ^° $• g)l"r::fr - e - So F E��3`Eg ^$ if@: a 3, 8 8`^8' .. yy3 ¢„5 €mYe E 'e- >$ z;tEe §e „€g `: E3 Sg •� gA js= zE " ,a; $$ 7391 �E eEe l j§j a €Fe : $ 5 s$ DSS g;,4 eve _Eg °$ 8 `•Eo `•" gni p y .eyISg E$ e° a°e &?ese �[ e Lr SYi: 8P M Y8 Er-n� £� �5. Sa •° Qe3®5 snS E� to ¢J.ffa 'g Ek ig eP a .i e�g'n`S E= itsS '8�'' z'F 9 _ g 4 n 4 9 n p u Nswo y ¢6 n z all 5 Mill 0 4"R a's ° afr='g a "f i - Si S:Vc Eb SEi .E'o n 'g Ek ig eP a .i e�g'n`S E= itsS '8�'' z'F 8$ ME Nil o, ME .YE��e ^ -s p�;% 11 r 6� AS �Q u` sE 4c- eL6m gii yy :1 C Kyv g ON! $c 5 EA`y gc€`g e'4 ee4 L"z=c6 g 5 S ° g: 4.:8=' cn° �.€s e`a $ sE $ xEcx` EEpR 8p ts°*gla a� c$ Oil .y's€ n- 15W E jEgs'�'FF•sP``=.tfr &° flin pa Es E.6A Am$&•>"� `°• e8 =° itS$E e9 6r, L 28E8 Q k ueuz nrwr all ns44 mE ms3:s E$ o• _ W £�W �.yy I C si A m g i is ` 6 lot .x I I II PHIg'�YB yctl $g gw 1 s8. � o '• 3 °_� s ado§ — o aka =E i EEL g d R€ s&1 I Eon s's� a FIGURE 6 WATER WELL REHABILITATION DOLPHIN AND TAMURA SHALLOW WELLS FLEXIBLE COUPLING EXHIBIT F CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT C-5981 1 03/24/2015 APPENDIX 2 2013 VIDEO & SPINNER SURVEYS Datum: a full service geophysical well logging company Video Survey Report 9649 Dolphin Street GPS: N33o 42.520' W1 17o 57.625' IMP Zero: Run No. One Truck PS -5 ]oh Ticket: 17656 Total Depth: 354 R Water Level: 85 ft SWL Oil on Water: No Amount: Dead Soace 1.75 9456 via st. ambrose 800.919.7555 daremont ca 91711 fax, • 909 399.3180 909.625.6262 w ..pacffic umeys.com Database File Dataset Pathname Presentation Format Dataset Creation Charted by 17656.db merge2 spinmerg Tue Oct 15 10:42:57 2013 Depth in Feet scaled 1:240 �3i c mAon o�v3 �.ac 1 cao 0oo rm �nc0m 3mNmN1 m �r E aNOl 30 a ro aaR�O�^p }� g:N n NAm pb2p N�� C(AGii CGvi :NO NOg Z O T p p m A m m 3 0 om MJm o m KAm Z, O = G Z (n -p fD m o� " m 3 T L, N W n TI n DDv_?. 3� a_ o S m 3 4� Scm C <D :C O N C C o .y - G W i m K a v M ON C7 0 r -D pOr r-T� N�ogn�xaqN �NZJ NZ-� W W &' W m DO ZT OO TOT� �Q 0 O �G K F cn oo -O rnm- nn D Z Z rnmo m A C D 3K D A (� o -I = O D W m Z z z = m D D C C/) m mMO a� -< '� - �zc f �o U)W v `� m zz—U) M 'p m n G7�<Z r r = n D <gy ®Z r Z m D O m C z D o23 T 0) Z m r:nm 0) m _ C/) "< m c m Z _�o 3 0 0 W <<< Fold Here>>> All interpretations are opinions based on inferences from electrical or other measurements and Pacific Surveys cannot and do not guarantee the accuracy or correctness of any interpretation, and we shall not, except in the case of gross or willful negligence on our part, be liable or responsible for any loss, costs, damages, or expenses Incurred or sustained by anyone resulting from any interpretation made by any of our officers, agents or employees. These interpretations are also subject to Pacific Surveys' general terms and conditions set out in our current Price Schedule. Comments Database File Dataset Pathname Presentation Format Dataset Creation Charted by 17656.db merge2 spinmerg Tue Oct 15 10:42:57 2013 Depth in Feet scaled 1:240 luid Veloci GPM Delta GPM 10 Fluid Velocity (fUmin) (fUmin) 0 GPM 223 135 134 132 131 122 85 60 57 46 IN GPM t': m 1 id Velocit GPM Delta GPM 0 Fluid Velocity (fttmin) 360 (fUmin) I 0 GPM 3000 --------- ------------------- -- - - ---- GPM SPINNER LOG ANALYSIS MAX FLOW RATE 2431.29 GPM Pacific Surveys PFRFORAtED PRODUC7TON 'DEPTHS ` A GPM 0/n<C�,F,FLOW .` TNICICNE$5'4 "ZONES. . GPM /FT 201-230 230-286 306-356 395.08 16% 13.62 29 753.53 31% 13.46 56 1282.68 53% 25.65 50 Fluid Velocity CPS Compared to Stop Counts Dolphin Shallow Well 120 100...— — — — — — --- —------- ----- _... -- -- ------ .. .d a CI Cps 60 cz A Stop 40 20 0 200 220 240 260 280 300 320 340 360 Depth (k) Fluid Velocity of Two Down Runs Dolphin Shallow Well 300.0 250.0 200.0 --- Fluid Velocity 150-0 -- — --- -- (ft/min) BVI —V2 100.0 --------- 50.0 0.0 200 220 240 260 280 300 320 340 360 Depth (ft) a full service geophysical well logging company Video Survey Report Tamura Shallow Well Run No. One Tru( Fountain Valley Job Ticket: 17655 California Total Depth: 367 ft Water Level: 79 ft SWL 17399 Magnolia Street Oil on Water: No Amount: GPS: N33o 42.604' W117o 58.438' Ooerator: Afoh/Abreau Datum: Top of CSG Tool Zero: Side -Scan Dead Space 1.75 ft on for Survey: Dynamic Video Guides Set @ slick 4456 via st. ambrose 8o0.919.7555 ciaremont ca 91711 fax. 909.399.3180 909.615.6161 www.pacificsumeys.com Database File Dataset Pathname Presentation Format Dataset Creation Charted by 17655.db merge2 spinmerg Mon Oct 07 12:23:03 2013 Depth in Feet scaled 1:240 r1, O fn c C1 d r r r r Arm_11 N o .o V c �T c _-I V c -I o rn o C] N O��J c3 c_ O r T 2. 0 A (n M �I r o Ana Y+. OOpp 4n m o cti c3��333�vv� r° v v �°v r05} n w n c m n C«<� n m o r o7 N -• v c N,c o B r p Z c m w m n Z 0 o T fD rn -iy c A t, mmmmm A A .T .Tb' n < a m_ro �A,a m _.� m o' �y m d c^ w3 o D ? O N� � O N4)En co m Z N� R m \dN(O N (D A� o. c=� mm m m� 0 �mm o ao T o0 D d — m >2 = c m £ 0 N OF V 1< O) a0 WNN�T� 1W1200p� O n W O -1 -� o TI --I n rDrv---�Nz�w Fmb �OD[norn N�o+mrnmpc�o o m., 00 nC7 0 C 'S 'no,00'D N Z C 0 WW 00A N N' � me A ��� A o M D T D 'll o<n000 w E (J)m n� T > D M � -U r() C W m r r p -0 -f t A o z C _ �oU) g W —z—cr, r D M U -° T n r > G g 3 ogo oMN 0zl—z Z>OM m ;UD o p r— C7 OpW 00 N z m m m Q� 0 d z 0 a o <<< Fold Here >>> All interpretations are opinions based on Inferences from electrical or other measurements and Pacific Surveys cannot and do not guarantee the accuracy or correctness of any Interpretation, and we shall not, except In the case of gross or willful negligence on our part, be liable or responsible for any loss, costs, damages, or expenses Incurred or sustained by anyone resulting from any Interpretation made by any of our officers, agents or employees. These Interpretations are also subject to Pacific Surveys' general terms and conditions set out in our current Price Schedule. Comments Database File Dataset Pathname Presentation Format Dataset Creation Charted by 17655.db merge2 spinmerg Mon Oct 07 12:23:03 2013 Depth in Feet scaled 1:240 luid Veloci GPM Delta GPM 10 Fluid Velocity (ft/min) (ft/min) 0 GPM 1 0 GPM m IA K 0+---+---1 I I I 1 1-i 1-1 1 1 1 1-1 1 -1-1 -1-i 1 1 5 1 SPINNER LOG ANALYSIS MAX FLOW RATE 2325.42 GPM Paciflc Surveys PERFORATED DEPTHS'. ,PRODUCTION 0%"OF ROW;. TH3CKNESS';;° GPM " - ZONES ; 4 GPM/Ff : ft 170-210 220-240 260-305 335-360 217.37 90/0 5.72 38 454.45 20% 22.72 20 1643.79 71% 36.53 45 9.81 0% 0.39 25 Production Profile: Tamura Shallow Well GPM0.00 200.00 400.00 600.00 500.00 1000.00 1200.00 1400.00 1600.00 1900.00 GPM/no.00 5.00 10.D0 15.00 20.00 25.00 30.00 $5.00 40.00 1 217.37 5.72 9% 45 As 22.72 20% i i 1643.79 ' 36.53 171% Ii , I 9.81 ■ PpODU+ON II., GPM 0.39■%OFFL 0% ®GPM WZONES GPM/no.00 5.00 10.D0 15.00 20.00 25.00 30.00 $5.00 40.00 1 Fluid Velocity CPS Compared to Stop Counts Tamura Shallow Well SII 90 — a so 70 A eo Cps s0 • a . C2 bstop 40 i 30 20 to 0 150 170 190 210 230 250. 270 290 310 Depth (ft) 300.0 250.0 200.0 Fluid Velacity 150.0 (ft/min) 100.0 50.0 0.0 Fluid Velocity of Two Down Runs Tamura Shallow Well 150 170 190 210 230 250 270 290 310 Depth (ft) —VI —V2 APPENDIX 3 STATE WELL COMPLETION REPORTS ORIGIN File wit D R Page of Owner's el No. Date W k gas ���n nEnd�e r Local it Agency ���'-- Permit No. (,Q_t STATE OF CALIFORNIA WELL COMPLETION REPORT Reftr, to Inruucrios Pampbla rr/ No. 500150 cast r nwMcs rvVI FIL IN 0 5 S 1 W 3 K 0 STATE WELL NO./STATION NO. Name N/����3.�e.iy 1 1 2 1 194 h a— Malin esti �'� F�.'f1'L. 1 G.S� cast r nwMcs DwR lea REV. TSD IF ADDITIONAL SPACE IS NEEDED, USE NEXT CONSECUTIVELY "ERED FORM ORIENTATION _ VERTICAL —HORIZONTAL _ANGLE —(SPECIFY) Name N/����3.�e.iy DEPTH TO FIRST WATER(FL) BELOW SURFACE Malin esti �'� F�.'f1'L. 1 G.S� �,,9ddI jJ �r !Sd[4� a OS FACEM DESCRIPTION CAtt W LL 0 TJ O N ATE Ft. to Ft. enbt ' 1, gram n7x, calor, etc. O Address City l - ,. COunty APN Book Page � Parcel �^ Wait 14 Township. Z5 Range 16 Section or Latitude NORTH Longitude 1 WEST DEG. MIN. SEC. pEG. MIN. SEC: LOCATION SKETCH—ACTIVITY�(zL) Nq0 :,woo NORTH _TlNEW WELL MODIFICATIONIREPAIR Deepen Cther(Spocity) DESTROY (DaaMere r Ili c Peo,aduraaaMMafnfals r S^ UMer "GEOCOG(CLOG% f PLANNED USE(S) to w y< (L) 3 Q W MONITORING �\ WATERSU.P.PLY// JCLlane6lit _ P.M. _ IrA9elion Mduetrul nP tj.aa���ILy,J—rC� r (1(HI 6->1 \ ( e; M — TEST WELL' • • 1 _ CATHODIC PROTEG SOUTH TION lllastrate or D«erd+s Distaste of Well from Landmarks _ OTHER (Spat9(y) such as Roads, Buildings, Fences, IN.. to. ' PLEASE BE ACCURATE & COMPLETE. DRILLING METHOD FLUID WATER LEVEL & YIELD OF COMPLETED WELL DEPTH OF STATIC ta TT WATER LEVEL (FO & DATE MEASURED ema ESTIMATED YIELD' (GPM) & TEST TYPE �S— r +, TOTAL DEPTH OF BORING (Feet TEST LENGTH (Hrs.) TOTAL DRAWDOWN _�� (FL) b TOTAL DEPTH OF COMPLETED WELL (Feet) May not be representative of a well's long-tnrrt yield CASING(S) ANNULAR MATERIAL DEPTH FROM SURFACE BORE- TYPE � HOLE — DEPTH FROM SURFACE TYPE' OTA. W _ MATERIAL/ INTERNAL GAUGE SLOT SIZE DIAMETER OR WALL IF ANY CE- SEN - FILTER PACK Note.) GRADE Dachas) THICKNESS (Inches) Ft. to FL Ft. to Ft. MEM TONRE FILL (TYPE/SIZq ATTACHMENTS (!) STATEMENT 1, the and ign d, cert' omptet d accurate to the best of my knowledge and belief. ��CEKATION G tool. Log . `fp Well Construetiop Otagrelh. (RI /'I NAME (PERSON. RM, DR OQRKMIIO (TYP MED) _ Geophysical Logs) � a Che icel Anatysa_ s ppDRESS Ory STATE 21P cherA K Signed � ATTACH ADDITIONAL INFORMATIONIF IT EXISTS. WELL DRILLER E 5310/N 57 LICENSE NMSER DwR lea REV. TSD IF ADDITIONAL SPACE IS NEEDED, USE NEXT CONSECUTIVELY "ERED FORM ORIGINAL File with DWR Page - Of I Owner's Well No. IWf Date Work Began Local Permit Agency Permit No. — STATE OF CALIFORNIA WELL COMPLETION REPORT Relee to Inrzzvnion Pamphlet Permit Date No. 500125 W I I I�11 LAnTUDE C .J/ISLV LV 4ll. LV4YY GLL VYYI n ORIENTATION (2::) L "'TICAL _ HORIZONTAL —ANGLE _ (SPECIFY) Name DEPTH TO FIRST WATER (W.) BELOW SURFACE Mail' Addr IA) Pcn_Ls14F-N'� l.A� it la DEPTH FROM SURFACE DESCRIPTION Mess yr�7e',, aw W E LOCAT ON Address LP FL to FL Describe material, grain Tiv, colaA etc City libb 30 ,�FSRanrc County —UQAPN Bookage 532R parcel Township I� w Section i 130 1 � i L 80' , KfA Latitude I NORTH Longitude. wssr DEG. MIN. SEC- DEG. MIN. SEC. LOCATION SKETCH ACTIVITY(�)— ,q 10 r)hnNORTH f NEW WELL 1YI ' MODIFICATIONrREPNR Deepen Olher(Spacity) `( m 3 X DESTROY (DeeMso ProtetluresandMefN41z Under'GEOLOGICLOG") PLANNED USE(S)- WATER SUPPLY r ew I rMN�;�f mow�Dpmatk ILA C, 40VA- Public e.n de,4C,n, IMWtbn -, t n �I �ad,•ilt^A SOUTH sRustrate or Describe tp, Fene s, Well from Landmar.6 as Roads, Buildings, Fences, IUMetc. PLEASE PLEASEDRILUNG(�'L�B,�EE�A,CCUIiATE & COMP�(LETE CATH WELL" TION _ODER (Spetly) ' bb METHOD S�. �L�� iLAI FLUID WATER LEVEL h YIELD 0 COMPLETED WELL — DEPTH OF STATIC {{^^��,,yy�� i 1 WATER LEVEL _y(�am�_�w� (F1.) A DATE MEASURED ESTIMATED YIELD *SM (GPM) A TEST TYPE TEST LENGTH . (Nra.) TOTAL DRgWDOWN (Ft.) TOTAL DEPTH OF BORING 340 (F t�/� - TOTAL DEPTH OF COMPLETED WELL (Feet) • May not be repreonr alive of a well's long-term yield. DEPTH CASINC(S) DEPTH ANNULAR MATERIAL FROM SURFACE BORE- TYPE HOLE — FROM SURFACE TYPE DIA. ,_,, MATERIAL/ INTERNAL GAUGE SLOT SIZE MATERIAL/ z z. < GRADE DIAMETER OR WALL IF ANY CE- BEN - MENT TONITE FILL FILTER PACK FI. to Ft, m v (Inches) THICKNESS (Inches) Ft. to Fl, W (-,) (TYPE/SIZE) (4) `� 39 ! ATTACHMENTS (r) RTIFICATION STATEMENT I, the under I certify that report is complete and accurate to the best of my knowledge and belle(. _ seolootc too ^ _✓ Well construction(siaywm NA%4�* NAME D (PERSON, R OR RATIO ITMU OR PRINTED) _ Geophysical Logs) A �/ r"' ' SoigWa1ter Ch mical Anatyeas SDR 5 city STATE LP Other 1_� ATTACH ADDITIONAL INFORMAT)ON IF R EXISTS. Signed WELL R.I.DREA AU ES� DAV SIG 6.57 MINSE NUMBER own ten REV r-tb IF ADDITIONAL SPACE IS NEEDED, USE NEXT CONSECUTIVELY NUMBEAtIlk FORM APPENDIX 4 TABLE 4-1 - NPDES DISCHARGE CONSTITUENTS AND NPDES DISCHARGE PERMIT TABLE 4-1 LIST OF ANTICIPATED NPDES PERMIT CONSTITUENTS TO BE SAMPLED FOR DISCHARGE OF DEVELOPMENT AND TESTING WATER CITY OF NEWPORT BEACH DOLPHIN AND TAMURA DEEP WELLS' Constituent Units(i) Minimum Frequency of Analysis Physical (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 pWL 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 are as follows: mg/L = milligrams per Liter pg/L = micrograms per Liter California Regional Water Quality Control Board Santa Ana Region ORDER NO. 118-2006-0004 Amending Order No. R8-2003-0061, NPDES No. CAG998001 As amended by Order No. R8-2005-0041 General Waste Discharge Requirements for Discharges to Surface Waters That Pose An Insignificant (De Minimus) Threat to Water Quality The California Regional Water Quality Control Board, Santa Ana Region (hereinafter Regional Board), finds that: On August 22, 2003, the Board adopted Order No. R8-2003-0061, NPDES No. CAG998001, General waste discharge requirements for discharges to surface waters that pose an insignificant (De Minimus) threat to water quality. On March 4, 2005, Order No. R8-2005-0041 amended Order No. R8-2003-0061 to allow for coverage of previously excluded groundwater related discharges and/or de minimus discharges within the San Diego Creek/Newport Bay Watershed. Coverage of these discharges under R8-2003- 0061 could be authorized provided that the discharges do not contain nitrogen, selenium or TMDL pollutants of concern at levels that pose a threat to water quality. 2. Type of discharges regulated under Order No. R8-2003-0061 did not include discharges of filter backwash water from treatment facilities. Filter backwash water from water treatment facilities discharges pose a de minimus threat to water quality. 3. It is appropriate to amend Order No. R8-2003-0061 to include discharges of filter backwash water from water treatment facilities in Finding No. I of Order No. R8-2003- 0061. 4. In accordance with Water Code Section 13389, the amendment of Order No. R8-2003- 0061, NPDES No. CAG998001 is exempt from those provisions of the California Environmental Quality Act contained in Chapter 3 (commencing with Section 21100), Division 13 of the Public Resources Code. 5. The Board has notified the dischargers and other interested agencies and persons of its intent to amend Order No. R8-2003-0061 and has provided them with an opportunity to submit their written views and recommendations. 6. The Regional Board, in a public meeting, heard and considered all 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 5 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 stone 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.; j• k. in. n. Ell Discharges from fire hydrant testing or flushing; Non -contact cooling water; Air conditioning condensate; Swimming pool drainage; Discharges resulting from diverted stream flows; Other similar types of wastes, which pose a de quality, yet technically must be regulated requirements; and minimus threat to water under waste discharge 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. La. and A. Lb as follows: 1. The discharge of wastewater shall not contain constituent concentrations in excess of the following limits: a. For types of discharges a through n as listed in Finding No. 9 of the Order: EFFLUENT LIMITATIONS APPLICABLE TO ALL RECEIVING WATERS Constituent Maximum Concentration Oil and Grease 15 mg/I Sulfides 0.4 mg/l Total Residual Chlorine 0.1 mg/l Total Suspended Solids4 75 mg/1 Total Petroleum Hydrocarbons 100 µg/1(ppb) b. The discharge of decanted filter backwash wastewater and/or sludge dewatering filtrate water from water treatment facilities (Finding No. 9.o., above), shall not contain a total suspended solids maximum daily concentration in excess of 30 mg/L. 5. Order No. R8-2003-0061, Page 13 of 14, revise Application Requirements I.2. as follows: 2. FOR A NEW DISCHARGERS: At least 60 days before the intended start of a new discharge or individual permit expiration; the discharger shall submit an application for coverage under this Order. The authorization letter from the Executive Officer is required prior to commencement of the discharge for those types of wastes covered by this permit as described in Finding No. 9. The application shall consist of the following information: 6. Monitoring & Reporting Program No. R8-2003-0061, Page 3 of 5, revise Effluent Monitoring B.2. to include B.2.a. and B.2.b. as follows: 3 Compliance shall be determined at a point before wastewater mixes with any receiving water. 4 Not applicable if all 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/1 During the first 30 minutes of each discharge and as directed by the Executive Officer, thereafter Sulfides During the first 30 minutes of Total Residual Chlorine''' Grab mg/1 " Total Suspended Solids' " Total Dissolved Solids thereafter Total Inorganic Nitrogen " " " Total Petroleum Hydrocarbons Grab mg/1 " b. For the type of discharge listed in Finding 9.o. of the Order, the following shall constitute the effluent monitoring program: Constituent Type of Units Minimum Frequency of Sam le Sampling and Analysis Flow --------- gpd Daily During the first 30 minutes of Total Residual Chlorine" 2 Grab mg/1 each discharge and as directed by the Executive Officer, thereafter Total Suspended Solids' " " " 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 5 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. Thibeault 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. CA G99800 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 cant' Cryptosporidium, it is common in both soil and untreated water. Lakes, rivers and streams can become contaminated by runoff that contains waste from infected animals. Wildlife can also contaminate water. Research shows that Cryptosporidium can be found in 97% of surface waters in the U.S. The amount of the parasite in water sources varies widely. Groundwater can, but is much less likely to, contain Cryptosporidium. Tests for Cryptosporidium are oftentimes inconclusive, costly and difficult. The other pollutant of concern from filter backwash wastewater discharges is total suspended solids. Settling of the wastewater prior to discharge normally addresses this problem. Iron and aluminum may also be discharged but there are no data available to determine reasonable potential for such constituents to be discharged at concentrations that would affect water quality. Currently, the Regional Board has adopted three individual waste discharge requirements (WDR) for discharges of filter backwash wastewater from three separate water treatment facilities. Evaluation of existing waste discharge requirements issued to water treatment facilities for discharges of filter backwash water indicate that such discharges could also be regulated under the general permit Order No. R8-2003-0061. The individual WDRs regulating the water treatment plant filter backwash wastewater include effluent limitations for total suspended solids, total dissolved solids, and total residual chlorine. The WDRs for one facility include an effluent limit for turbidity. Recently, Board staff received three new applications for waste discharge requirements from three water treatment facilities for filter backwash wastewater discharges into surface waters. Filter backwash water discharges pose an insignificant threat to water quality. Specifically for filter backwash wastewater discharges, the proposed amended Order does not include effluent limits for Cryptosporidium but does include a maximum daily effluent total Amending Order No. R8-2006-0004 Amending Order R8-2003-0061, NPDESNo. 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: This general permit regulates de minimus discharges (as listed :n Finding 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. pttl Constructioii-.dewatering ,wastes; :(except storm.water dewatering at cons tri e6o sites) b. Wastes associated with well installation, development;=`test pumping and purging; C. Aquifer testing wastes; d. Dewateringwastes from subterranean seepage, except far -"discharges from utility company vaults; e. Discharges resulting' from,. hydrostatic testing- of vessels; pipelines, tanks, etc.; f Discharges -resulting tfrom the maintenance"of potable water supply pipelines, tanks, reservoirs, etc:; g. Discharges"resu'lting from the ,dis nfection' of potable water supply pipelines,"tanks, reservoirs, etc; h. Disepha ges:frourpotabtp,water supply systems resulting from system Discharges from fire -hydrant testing -of flushing; j. Non-cmciaci cooling water; k. Air"cmiditioning condensate; L Swimmiug'pool drainage; UL Discharges resulting from diverted stream flowsi Amending Order No. R8-2006-0004 Amending Order R8-2003-0061, NPDESNo.. CAG99800 De Minimus permit Staff Report Page 4 of 8 n. Other similar types of wastes that pose a de minimus threat to Water quality, yet technically ,must„be regulated under waste discharge requirements; and rr - 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. -1 , 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. 3- 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: 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/1 Sulfides 0.4 mg/l Total Residual Chlorine3 0.1 mg/l Total Suspended Solids4 75 mg/1 Total Petroleum Hydrocarbons 100 pg/1(ppb) Amending Order No. R8-2006-0004 Amending Order R8-2003-0061, NPDES No. CAG99800 De Minimus permit Staff Report Page 5 of 8 b. The discharge oV decantedfilter backwash wastewater andlor: sludge dewatering filtrate water from water treatmentfacilities (Finding No. 9,o., above), shall not contain a total suspended solids maximum daily concentration in excess of 30 mg/!,. 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. -174. 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: a. - For types of discharges' a through n aslisted'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' 2 Total Suspended Solids Total Dissolved Solids " Total Inorganic Nitrogen " Total Petroleum Hydrocarbons Grab mg/1 " Amending Order No. R8-2006-0004 Amending Order R8-2003-0067, NPDES No. CA G99800 De Minimus permit Staff Report Page 6 of 8 6 For the type of discharge lis ted ,"in Finding 9.o. of the Order;, the following shall constitute the effluent monitoring program: Constituent Type of Sam le units Mini Minimum Frequency`of lin `and Anal sis Flow — gpd Daily Total Residual Chlorine''z Grab mglt During the first 30 minutes of each discharge and as directed by the Executive Officer, thereafter TotaLSuspended'Solids' If It Aluminum (See note i below) itµg/l (ppb) Iron (See note I below) If if 1VIanganese (See note I below) 1° Note 1: For analysis of these `eanstituents, the, "Discharger shall nse the following reporting detection levels: Aluminum -;(50 ug/L); Iron (190 ug/L); and A 'R ese (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 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 R8-2003-0061, NPDES No. CA G99800 De Minimus permit Staff Report IV. INFORMATION AND COPYING: Persons wishing further information may write to the above address or call J. Shami of the Regional Board at (951) 782-3288. Copies of the application, proposed waste discharge requirements, Fact Sheet, and other documents (other than those which the Executive Officer maintains as confidential) are available at the Regional Board office for inspection and copying between the hours of 9:00 a.m. and 3:00 p.m., Monday through Friday (excluding holidays). V. REGISTER OF INTERESTED PERSONS: Any person interested in a particular application or group of applications may leave his/her name, address, and phone number as part of the file for an application. VI. PUBLIC HEARING: The Regional Board will hold a public hearing regarding the proposed waste discharge requirements as follows: DATE: January 18, 2006 TIME: 9:00 a.m. PLACE: City Council Chambers of Loma Linda 25541 Barton Road Loma Linda RECOMMENDATION: Adopt Order No. R8-2006-0004, amending Order No. R8-2003-0061, NPDES No. CAG998001, as presented. Comments were solicited from the following agencies: U.S. Environmental Protection Agency, Permits Issuance Section (WTR-5) - Doug Eberhardt U.S. Army District, Los Angeles, Corps of Engineers - Regulatory Branch U.S. Fish and Wildlife Service - Carlsbad State Water Resources Control Board, Office of the Chief Counsel — Jorge Leon State Water Resources Control Board, Division of Water Quality - James Maughan State Department of Water Resources - Glendale State Department of Fish and Game — Los Alamitos State Department of Health Services, Santa Ana - Cor Shaeffer State Department of Health Services, San Bernardino - Sean McCarthy State Department of Health Services, San Diego - Steven Williams Orange County Public Facilities and Resources Department - Chris Crompton Orange County Health Care Agency - Seth Daugherty 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) MIKE RYAN RALPH J. McCAFFREY ERNIE BERNARD ALL AMERICAN ASPHALT ANAHEIM, CITY OF— PUBLIC UTILITIES ARIZONA PIPELINE COMPANY P.O. BOX 2229 201 S. ANAHEIM BLVD, STE 601 1955 SAMPSON AVENUE CORONA, CA 92878-2229 ANAHEIM, CA 92805 CORONA, CA 92879-6006 JOHN ZIMMERER BAKERSFIELD WELL & PUMP CO. 7212 FRUITVALE AVENUE BAKERSFIELD, CA 93308 STEVEN SCHINDLER BIG BEAR AREA REG. WW. AGENCY PO BOX 517 BIG BEAR CITY, CA 92314 GRACE PINA-GARRETT CALTRANS — DISTRICT 12 3337 MICHELSON DRIVE, CN3B0 IRVINE, CA 92612-1699 PAULJOHNSON CANYON LAKE PROPERTY OWNERS 31512 RAILROAD CANYON ROAD CANYON LAKE, CA 92587 TOM O'NEILL CHINO BASIN DESALTER AUTHORITY 11201 HARREL STREET MIRA LOMA, CA 91752 THOMAS K. CLARKE COLTON, CITY OF 650 N. LA CADENA DRIVE COLTON, CA 92324 JOHN VEGA CUCAMONGA VALLEY WATER DIST. P.O. BOX 638 RANCHO CUCAMONGA, CA 91729-0638 CHARLES J. BUTCHER BEAUMONT-CHERRY VALLEY W.D. 560 MAGNOLIA AVENUE BEAUMONT, CA 92223-2256 MICHAEL PERRY/SCOTT HEULE BIG BEAR LAKE, CITY OF P.O. BOX 1929 BIG BEAR LAKE, CA 92315 CAROLE SANDERS CALTRANS — DISTRICT 8 355 N. SHERIDAN STREET CORONA, CA 92402 MIKE HASLAM, DIV MGR BEYLIK DRILLING, INC. 555 S. HARBOR BLVD LA HABRA, CA 90631 JAMES BIERY BUENA PARK, CITY OF 6650 BEACH BOULEVARD BUENA PARK, CA 90622-5009 PAUL GONZALES CALTRANS — DISTRICT 8 # 117 PO BOX 231 SAN BERNARDINO, CA 92402 CHRISTINE JONES CEMEX 430 N. VINEYARD, SUITE 500 ONTARIO, CA 91764-4463 PATRICK GLOVER CHINO, CITY OF 13220 CENTRAL AVENUE CHINO, CA 91710 DENNIS E. STOCKTON CORA CONSTRUCTORS 74885 JONI DRIVE, SUITE 4 PALM DESERT, CA 92260 FRANK SHARREN CYPRESS GOLF CLUB, LLC 4921 KATELLA AVENUE LOS ALAMITOS, CA 90720 DONALD R. HOWARD DALE HEVERNAN DONALD R. HOWARD CONSULTING ENG EAST ORANGE CO. WATER DISTRICT 599 S. BARRANCA AVENUE, #573 185 N. MC PHERSON ROAD COVINA, CA 91723 ORANGE, CA 92869 JOHN DALTON CHEVRON PRODUCTS COMPANY 145 S. STATE COLLEGE BLVD. BREA, CA 92822 JEREMYJUAREZ COUCH CONSTRUCTION 1590 FRANCISCO STREET TORRANCE, CA 90501 MARSHALL RACINE CORONA, CITY OF 730 CORPORATION YARD WAY CORONA, CA 928800 DALE SCHEFFLER D.J. SCHEFFLER, INC. 2500 W. POMONA BLVD. POMONA, CA 91768-3218 PAUL DOLTER EAST VALLEY WATER DISTRICT P.O. BOX 3427 SAN BERNARDINO, CA 92413 ANTHONY PACK DUANE E. COOK RENZO MARIN EASTERN MUNICIPAL WATER DISTRICT ECOLOGY CONTROL INDUSTRIES EL TORO WATER DISTRICT P.O. BOX 8300 19500 NORMANDIE AVENUE PO BOX 4000 PERRIS, CA 92572-8300 TORRANCE, CA 90502 LAGUNA HILLS, CA 92654.4000 COREY EVANS JIM LAUGHLIN STEVEN CORDILLA EL -CO CONTRACTORS, INC. ELSINORE VALLEY MWD ELSINORE WATER DISTRICT 1995 NOLAN STREET P.O. BOX 3000 16899 LAKESHORE DRIVE SAN BERNARDINO, CA 92407 LAKE ELSINORE, CA 92531.3000 LAKE ELSINORE, CA 92530 JOHN MILLER EQUILON COLTON TERMINAL 2307 S. RIVERSIDE DRIVE BLOOMINGTON, CA 92316 WENDALL BRADFORD FOOTHILL ENG & DEWATERING, INC. 905 E. THIRD STREET CORONA, CA 92879 BEN PERALTAfLARRY SEARS FULLERTON, CITY OF 303 W. COMMONWEALTH AVENUE FULLERTON,CA 92832 TIA MILLER HEMET MFG. COMPANY 170 E. OAKLAND AVENUE HEMET, CA 92543 RICHARD W. ATWATER INLAND EMPIRE UTILITIES AGENCY 6075 KIMBALL AVE, BUILDING A CHINO, CA 91710 MIKE LOVING IRVINE, CITY OF ONE CIVIC CENTER PLAZA IRVINE, CA 92623-9575 MIKE JUDD LAYNE CHRISTENSEN COMPANY 11001 ETIWANDAAVENUE FONTANA, CA 92337 GREG SNYDER LOMA LINDA, CITY OF 25541 BARTON ROAD LOMA LINDA, CA 92354 SAULFLOTA EXXON MOBIL - ATWOOD TERMINAL 1477 N. JEFFERSON STREET ANAHEIM, CA 92807 CLINT GRANATH FOREST LAWN MEMORIAL PARKS PO BOX 1151 GLENDALE,CA 91209 ZACHARY BARRETT GARDEN GROVE, CITY OF 13802 NEWHOPE STREET GARDEN GROVE, CA 92643 EDWARD L.STARNER HEMET, CITY OF 3777 INDUSTRIAL AVENUE HEMET. CA 92545 JAMES J. LORMAN, JR. IRVINE COMPANY 550 NEWPORT CENTER DRIVE NEWPORT BEACH, CA 92660 CAROL MCGREEVY JURUPA COMMUNITY SERVICES DIST 11201 HARREL STREET MIRA LOMA, CA 91752 CAROL A. YUGE LOCKHEED MARTIN CORP. 2550 N. HOLLYWOOD WAY, SUITE. 301 BURBANK, CA 91505 BILL STAFFORD, GENERAL MGR MARYGOLD MUTUAL WATER CO 9725 ALDER AVENUE BLOOMINGTON, CA 92316 RICH GUERRERO FLEETWORD MOTOR HOMES OF CA 5300 VIA RICARDO STREET RIVERSIDE, CA 92517 STEVEN M.HAUERWAAS FOUNTAIN VALLEY, CITY OF 17300 MT. HERRMANN STREET FOUNTAIN VALLEY, CA 92708 ED MOUNTFORD HEARTHSIDE HOMES, INC. 6 EXECUTIVE CIRCLE, SUITE 250 IRVINE, CA 92614 HOWARD D. JOHNSON HUNTINGTON BEACH, CITY OF P.O. BOX 190 HUNTINGTON BEACH, CA 92648 KEN THOMPSON IRVINE RANCH WATER DISTRICT PO BOX 57000 IRVINE, CA 92619-7000 JOHN LONCAR LAKE HEMET WD PO BOX 5039 HEMET, CA 92544-0039 DONNA GURULE LOMA LINDA UNIVERSITY 25027 MOUND STREET LOMA LINDA, CA 92354 KURT SNYDER MAZDA NORTH AMERICA OPERATIONS 7755 IRVINE CENTER DRIVE IRVINE, CA 92618 BOB MCVICKER ROBERT TOCK RUSSELL KOELSCH MESA CONSOLIDATED WATER DIST MONTE VISTA WATER DISTRICT MOUNTAINVIEW POWER COMPANY 1965 PLACENTIA AVE 10575 CENTRAL AVENUE 25770 SAN BERNARDINO ROAD COSTA MESA, CA 92627 MONTCLAIR, CA 91763 SAN BERNARDINO, CA 92408 JOHN E. CLARKIGEORGE MUSE LARRY LAWRENCE TIM DEUTSCH MWD OF SOUTHERN CALIFORNIA NESTLES WATERS NORTH AMERICA NEWPORT BEACH, CITY OF PO BOX 54153 5772 JURUPA STREET PO BOX 1768 LOS ANGELES, CA 90054-0153 ONTARIO, CA 91761 NEWPORT BEACH, CA 92658-8915 YVONNE ELLIOTT- ENGINEERING ONTARIO, CITY OF 303 EAST B STREET ONTARIO, CA 91764-4196 GREG GILBERT ORANGE COUNTY FIRE PROTECTION 137 W. BRISTOL LANE ORANGE, CA 92865.2605 STEVEN SMITH ORANGE, CITY OF 300 E. CHAPMAN ORANGE, CA 92866 ROBERT REITENOUR OPUS WEST CONST. CORP. -IRVINE 2020 MAIN STREET, SUITE 800 IRVINE, CA 92614 BLAKE ANDERSON ORANGE COUNTY SANITATION DIST PO BOX 8127 FOUNTAIN VALLEY. CA 92728-8127 MARK REESE PACIFIC TERMINALS, LLC 5900 CHERRY AVENUE LONG BEACH, CA 90805 ERNIE MARSTELLER PAUL BREWER PIERCE BROS. CRESTLAWN MEMORIAL RAYTHEON COMPANY 11500 ARLINGTON AVENUE PO BOX 3310, MS TC16/6108 RIVERSIDE, CA 92505 FULLERTON, CA 92634 PETER FOX RIALTO, CITY OF 150 SOUTH PALM AVENUE RIALTO, CA 92376 STEVEN W.APPEL RUBIDOUX COMM. SERVICES DIST PO BOX 3098 RUBIDOUX, CA 92519-3098 ROBERT REITER SAN BERNARDINO VALLEY MWD 1350 SOUTH "E" STREET SAN BERNARDINO, CA 92408-2725 J. ARNOLD RODRIGUEZ SANTA ANA RIVER WATER COMPANY PO BOX 61 MIRA LOMA, CA 91752-0061 DON HOUGH RIVERSIDE HIGHLAND WATER CO. 1450 E. WASHINGTON STREET COLTON, CA 92324 E. LYLE FERGUSON RUNNING SPRINGS WATER DISTRICT PO BOX 2206 RUNNING SPRINGS, CA 92382 W. WILLIAM BRYDEN SAN BERNARDINO, CITY OF -WATER P.O. BOX 710 SAN BERNARDINO, CA 92402-0710 JOE GRINDSTAFF SANTA ANA WATERSHED PROJECT AU 11615 STERLING AVENUE RIVERSIDE, CA 92503 CHRIS CROMPTON ORANGE CO. R&DMD PO BOX 4048 SANTA ANA, CA 92702-4048 NIRA YAMACHIKA ORANGE COUNTY WATER DISTRICT PO BOX 8300 FOUNTAIN VALLEY, CA 92728-8300 JASON PAULUS PAULUS ENGINEERING, INC. 2871 EAST CORONADO ANAHEIM, CA 92806 GARY PHELPS REDLANDS, CITY OF PO BOX 3005 REDLANDS, CA 92373 LUCINDA NORRIED RIVERSIDE, CITY OF -PUBLIC UTIL 2911 ADAMS STREET RIVERSIDE, CA 92504 RAY W ELLINGTON SAN ANTONIO WATER COMPANY 139 NORTH EUCLID AVENUE UPLAND, CA 91786 DAN ARRIGHI SAN GABRIEL VALLEY WATER CO. PO BOX 6010 EL MONTE, CA 91734-2010 CARL BALLARD SANTIAGO AQUADUCT COMMISSION PO BOX 57000 IRVINE, CA 92619-7000 ANDREW TAYLOR CHRIS WEBB TIM DE TURK SBC SEAL BEACH, CITY OF SERRANO WATER DISTRICT 2600 CAMINO RAMON, ROOM 3E000 211 EIGHTH STREET 18021 E. LINCOLN STREET SAN RAMON, CA 94583 SEAL BEACH, CA 90740.6379 VILLA PARK, CA 92861 ARVID JOHNSON GEORGE JORRITSMA RON GREEN SHARONDALE MESA HOMEOWNERS SOUTH MESA WATER COMPANY SOUTHERN CALIFORNIA GAS CO, LA 9525 SHARON WAY 391 WEST AVENUE L BOX 3249 M.L. 20G1 CALIMESA, CA 92320 CALIMESA, CA 92320 LOS ANGELES, CA 90051-1249 TOBYB.MOORE SOUTHERN CALIFORNIA WATER CO. 1920 CORPORATE WAY ANAHEIM, CA 92801 JACK FANCHER U.S. FISH & WILDLIFE SERVICE 6010 HIDDEN VALLEY ROAD CARLSBAD,CA 92009 JOE CALPINO WESTERN HEIGHTS WATER COMPANY 32352 AVENUE'D' YUCAIPA, CA 92399 HENRYJOHNSON TOSCO CORP. PO BOX 2628 SANTA FE SPRINGS, CA BRIAN A. RAGLAND TUSTIN, CITY OF 300 CENTENNIAL WAY 90670 TUSTIN, CA 92780 PAUL CORN UNITED STORM WATER, INC. 14000 E. VALLEY BLVD. #B CITY OF INDUSTRY, CA 91746 JEFFREY D. SIMS WESTERN M.W.D. PO BOX 5286 RIVERSIDE, CA 92517-5286 BILL HOULIHAN VALLEY CREST GOLF MAINTENANCE 430 N. GILBERT STREET ANAHEIM, CA 92801 MARINA W EST WESTMINSTER, CITY OF 8200 WESTMINSTER BLVD. WESTMINSTER, CA 92683 AMANDO BAUTISTA LEON DE LOS REYES JOSEPH B. ZOBA YEAGER SKANSKA YORBA LINDA WATER DISTRICT YUCAIPA VALLEY WATER DISTRICT 1995 AGUA MANSA ROAD P.O. BOX 309 P.O. BOX 730 RIVERSIDE, CA 92509 YORBA LINDA, CA 92885-0309 YUCAIPA, CA 92399-0730