Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
C-9328-1 - Water Well Rehabilitation Tamura Deep
CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949 644-3005 1 949 644-3039 FAX newportbeachca.gov/cityclerk January 24, 2025 General Pump Company, Inc. Attn: Mr. Peter Brooks 159 North Acacia Street San Dimas, CA 91773 Subject: Water Well Rehabilitation Tamura Deep Contract No. 9328-1 Dear Mr. Peter Brooks: On November 19, 2024, 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 November 20, 2024, Reference No. 2024000304310. Enclosed is the released Labor & Materials Payment Bond. Sincerely, Leilani I. Brown, MMC City Clerk Enclosure EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 7901148144 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 Installation of new stainless steel lines and rehabilitation of the Tamura Deep Water Well 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, Nationwide Mutual Insurance Company 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 Eight Hundred Seventeen Thousand Twenty Four Dollars ($817,024.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. General Pump Company, Inc. Page A-1 And Surety, for value received, hereby stipulates and agrees that no, change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications, In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 31.st day of October , 2023 . General Pump Company, Inc. Name of Contractor (Principal) Nationwide Mutual Insurance Company Name of Surety 100 Locust Street, Dept 2006 Des Moines, IA 50391-2006 Address of Surety (860) 430-3326 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date:—!, 1 / vqZZ- : BY A n C. Harp Ci y Attorney i94? 1h i � Authorized Sig ture/Title mil► Authorized Agent Signature _Matthew Cocco, Attorney -in -Fact Print Name and Title j *;SEAL *� I NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED General Pump Company, Inc. Page A-2 CALIFORNIA 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 County of LE b8 Pis On kk I D k 6 2?, before me, Vltivi CI>V rtl we CU�r,(D N 6knnj Q L+.'Ol•1 i; Date AA Here Insert Name and Title of the O icer personally appeared 1 4iyoe .1 a rt, G Nome(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument 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 _ Q laws of the State of California that the foregoing AMYCNARUNEsorc4o paragraph is true and correct. Notary Public - C/NfOrnlii LOSAWinCommission x24 6"1 WITNESS my hand and official seal. rrty caeo- Ergns Fab 16, 8e89 Signature Place Notary Seal and/or Stamp Above Signatu e of Notary Public 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: 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: ©2019 National Notary Association Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: 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 QA5fJ Connecticut County of Hartford } ss. On October 31 , 20 23 before me, Aiza AnderGon Notary Public, personally appeared Matthew Cocco , who 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. AIZA ANDERSON NOTARY PUBLIC - CT 153320 MY COMMISSION EXPIRES DEC. 31, 2023 1. Signature (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 11/20/24, 3:38 PM Batch 18371825 Confirmation RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Recorded in Official Records, Orange County Hugh Nguyen, Clerk -Recorder II 1111 II III IIII I I III I III II IIII I�II I I III III NO FEE *$ R 0 0 1 5 2 6 2 6 3 4 $ * 2024000304310 3:21 pm 11/20/24 90 CR-SC06 N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.000.000.00 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., from San Dimas, California, as Contractor, entered into a Contract on 09/21/2023. Said Contract set forth certain improvements, as follows: Water Well Rehabilitation Tamura Deep Contract No. 9328-1 Work on said Contract was completed, and was found to be acceptable on November 19, 2024, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Nationwide Mutual Insurance. BY avid We b, ruAKc Works Director City of Newport Beach VERIFICATION certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on )v/`U. W) , at Newport Beach, California. BY Leilani I. Brown, Cit Clerk �4/pORNN https://gs.secure-erds.com/Batch/Confirmation/18371825 5/5 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., from San Dimas, California, as Contractor, entered into a Contract on 09/21 /2023. Said Contract set forth certain improvements, as follows: Water Well Rehabilitation Tamura Deep Contract No. 9328-1 Work on said Contract was completed, and was found to be acceptable on November 19, 2024, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Nationwide Mutual Insurance. David Webb, Pubic Works 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 �OV p at Newport Beach, California. BY Leilani I. Brown, City Clerk NLIPORN% __1 �J c� CITY OF NEWPORT BEACH v NOTICE INVITING BIDS Sealed bids shall be submitted electronically via PlanetBids to office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 By 10:00 AM on the 27th day of July, 2023, at which time such bids shall be opened and read for WATER WELL REHABILITATION TAMURA DEEP Contract No. 9328-1 Project No. 24W15 $-1,100,000 Engineer's Estimate Approved James M. Houlihan eputy PWD/City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Plans via PlanetBids: http://www.planetbids.com/portal/portal.cfm?CompanVID=22078 Bidders are required to attend a Mandatory Pre -Bid Meeting at the project site (17399 Magnolia St, Fountain Valley, CA 92708) on July 18t', 2023 at 2:00 PM Hard copy plans are available via Mouse Graphics at (949) 548-5571 659 W. 19th Street, Costa Mesa, CA 92627 Contractor License Classification(s) required for this project: "C-57" For further information, call Ben Davis, Project Manager at (949) 644-3317 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: his://www.newportbeachca.gov/qovernment/data-hub/online-services/bids-rfps-vendor- registration City of Newport Beach WATER WELL REHABILITATION TAMURA DEEP Contract No. 9328-1 TABLE OF CONTENTS NOTICE INVITING BIDS..........................................................................................Cover INSTRUCTIONS TO BIDDERS......................................................................................3 BIDDER'S BOND............................................................................................................ 6 DESIGNATION OF SUBCONTRACTOR(S)................................................................... 9 TECHNICAL ABILITY AND EXPERIENCE REFERENCES ............................................ 9 NON -COLLUSION AFFIDAVIT..................................................................... 13 DESIGNATION OF SURETIES...................................................................... 14 CONTRACTOR'S INDUSTRIAL SAFETY RECORD .................................................... 15 ACKNOWLEDGEMENT OF ADDENDA....................................................................... 18 INFORMATION REQUIRED OF BIDDER..................................................................... 19 NOTICE TO SUCCESSFUL BIDDER........................................................................... 21 CONTRACT.................................................................................................................. 22 LABOR AND MATERIALS PAYMENT BOND ............................................. Exhibit A FAITHFUL PERFORMANCE BOND........................................................... Exhibit B INSURANCE REQUIREMENTS................................................................. Exhibit C PROPOSAL.............................................................................................................. PR-1 SPECIAL PROVISIONS............................................................................................ SP-1 2 City of Newport Beach WATER WELL REHABILITATION TAMURA DEEP Contract No. 9328-1 INSTRUCTIONS TO BIDDERS 1. The following documents shall be completed, executed, uploaded and received by the City Clerk via PlanetBids in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND (Original copies must be submitted to the City Clerk's Office in Sealed Envelope) DESIGNATION OF SUBCONTRACTORS ACKNOWLEDGEMENT (Subcontractor information to be submitted via PlanetBids) 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; Contractor shall confirm via PlanetBids) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL ACKNOWLEDGEMENT (Line Items to be completed via PlanetBids) The City Clerk's Office will open and read the bid results from PlanetBids immediately following the Bid Opening Date (Bid Due Date.) The Bid Results are immediately available to the public via PlanetBids following the Bid Opening Date (Bid Due Date). Members of the public who would like to attend this reading may go to Bay E, 2nd Floor of the Civic Center (Located at 100 Civic Center Dr.) 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. Original copies must be submitted to the City Clerk's Office. 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. 3. 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. Original, sealed copies must be submitted to the City Clerk's Office by the Bid Opening Date (Bid Due Date.) The title of the project, Contract Number and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 4. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 5. 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, 3 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. 6. 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. 7. 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. 14. Pursuant to Public Contract Code section 9204, for any demand by contractor, whether on behalf of itself or a subcontractor that lacks privity of contract with the City but has requested that contractor proceed on its behalf, sent by registered mail or certified mail return receipt requested for a time extension, payment by the City for money or damages arising from work done by, or on behalf of, the contractor and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled, or for payment of an amount that is disputed by the City, the following is a summary of the claims resolution process to be applied: A. The City shall review the claim and, within 45 days, shall provide a written statement identifying the portions of the claim that are disputed and undisputed. This time period may be extended by mutual agreement. The claimant shall furnish all reasonable documentation to support the claim. If the City needs approval from its City Council to 19 provide the written statement and the City Council does not meet within the prescribed time period, the City shall have up to 3 days following the next regular meeting of the City Council to provide the written statement. Payment of the undisputed portion of the claim shall be made within 60 days after the City issues its written statement. B. If the claimant disputes the City's written statement or if the City does not issue a written statement in the prescribed time period, the claimant may demand in writing an informal meet and confer conference, which shall be scheduled within 30 days of receipt of claimant's demand. C. Within 10 business days of the meet and confer conference, if a dispute remains, the City shall provide a written statement identifying the portion of the claim that remains in dispute and the undisputed portion. The City shall pay any remaining amount of the undisputed portion within 60 days. Any disputed portion of the claim shall be submitted to nonbinding mediation or similar nonbinding process, with the City and claimant sharing the costs equally and agreeing to a mediator within 10 business days. If the parties cannot timely agree on a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate the remaining disputed portion. If mediation is unsuccessful, any remaining disputed portion shall be addressed using procedures outside of Public Contract Code section 9204. D. Failure by the City to meet the time requirements herein shall result in the claim being rejected in its entirety and shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. The signature below represents that the above has been revieweGb 496765; Eng A, C57, C61/D21 /7Af 11�)7� Contractor's License No. & Classification Aut orized Signa r !Title 1000002769; Exp. 06/30/2026 08/15/2023 DIR Registration Number & Expiration Date Date General Pump Company, Inc. Bidder 5 Fedex delivered to City Clerk's Office on 08/14/2023 City of Newport Beach WATER WELL REHABILITATION TAMURA DEEP Contract No. 9328-1 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of Ten Percent of the Bid Amount 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 TAMURA DEEP, Contract No. 9328-1 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 27th day of July , 2023. General Pump Company, Inc. AVP, P..4 tip�- Name of Contractor (Principal) Authoriz Signature/Title Nationwide Mutual Insurance Company Name of Surety 1100 Locust Street, Dept. 2006 Des Moines, IA 50391-2006 Address of Surety 860-430-3315 Telephone Authorized Agent Signature Matthew Cocco, Aftomey-in-Fact Print Name and Title i `AIi 0 Ok ;SEAL:.► maw.. •. (Notary acknowledgment of Principal & Surety must be attached) C: CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 's-. ; - - 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 1 County of J} On PMu16T 11 ?A?,S before me, i A01 ne &i6o �O�ttY b1iC. Date , Here Insert Name and Title of the Officer /� personally appeared �" � 1 A-V-L A-V-a p Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. AMY CHARLINE SOTELO Commhulon N 2438393 My Comm. EW Feb 16, 2027 Place Notary Seal and/or Stamp Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. yn WITNESS my handjand official Signature OPTIONAL of Aotary Public 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 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: WHO— ©2019 National Notary Association Number of Pages: Signer's Name: ❑ Corporate Officer - Title(s): ❑ Partner - ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: 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 1SANUM Connecticut County of Hartford }Ss. On July 27 , 2023 before me, Aiza Anderson Notary Public, personally appeared Matthew Cocco , who 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. AIZA ANDERSON NOTARY PUBLIC- CT 153320 MY COMMISSION EXPIRES DEC. 31, 2023 Signature (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 , who 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) Power of Attorney KNOW ALL MEN BY THESE PRESENTS THAT: Nationwide Mutual Insurance Company, an Ohio corporation hereinafter referred to severally as the "Company" and collectively as "the Companies" does hereby make, constitute and appoint: AIZA ANDERSON; CHRISTOPHER COMO; CHRISTOPHER KOMANETSKY; JAMES NELSON; JANE QUINN; JOSEPH SMITH; KIMBERLEY CONNOLLY: LISA SKATES; MATTHEW COCCO; SHERRI REYNOLDS. TIMOTHY DEFFLEY; WENDY KRYSTOPA; each in their individual capacity, its true and lawful attomey-in-fact, with full power and authority to sign, seal, and execute on its behalf any and all bonds and undertakings, and other obligatory instruments of similar nature, in penalties not exceeding the sum of UNLIMITED and to bind the Company thereby, as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Company; and all acts of said Attorney pursuant to the authority given are hereby ratified and confirmed. This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company: "RESOLVED, that the president, or any vice president be, and each hereby is, authorized and empowered to appoint attomeys-in-fact of the Company, and to authorize them to execute and deliver on behalf of the Company any and all bonds, forms, applications, memorandums, undertakings, recognizances, transfers, contracts of indemnity, policies, contracts guaranteeing the fidelity of persons holding positions of public or private trust, and other writings obligatory in nature that the business of the Company may require; and to modify or revoke, with or without cause, any such appointment or authority; provided, however, that the authority granted hereby shall in no way limit the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company." "RESOLVED FURTHER, that such attomeys-in-fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company subject to the terms and limitations of the power of attorney issued to them, and to affix the seal of the Company thereto; provided, however, that said seal shall not be necessary for the validity of any such documents." This power of attorney is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company. Execution of Instruments. Any vice president, any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approved documents. instruments, contracts, or other papers in connection with the operation of the business of the company in addition to the chairman of the board, the chief executive officer, president, treasurer or secretary; provided, however, the signature of any of them may be printed, engraved, or stamped on any approved document, contract, instrument, or other papers of the Company. IN WITNESS WHEREOF, the Company has caused this instrument to be sealed and duly attested by the signature of its officer the 20th day of August, 2021. AIN-_ Antonio C. Albanese, Vice President of Nationwide Mutual Insurance Company ACKNOWLEDGMENT STATE OF NEW YORK COUNTY OF NEW YORK: ss On this 20th day of August, 2021, before me came the above -named officer for the Company aforesaid, to me personally known to be the officer described in and who executed the preceding SEAL; �0 instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposes and says, that he is the officer of the Company aforesaid, that the seal affixed �.geyStl� hereto is the corporate seal of said Company, and the said corporate seal and his signature were r!� duly affixed and subscribed to said instrument by the authority and direction of said Company. Stephanie Rbro McArthur Notary Public, State of New Yak No.02MC6270117 Qua Weed in New York Canty 1laary Pubic Commisvan EVMas Oclobcv 19 2024 icy Ogmiayiyai EVM October 19, 2024 CERTIFICATE I, Laura B. Guy, Assistant Secretary of the Company, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney issued by the Company; that the resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has not been revoked or amended in any manner, that said Antonio C. Albanese was on the date of the execution of the foregoing power of attorney the duly elected officer of the Company, and the corporate seal and his signature as officer were duty affixed and subscribed to the said instrument by the authority of said board of directors; and the foregoing power of attorney is still in full force and effect. IN WITNESS WHEREOF, I have hereunto subscribed my name as Assistant Secretary, and affixed the corporate seal of said Company this 27th day of July 2023 Assistant Secretary BDJ 1(05-21)00 City of Newport Beach WATER WELL REHABILITATION TAMURA DEEP Contract No. 9314-1 DESIGNATION OF SUBCONTRACTOR S - AFFIDAVIT State law requires the listing of all subcontractors who will perform work in an amount in excess of one- half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the subcontractors as listed in the Bidder's electronic bid 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. Bidders must also include DIR registration numbers for each subcontractor. General Pump Company, Inc. Bidder Authorized Sign e/Title City of Newport Beach WATER WELL REHABILITATION TAMURA DEEP Contract No. 9328-1 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's Name General Pump Company, Inc. 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 $150,000, provide the following information: No. 1 East Complex South Well Project Name/Number Project Description Well Rehabilitation Approximate Construction Dates: From 12/2022 To: Current Agency Name West Valley Water District Contact Person Joe Schaack Telephone (909) 936-4584 205 Original Contract Amount $ 154,Final Contract Amount $ 161,443.97 If final amount is different from original, please explain (change orders, extra work, etc.) Original work scope changed to include extra work. 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 10 No. 2 Beverly Manor Well Project Name/Number Project Description Well & Pump Rehab Approximate Construction Dates: From Agency Name Seal Beach, City of 11/2022 To: Current Contact Person Iris Lee Telephone (562) 431-2527 Original Contract Amount $ 654,355 Final Contract Amount $ N/A If final amount is different from original, please explain (change orders, extra work, etc.) N/A Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No No. 3 Well 19 Project Name/Number Project Description Well Rehabilitation Approximate Construction Dates: From 04/2021 To: 08/2022 Agency Name Monte Vista Water District Contact Person John Hughes Telephone (909) 267-2185 000 Original Contract Amount $ 300,Final Contract Amount $ 635,360.00 If final amount is different from original, please explain (change orders, extra work, etc.) Change order to add to work scope 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 11 No. 4 Well 12 Project Name/Number Project Description Well Rehabilitation Approximate Construction Dates: From 01/2022 Agency Name Chino, City of To: 06/2023 Contact Person Tomas Himaya Telephone (909) 334-3441 Original Contract Amount $ 892,375 Final Contract Amount $ 892,375 If final amount is different from original, please explain (change orders, extra work, etc.) N/A Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No No. 5 Well EPA 002 Project Name/Number Project Description Pump Repair Approximate Construction Dates: From 06/2021 To: 08/2022 Agency Name San Bernardino, City of Contact Person Michael Garland Telephone (909) 453-6140 400 Original Contract Amount $ 204,Final Contract Amount $ 208,600 If final amount is different from original, please explain (change orders, extra work, etc.) Change order for extra work. 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. 12 No. 6 Well C-4 Project Name/Number Project Description Pump Repair Approximate Construction Dates: From 10/2021 To 05/2022 Agency Name Cerritos, City of Contact Person Jose Arroyo Telephone (562) 407-2654 Original Contract Amount $ 571,822 > final Contract Amount 571,822 If final amount is different from original, please explain (change orders, extra work, etc.) N/A 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 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. See Attached **Key Personnel** Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. General Pump Company, Inc. Bidder 13 1;74 ;, 07� Aut orized Sign e/Title a GE��QMIL PUMP COMPANY KEY PERSONNEL MICHAEL G. BODART, PRESIDENT / DIRECTOR OF ENGINEERING Academic University of Missouri - Bachelor of Science in Civil Engineering Background 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 General Pump Company, Inc. - President / Director of Engineering - 1993-Present Experience Layne Western - Regional Engineering and Sales Manager (4 offices) Federal Highway Administration - Civil Engineer Professional Michael G. Bodart (Mike Bodart) is recognized as an expert in the field of pump Presentations 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 34 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 of engineers who met in Kansas City to assist in training nationwide engineers in the water well pump business. PETER H. BROOKS, CHIEF EXECUTIVE OFFICER Academic Harvard University: Bachelor of Arts; Dual Master of Business Administration Background and Master Public Policy. Professional Peter Brooks is a water industry executive with 16+ years of management experience Experience across the industry, where he has worked on disaster response and treatment plant operations as the leader of waterTalent; advanced water treatment and wastewater reuse at Xylem, Inc.; and in -conduit hydropower at NLine Energy. He is a former US Marine infantry officer, two-time Iraq War veteran, Fulbright Scholar, and an award -winning water policy instructor at Harvard where he also received an AB (High Honors) and MBA-MPP. Peter is a frequent speaker at water industry events and his writing and work have appeared in the Los Angeles Times, National Public Radio, and several water and wastewater industry publications including AWWA OpFlow, WEF Water & Environment Technology, and Water Online. He has given water industry presentations at Imagine H2O, Water Environment Federation WEFTEC, Association of Boards of Certification, American Water Works ACE, California Municipal Utilities Association, AWWA CA -NV, the Water Technology Summit, among others. a GE��QMIL PUMP COMPANY WALTER "RAY" REECE JR. BSBM-BSBA, GENERAL MANAGER Professional Combined over 40 years of experience managing businesses providing well Experience rehabilitation, maintenance, well drilling, coring, pump manufacturing, and investigative drilling in the environmental, mining, energy and water resource industries. Earned two Bachelor of Science degrees in Business Administration and Management including a Finance focus. Identified, developed and negotiated contracts with private, public and governmental agencies to safely and successfully provide well rehabilitation technologies, pump and motor maintenance, drilling and construction services for a variety of applications. Ray has devoted time to technological transfers of information by conducting industry related seminars and guest lecturing at High Schools, Colleges, Universities, SME, AWWA, and the California Nevada American Water Works Association (Cal -NV AWWA). FERNANDO MUNOZ. OPERATIONS MANAGER Certifications Grade 2 - Distribution Certificate Grade 2 - Water Treatment Operator Professional Over 40 years experience of quality control to ensure pumps are ready for installation, Experience scheduling and management of shop and field production crews, and day-to-day management of those Company areas. THOMAS A. NANCHY, SENIOR PROJECT MANAGER Certifications 2004-Byron Jackson Training Certificate 1989-Dale Carnegie Course 1992-Golden State Pump Technical Training Certificate 1986-Layne & Bowler Pump School Certification 1994-Baroid I -week Drilling Fluid Technology Course Certification 1998-National Water Works Correspondence Course Certification 1994-Goulds Pump Course 2020-BNSF Safety Course Professional Tom Nanchy, Sr. Project Manager, has been in the well and pump industry for over forty Experience (40) 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. Tom is AWWA certified pump installer and a certified pump installer for Large Water Systems (NGWA). He is factory trained and certified by Byron Jackson and Cla-Valve. Tom also holds a certificate with the Mine Safety and Health Administration (MSHA). a GE��QMIL PUMP COMPANY LUIS A. BUSSO, P.G., SR. PROJECT GEOLOGIST Academic University of California Santa Barbara — Bachelor of Science in Geologic Studies Background Professional A State of California licensed professional geologist and principal hydrogeologist for Experience General Pump Company. For the past 17 years his professional groundwater work has encompassed combining geological and industry knowledge toward municipal -supply and irrigation -supply water well project developments on behalf of water districts, cities, farmers, and other private owners within Central and Southern California. He currently works alongside Ray Reece, at General Pump Company's Camarillo facility to design and implement pump and well solutions for the clients in the greater Santa Barbara and Ventura Counties. MICHAEL R. GARCIA, PROJECT MANAGER Academic California State University, Fullerton - Master of Science in Mechanical Eng. Background University of Redlands, Redlands - Bachelor of Science in Physics Professional Michael has been working for General Pump Company since 2014, starting as an Background assistant engineer and working his way into his current project management role. Prior to entering the water industry, Michael was enrolled in a post graduate program where he studied courses in materials of construction, mechanical design, and computer aided design. Currently, Michael is responsible for managing multiple deep well and booster pump projects to ensure efficient completion and client satisfaction. DANIEL J. PICHARDO, PROJECT MANAGER Academic Seattle University - Bachelor of Science, Civil Engineering, Mathematics Minor Background Professional Coordinate with project managers, operations manager, and senior applications engineer Background for materials procurement for all existing projects. Communicate with vendors and customers for timely delivery. Maintain safety manuals for continued safety compliance. MARK HAAS, PROJECT MANAGER Professional Professional background includes 18 years experience within the well and pump Background industry. His experience includes Field Service Technician, AirBurst® Operations to include R & D for Frazier Industries and Bolt, Technologies for air gun operations and functionality and Certified Crane Operator. a GE��QMIL PUMP COMPANY J. ALFREDO ("FREDDY") RAMIREZ, PROJECT MANAGER Professional Professional background includes 23 years of experience within the well and pump Background industry. Experience includes designing complete pump assemblies, performing well rehabs, well destructions as well as welding. His wide range of experience allows him to have knowledge in multiple fields in the industry. PAUL RINEHART, PROJECT MANAGER Professional Over 30 years of experience in the well and pump industry. Experience includes working Background in the shop, field, and office, performing pump removals, installations, inspections, conducting pump repairs, material acquisition as well as designing well and booster pumps. Coordinating with customers, vendors, operations manager, and field crews to ensure project completion in a timely manner. City of Newport Beach WATER WELL REHABILITATION TAMURA DEEP Contract No. 9328-1 NON -COLLUSION AFFIDAVIT State of California } Count of Los Angeles) ss Y being first duly sworn, deposes and says that he or she is of General Pump Company, Inc. , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of California that the foregoing is true and correct. General Pump Company, Inc. Bidder Auth rized Sig'naturerWe ibscrkbed and sworn to (or affirmed) before me on this day of 2�73 by satisfactory , proved to be the person(s) who appeared before me. on the basis of I certify under PENALTY OF"f�RJ URY under the laws oft ate of California that the foregoing paragraph is true and correct. Public My SEE ATTACHED 14 mission Expires: 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 JS AY1O C Subscribed and sworn to (or affirmed) before me on this 1 day of 20_a, by N1i teA C otr a a proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. *AMY CNARLINE SOTELO Notary Publk . CelNarWA Los Anpin County CommluIon 0 2438393 My Comm. Exorn Fob 16, 2027 (Seal) Signature City of Newport Beach WATER WELL REHABILITATION TAMURA DEEP Contract No. 9328-1 DESIGNATION OF SURETIES Bidder's name General Pump Company, Inc. 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): Smith Brothers - 68 National Drive, Glastonbury, CT 06033 - 800-426-6946 Nationwide Mutual Insurance Company 1100 Locust Street, Dept. 2006, Des Moines, IA 50391 Travelers Property Casualty - CL Remittance Center - Hartford, CT 06183 AXIS Surplus Insurance Company - 233 S. Wacker Dr., Suite 3510, Chicago, IL 60606 15 1 C City of Newport Beach WATER WELL REHABILITATION TAMURA DEEP Contract No. 9328-1 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name General Pump Company, Inc. Record Last Five (5) Full Years Current Year of Record No. of contracts Total dollar Amount of Contracts (in Thousands of $) No. of fatalities No. of lost Workday Cases No. of lost workday cases involving permanent transfer to another job or termination of employment he information req )ccupational InjuriE Current Year of Record 2023 90-- 8,160-- 0 0 0 wired for tl s, Summe Record for 2022 163 20,900 0 1 2 iese item! ry--Occu I Record for 2021 153 18,850 0 2 0 > is the sai )ational Inj Record for 2020 154 17,750 0 1 1 ne as regt uries and 16 Record for 2019 150 16,500 0 0 0 aired for c Illnesses, Record for 2018 142 16,200 0 1 1 olumns 3 OSHA N Total 852 98,360 0 5 4 to 6, CodE o. 102. 10, Legal Business Name of Bidder General Pump Compare, Inc. Business Address: 159 N. Acacia St., San Dimas, CA 91773 Business Tel. No.: State Contractor's License No. and Classification: Title 909-599-9606 496765 ; Eng A, C57 - C61/D21 N/A The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Date 08/15/23 Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title SEGREtA4,e Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or if fewer than all of the partners/joint ventures submit with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHED 17 CALIFORNIA 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 i County of LOS knoW J} On hU�,t t1.OZ3 before me, M Chprllhe cS(iCC,ID ?U6\,c, Date , Here Insert Name and Title of the Officer personally appeared +"ll 0VZiC4- CAI jer CaM Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument 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 AMV CNARLINE SOTELO laws of the State of California that the foregoing NotaryPubllc- California paragraph is true and correct. Los Anplas County cammissionrr 3 Cwnm. Expiros Feb 16i!. 2027 WITNESS my hand and official seal. My Signature Place Notary Seal and/or Stamp Above Si ature of Notary Public yr willr►- 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: 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: ©2019 National Notary Association Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: C o of o ram StAt City of Newport Beach WATER WELL REHABILITATION TAMURA DEEP Contract No. 9328-1 ACKNOWLEDGEMENT OF ADDENDA Bidder's name General Pump Company, Inc. The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received Aignure -1- 07/24/23 -2- 08/09/23 18 Page 1 of 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 WATER WELL REHABILITATION TAMURA DEEP CONTRACT NO 9328-1 Project No. 24W15 DATE: July 24, 2023 BY: TO: ALL PLANHOLDERS City Engineer The following changes, additions, deletions, or clarifications shall be made to the Contract Documents — all other conditions shall remain the same. NOTICE INVITING BIDS Replace bid opening time and date to the following: "By 10:00 AM on the 15t" day of August, 2023" Replace mandatory pre -bid meeting language with the following: "Bidders are required to attend at least one of the two Mandatory Pre -Bid Meetings at the project site (17399 Magnolia St, Fountain Valley, CA 92708) on either July 18tn or August 3rd, 2023 at 2:00 PM." Bidders must sign this Addendum No. 1 and attach it to the bid proposal. Bid may not be considered unless this signed Addendum No. 1 is attached. Page 2 of 1 I have carefully examined this Addendum and have included full payment in my Proposal. C1EN�� `t UVA? Cot,\ P Prt-N NC . Bidder's Name (Please Print) B-�s-z Date Authorized tlgnatri& Title Page 1 of 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EW Po �11m _ !o U Z 41Fo Vkv'l ADDENDUM NO. 2 WATER WELL REHABILITATION TAMURA DEEP CONTRACT NO 9328-1 Project No. 24W15 DATE: August 9, 2023 BY: Y,4� City Engineer TO: ALL PLANHOLDERS The following changes, additions, deletions, or clarifications shall be made to the Contract Documents — all other conditions shall remain the same. SPECIAL PROVISIONS 6-7 TIME OF COMPLETION 6-7.1 General Replace the first sentence of the first paragraph with the following sentence: "The Contactor shall complete all work under the Contract within 80 consecutive working days after the date on the Notice to Proceed." SAMPLE CONTRACT — INSURANCE REQUIREMENTS Replace Exhibit C with the attachment. Please note the insurance requirements for this project, which are shown in black text. Bidders must sign this Addendum No. 2 and attach it to the bid proposal. Bid may not be considered unless this signed Addendum No. 2 is attached. Page 2 of 1 I have carefully examined this Addendum and have included full payment in my Proposal. EtJE2A!:N L ?vtA CUA >Prrl lt•�L_ Bidder's Name (Please Print) (?�— IS —2 3 Date /W 4�� Authorized Sig re & Title City of Newport Beach WATER WELL REHABILITATION TAMURA DEEP Contract No. 9328-1 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: General Pump Company, Inc. Business Address: 159 N. Acacia St., San Dimas, CA 91773 Telephone and Fax Number: 909-599-9606 / 909-599-6238 California State Contractor's License No. and Class: 496765 - Engr A, C57, C61,D21 (REQUIRED AT TIME OF AWARD) Original Date Issued: 08/14/86 Expiration Date:08/31/2024 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: Daniel Pichardo - Vice President of Engineering 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 Daniel Pichardo - VP of Engineering - 159 N. Acacia St., San Dimas, CA 91773 Corporation organized under the laws of the State of California 19 Telephone 909-599-9606 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: N/A All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: N/A For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; N/A Briefly summarize the parties' claims and defenses; N/A Have you ever had a contract terminated by the owner/agency? If so, explain. N/A Have you ever failed to complete a project? If so, explain. N/A 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 Q o 20 Are any claims or actions unresolved or outstanding? Yes No If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non -responsive. General Pump Company, Inc. Bidder FWX broolCs (Print name of Owner or President of Corpora ' nlCompany) Authorized Signa r itle V ? 9 pco 1 tA+ rAUn4LMyV'tl.V- Title 08/15/2023 Date On before me, Notary Public, person�J1 appeared who proved to me p the basis of satisfactory evide a to�he/sh�e/they n(s) whose name(s) is/are subscribed to the wi n instrument and acknowledged to me executed the same in his/her/their authorize apacity(ies), and that by his/her/their signature(5) on the instrument the person(s), or the entity upon b aIf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the ate of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal (SEAL) Notary Public in and for said State My Commission Expires: SEE ATTACHED 21 CALIFORNIA 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 County of w Rim UPlo On 1 202-before me, Chant +t to , Kolivy:9 Pool t L Date Here Insert Name and Title of the Officer personally appeared ael avU Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. 40 wmucft - Catffo fa Pubiesormo MOM C'a$n/efes County ton ■ 2438393Com. EYpfeFeb 1E, 202Le--Iv ry ms 7 r Place Notary Seal and/or Stamp 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 Signat of No ary Public Mr- f IVIYF+IL 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: 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: Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: kwomom ©2019 National Notary Association City of Newport Beach WATER WELL REHABILITATION TAMURA DEEP Contract No. 9328-1 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property -Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 22 City of Newport Beach WATER WELL REHABILITATION TAMURA DEEP Contract No. 9328-1 SAMPLE CITY CONTRACT 23 City of Newport Beach WATER WELL REHABILITATION TAMURA DEEP Contract No. 9328-1 PROPOSAL (Contractor shall submit proposals via the PROPOSAL (Bid Line Items) contained in PlanetBids. Contractor shall sign the below acknowledgement) To the Honorable City Council City of Newport Beach 100 Civic Center Drive Newport Beach, California 92660 Councilmembers The undersigned declares that the Contractor 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. 9328-1 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: 08/15/2023 Date 909-599-9606 / 909-599-6238 Bidder's Telephone and Fax Numbers 496765; Engr A, C57, C61, D21 Bidder's License No(s). and Classification(s) 1000002769 DIR Registration Number General Pump Company, Inc. Bidder �2L2 Bidder's Authoriz ignature and Title 159 N. Acacia St., San Dimas, CA 91773 Bidder's Address Bidder's email address: dpichardo@genpump.com / akaing@genpump.com PR-1 Page 1 of 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 WATER WELL REHABILITATION TAMURA DEEP CONTRACT NO 9328-1 Project No. 24W15 DATE: July 24, 2023 BY: `vl ` City Engineer TO: ALL PLANHOLDERS The following changes, additions, deletions, or clarifications shall be made to the Contract Documents — all other conditions shall remain the same. NOTICE INVITING BIDS Replace bid opening time and date to the following: "By 10:00 AM on the 15t" day of August, 2023" Replace mandatory pre -bid meeting language with the following: "Bidders are required to attend at least one of the two Mandatory Pre -Bid Meetings at the project site (17399 Magnolia St, Fountain Valley, CA 92708) on either July 18t" or August 3rd, 2023 at 2:00 PM." Bidders must sign this Addendum No. 1 and attach it to the bid proposal. Bid may not be considered unless this signed Addendum No. 1 is attached. Ciiv t)f Newport Beach Page 2 of 1 I have carefully examined this Addendum and have included full payment in my Proposal. Bidder's Name (Please Print) Date Authorized Signature & Title City of Newport Beach Page 1 of 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 2 WATER WELL REHABILITATION TAMURA DEEP CONTRACT NO 9328-1 Project No. 24W15 DATE: August 9, 2023 BY TO: ALL PLANHOLDERS The following changes, additions, deletions, or clarifications shall be made to the Contract Documents — all other conditions shall remain the same. SPECIAL PROVISIONS 6-7 TIME OF COMPLETION 6-7.1 General Replace the first sentence of the first paragraph with the following sentence: "The Contactor shall complete all work under the Contract within 80 consecutive working days after the date on the Notice to Proceed." SAMPLE CONTRACT — INSURANCE REQUIREMENTS Replace Exhibit C with the attachment. Please note the insurance requirements for this project, which are shown in black text. Bidders must sign this Addendum No. 2 and attach it to the bid proposal. Bid may not be considered unless this signed Addendum No. 2 is attached. Citv of Newport F _ _ - Page 2 of 1 I have carefully examined this Addendum and have included full payment in my Proposal. Bidder's Name (Please Print) Date Authorized Signature & Title City of Newport Beach CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949 644-3311 1 949 644-3308 FAX newportbeachca.gov/publicworks September 15, 2023 General Pump Company ATTN: Amy Kaing 159 N. Acacia Street San Dimas, Ca 91773 Email: akaing@genpump.com Subject: Water Well Rehabilitation - Tamura Deep Contract No. 9328-1 Notification of Award To Whom It May Concern: On September 12, 2023, the City Council of the City of Newport Beach awarded the above referenced contract to your firm. Please note: The City of Newport Beach is a self -insured municipality and our insurance certificate requirements are standard and generally require additional wording and endorsements. Please provide a copy of the insurance section of the contract to your insurance provider so they can supply the proper certificates and endorsements. Modification to these requirements will not be considered. Please return as a complete package, both signed original contracts and required insurance certificates, endorsements and bond documents to the City of Newport Beach, Public Works Department as soon as possible to the attention of: Trevor Smouse, Sr. Management Analyst Public Works Department City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 This will allow time for the City of Newport Beach to review and approve the insurance certificates and endorsements and execute the contract. The Contractor shall not commence work until a "Notice to Proceed" has been issued by the City. Failure to enter into the contract within 30 calendar days or to conform to any of the stipulated requirements shall be just cause for the annulment of the award and forfeiture of the bidder's security. In the event the bidder to whom an award is made fails or refuses to execute the contract or submit the required insurance and bond documents within the said time, the City may declare the bidder's security forfeited, and may award the work to the next lowest responsible bidder, or may call for new bids. Upon approval, one fully executed original will be returned to your office for your records. Respectfully, Ben Davis Project Manager 949-644-3317 WATER WELL REHABILITATION TAMURA DEEP CONTRACT NO.9328-1 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 12th day of September, 2023 ("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 N. 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: Installation of new stainless steel lines and rehabilitation of the Tamura Deep Water Well (hereinafter, the "Project" or "Work"). C. Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non -Collusion Affidavit, Notice to Successful Bidder, 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. 9328-1, 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 ,(_',it,V of N.ewport Bear. 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 Eight Hundred Seventeen Thousand Twenty Four Dollars and 00/100 ($817,024.00). 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 Daniel Pichardo 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. S. 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. 6. NOTICE OF CLAIMS 6.1 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 General Pump Company, Inc. Page 2 ,�_�I i of Newport Beer required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). 6.2 To the extent that Contractor's claim is a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, the Parties agree to follow the dispute resolution process set forth therein. Any part of such "Claim" remaining in dispute after completion of the dispute resolution process provided for in Public Contract Code section 9204 or any successor statute thereto shall be subject to the Government Claims Act requirements requiring Contractor to file a claim in strict conformance with the Government Claims Act. To the extent that Contractor's claim is not a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, Contractor shall be required to file such claim with the City in strict conformance with the Government Claims Act (Government Code sections 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: Peter Brooks General Pump Company, Inc. 159 N. 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 i ►f Newport 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 Contractor 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 Contractor on the Project. 11. PROGRESS Contractor 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 Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. General Pump Company, Inc. Page 4 o N(-A-wpoft Beep 13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Contract, the services to be provided under this Contract 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 Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Contractor. 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 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. General Pump Company, Inc. Page 5 'k-A�. of Newport Bea( 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 orwillful 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. 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. General Pump Company, Inc. Page 6 �Ry of Newport Beach 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") and/or Government Code §§ 1090 et seq., which (1) require such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Contract, and (2) prohibit such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 18.2 If subject to the Act and/or Government Code §§ 1090 et seg., Contractor shall conform to all requirements therein. 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 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. General Pump Company, Inc. Page 7 _ �i of N, wport Bea 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, 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. General Pump Company, Inc. Page 8 �►f Newport Beat_ 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. ��►�/�\V14:7 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. �Al of Newport Beacn IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: /(0 - S� By: 8y1ty n C. rp �o S Z 3 w,- Attorney ATTEST: Date: City Clerk CITY OF NEWPORT BEACH, a California municipal rporation Date: y Me(yor CONTRACTOR: General Pump Company, Inc. , a California corporation Date: Signed in Counterpart Bv: Peter Brooks Chief Executive Officer Date: Signed in Counterpart Bv: Ginger Campbell Secretary [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 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: /o — S - 2 3 B A on .Harp ity Attorneyx CITY OF NEWPORT BEACH, a California municipal corporation Date: By Noah Blom Mayor ATTEST: CONTRACTOR: General Pump Date: Company, Inc. , a California corporation Date:2-3_ By: By: /W Leilani I. Brown Michael Garcia City Clerk Vice President — Vroject Management Date: ll 0 By: Ginger C mpbe I Secretary [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 �A LY of Newport EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 7901148144 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 Installation of new stainless steel lines and rehabilitation of the Tamura Deep Water Well 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, Nationwide Mutual Insurance Company 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 Eight Hundred Seventeen Thousand Twenty Four Dollars ($817,024.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. General Pum any, Inc Page A-1 Cnyof Newport Beach 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 31.st day of October , 2023 . General Pump Company, Inc. Name of Contractor (Principal) Nationwide Mutual Insurance Company Name of Surety 100 Locust Street, Dept 2006 Des Moines, IA 50391-2006 Address of Surety - (860) 430-3326 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: . By A n C. Harp Ci y Attorney I)d � Authorized Sig ture/Title Authorized Agent Signature _Matthew Cocco, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED General Pump any, Inc. Page A-2 i of Newport Beach CALIFORNIA 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 1 County of Ug ANeus J} On 1222 before me, 115wyl CiV►1toiy�Z Date Here Insert Name and Title of the O icer personally appeared , 4Ayvy Nome(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument 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 CHARLINE paragraph is true and correct. Notary Public - CGWornlil Los AAgeln Commission ru2�� WITNESS my hand and official seal. My Conn. Expirsa Frb }6, 2X9 Signature _jr�� Place Notary Seal and/or Stamp Above Signatu e of Notary Public 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: 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: ©2019 National Notary Association Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: City of Newport Beach 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 §ZRKR Connecticut County of Hartford } ss. On October 31 , 20 23 before me, Aiza AnderGon Notary Public, personally appeared Matthew Cocco who 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 seat. AI Z A A N D E R SON NOTARY PUBLIC - CT 153320 MY COMMISSION EXPIRES DEC, 31, 2023 L Signature (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 Pum anyInc Page A-3 City'of Newport Beach EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 7901148144 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 13,072.00 , being at the rate of $ 16.00 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 Installation of new stainless steel lines and rehabilitation of the Tamura Deep Water Well 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 Nationwide Mutual Insurance Company -------------- --------------------- --- --------------------- ------------------------- -------------- -----, 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 Eight Hundred Seventeen Thousand Twenty Four Dollars ($817,024.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys' fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. 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 General Pump,Cp any, lnc - Pa_ ge B-1 i� : � IIIr II ,> � _• , 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 31st day of October ,20 23 . General Pump Company, Inc. Name of Contractor (Principal) Nationwide Mutual Insurance Company Name of Surety 100 Locust Street, Dept 2006 Des Moines, IA 50391-2006 Address of Surety (860) 430-3326 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 11 01 Z3 By: V A r n C. Harp CityAttorney Authorized Sign to /Title Authorized Agent Signature Matthew Cocco. Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED General Pum an , inc Page B-2 Uityof Newport Beach CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 sd•" 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 e S On 0 2 before me, mom Me S( 40 . N ISi ym Date Here Insert Name and Title of the fficer personally appeared � `� ��,i C-dAy- ,-- Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument 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 AMY CHARLINE SOTELO paragraph is true and correct. Notary Public - California Los missio #24383 WITNESS m hand and official seal. s CGunp Commission k 2438393 y My Comm. Expires Feb 16, 2027 Signature Place Notary Seal and/or Stamp Above b4ignature of Notary Public 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: 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: ©2019 National Notary Association Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: City of Newport Beach 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 (&AW}a Xft Connecticut County of Hartford }Ss. On October 31 , 20 23 before me, Aiza Anderson Notary Public, personally appeared Matthew Cocco , who 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. AIZA ANDERSON NOTARY PUBLIC- CT 153320 MY COMMISSION EXPIRES DEC. 31, 2023 Signature (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 Pum�any, Inc Newport Bea�'hPage B-3 �YO Power of Attorney KNOW ALL MEN BY THESE PRESENTS THAT: Nationwide Mutual Insurance Company, an Ohio corporation hereinafter referred to severally as the "Company" and collectively as "the Companies" does hereby make, constitute and appoint: AIZA ANDERSON; CHRISTOPHER COMO, C'HRISTOPHER KOMANETSKY; JAMES NELSON; .LANE QUINN; JOSEPH SMITH; KIMBERLEY CONNOLLY; LISA SKATES; MATTHEW COCCO; SHERRI REYNOLDS; TIMOTHY DEFFLEY; WENDY KRYSTOPA; each in their individual capacity, its true and lawful attorney -in -fact, with full power and authority to sign, seal, and execute on its behalf any and all bonds and undertakings, and other obligatory instruments of similar nature, in penalties not exceeding the sum of UNLIMITED and to bind the Company thereby, as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Company; and all acts of said Attorney pursuant to the authority given are hereby ratified and confirmed. This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company "RESOLVED, that the president, or any vice president be, and each hereby is, authorized and empowered to appoint attorneys -in -fact of the Company, and to authorize them to execute and deliver on behalf of the Company any and all bonds, forms, applications, memorandums, undertakings, recognizances, transfers, contracts of indemnity, policies, contracts guaranteeing the fidelity of persons holding positions of public or private trust, and other writings obligatory in nature that the business of the Company may require; and to modify or revoke, with or without cause, any such appointment or authority; provided, however, that the authority granted hereby shall in no way limit the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company." "RESOLVED FURTHER, that such attorneys -in -fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company subject to the terms and limitations of the power of attorney issued to them, and to affix the seal of the Company thereto; provided, however, that said seal shall not be necessary for the validity of any such documents." This power of attorney is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company. Execution of Instruments. Any vice president, any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approved documents, instruments, contracts, or other papers in connection with the operation of the business of the company in addition to the chairman of the board, the chief executive officer, president, treasurer or secretary; provided, however, the signature of any of them may be printed, engraved, or stamped on any approved document, contract, instrument, or other papers of the Company. IN WITNESS WHEREOF, the Company has caused this instrument to be sealed and duly attested by the signature of its officer the 20th day of August, 2021. 41— //i(1^— Antonio C. Albanese, Vice President of Nationwide Mutual Insurance Company ACKNOWLEDGMENT ��tutnu, STATE OF NEW YORK COUNTY OF NEW YORK: ss for the Company A Ut.'' On this 20th day of August, 2021, before me came the above -named officer PAII �.,SE aforesaid, to me personally known to be the officer described in and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposes and says, that he is the officer of the Company aforesaid, that the seal affixed ,BiiS hereto is the corporate seal of said Company, and the said corporate seal and his signature were *4 duly affixed and subscribed to said instrument by the authority and direction of said Company. Stephanie Rubino McArthur (w%I` Notary Public, State of New York No. 02MC6270117 Qualified in New York County Notary Public Commission Expires October 19 2024 My Commission Expires October 19, 2024 CERTIFICATE I, Laura B. Guy, Assistant Secretary of the Company, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney issued by the Company; that the resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has not been revoked or amended in any manner; that said Antonio C. Albanese was on the date of the execution of the foregoing power of attorney the duly elected officer of the Company, and the corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority of said board of directors; and the foregoing power of attorney is still in full force and effect. IN WITNESS WHEREOF, I have hereunto subscribed my name as Assistant Secretary, and affixed the corporate seal of said Company this 31 st day of Octobcr 2023 Assistant Secretary BDJ 1(08-21)00 Citv of Newport Beach q Search Insured Name General Pump Company. Inc. I. General Pump Company Inc 19328 w E]Active Records Only Insured Tasks Admin Tools View Acid Edit Help Video Tutorials Admin Web User Set up Screens Insured Insured Name Account Number: Address Q Status Account Information Account Number 9328-1 Risk Type Public Works Formal Agreement Do Not Call. Address Information Mailing Address Insured: General Pump Company. Inc. Address 1- 159 N Acacia Street Address 2 City-. San Dimas State CA Zip 91773 Country Contract Information Contract Number Water Well Rehabilitation General Pump Company, Inc. A 9328-1 159 N. Acacia Street, San Dimas, CA, 91773 Currently in Compliance. Address Updated: Physical Address it of Newinort Reach November 15, 2023 1:33:39 PM - Ebix City of Newport Beach Water Well Rehabilitation Tamura Deep (9328-1), bidding on 08/15/2023 10.00 AM (PDT) Page I of 4 Printed 08/15/2023 Bid Results Bidder Details Vendor Name General Pump Company Address 159 N. Acacia Street San Dimas, California 91773 United States Respondee Amy Kaing Respondee Title Contract Administrator Phone 909-599-9606 Email akaing@genpump.com Vendor Type DGS License # 496765 CADIR Bid Detail Bid Format Electronic Submitted 08/15/2023 9:59 AM (PDT) Delivery Method Bid Responsive Bid Status Submitted Confirmation # 341946 Respondee Comment Buyer Comment Attachments File Title File Name BID SUBMITTAL C-9328-1 General Pump Company.pdf BID SUBMITTAL C-9328-1 General Pump Company.pdf Bid Bond C-9328-1 General Pump Company.pdf Bid Bond C-9328-1 General Pump Company.pdf File Type General Attachment Bid Bond City of Newpoft Beach City of Newport Beach Water Well Rehabilitation Tamura Deep (9328-1). bidding on 0811512023 10:00 AM (PDT) Pape ^_ of 4 Printed 08/15/2023 Subcontractors No Subcontractors City of NewportanBeach City of Newport Beach Water Well Rehabilitation Tamura Deep (9328-1), bidding on 08/15/2023 10:00 AM (PDT) Page 3 of 4 Pdnted 08/15/2023 Line Items Discount Terms No Discount Item Item Type Item Description UOM QTY Unit Price Line Total Response # Code Section 1 $817,024.00 1 Mobilization and Demobilization LS 1 582,000.00 $82,000.00 Yes 2 Pump Removal LS 1 $24,000.00 524,000.00 Yes Wire Brushing, Balling and Initial 3 Blocleaning of Casing Walls HR 24 $750.00 518,000.00 Yes 4 Interim Downwell Video Surveys EA 3 $1,250.00 $3,750.00 Yes 5 Chemical Treatment LS 1 $46,000.00 $46,000.00 Yes 6 Chemical Treatment Materials (WaterSOLV GL 1578 $58.00 591,524.00 Yes BC Bio-Remedlatlon, 2-Part) 7 Chemical Treatment Materials (NaHCO3) LB 150 $4.00 5600.00 Yes B Mechanical Redevelopment HR 60 $800.00 548,000.00 Yes 9 Discharge of Redevelopment Fluids LS 1 $24,000.00 $24,000.00 Yes 10 Caliper Survey LS 1 $2,200.00 52,200.00 Yes 11 Install Full Casing Liner and Gravel Pack LS 1 $314,000.00 $314,000.00 Yes 12 "Air -Jetting" Methods LS 1 516,000.00 $16,000.00 Yes 13 Test Pump Installation LS 1 $48,000.00 $48,000.00 Yes 14 Pumping Redevelopment HR 80 $200.00 $16,000.00 Yes 15 Pumping Test - Step Drawdown Test HR 12 $200.00 $2,400.00 Yes 16 Pumping Test- Constant Rate Test HR 48 8200.00 $9,600.00 Yes 17 Dynamic Flowmeter (Spinner) Survey LS 1 $9,200.00 $9,200.00 Yes 18 Final Downwell Video Survey EA. 1 51,250.00 $1,250.00 Yes Rebuild & Reinstallation of the Permanent 19 LS 1 $28,200.00 528,200.00 Yes Pump 20 Vibration Testing LS 1 $3,800.00 $3,800.00 Yes 21 Operational Pumping Test HR 72 $250.00 $18,000.00 Yes 22 Well Disinfection and Site Cleanup LS 1 57,500.00 $7,500.00 Yes 23 Repair and Restoration of Existing LS 1 $1,000.00 S1.000.00 Yes Facilities 24 Provide As -Built Plans LS 1 52,000.00 $2,000.00 Yes Comment Includes reinstallation of refurbished pump equipment with retainer Insert replacement, bowl bearing replacement. Additional scope to be quoted following equipment pull and subsequent inspection. City of Newport Beach n City of Newport Beach Water Well Rehabilitation Tamura Deep (9328-1). bidding on 08/15/2023 10:00 AM (PDT) Page 4 of 4 Printed 08/15/'2023 Line Item Subtotals Section 1 Section Title Line Total Grand Total $817,024.00 $817,024.00 City of Newpoft Beach PlanetBids, In CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS WATER WELL REHABILITATION TAMURA DEEP PROJECT NO. 24W15 CONTRACT NO. 9328-1 PART 1 - GENERAL PROVISIONS 1 SECTION 1—TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1 1-2 TERMS AND DEFINITIONS 1 SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents 2-6 WORK TO BE DONE SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost 3-3.2.3 Markup SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General 1 2 2 2 2 3 3 3 3 3 4 4 4 4 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 4 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 4 6-1.1 Construction Schedule 5 6-7 TIME OF COMPLETION 5 6-7.1 General 5 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY 6 6-9 LIQUIDATED DAMAGES 6 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7-1.2 Temporary Utility Services 7-2 LABOR 7-2.2 Prevailing Wages 7-7 COOPERATION AND COLLATERAL WORK 7-8 WORK SITE MAINTENANCE 7-8.4 Storage of Equipment and Materials 7-8.4.2 Storage in Public Streets 7-8.6 Water Pollution Control 7 7 7 7 7 7 7 7 7 7 Citv of Newport Beach 7-8.6.2 Best Management Practices (BMPs) 8 7-10 SAFETY 8 7-10.3 Haul Routes 8 7-10.4 Safety 8 7-10.4.1 Work Site Safety 8 SECTION 9 - MEASUREMENT AND PAYMENT 8 9-2 LUMP SUM WORK 8 9-3 PAYMENT 8 9-3.1 General 9 9-3.2 Partial and Final Payment. 13 PART 2 - CONSTRUCTION MATERIALS 13 SECTION 209 — PRESSURE PIPE 13 209-1 IRON PIPE AND FITTINGS 14 209-1.1 Ductile Iron Pipe 14 209-1.1.2 Materials 14 PART 3 - CONSTRUCTION METHODS 14 SECTION 306 — OPEN TRENCH CONDUIT CONSTRUCTION 14 306-8 PREFABRICATED PRESSURE PIPE 15 306-8.9 Pipeline Pressure Testing, Disinfection, and Commissioning 15 City of Newport Beach CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS WATER WELL REHABILITATION TAMURA DEEP PROJECT NO. 24W15 CONTRACT NO. 9328-1 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 City's Design Criteria and Standard Drawings for Public Works Construction, (2021 Edition); (4) Standard Specifications for Public Works Construction (2015 Edition) including supplements. The City's Design Criteria and Standard Drawings for Public Works Construction are available at the following website: http://www.newportbeachca.gov/government/departments/public-works/resources Copies of the Standard Specifications for Public Works Construction may be purchased online at www.bnibooks.com/products/standard-specifications-public-works-construction or call 888-BNI BOOK (888-264-2665). The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 - GENERAL PROVISIONS SECTION 1 — TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1-2 TERMS AND DEFINITIONS Add the following definition: City — City of Newport Beach SECTION 2 - SCOPE AND CONTROL OF THE WORK Page SP 1 of 15 �it� of Ne wport Bea(. 2-1 AWARD AND EXECUTION OF THE CONTRACT At the time of the award and until completion of work, the Contractor shall possess a Class "C-57" Water Well Drilling Contractor license. At the start of work and until completion of work, the Contractor and all Subcontractors shall possess a valid Business License issued by the City. 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents If there is a conflict or discrepancy between different Contract Documents, the more stringent requirement as determined by the Engineer shall control. 2-6 WORK TO BE DONE The work necessary for the completion of this contract consists of: 1. Mobilization of equipment and personnel to the well site. 2. Disconnecting the piping & electrical systems from the well and removing the motor, pump column and pump bowls from the well. Inspect the condition of the pump system and submit a report to the City for its refurbishment/repair or for replacement. City staff will handle all electrical disconnections from the permanent motor. The permanent motor may be stored on -site inside the pump house on a pallet supplied by Contractor. 3. Initiate biocleaning of the well casing by injecting hydrogen peroxide solution throughout the perforated sections of the well casing to help remove encrusting material and/or biofilm from the casing walls. Conduct wire -brushing and bailing of sediment fill from the bottom of the casing. 4. Conduct an interim video survey of the entire well casing. 5. Conduct chemical treatment of the well using Herc Chem Tech LLC (HCT) solutions. Add additional chemical treatment with acid. 6. Perform mechanical redevelopment via simultaneously swabbing and airlifting of the chemical solutions from the well. Fluids generated during this process shall be treated prior to discharge to the local storm drain system. 7. Perform an interim video survey to help ensure the effectiveness of the chemical and mechanical rehabilitation operations. 8. Perform a caliper survey to verify the casing diameters of the well. 9. Install a Type 304L Stainless Steel full casing liner and gravel pack, as specified. Page SP2of15 �itv of Newport Bea(,.- 10. Perform "Air -Jetting" of the well to help seat the new gravel pack around the newly -installed casing liner and to help open up the original gravel pack used for the original well. 11. Mobilize, install, operate, maintain, and then remove a temporary test pump and test motor capable of pumping up to 3,000 gpm. 12. Conduct pumping redevelopment by pumping and surging. 13. Conduct a 12-hour step-drawdown test and a 24- to 48-hour constant rate pumping test. 14. Near the end of the constant rate pumping test, perform a dynamic spinner survey in the newly -lined well. 15. Remove the test pump and perform a final video survey to check the casing liner for possible damage from installation and/or removal of temporary test pump, and to determine the amount of sediment fill at the bottom of the casing liner; bail the accumulated sediment. 16. Re -install the new pump components in the well and conduct vibration testing, and trim balance; disinfect the pump components during installation. 17. Perform a 3-day (72-hour) period of continuous pumping test at the design rate. 18. Perform well chlorination and clean up the well site. 19. Perform site restoration activities at the well site. SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost 3-3.2.2.3 Tool and Equipment Rental Tool and equipment rental rates shall be based on the current Caltrans rental rates. 3-3.2.3 Markup 3-3.2.3.1 Work by the Contractor Delete this section and replace with the following: The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profit: Page SP3of15 ,(-'itv of N e-wpurt Bea(. 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 in this subsection, one (1) percent may be added as compensation for bonding. 3-3.2.3.2 Work by a Subcontractor When all or any part of the extra work is performed by a Subcontractor, the markup established in Section 3-3.2.3.1 shall be applied by the Subcontractor to the actual costs and shall constitute the markup for all overhead and profit. An additional markup of five (5) percent of the total subcontracted cost may be added by the Contractor. To the sum of the costs and markups provided in this subsection, one (1) percent may be added as compensation for bonding. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer with full information as to the progress of the work in its various parts and shall give the Engineer timely (48-hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor. SECTION 6 - PROSECUTION. PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK Page SP4of15 Gi�v of IV�w port Beach 6-1.1 Construction Schedule 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 baseline schedule to the Engineer for approval a minimum of five working days prior to the pre -construction meeting. The Engineer will review the baseline 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 baseline schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the baseline schedule and has demonstrated the ability to maintain the 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. The Contractor shall update the schedule periodically or as directed by the Engineer to reflect any delay or extension of time. In addition, Contractor shall prepare 2-week look - ahead schedules on a bi-weekly basis with detailed daily activities. 6-7 TIME OF COMPLETION 6-7.1 General The Contractor shall complete all work under the Contract within 60 consecutive working days after the date on the Notice to Proceed. Construction shall only occur between November 2023 to March 2024. 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. Unless otherwise approved by the Engineer, construction shall start on November 6,2023. Normal working hours are limited to 7:00 a.m. to 5:00 p.m., Monday through Friday. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., outside of the working hours. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 5:00 p.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6:00 p.m. on Saturdays 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. The following days are designated City holidays and are non -working days: 1. January 1st (New Year's Day) Page SP5of15 ,('- Jtv of New,'' 0, rt Bea(. 2. Third Monday in January (Martin Luther King Day) 3. Third Monday in February (President's Day) 4. Last Monday in May (Memorial Day) 5. July 4t" (Independence Day) 6. First Monday in September (Labor Day) 7. November 11 t" (Veterans Day) 8. Fourth Thursday and Friday in November (Thanksgiving and Friday after) 9. December 24t", (Christmas Eve) 10. December 25t" (Christmas) 11. December 26t" thru 30t" (City Office Closure) 12. December 31 st (New Year'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. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY Prior to acceptance of work, the Contractor shall submit a full-size set of plans to the Engineer. Retention payment and bonds will not be released until the as -built plans are reviewed and approved by the Engineer. A set of approved plans and specifications shall be at the job site at all times. 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 payment is submitted. Any changes to the approved plans that have been made with approval from the Engineer shall be documented on the as -built plans. 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. 6-9 LIQUIDATED DAMAGES 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 $2,000. Execution of the Contract shall constitute agreement by the City and Contractor that the above liquidated damages per calendar 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. Page SP 6 of 15 ,('- Jtv of Ne,W port Bea(_ SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7-1.2 Temporary Utility Services If the Contractor elects to use City of Fountain Valley water, the Contractor shall arrange with the City of Fountain Valley and follow all requirements for permits to use the water. Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, dust control, irrigation during maintenance period for landscaping, etc. 7-2 LABOR 7-2.2 Prevailing Wages In accordance with California Labor Code Section 1720.9, hauling and delivery of ready - mixed concrete for public works contracts are subject to prevailing wages. 7-7 COOPERATION AND COLLATERAL WORK City forces will perform all shutdowns of water facilities as required. The Contractor must coordinate with adjacent property owner Beachpoint Church, 17415 Magnolia St., Fountain Valley, CA 92708 Phone: (714) 847-3573 located in front of the project site. Any equipment storage and construction vehicles in the church parking lot must be coordinated with Beachpoint Church. The Contractor shall provide the City advanced notice a minimum of seven calendar days prior to the time the contractor desires the shutdown of City water facilities. 7-8 WORK SITE MAINTENANCE 7-8.4 Storage of Equipment and Materials 7-8.4.2 Storage in Public Streets It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre -construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction. 7-8.6 Water Pollution Control Page SP7of15 �it� of Newport Bear " 7-8.6.2 Best Management Practices (BMPs) 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 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 backcharging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate administrative citation per Section 14.36.030 of the City's Municipal Code. 7-10 SAFETY 7-10.4 Safety 7-10.4.1 Work Site Safety 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. 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. SECTION 9 - MEASUREMENT AND PAYMENT 9-2 LUMP SUM WORK Contractor shall submit a detailed schedule of value for all lump sum bid items to the Engineer within 15 days after award of contract. 9-3 PAYMENT Page SP 8 of 15 C_Jtv of Newport Bear 9-3.1 General The unit and lump sum bid prices 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 following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization and Demobilization: Work under this item shall include, but not be limited to, providing all labor, tools, equipment, and material costs for providing bonds, insurance, and financing, preparing and implementing the BMP Plan, preparing and updating construction schedules as requested by the Engineer, attending construction progress meetings as needed, costs of obtaining any and all permits and all other related work as required by the Contract Documents. This bid item shall also include setup time of equipment, personnel, and materials to the well site. There will be no additional payment for rig time or idle time while setup of equipment is occurring at the well site and for all materials purchased or rented as part of the setup of equipment at the well site. This bid item shall also include work to demobilize from the project site, including but not limited to, site cleanup and providing any required documentation as noted in these Special Provisions and Technical Specifications. Item No. 2 Pump Removal: Work under this item shall include, but not be limited to, providing all labor, tools, equipment, and material costs for disconnecting all appurtenances connected to the existing pump and transport them to the Contractor's yard for inspection. City Staff will handle disconnecting all electrical connections from the motor. An inspection report is required and shall be submitted by the Contractor to the City to list the condition of all components removed and shall be documented with photographs. The Contractor shall also verify pump shaft and column diameters. This bid item shall include cost to disconnect all electrical connections and remove all apparatus equipment from the well, including but not limited to: the motor; discharge head; oil tubing; cable shafting; column; bowl assembly; strainer; sounding tube; and airline. This bid item shall include the cost to transport and deliver the existing motor, discharge head, pump, and appurtenances from the well site to the Contractor's yard and all other work items as required to complete the work in place. Item No. 3 Wire Brushing, Bailing, and Initial Biocleaning of Casing Walls: Work under this item shall include, but not limited to, providing all labor, tools, material costs, and equipment necessary to perform the initial injection of chemicals, wire brushing the inside of the existing well casing, and then the removal of accumulated materials from the bottom of the well casing via bailing. A total of 24 hours is allotted for injection of chemicals, wire brushing of the well casing, and for the bailing to help perform initial sediment removal from the well. Time required for brushing and bailing will be recorded by the hour with 30-minute intervals as the smallest unit of recorded time. No payment will be made for delays from equipment stuck in the well casing, equipment breakdown, or failure to conduct the operations in a diligent and skillful manner by which the desired results could ordinarily be expected. Any equipment Page SP9of15 Citv of Newport Bea.- and/or tools stuck downwell shall be removed by the Contractor at the Contractors expense. Item No. 4 Interim Downwell Video Surveys: Work under this item shall include, but not be limited to, providing all labor, tools, equipment, and material costs for conducting up to three (3) interim clear -viewing color video surveys with dual viewing camera (side -looking and downwell capabilities) in the well following brushing and bailing, mechanical redevelopment, and chemical treatment operations. Work includes clarification of the water, as specified in the Technical Provisions, in order to provide clear -viewing conditions of the entire casing. There will be no payment for re -conducting any new video surveys required due to poor viewing conditions in any of the surveys. Item No. 5 Chemical Treatment: Work under this item shall include, but not be limited to, providing all labor, tools, equipment, and material costs for conducting chemical treatment, and will include thoroughly mixing and then injecting the chemical mixture into the well through a dual swab tool and mixing the chemicals thoroughly throughout water column as specified. These chemicals shall be injected and swabbed into each 10- or 20- foot section of casing perforations. The Contractor will need to calculate the volume of chemicals to add to each section of perforations, based on the length of the tool used and all other work items as required to complete the work in place. Item No. 6 Chemical Treatment Materials (WaterSOLVT" BC): Work under this item shall include, but not be limited to, providing all labor, tools, equipment, and material costs for providing chemical treatment material WaterSOLVTm BC. These chemicals shall be injected and swabbed into each 10- or 20- foot section of casing perforations. The Contractor will need to calculate the volume of chemicals to add to each section of perforations, based on the length of the tool used and all other work items as required to complete the work in place. Item No. 7 Chemical Treatment Materials (NaHCOs): Work under this item shall include, but not be limited to, providing all labor, tools, equipment, and material costs for providing chemical treatment material NaHCO3. These chemicals shall be injected and swabbed into each 10- or 20- foot section of casing perforations. The Contractor will need to calculate the volume of chemicals to add to each section of perforations, based on the length of the tool used and all other work items as required to complete the work in place. Item No. 8 Mechanical Redevelopment: Work under this item shall include, but not be limited to, providing all labor, tools, equipment, and material costs for conducting mechanical redevelopment of the perforated sections of the casing using simultaneous swabbing and airlifting techniques in accordance with the Technical Specifications. A total of 60 hours are allotted for mechanical redevelopment to redevelop the well by airlifting and swabbing. Work includes bailing to remove sediment fill from the bottom of the casing following completion of mechanical redevelopment and all other work items as required to complete the work in place. Item No. 9 Discharge of Redevelopment Fluids: Work under this item shall include, but not be limited to, providing all labor, tools, equipment, and material costs for Page SP 10 of 15 C.,iN of Ne, wport Bea(,.- conducting treatment and proper discharge of well redevelopment fluids generated during mechanical redevelopment, pumping redevelopment, and testing operations. Such discharge is to be conducted in compliance with the applicable City NPDES permit. Work includes providing two above -ground, 15,000- to 21,000-gallon storage tanks (Adler, Rain -for -Rent or similar). Chemicals to neutralize any acidic water will be applied as necessary by the Contractor to maintain compliance with City National Pollution Discharge Elimination System (NPDES) permit, costs for chemical are to be included in this bid item. Costs are to also include sampling, analysis and reporting associated with NPDES permit compliance and all other work items as required to complete the work in place. Item No. 10 Caliper Survey: Work under this item shall include, but not be limited to, providing all labor, tools, equipment, and material costs for conducting a measurement of the current diameter of the original (existing) casing in the well, using a caliper tool, prior to the proposed installation of the full casing liner. Item No. 11 Install Full Casing Liner & Gravel Pack: Work under this item shall include, but not be limited to, providing all labor, tools, equipment, and material costs for the installation a Type 304L stainless steel full casing liner and a new gravel pack inside the existing (original) casing. Costs for the proposed Type 304L stainless steel casing liner is to have the following preliminary design parameters: • 18-inch OD by 5/16-inch wall thickness blank casing from the top of the existing well casing to 230 feet below top of casing (ft btc). • 18-inch OD by 14-inch OD casing reducer from 230 ft to 235 ft btc. • 14-inch diameter wire -wrapped well screen from 235 ft to 525 ft btc; the screen can have a slot width of 0.050 inches (i.e., 50-slot). • 14-inch OD by 12-inch OD casing reducer from 525 ft to 530 ft btc. • 12-inch diameter wire -wrapped well screen from 530 ft to 685 ft btc; the screen can have a slot width of 0.050 inches (i.e., 50-slot). • A 10-foot long, 12-inch OD by 5/16-inch wall thickness blank cellar pipe below the bottom of the screened section of the liner (i.e., from 685 to 695 ft btc) thereby bringing the total depth of the full casing liner to approximately 695 ft bgs. • Gravel Pack: 8 X 16 gradation in the new annular space from top of casing to 700 ft btc using gravel pack provided by Tacna Sand & Gravel, or similar. Item No. 12 "Air -Jetting" Methods: Work under this item shall include, but not be limited to, providing all labor, tools, equipment, and material costs to help seat the newly- installed casing liner gravel pack, and for cleaning the existing well casing and gravel pack using an approved "air -jetting" method such as AirBurst®, BoreBlast® or approved equal. Work includes cost for any equipment to lift the devices into and out of the well and all other work items as required to complete the work in place. Page SP 11 of 15 roiN of Newport Bea(,.- Item No. 13 Test Pump Installation and Removal: Work under this item shall include, but not be limited to, providing all labor, tools, equipment, and material costs for installing and removing redevelopment/test pumping equipment consisting of a deep well, line -shaft, turbine test pump. The prime mover (motor) for the deep well, line shaft, turbine test pump shall be an electric engine of sufficient capacity to allow the test pump to operate in accordance with a maximum pumping rate of 3,000 gpm, at a Total Dynamic Head (TDH) 220 ft bgs. Depth setting of the pump intake to be 220 ft btc, and all other work items as required to complete the work in place. Item No. 14 Pumping Redevelopment: Work under this item shall include, but not be limited to, providing all labor, tools, equipment, and material costs for redevelopment by pumping and surging with a deep well, line shaft, turbine test pump in the newly -lined well for 80 hours, measured at a minimum of 30-minute intervals, and all other work items as required to complete the work in place. Item No. 15 Pumping Test - Step Drawdown: Work under this item shall include, but not be limited to, providing all labor, tools, equipment, and material costs for conducting a 12-hour (maximum) step drawdown of the newly rehabilitated well, in order to assess its current, post rehabilitation pumping rates and specific capacities, and all other work items as required to complete the work in place. Item No. 16 Pumping Test - Constant Rate: Work under this item shall include, but not be limited to, providing all labor, tools, equipment, and material costs for conducting a 48-hour(maximum) constant rate pumping test of the newly rehabilitated well, in order to assess its current, post rehabilitation pumping rates and specific capacities, and all other work items as required to complete the work in place. Item No. 17 Dynamic Flowmeter (Spinner) Survey: Work under this item shall include, but not be limited to, providing all labor, tools, equipment, and material costs for conducting a vertical flowmeter (spinner) survey, under dynamic (pumping) conditions, and to provide information on the current down well flow regime into the newly - rehabilitated and lined -well and all other work items as required to complete the work in place. Item No. 18 Final Downwell Video Survey: Work under this item shall include, but not be limited to, providing all labor, tools, equipment, and material costs for conducting a final, clear -viewing color video survey with dual viewing camera (side -looking and downwell capabilities) in the well following removal of the test pump. Work includes clarification of the water, as specified in the Technical Provisions, in order to provide clear -viewing conditions of the new, full casing liner. There will be no payment for re - conducting any new video surveys required due to poor viewing conditions in any of the surveys. Item No. 19 Rebuild & Re -installation of the Permanent Pump: Work under this item shall include, but not be limited to, providing all labor, tools, equipment, and material costs for rebuild and reinstallation of a permanent pump in the well capable of pumping at the City's design rate and TDH. Pump design shall be submitted to the City for review and approval prior to procurement. Pump design shall include trimmed 201 stainless impellers, stainless steel collets, stainless steel bolting, stainless steel Page SP 12 of 15 C_Jtv of Newpu rt Bear_._ shafting, and bronze bearings. Work includes reinstalling the permanent motor and City staff will perform reconnection of electrical wiring to the permanent motor. Work shall cover equipping the well with a permanent pump, parts include, but not limited to the column flange, pump bowls, pump column, strainer, replace and/or repair sole plate bolts, and all other appurtenances and accessories necessary to provide fully operational pumping system and all other work items as required to complete the work in place. Item No. 20 Vibration Testing: Work under this item shall include, but not be limited to, providing all labor, tools, equipment, and material costs for providing vibration testing of the new permanent pump. Work includes providing field trim balance to remove harmonic resonance vibration between the pump and the motor, and all other work items as required to complete the work in place. Item No. 21 Operational Pumping Test: Work under this item shall include, but not be limited to, providing all labor, tools, equipment, and material costs for conducting a continuous 3-day (72-hour) pumping test of the installed pump. This test shall be performed at the design rate of 2,500 gpm. Work includes recording work at 30-min intervals and all other work items as required to complete the work in place. Item No. 22 Well Disinfection and Site Clean Up: Work under this item shall include, but not be limited to, providing all labor, tools, equipment, and material costs for conducting disinfection of the newly -lined well and site cleanup following installation of the permanent pump and all other work items as required to complete the work in place. Item No. 23 Repair and Restoration of Existing Facilities: Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for and all other work items as required to complete the work in place. Item No. 24 Provide As -Built Plans: Work under this item shall include, but not be limited to, all labor tools, equipment, and material costs for all actions necessary to provide as -built drawings. These drawings must be kept up to date and submitted to the Engineer for review prior to request for payment. An amount of $2,000.00 is determined for this bid item. The intent of this pre-set amount is to emphasize to the Contractor the importance of as -built drawings. 9-3.2 Partial and Final Payment. From each progress payment, five (5) percent will be retained by the City, and the remainder less the amount of all previous payments will be paid. Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code. PART 2 - CONSTRUCTION MATERIALS SECTION 209 — PRESSURE PIPE Page SP 13 of 15 City of New'' p ort Beach 209-1 IRON PIPE AND FITTINGS 209-1.1 Ductile Iron Pipe 209-1.1.2 Materials All flanged pipe joints shall be joined utilizing Type 316 Stainless Steel nuts, washers, and hex -head bolts. Gasket shall be full-faced, cloth reinforced Buna-N rubber. Flex and transition couplings used to join pipes in water main construction shall have all threaded parts and joining hardware fabricated from Type 316 Stainless Steel. Pipe harness assemblies, valve and fitting restraints and shackle -clamp assemblies shall be joined utilizing Type 316 Stainless Steel all -thread rod, nuts, bolts, and washers. Clamps, shackles, and other hardware may be carbon steel or ductile iron where appropriate, but must be coated liberally with corrosion protective mastic compound. Bolted connectors fabricated from stainless steel shall have threaded parts coated liberally with an approved anti -seize compound. All bolted and threaded fasteners shall be manufactured in the United States of America and shall conform to the minimum requirements for strength, material construction and dimension as established by the ASTM and the ANSI Specifications. All fasteners shall be accompanied by written certification from the manufacturer stating compliance with the appropriate specification. All mechanical joints shall be restrained joints. Water main fittings shall be manufactured in accord with AWWA C110 (ANSI A21-10) and shall be ductile iron. Cast Iron fittings shall not be accepted. Compact body fittings (AWWA C153) will not be permitted unless otherwise specified. Mechanical joint fittings shall be manufactured in accord with AWWA C110 and shall have retainer glands. All flanged pipe and fitting shall be shop fabricated, not field fabricated. Adapter flanges shall be ANSI B16.5 pattern, Class 150 flanges. Bolts and nuts for all installations shall be Type 316 Stainless Steel. Threads shall be coated with a liberal amount of anti - seize compound. Flange gaskets shall be full-faced Buna-N, nylon impregnated rubber. Ductile iron pipe fittings and valves buried underground shall be protected with a polyethylene encasement (plastic film wrap) in accord with AWWA C105 (ANSI A 21.5). Wrap shall be loose 8-mil thick polyethylene. PART 3 - CONSTRUCTION METHODS SECTION 306 — OPEN TRENCH CONDUIT CONSTRUCTION Page SP 14 of 15 roitv of Ne, wpu' rt Beach 306-8 PREFABRICATED PRESSURE PIPE 306-8.9 Pipeline Pressure Testing, Disinfection, and Commissioning The Contractor will be responsible for pressure testing, disinfection and flushing of the new water mains. The Contractor shall adhere to the following special provisions for pressure testing, disinfection and flushing of new water mains and services. 1. Water service shall be maintained to all customers at all times except as necessary to transfer service from the old main to the new main. The Contractor's method of providing such continuous service shall be approved by the City prior to construction. 2. Contractor shall pressure test new main lines including any services prior to disinfection. 3. The Contractor shall make arrangements with the City's Utilities Division for disinfection, bacteriological testing, and certification of the new main and services. The Contractor shall be responsible for disinfection and flushing the main and services as well as pulling the bacteriological samples and running the incubation tests for coliform bacteria. 4. Upon successful completion of the pressure testing and disinfection, the Contractor shall thoroughly flush all mains and services prior to connection to customers. Flushing of services shall be done at the new angle stop and fittings shall be utilized such that the meter box is not flooded by the flushing operation. Page SP15of15 City of Newport Beach TECHNICAL SPECIFICATIONS FOR THE REHABILIATION OF TAMURA DEEP WELL CITY OF NEWPORT BEACH City of Newport Beach SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP SECTION DESCRIPTION PAGE NO. SPECIFICCONDITIONS................................................................................................1 SECTION SC-1: LOCATION OF PROJECT SITE & WELL INFORMATION ............................. 1 SECTION SC-2: DESCRIPTION OF THE WORK..................................................................... 2 SECTION SC-3: PRECONSTRUCTION MEETING................................................................... 4 SECTION SC-4: OBSTRUCTIONS AND COORDINATION WITH OTHER WORK ................... 4 SECTION SC-5: CONTRACTOR SITE SUPERVISION AND COMMUNICATION .................... 4 SECTION SC-6: CONTRACTOR RESPONSIBILITIES............................................................. 5 SECTION SC-7: CONTRACTOR'S EQUIPMENT..................................................................... 6 SECTION SC-8: PERSONAL SAFETY AND MONITORING EQUIPMENT ............................... 7 SECTIONSC-9: WATER SOURCE........................................................................................... 7 SECTIONSC-10: SUBMITTALS............................................................................................... 8 SECTION SC-1 1: PERMITS OBTAINED BY THE CONTRACTOR ........................................... 8 SECTION SC-12: CONTRACTOR NOTIFICATIONS................................................................ 8 TECHNICAL PROVISIONS............................................................................................ 1 SECTION TP-1 (BID ITEM NO. 1): MOBILIZATION AND DEMOBILIZATION .......................... 1 SECTION TP-2 (BID ITEM NO. 2): PUMP REMOVAL.............................................................. 3 SECTION TP-3 (BID ITEM NO. 3): WIRE BRUSHING, BAILING AND INITIAL BIOCLEANING OFCASING WALLS............................................................................................................ 5 SECTION TP-4 (BID ITEM NO. 4): INTERIM DOWNWELL VIDEO SURVEYS ......................... 7 SECTION TP-5-7 (BID ITEM NOS. 5 TO 7): CHEMICAL TREATMENT AND CHEMICAL TREATMENT MATERIALS (WATERSOLV BC BIO-REMEDIATION, 2-PART AND NAHCO3)............................................................................................................................10 SECTION TP-8 (BID ITEM NO. 8): MECHANICAL REDEVELOPMENT..................................13 SECTION TP-9 (BID ITEM NO. 9): DISCHARGE OF REDEVELOPMENT FLUIDS.................15 SECTION TP-10 (BID ITEM NO. 10): CALIPER SURVEY.......................................................19 SECTION TP-11 (BID ITEM NO. 11): INSTALL FULL CASING LINER & GRAVEL PACK ..... 21 SECTION TP-12 (BID ITEM NO. 12): "AIR -JETTING" METHODS..........................................24 SECTION TP-13 (BID ITEM NO. 13): TEST PUMP INSTALLATION AND REMOVAL...............26 SECTION TP-14 (BID ITEM NO. 14): PUMPING REDEVELOPMENT.....................................29 SECTION TP-15-16 (BID ITEM NOS. 15 & 16): PUMPING TESTS - STEP DRAWDOWN TEST AND CONSTANT RATE TEST.................................................................................31 SECTION TP-17 (BID ITEM NO. 17): DYNAMIC FLOWMETER (SPINNER) SURVEY ...........35 SECTION TP-18 (BID ITEM NO. 18): FINAL DOWNWELL VIDEO SURVEY ..........................37 SECTION TP-19 (BID ITEM NO. 19): REBUILD & REINSTALLATION OF THE PERMANENTPUMP..........................................................................................................39 TOC-1 �itv of No,_",ftport Beac.- SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP SECTION TP-20 (BID ITEM NO. 20): VIBRATION TESTING..................................................41 SECTION TP-21 (BID ITEM NO. 21): OPERATIONAL PUMPING TEST.................................45 SECTION TP-22 (BID ITEM NO. 22): WELL DISINFECTION & SITE CLEANUP....................46 SECTION TP-23 (BID ITEM NO. 23): REPAIR AND RESTORATION OF EXISTING FACILITIES........................................................................................................................49 City of Newport Beach SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP SPECIFIC CONDITIONS SECTION SC-1: LOCATION OF PROJECT SITE & WELL INFORMATION A. The Tamura Deep Well is located on the east border of the Hisamatsu Tamura School and just northwest of the intersection of Magnolia Street and Slater Avenue, in the City of Fountain Valley, as shown on Figure 1, "Well Location Map," in Appendix 1. Available information from the State Well Completion Report (a copy of which is provided in Appendix 2), and from Figure 2, "Well 'As -Built' and Proposed Casing Liner Diagram" (provided in Appendix 1), reveals the following pertinent construction details: 1. The original well was constructed in 1996 to a depth of 700 feet below ground surface (ft bgs) using the reverse -circulation drilling method. 2. A 36-inch outside diameter (OD) by 5/16-inch wall thickness low carbon steel (LCS) conductor casing was installed and cemented into place to a depth of 50 ft bgs. 3. The original well casing consists of: o 20-inch outside diameter (OD) blank (unperforated) casing that extends from slightly above ground surface to a depth of 238 ft bgs. o A 2-foot long "reducer" section that reduces the OD of the blank casing from 20 inches at 238 ft bgs to an OD of 16 inches at 240 ft bgs. o 16-inch OD blank casing from 240 ft bgs to 700 ft bgs, interspersed with louvered casing between the depths of 395 ft and 690 ft bgs. o The original casing perforations consist of Roscoe Moss Company (RMC) Ful-Flo louvers. Sections of louvered casing were reportedly placed between the depths of 395 ft to 455 ft bgs, 485 ft to 520 ft bgs, 540 ft to 555 ft bgs, 570 ft to 625 ft bgs, and 655 ft to 690 ft bgs; the slot opening size of the louvers is 0.050 inches (i.e., "50-slot"). o A 10-foot long section of 16-inch OD blank cellar casing extends down from the bottom of the louvers, at 690 ft, to a depth of 700 ft bgs. A well cap covers the bottom of the original cellar casing. o All original well casing has a wall thickness of 5/16-inch and is composed low carbon steel (LCS). 4. The casing was placed within the following reamed boreholes: an upper 34-inch diameter ream from 50 ft to 360 ft and a lower 26-inch diameter ream to 720 ft bgs. 5. An 8 X 20 gradation Colorado Silica Sand, Inc. (CSSI; now Olgebay Norton Industrial Sands), was used as the original gravel pack, and it was placed in the annular space between the borehole walls and the outside of the well casing, and between the depths of 326 ft and 720 ft bgs. 6. A 10-sack sand -cement slurry annular seal (i.e., the sanitary seal) was placed from ground surface to a depth of 326 ft bgs. 7. The original well was equipped with three accessory tubes, consisting of a 3-inch OD gravel feed tube that extends to a depth of 350 ft bgs, a 4-inch ID (inside diameter) camera port sounding tube that enters the well casing at a depth of 225 ft bgs, and a 2-inch ID air vent tube that enters the casing at a depth of 1 ft bgs. SC-1 �itv of Ne, wport Bear SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP B. Initial pumping development and testing of the well following its completion of construction revealed that at a rate of 3,082 gallons per minute (gpm), the total amount of water level drawdown was 40.8 ft. Thus, the initial calculated specific capacity of the well was 75.6 gpm per foot of drawdown (gpm/ft ddn), based on an original, pre -test static water level at a depth of 80 ft bgs. C. Two recent video surveys (performed under pumping and non -pumping conditions, respectively) of the original well were performed in January 2023; copies of these video survey reports are provided in Appendix 3. These reports reveal the following salient conditions in the original well at that time: 1. The amount of biofilm (biological growth) on the casing was considered to range from moderate to heavy. 2. Perforations were observed as being Ful-Flo louvers at the approximate depths of 399.7 ft to 459.6 ft below reference point (brp), 488.4 ft to 524.1 ft brp ft, 544.6 ft to 559.5 ft brp, 574.6 ft to 629.5 ft brp, and at 659.9 ft to 694.5 ft brp. 3. A small hole (less than 0.25 in.) was observed in the original louvers at approximately 522.6 ft brp. 4. Several enlarged louvers were also observed at approximately 574 ft brp, between the approximate depths of 600 ft and 630 ft brp, and between the approximate depths of 660 ft and 670 ft brp. 5. Soft sediment fill was encountered in the bottom of the original casing at a depth of 700 ft brp, indicating there were only a few inches of fill in the bottom of the well casing at that time. It should be noted that some original gravel/filter pack material was observed at the top of the sediment fill in the bottom of the casing. SECTION SC-2: DESCRIPTION OF THE WORK A. Work will include furnishing of all materials, labor, equipment, fuel, tools, transportation, and services to complete the rehabilitation and testing of the well as described in these Specifications (the Work). All Work Tasks are mandatory and are to be completed, unless stated as optional, or directed differently by the CITY or its representative (herein referred to as the TECHNICAL REPRESENTATIVE). B. Well Rehabilitation Tasks A summary of the work required for rehabilitation of the well is presented below. The Project Technical Provisions, Part 2, Sections TP-1 through TP-19 provide greater detail on each of these tasks. The required Tasks include, but are not limited to, the following: 1. Mobilization of personnel, equipment, and operating supplies to the well site. 2. Removal of the existing motor, pump column and pump bowls. 3. Initiation of rehabilitation of the well by brushing the original well casing using a steel wire brush and bailing sediment fill from the bottom of the well casing. During brushing, perform an initial round of chemical cleaning using hydrogen peroxide (H2O2) to help further remove surficial biological encrustations from the casing walls and louvers. 4. Bail sediment fill from the bottom of the well casing following brushing. 5. Perform a video inspection of the casing after brushing and bailing. Deliver the video to the CITY and its TECHNICAL REPRESENTATIVE for review. SC-2 OiN of Newport Beac SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP 6. Conduct chemical treatment of the well as specified herein using WaterSOLVTI BC Bio-Remediation (2 Part) and Sodium Bicarbonate (NaHCO3) and other approved chemicals. These chemicals will need to be swabbed and agitated separately, throughout all louvered intervals of the well casing, as specified herein. The bid item is based on the total number of gallons of water to be treated in the well and the treatment method (chemicals to be used) specifically recommended by Herc Chem Tech, LLC (HCT). 7. Conduct mechanical redevelopment of the original well by simultaneous airlifting and swabbing of the well casing. Care must be exercised by the CONTRACTOR when using swabbing tools to preclude damage to any and all sections of the well casing. Discharge the fluids into one or more temporary onsite above -ground tanks for treatment, prior to final disposal. Fluids discharged during this and all other tasks as part of this Work shall only be released in compliance with the De Minimis Order authorization letter from the Regional Board Executive Officer, to be obtained solely by the CONTRACTOR. 8. Perform interim video surveys to help ensure the effectiveness of the chemical and mechanical rehabilitation operations. These interim video surveys are to be reviewed by the CITY and its TECHNICAL REPRESENTATIVE. 9. Perform a caliper survey to verify the diameters of the original well casing. 10. Install a Type 304L Stainless Steel full casing liner and gravel pack, as specified. 11. Perform an "Air -Jetting" method of active scale and/or encrustation removal such as AirBurst°, Bore Blast°, Arc Wave (Plasma Pulse Wave), or other approved equal. The use of air -jetting will help seat the newly -installed gravel pack and to help open up the original gravel pack used for the original well. 12. Install a temporary deep well, turbine -type test pump in the newly -lined well and conduct pumping redevelopment (pumping and surging) for a maximum period of 80 hours. Pump the initial discharge to temporary onsite above -ground tank(s), collect a water sample, and analyze the sample for all constituents specified in the site -specific Regional De Minimis Order authorization letter, as specified therein (see Appendix 4). The motor (i.e. prime mover) that drives the test pump shall be an electric motor connected to a variable frequency drive (VFD). During this pumping redevelopment, water levels shall be monitored using an electronic water level sounder, pumping rates/volumes using a dual reading (instantaneous and total flow) flow meter, and sand production using a Rossum Centrifugal Sand Sampler (Rossum-type sand tester) device. 13. Perform a maximum 12-hour step drawdown pumping test, and then a constant rate pumping test for between 24 and 48 hours, to determine the new (current) specific capacity of the newly -lined well. Water levels, pumping rates/volumes, and sand production shall be monitored during these tests. 14. Conduct a dynamic flowmeter (spinner) survey near the end of the constant rate pumping test. 15. Perform a final video survey to check the new casing liner for possible damage from installation and/or removal of temporary test pump, and to determine the amount, if any, of sediment fill at the bottom of the new liner casing; bail the accumulated sediment. SC-3 �itv of Ne,wport Bea(. SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP 16. The CONTRACTOR shall refurbish, repair, and replace, as necessary, pumping components for the existing pump motor, pump column, pump bowls, and other items as specified in the well, complete and capable of pumping at a design rate against and at a Total Dynamic Head (TDH) as specified herein. This will include reconnecting all piping, wiring the pump into the existing electrical system, and conducting the requisite testing of the pump. This will also include conducting vibration testing of the new pump. 17. Perform a 3-day (72-hour) continuous pumping test on the newly -lined well at the design rate. 18. Perform the final disinfection of the newly -lined well and conduct site cleanup at the well site, as specified. 19. Restore the site to its original condition, prior to work at the site. 20. Provide As -Built plans. SECTION SC-3: PRECONSTRUCTION MEETING A. Upon issuance of a Notice to Proceed, or earlier when mutually agreeable, the CITY will arrange a preconstruction conference. B. The CONTRACTOR's superintendent, the CITY, the CITY's TECHNICAL REPRESENTATIVE, Engineer/Architect representatives of utilities, major subcontractors and others involved in performance of the Work, and others necessary to the agenda shall attend the Pre -construction Meeting. At a minimum, the agenda shall consist of the following: 1. Office, construction, and storage areas 2. CITY's requirements 3. Construction facilities, controls, and construction aids 4. Coordination of construction with CITY operations and others 5. Temporary utilities 6. Safety and first aid procedures 7. Security procedures 8. Housekeeping procedures C. CONTRACTOR will record minutes of meeting and distribute copies of minutes within seven (7) days of meeting to participants and interested parties. SECTION SC-4: OBSTRUCTIONS AND COORDINATION WITH OTHER WORK A. At least forty-eight (48) hours prior to commencing the rehabilitation work and prior to any operations involving existing CITY facilities, the CONTRACTOR shall notify the TECHNICAL REPRESENTATIVE. B. Prior to any rehabilitation work, the CONTRACTOR shall expose all known nearby utility crossings in order to provide for grade and alignment adjustments, if necessary. SECTION SC-5: CONTRACTOR SITE SUPERVISION AND COMMUNICATION A. The CONTRACTOR shall provide a qualified and experienced supervisor and well rehabilitation superintendent, one of whom shall be constantly in attendance throughout SC-4 �itv of Ne,wport Bea(,.- SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP rehabilitation of the well. In addition to directing all well rehabilitation and testing activities, the supervisor shall be capable of coordinating the work with all personnel, subcontractors, the TECHNICAL REPRESENTATIVE, and the CITY so that the overall project is successfully executed and completed without undue conflicts or delays. No changes in key CONTRACTOR personnel will be allowed without the approval of the CITY. Approval may be granted provided the qualifications and experience of the replacement worker are equivalent or better than the initial worker. B. At all times, the CONTRACTOR shall have at the work site the means for communicating (i.e., cellular telephones) between all workers at the site, their office, and the TECHNICAL REPRESENTATIVE. Two-way radios are not an acceptable form of communication. The telephone numbers for all workers shall be provided to the TECHNICAL REPRESENTATIVE at the pre -construction meeting so that the CONTRACTOR's personnel are available at all times for status updates. Telephones with a vibrating mode shall be made available to CONTRACTOR's field crew so that the incoming calls may be detected above the noise at the work site. SECTION SC-6: CONTRACTOR RESPONSIBILITIES A. The CONTRACTOR is solely responsible for making all necessary provisions for mobilizing onto and demobilizing from the well site with the necessary equipment, tools, supplies, materials, and personnel needed for the entire project. B. The CONTRACTOR shall make adequate provision for the protection of the work area and the well against fire, theft, and vandalism, and for the protection of the public against exposure to injury. The CONTRACTOR shall bear the responsibility for the protection of all equipment and material at the worksite. To prevent intrusion by unauthorized persons, the CONTRACTOR shall fence the area with a chain link fence and this fencing shall be covered with green screening material, as necessary. Further, gates, where installed, shall be a locking type and existing doors to the facility shall be kept closed when not immediately in use. All openings in the fenced enclosure shall be closed when not immediately in use. C. The CONTRACTOR shall satisfy himself/herself of all local conditions affecting his/her work. The CONTRACTOR is responsible to have inspected the well site prior to submitting a bid and commencing construction activities. An as -built well design schematic of the original well and of the new full casing liner is provided on Figure 2 within Appendix 1 for reference. Neither information contained in this section, nor that derived from maps or plans, or from the CITY including their representatives or employees, shall relieve the CONTRACTOR from any responsibility specified herein, or from fulfilling any and all terms and requirements of his/her contract. D. The CONTRACTOR shall submit a Notice of Intent (NOI) at least 45 days before the start of a new discharge to comply with the California Regional Water Quality Control Board, Santa Ana Region (Regional Board) Order No. R8-2020-0006, NPDES No. CAG998001 (De Minimis Order), as described therein, as applicable to the Work, and as directed by the CITY. The CONTRACTOR shall also meet all requirements of that order, as well as all site -specific requirements imposed by the site -specific authorization letter from the Regional Water Board Executive Officer. These will include, but not be limited to implementing a Monitoring and Reporting Program (MRP), performing any/all water quality sampling, obtaining laboratory testing (including payment for same), and reporting to all applicable regulatory agencies, as described in the authorization letter. SC-5 C itv of Newport Bea(- SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP E. The CONTRACTOR must have on -site at all times safety data sheets (SIDS) for all treatment chemicals. F. The CONTRACTOR shall submit all required reports and data to the CITY and other appropriate agencies. G. The CONTRACTOR shall keep the CITY Project Manager and the TECHNICAL REPRESENTATIVE continuously informed of the onsite work schedule so that well rehabilitation and testing activities can be monitored as required by the CITY. H. The CONTRACTOR is responsible for any damage to properties adjacent to any of the well sites caused by CONTRACTOR activities associated with the Work described herein and shall restore these properties to their original condition. I. The CONTRACTOR shall use only potable water when clearing the well water for the video survey and also during chemical mixing. When using potable water, an airgap must be maintained between the hose outlet and the standing water surface. SECTION SC-7: CONTRACTOR'S EQUIPMENT A. The CONTRACTOR shall provide all equipment, tools, supplies, materials, power, and personnel required to complete the work. All equipment supplied by the CONTRACTOR shall be in good working condition and available for inspection by the TECHNICAL REPRESENTATIVE prior to the beginning of the Work. If, in the opinion of the TECHNICAL REPRESENTATIVE, any of the equipment is not suitable for well redevelopment operations, either because of mechanical problems, excessive noise, deviation from the Specifications, or the build-up of substances which could cause well contamination (i.e., from oil, diesel, hydraulic leaks or exhaust residue, etc.), the CONTRACTOR shall adjust, replace, or decontaminate said equipment with suitable equipment at the CONTRACTOR's expense, and to the satisfaction of the TECHNICAL REPRESENTATIVE. B. All chemicals used for rehabilitation shall be new upon delivery to the site unless otherwise specified herein. C. At the pre -construction meeting, the CONTRACTOR shall furnish a complete list of equipment and supplies to be used in the performance of the Work. The Work shall not proceed until the CITY and the TECHNICAL REPRESENTATIVE are satisfied that the listed equipment and supplies are adequate for the Work and will be at the site when needed. D. The required list of equipment shall include, but not be limited to, the following: 1. Pump removal and installation equipment: o Approximate mast height o Total available rig horsepower 2. Type and size of rehabilitation brushes to be used 3. Type of "Air -Jetting" device to be utilized 4. Specifications for the dual -swab assembly 5. Specifications for discharge water storage tanks 6. Specifications and calibration information for the inline flow meter(s) 7. Types and manufacturers of all chemicals to be used 8. Specifications for chemical mixing tanks SC-6 i;it� of Newport Beach SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP 9. Test pumping equipment: o Variable speed engine o Size and type of pump bowl and column assembly 10. Permanent pump to be installed in the newly -lined well o Depth setting o Design flow rate Table 1 provides a list of additional submittals that the CITY will require. SECTION SC-8: PERSONAL SAFETY AND MONITORING EQUIPMENT A. The CONTRACTOR shall ensure that its personnel are properly trained in the handling, use and storage of all rehabilitation chemicals, and shall have proper safety equipment (in addition to basic personal protective equipment) on the worksite at all times. All work shall take place with adequate ventilation. All workers shall be required to wash with soap and water after handling chemicals, eating, drinking, smoking, or using sanitary facilities. B. Safety data sheets (SDS) for all rehabilitation chemicals shall be submitted to the TECHNICAL REPRESENTATIVE and the CITY and shall be kept onsite throughout the rehabilitation process. C. Required additional safety equipment to be available for use onsite at all times shall consist of, but is not limited to, the following: 1. Portable eyewash station 2. Safety goggles and Rubber or neoprene gloves 3. Rubber boots and Tyvek suits 4. Respirator with acid cartridges D. The CONTRACTOR shall ensure adequate water supply is onsite at all times to flush skin and eyes in case of accidental spills. E. The CONTRACTOR shall provide the following field monitoring equipment: 1. pH field meter, measuring pH levels (range of 0 - 14 units) 2. Chlorine field meter, measuring residual chlorine (range of 0 - 200 mg/L) 3. Turbidity field meter, measuring nephelometric turbidity units (range of 0 - 1,000 NTU) 4. Multimeter water quality probe capable of measuring electrical conductivity (EC) and temperature. 5. Imhoff cone to measure sand content. SECTION SC-9: WATER SOURCE A. The CONTRACTOR shall secure and maintain, at his/her expense, temporary water service for the rehabilitation work at the site. The CONTRACTOR shall then provide adequate distribution facilities for the water, both at the jobsite and offsite, which conform to applicable codes and safety regulations. SC-7 C:itv of Newport Beac SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP B. The water source for the project is to be obtained from a City of Fountain Valley fire hydrant that is located at the well site. The CONTRACTOR shall make all arrangements and pay all costs for utilizing this water source. SECTION SC-10: SUBMITTALS A. All records shall be available to the TECHNICAL REPRESENTATIVE and/or the CITY at all times at the job site. All submittals shall be delivered to the CITY in both hard copy and electronic form. Required submittals and submittal schedule are summarized in Table 1. Table 1 is provided only as a guide and is not all inclusive. SECTION SC-11: PERMITS OBTAINED BY THE CONTRACTOR A. The CONTRACTOR shall obtain authorization to discharge under the California Regional Water Quality Control Board, Santa Ana Region (Regional Board) General Waste Discharge Requirements for Discharges To Surface Waters That Pose An Insignificant (De Minimis) Threat to Water Quality, Order No. R8-2020-0006, NPDES No. CAG998001 (De Minimis Order). A copy of this Order is provided in Appendix 4 to these Technical Specifications. B. The CONTRACTOR is strongly encouraged to become well -versed with all requirements of this Order and the site -specific authorization letter in advance of commencing the Work. Compliance with this Order is the sole responsibility of the CONTRACTOR, as are all possible penalties resulting from noncompliance with this Order. C. The De Minimis Order defines Dischargers as "Individuals, agencies, and/or other parties who discharge wastewater that pose an insignificant (de minimis) threat to water quality of surface waters." For the purposes of these Technical Specifications, the CONTRACTOR shall be considered the Discharger. D. Under the De Minimis Order, the CONTRACTOR shall submit a Notice of Intent as described in the De Minimis Order: "At least 45 days before the start of a new discharge, the Discharger shall submit a complete Notice of Intent (...J to the Regional Water Board office at the address on the cover page of this Order." E. Under the De Minimis Order, project discharge will not be permitted until the CONTRACTOR has received an authorization letter from the Regional Board Executive Officer: "A Discharger (... J who has complied with the requirements for coverage under this Order, is authorized to discharge under this Order, once the Executive Officer has issued an authorization letter, as described in this Order." Upon receipt of this authorization, the CONTRACTOR shall also provide evidence of authorization to the CITY and its TECHNICAL REPRESENTATIVE. SECTION SC-12: CONTRACTOR NOTIFICATIONS A. The CONTRACTOR shall notify the CITY at least seven (7) days prior to any discharge, so that the CITY can notify the Orange County Flood Control District (OCFCD) of these discharges. B. The CONTRACTOR shall be responsible for collection of the appropriate samples, cost of analysis, for reporting, and for adhering to the site -specific De Minimis Order authorization letter requirements. All collected documents should be submitted to the CITY and also as required by the authorization letter. C. Discharge water will be conveyed to existing discharge points at the well site. The discharge points at the site convey flows to storm drains, and ultimately, to the Talbert Channel. SC-8 ('-,it,v of Now- port Bea(,--. SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP D. Business License(s) from the City of Newport Beach. E. Any other permits or licenses necessary to complete the work. END OF SPECIFIC CONDITIONS SC-9 City of Newport Beach SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP WATER WELL TECHNICAL PROVISIONS SECTION TP-1 (BID ITEM NO. 1): MOBILIZATION AND DEMOBILIZATION PART 1 — GENERAL A. Description Mobilization and demobilization shall include the transportation of personnel, equipment, and operating supplies to and from the well site; establishment of portable sanitary facilities; obtaining an adequate source of fresh water and other preparatory work, as necessary, at the well site; and other work required for mobilization by the CONTRACTOR. B. Bidding Details Details regarding any changes/additions to this section or quantities and/or values for bidding purposes are presented in the Basis of Measurement for Bidding and Payment in Part 4 of this section. C. Submittals Data and information on the equipment to be used for this project including, but not limited to, the type of rig, air compressors, and other pertinent equipment shall be submitted by the CONTRACTOR. Refer to Table 1 in the Special Provisions for details on these and other submittals associated with the project. PART 2 — MATERIALS A. The CONTRACTOR shall provide: a crane, a pump rig, or other suitable equipment adequate for pump removal and installation; all tools, accessories, power, fuel, materials, supplies, lighting, water, and other equipment; and experienced personnel necessary to conduct efficient rehabilitation operations at the well site. The crane shall be in good condition and of such capacity to properly and safely lift any tools, or the pump bowl and column assembly (when installing the temporary test pump or the permanent pump) from (and later into) the well. PART 3 — EXECUTION A. Prior to mobilization of all personnel, equipment, and operating supplies to be used for rehabilitation activities, the CONTRACTOR will be required to perform a video survey of the site to document the pre-existing conditions at the well site. At the pre -bid meeting, the CITY will discuss the items that will need to be provided in these videos. After completion of rehabilitation activities at the well site, the CONTRACTOR shall perform a final video to verify that no damage has occurred to the well the site. The CONTRACTOR shall also ensure that the well site facility and surrounding properties are restored to a condition acceptable to the CITY. Should the videos not be adequate for documentation purposes, based on the CITY's review, then the CONTRACTOR will be required to perform additional surveys, as needed, until the videos have been completed satisfactorily in accordance with the CITY's requests. The completed video survey(s) will be presented to the CITY in DVD or in either .avi or .mp4 digital file formats, as requested by the CITY. City of Newport Beach SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP WATER WELL B. Upon completion of the work, the CONTRACTOR shall remove all waste materials, rubbish, and debris from and near to the well site as well as all tools, construction equipment, fuel tanks, machinery, temporary structures, and surplus materials. Bailed sediment, sand, loose pump scale, broken pump pieces, etc., are to be removed from the well site and properly disposed of by the CONTRACTOR. The CONTRACTOR shall leave the well site clean and ready for use by the CITY. The CONTRACTOR shall restore all temporary work areas at the well site to the original conditions of those areas. PART 4— BASIS OF MEASUREMENT FOR BIDDING AND PAYMENT The CONTRACTOR shall include the cost of the listed work and also that work not listed in this section, but necessary and incidental to perform and complete this bid item, in accordance with the following: A. Payment for mobilization and demobilization, including setup time of equipment, personnel, and materials to and from the well site, preparation of all bonds and insurance, and costs of obtaining any and all permits to perform the work. This bid item shall be made at the lump sum price bid. B. There will be no additional payment for rig time or idle time while setup of equipment is occurring at the well site and for all materials purchased or rented as part of the setup of equipment at the well site. C. The CONTRACTOR shall submit a Notice of Intent to Discharge under the terms and conditions of the De Minimis Order, at least 45 days prior to the first anticipated discharge, but discharge shall not commence until an authorization letter has been received from the Regional Board Executive Officer. END OF SECTION City of Newport Beach SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP WATER WELL SECTION TP-2 (BID ITEM NO. 2): PUMP REMOVAL PART 1 — GENERAL A. Description This section covers the removal of the existing permanent pump and appurtenances (pipes, electrical cables, etc.) from the existing (original) well. B. Bidding Details Details regarding any changes/additions to this section or quantities and/or values for bidding purposes are presented in the Basis of Measurement for Bidding and Payment in Part 4 of this section. C. Submittals Inspection report with photographs (see Item B) under Part 3 — Execution (below). Refer to Table 1 in the Special Provisions for details on these and other submittals associated with this task. PART 2 — MATERIALS A. The CONTRACTOR shall provide a crane, a pump rig, or other suitable equipment adequate for removal of the existing pump, column pipe, motor, and appurtenances. PART 3 — EXECUTION A. The CONTRACTOR shall disconnect all electrical wiring and appurtenances prior to the removal of the existing pump from the well. The CONTRACTOR shall remove all apparatuses from the well including, but not limited to: the motor; discharge head; oil tubing; water -lubrication tubing; cable; shafting; column pipe; bowl assembly; strainer; and airline. B. The CONTRACTOR shall inspect all apparatus removed from the original well and prepare and submit an inspection report describing the condition of all apparatus removed from the well. The CONTRACTOR shall verify: the pump shaft diameter to the nearest 1/1,000 of an inch using a micrometer; shaft quantities and lengths; and column pipe diameter, quantities, and lengths; all of which are to be included with the inspection report. Photographs of the apparatus removed from the well shall be taken by the CONTRACTOR and included within that inspection report as a submittal. C. Following removal of the existing pump, the CONTRACTOR shall sound the total depth of the well, with the measurement being recorded in feet below an established reference point, which is to be measured relative to ground (or grade) level. Should sediment fill in the bottom of the well be shallower than the total depth of the well casing, the CONTRACTOR shall then bail this sediment from the bottom of the well casing to the maximum possible extent using a bailer, scow or equivalent retrieval device. City of Newport Beach SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP WATER WELL PART 4 — BASIS OF MEASUREMENT FOR BIDDING AND PAYMENT The CONTRACTOR shall include the cost of the listed work and also that work not listed in this section, but necessary and incidental to perform and complete this bid item, in accordance with the following: A. Payment for the pump removal will be made on a lump sum basis. B. Price shall include the cost to disconnect all electrical connections and remove all associated apparatus from the well including, but not limited to: the motor, discharge head, oil tubing, cable, shafting, column, bowl assembly, strainer, sounding tube(s), and airline. C. Price shall also include the cost to transport and deliver the existing motor, discharge head, pump, and appurtenances from the well site to the CONTRACTOR'S yard. The CONTRACTOR shall measure and verify the pump shaft and column diameters. D. The CONTRACTOR shall prepare and submit a report to the CITY listing the condition of all pump components and any repair and/or replacement options and costs for those components. E. Payment will constitute the full compensation for all labor, materials, equipment, power, and all other items necessary and incidental to completion of the work on the well. END OF SECTION City of Newport Beach SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP WATER WELL SECTION TP-3 (BID ITEM NO. 3): WIRE BRUSHING, BAILING AND INITIAL BIOCLEANING OF CASING WALLS PART 1 — GENERAL A. Description This section covers the initial cleaning (biocleaning), the wire brushing of the original well casing, and the bailing activities to be performed in the well. B. Bidding Details Details regarding any changes/additions to this section or quantities and/or values for bidding purposes are presented in the Basis of Measurement for Bidding and Payment in Part 4 of this section. C. Submittals Information on the chemical vendor, the chemicals, and approximate volumes, based on current static water level conditions, the make, model, type and diameter of the brush and the bailer shall be submitted by the CONTRACTOR. Refer to Table 1 in the Special Provisions for details on these and other submittals associated with the project. A. Brush A new, stiff, steel wire brush shall be used initially to carefully brush the interior walls of both the 20-inch OD and 16-inch OD original well casings; particular focus shall be on the louvered perforations, which according to the attached as -built well diagram, extend in depth -discrete intervals between the approximate depths of 395 ft and 690 ft bgs. B. Bailer A bailer, scow or equivalent retrieval device shall be used to remove sediment fill from the bottom of the original well casing, following the wire brushing of the interior walls of the casing. C. Chemicals and Volumes During brushing of the well casings, the CONTRACTOR shall help remove biofilm in the wells by introducing Herc Chem Tech, LLC (HCT) WaterSOLVT"' BC Bio-Remediation, 2-part (WaterSOLV), at the quantities specified below. 526 gallons PART 3 — EXECUTION A. After mobilization of a pump rig to the site, the CONTRACTOR shall inject WaterSOLV through the brush tool or tremie pipe such that the chemical is evenly distributed throughout the perforated sections of the original well. After injection of the chemical is complete, the CONTRACTOR shall use a stiff wire brush to thoroughly brush all interior walls of the well casing. Thereafter, the CONTRACTOR shall measure and record the depth to the top of the sediment fill in the bottom of the casing. The CONTRACTOR shall then remove all accumulated sediment fill and other material from the bottom of the well to the maximum possible extent using a bailer scow, or equivalent device. Information on the construction of the well can be found in Figure 2 of Appendix 1, "Well 'As -Built' and Proposed Casing Liner TP-5 i;it� of Newport Bea(,--. SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP WATER WELL Diagram". Following bailing, the well will be allowed to sit for a period of 24- to 48-hours to allow any suspended debris to settle to the bottom of the well. B. All bailed material (water and sediment) shall be placed in appropriate containers. The sediment, after separation from the water, shall be placed in steel, 55-gallon-capacity drums, properly labeled, and eventually removed from the well site for disposal by the CONTRACTOR. The CONTRACTOR will be responsible for manifesting the bailed material for disposal at an appropriate landfill. The TECHNICAL REPRESENTATIVE may be onsite to collect a sample of the bailed material for possible laboratory analysis. An updated total depth of the original well casing shall be measured by the CONTRACTOR shortly following bailing of sediment fill. PART 4— BASIS OF MEASUREMENT FOR BIDDING AND PAYMENT The CONTRACTOR shall include the cost of the listed work and also that work not listed in this section, but necessary and incidental to perform and complete this bid item, in accordance with the following: A. Payment for injecting, brushing, and bailing will be made at the unit price bid per hour. B. A total of 24 hours is allotted for the injection of chemicals, wire brushing of the well casing, and for bailing to help perform an initial sediment removal from the well. Any additional hours beyond the bid amount will be paid at the same per unit hour price. C. During brushing of the well casing, the CONTRACTOR shall help remove biofilm in the well using 526 gallons of WaterSOLV. D. The time required for brushing and bailing will be recorded by the hour with 30-minute intervals as the smallest unit of recorded time. The time recorded for payment shall commence when the equipment installed in the well is placed into operation and shall end when such brushing and bailing have stopped at the direction of the TECHNICAL REPRESENTATIVE. E. No payment will be made for delays resulting from: (i) equipment stuck in the well casing; (ii) equipment breakdown; or (iii) failure to conduct the operations in a diligent and skillful manner by which the desired results could ordinarily be expected. F. Any equipment and/or tools stuck downwell shall be removed by the CONTRACTOR at the CONTRACTOR's expense. The CITY will not be responsible for or reimburse the CONTRACTOR for the removal of any equipment and/or tools stuck downwell. END OF SECTION TP-6 (-',itv of NO.Wport Beach SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP WATER WELL SECTION TP-4 (BID ITEM NO. 4): INTERIM DOWNWELL VIDEO SURVEYS PART 1 —GENERAL A. Description This section covers the performance of clear -viewing color video camera surveys throughout the full depth of the original well. The basic purpose of these video surveys is to view the conditions within the well casing following initial biocleaning, brushing, and bailing, mechanical or chemical treatment operations or at other periods, as necessary. A total of three (3) interim downwell video surveys of the well are included in this bid item. B. Bidding Details Details regarding any changes/additions to this section or quantities and/or values for bidding purposes are presented in the Basis of Measurement for Bidding and Payment in Part 4 of this section. C. Submittals 1. The CONTRACTOR shall submit the name of the SUBCONTRACTOR retained to perform the camera survey to the CITY and its TECHNICAL REPRESENTATIVE for approval prior to use. 2. Two copies in both a playable DVD format and an Audio Video Interleaved format (.avi or.mp4 file) of the video recordings shall be provided to the CITY and one to its TECHNICAL REPRESENTATIVE within 48 hours after the survey is complete. 3. Refer to Table 1 in the Special Provisions for details on these and other submittals associated with the project. PART 2 — MATERIALS A. Camera The camera used for the survey shall be equipped with properly functioning centralizers. The equipment used by the SUBCONTRACTOR for each video survey shall produce a DVD and all other requested digital video file(s) with an automatic depth indication. B. Recordings For each of the three successful clear -viewing video surveys, the CONTRACTOR shall provide the CITY and its TECHNICAL REPRESENTATIVE with two DVD recordings, two video reports, a digital copy of the video survey, and a digital copy of the video reports, as specified. Each video survey log report, at a minimum, shall document the survey date, static water level, perforation depth intervals and conditions, and total well depth. Refer to Table 1 for additional details regarding report submittals. City of Newport Beach SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP WATER WELL PART 3 — EXECUTION A. The CONTRACTOR shall furnish all labor, material, and equipment required to provide as many as three clear -viewing color video surveys with dual -viewing (side -and downwell viewing) capabilities of the original well after preparation of the water within the well casing to produce clear viewing conditions throughout the entire cased depth of the well. As the camera probe surveys the full casing interval in the well, a digital depth record shall be recorded on the video survey log for reference. B. The video camera shall be capable of providing dual -viewing, in both vertical and horizontal (side- and downwell) direction of the entire casing as it descends into the well. C. The CONTRACTOR will introduce a polymer -type flocculent (Barafloc, or similar) or lime solution into the well, followed by water through a garden hose. Only water from a potable supply shall be used and an airgap shall be maintained between the outlet of the hose and the surface of the water in the well. The CONTRACTOR will allow water to flow into the well for a between 24 and 48 hours in advance of the video survey to produce clear viewing conditions. Should a clear video picture of the internal casing conditions not be achieved, additional clear water preparations shall be implemented, and additional video surveys conducted until a clear video picture record is obtained. This additional work, if needed, shall be accomplished at the CONTRACTOR's expense. D. As the camera surveys the entire casing interval in the well, a digital depth record shall be recorded on the video survey log for reference. The digital depth counter shall be set at zero, at approximate ground surface level, with the side -viewing camera. E. The videos shall become the property of the CITY and its TECHNICAL REPRESENTATIVE when the survey is completed, and the required copies shall be provided to the CITY and its TECHNICAL REPRESENTATIVE no more than 48 hours after the survey is completed in the well. F. Following the final video survey, the CONTRACTOR shall measure and record any sediment fill remaining in the bottom of the casing, and then shall remove the sediment to the maximum possible extent using a bailer, scow, or other equivalent retrieval device. All bailed material (water and sediment) shall be placed in appropriate containers. The sediment, after separation from the water, shall be placed in steel, 55-gallon-capacity drums, properly labeled, and eventually removed from the well site for proper disposal by the CONTRACTOR. The CONTRACTOR will be responsible for manifesting the bailed material for disposal at an appropriate landfill. The TECHNICAL REPRESENTATIVE may be onsite to collect a sample of the bailed material for possible laboratory analysis. The updated total depth of the well shall be measured by the CONTRACTOR shortly following bailing. City of Newport Beach SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP WATER WELL PART 4 — BASIS OF MEASUREMENT FOR BIDDING AND PAYMENT The CONTRACTOR shall include the cost of the listed work and also that work not listed in this section, but necessary and incidental to perform and complete this bid item, in accordance with the following: A. Conduct up to three (3) clear -viewing color video surveys with dual viewing camera (side -looking and downwell capabilities) in the original well following brushing and bailing, mechanical redevelopment, chemical treatment operations, and final video survey following removal of the test pump. B. Payment for each successful, clear -viewing color video survey of the entire casing shall be at the per video ("each") bid price. C. Price to include clarification of the water, as specified in the Technical Provisions, in order to provide clear -viewing conditions of the entire well casing. D. There will be no additional payment for standby time while the survey is being conducted, or for re -conducting any new video surveys required due to poor viewing conditions in any of the surveys. END OF SECTION City of Newport Beach SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP WATER WELL SECTION TP-5-7 (BID ITEM NOS. 5 TO 7): CHEMICAL TREATMENT AND CHEMICAL TREATMENT MATERIALS (WATERSOLV BC BIO-REMEDIATION, 2-PART AND NAHCO3) PART 1 — GENERAL A. Description This section covers the treatment of the well by chemical methods, including the use of an acid and other chemicals with a swab tool to emplace the chemicals into the perforated sections of the original well casing. The CONTRACTOR will safely and properly perform chemical treatment in accordance with the specified procedures and methods described below. B. Bidding Details Details regarding any changes/additions to this section or quantities and/or values for bidding purposes are presented in the Basis of Measurement for Bidding and Payment in Part 4 of this section. C. Submittals A chemical treatment plan, including the chemical vendor, the chemicals, and the approximate volumes, based on current static water level conditions and the diameters of the original well casing and gravel pack, shall be submitted by the CONTRACTOR. Refer to Table 1 in the Special Provisions for additional information on this plan and on other submittals associated with the project. PART 2 — MATERIALS A. Recommended Chemicals and Volumes 1. A solution incorporating the chemicals that is to be pre -mixed at ground surface. 2. The chemical mixture and potable water should be injected into all louvered zones in the original well. This mixture is to be based on the total targeted treatment volume in the well. 3. The CONTRACTOR shall check the volume of water inside the casing at the time of chemical application, based on its current static water level, and independently determine the concentrations of the listed chemicals. Discuss any discrepancies with the CITY between the above -listed concentrations and those determined at the time of chemical treatment. PART 3 — EXECUTION A. The chemicals shall be thoroughly mixed at ground surface in a 5,000-gallon tank prior to emplacement downwell, as necessary. Only potable water shall be used, and an air -gap shall be maintained between the outlet and the surface water in the mixing tank and/or vat. B. The chemicals shall be emplaced downwell through a 10- to 20-foot long, perforated double -swab tool. C. The chemicals shall be swabbed and agitated into each 10- to 20-foot louvered interval of the casing with the double -swab tool. TP-10 �it� of Ne, wport Bear SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP WATER WELL D. The time for setup of all tooling, injection and swabbing of all chemicals and evacuation of the chemicals shall be a part of the bid price. Any additional and extra time expended by the CONTRACTOR during chemical treatment will be borne solely by the CONTRACTOR. City of Newport Beach SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP WATER WELL PART 4— BASIS OF MEASUREMENT FOR BIDDING AND PAYMENT The CONTRACTOR shall include the cost of the listed work and also that work not listed in this section, but necessary and incidental to safely and properly perform and complete this bid item, in accordance with the following: A. The CONTRACTOR will need to calculate the volume of chemicals to add to each section of perforations, based on the length of the tool used. B. The chemicals are to be acquired from Herc Chem Tech, LLC (HCT). C. The total volumes of chemicals to be used, for bidding purposes only, are as follows: 1. WaterSOLVTM BC Bio-Remediation, 2-part: 1,052 gallons 2. Sodium Bicarbonate: 150 Ibs (blended with 300 gallons of water) D. The chemicals shall be applied to the well in the following discrete stages: 1. Initial injection and swabbing of 526 gallons of WaterSOLVTM BC Bio-Remediation, 2-part. The period of swabbing shall be on the order of ten to fifteen minutes. Allow initial injection of WaterSOLV mixture to soak in the well for a minimum of 72 hours following completion of this injection step. 2. Secondary injection and swabbing of 526 gallons of WaterSOLVTM BC Bio- Remediation, 2-part. The period of swabbing shall be on the order of ten to fifteen minutes. Allow secondary injection of WaterSOLV mixture to soak in the well for a minimum of 72 hours following completion of this injection step. Injection and swabbing of a mixture consisting of 150 Ibs sodium bicarbonate (NaHCO3) and 300 gallons water (0.5 Ibs NaHCO3 per gallon of water), premixed at the surface. 4. The period of swabbing these chemicals in shall be on the order of 15 to 20 minutes per each 20-foot section of louvers in the original well. 5. Following injection and swabbing of the NaHCO3-water mixture, all fluids shall be evacuated from the well by airlifting methods. E. The time for setup of all tooling, injection and swabbing of all chemicals and evacuation of the chemicals shall be a part of the bid price. Any additional and extra time expended by the CONTRACTOR during chemical treatment will be borne solely by the CONTRACTOR. F. The CONTRACTOR shall consult with HCT to confirm final quantities and procedures. G. No payment will be made for delays resulting from: (i) equipment stuck in the well; (ii) equipment breakdown; or (iii) failure to conduct the operations in a diligent and skillful manner by which the desired results could ordinarily be expected. H. Any equipment and/or tools stuck downwell shall be removed by the CONTRACTOR at the CONTRACTOR's expense. The CITY will not be responsible for or reimburse the CONTRACTOR for the removal of any equipment and/or tools stuck downwell. END OF SECTION TP-12 i;it� of Newport Beach SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP WATER WELL SECTION TP-8 (BID ITEM NO. 8): MECHANICAL REDEVELOPMENT PART 1 —GENERAL A. Description This section covers the redevelopment of the original well by mechanical methods, including the use of a swab tool and airlift system to help dislodge biological material from each perforated section of casing. B. Bidding Details Details regarding any changes/additions to this section or quantities and/or values for bidding purposes are presented in the Basis of Measurement for Bidding and Payment in Part 4 of this section. C. Submittals Daily site activity reports shall be submitted by the CONTRACTOR. Refer to Table 1 in the Special Provisions for details on the submittals and on other submittals associated with the project. PART 2 — MATERIALS A. Mechanical redevelopment will be accomplished using a double swab tool consisting of an appropriately sized rubber packer assembly near each end of an approximately 10- to 20-foot long perforated section of pipe that will allow for intake of fluids in the well, between the two swabs. The downhole end of the perforated pipe section on the double -swab mechanical redevelopment tool shall be capped. B. The CONTRACTOR shall provide adequate air compressor with "hospital -quiet" rated noise attenuation enclosure and shall have sufficient capacity in both volume (cubic feet per minute [cfm]) and pressure (pounds per square inch [psi]) to maintain the proper relationships between air pressure/air volume capacity and the diameters and lengths of both drill pipe and air tubing and to maintain proper airlifting efficiency during mechanical redevelopment. As a minimum, a compressor rated at 600 CFM and 250 PSI is required. The air-lift rate shall be between 150 to 300 gpm; the eductor airlift pipe shall be no less than six (6) inches in diameter. PART 3 — EXECUTION A. Mechanical redevelopment to help remove biological material and redevelopment chemicals shall begin at the uppermost section of perforations with simultaneous swabbing and airlifting of each successive 10- to 20-foot section of perforated casing until the discharge becomes reasonably clear as determined by the onsite TECHNICAL REPRESENTATIVE. Following such a determination, the assembly shall be lowered to the next 10- to 20-foot long perforated interval and the procedure repeated until all louvered sections in the original casing have been mechanically redeveloped. It is anticipated that each 10- to 20-foot long perforated zone will require on the order of 1 to 3 hours (depending on the length of tool used) of such simultaneous swabbing and airlifting. All redevelopment fluids extracted during airlifting will be treated and eventually discharged, as defined in Section TP-7, below. Following mechanical redevelopment, any sediment accumulated in the bottom of the well shall be removed via bailing. TP-13 Jtv of Ne,port Beac SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP WATER WELL PART 4— BASIS OF MEASUREMENT FOR BIDDING AND PAYMENT The CONTRACTOR shall include the cost of the listed work and also that work not listed in this section, but necessary and incidental to perform and complete this bid item, in accordance with the following: A. Payment for mechanical redevelopment shall be at the per unit hour price. B. A total of 60 hours is allotted for mechanical redevelopment to redevelop the original well by airlifting and swabbing. Any additional hours beyond the bid amount will be paid at the same per unit hour price. C. Mechanical redevelopment is to be performed via simultaneous swabbing and airlifting using the double swab tool. D. Bailing to remove sediment fill from the bottom of the original casing following completion of mechanical redevelopment shall be a part of the bid price. E. The total number of hours is limited only to actual airlifting and swabbing and does not include any time for setup of tools and equipment at the surface and downwell. F. No payment will be made for delays resulting from: (i) equipment stuck in the well; (ii) equipment breakdown; or (iii) failure to conduct the operations in a diligent and skillful manner by which the desired results could ordinarily be expected. G. Any equipment and/or tools stuck downwell shall be removed by the CONTRACTOR at the CONTRACTOR'S expense. The CITY will not be responsible for or reimburse the CONTRACTOR for the removal of any equipment and/or tools stuck downwell. END OF SECTION City of Newport Beach SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP WATER WELL SECTION TP-9 (BID ITEM NO. 9): DISCHARGE OF REDEVELOPMENT FLUIDS PART 1 — GENERAL A. Description This task shall include the treatment of the mechanical and pumping redevelopment water, sampling of the discharge water prior to its release, and monitoring/reporting of the discharge in accordance with the CONTRACTOR -obtained De Minimis Order authorization letter from the Regional Board Executive Officer. All solids/sludges shall also be disposed of in compliance with the De Minimis Order. B. Bidding Details Details regarding any changes/additions to this section or quantities and/or values for bidding purposes are presented in the Basis of Measurement for Bidding and Payment in Part 4 of this section. C. Submittals Daily site activity reports shall be submitted by the CONTRACTOR. Refer to Table 1 in the Special Provisions for details on the submittals and on other submittals associated with the project. PART 2 — MATERIALS A. Two above -ground temporary storage tanks (15,000 to 21,000 Baker, Alder, or equivalent). B. Other materials may be required, as determined necessary by the treatment system to be employed. PART 3 — EXECUTION A. Two above -ground temporary storage tanks will be required to receive all mechanical and pumping redevelopment discharge fluids. These tanks may also need to be equipped with blending equipment (hoses/piping/valves) to successfully produce discharge water with concentrations/values of constituents in compliance with the applicable requirements of the De Minimis Order authorization letter. B. Above -ground temporary storage tanks used at the well site shall be cleaned thoroughly by the tank rental vendor and/or the CONTRACTOR to prevent cross -contamination with residual materials from prior tank contents. C. Initial mechanical and pumping redevelopment water shall be stored in above -ground temporary storage tanks. These fluids shall at no time be allowed to discharge to ground surface; they shall instead be hauled away by the CONTRACTOR via vacuum trucks for disposal at a facility licensed to receive such wastes. Manifesting of these fluids shall be performed by the CONTRACTOR. D. Treatment of the discharge fluids from mechanical and pumping redevelopment shall initially consist of neutralization of any high or low pH fluids (not within 6.5 and 8.5 pH units) that have been airlifted from the well. E. The De Minimis Order also states that "there shall be no visible oil and grease in the discharge". TP-15 �it� of Ne, wport Bear SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP WATER WELL F. Prior to any discharge, grab samples of the fluids to be discharged shall be collected by the CONTRACTOR in accordance with the De Minimis Order: "All sampling and sample preservation shall be in accordance with the current edition of "Standard Methods for the Examination of Water and Wastewater" (American Public Health Association)." G. If the concentrations/values of constituents in the neutralized discharge fluids are not in compliance with the limitations of the De Minimis Order authorization letter, the fluids may need to be temporarily passed through and stored in above -ground temporary storage tanks to undergo settling and/or blending with municipal -supply water to varying proportions. Further, dechlorination of the fluids may also need to be performed to disinfect the discharge prior to disposal. If these measures are inadequate to achieve compliance with the De Minimis Order authorization letter further and/or alternative treatment of the fluids may be required prior to discharge. H. Discharge grab samples shall be collected and analyzed at the expense of the CONTRACTOR and in accordance with the De Minimis Order authorization letter to verify that the regulated constituents in the fluids to be discharged are below the maximum levels/values permitted for each constituent listed in the authorization letter: "All laboratory analyses shall be performed in accordance with test procedures under 40 CFR 136 (revised as of April 11, 2007) "Guidelines Establishing Test Procedures for the Analysis of Pollutants," promulgated by the United States Environmental Protection Agency (EPA), unless otherwise specified in this Monitoring and Reporting Program. In addition, the Regional Water Board and/or EPA, at their discretion, may specify test methods that are more sensitive than those specified in 40 CFR 136." I. Additionally, the De Minimis Order states that "Chemical analyses shall be conducted at a laboratory certified for such analyses by the State Water Resources Control Board in accordance with Water Code Section 13176, or conducted at a laboratory certified for such analyses by the EPA or at laboratories approved by the Regional Water Board's Executive Officer." J. Discharge samples shall be collected in accordance with the site -specific CONTRACTOR - obtained De Minimis Order authorization letter from the Regional Board Executive Officer. The authorization letter will contain a site -specific Monitoring and Reporting Program (MRP) that the CONTRACTOR shall implement, similar to that presented in Attachment E of the De Minimis Order. K. For the purposes of bidding, a maximum total of twelve (12) grab samples will be collected of the discharge during mechanical and pumping redevelopment and during pumping test operations. These grab samples shall be collected at the frequency and in the manner specified by the De Minimis Order authorization letter. L. If the testing detects concentrations that exceed constituent limits, all discharge must cease immediately, and the CONTRACTOR must provide whatever additional labor, equipment, etc., are required and at no additional cost to the CITY, to reduce any/all concentrations of the constituents that exceeded limits to those specified in the site -specific MRP. M. All solids/sludges generated during the well rehabilitation process shall be contained onsite in appropriate containers and/or be disposed of at a pre -approved site and proof of proper disposal shall be submitted to the 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 site -specific MRP requirements. TP-16 itv of Ne, wport Bear SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP WATER WELL N. The CONTRACTOR is required to adhere to any and all site -specific MRP discharge limitations. Any fines and/or penalties incurred as a result of improperly discharging and/or improperly reporting the discharge of fluids generated during any chemical treatment, redevelopment, or testing operations shall be borne entirely by the CONTRACTOR and not by either the CITY or its TECHNICAL REPRESENTATIVE. O. Any additional or alternative requirements imposed by the Regional Board Executive Officer as a condition of authorization to discharge shall also be followed, as specified, and without exception. P. The MRP presented in the De Minimis Order provides a list of parameters and constituents that shall be monitored as part of the Standard Effluent Monitoring Program, along with the Maximum Daily Concentration Limits in milligrams per liter (mg/L), reproduced below. The CONTRACTOR is advised that all components of this list are subject to change by the Regional Board Executive Officer. The CONTRACTOR is solely responsible for maintaining all aspects of compliance with the site -specific De Minimis Order authorization letter. Parameter / Units Sample Minimum Sampling Maximum Daily Constituent Type Frequency Concentration Limit Gallons Flow per day Estimate Daily Not Applicable (gpd) Total Petroleum pg/L 100 pg/L Hydrocarbons During the first Total Residual Chloirine2, 3, a, 5 mg/L Grab 30 minutes of each discharge, then weekly, 0.1 mg/L Total Suspended 75 mg/L Solids thereafter; or as Sulfides directed by the Executive Officer 0.4 mg/L pH Std. Within 6.5 and 8.5 pH Units units 2 - Unless it is known that chlorine is not in the discharge. 3 - Not applicable if all wastewater will percolate prior to reaching receiving waters. 4 - This limit is not applicable if all the wastewater percolates into the ground before it reaches a section of a receiving water body with a running stream and/or accumulation of water (e.g., a lake or reservoir) that sustain aquatic life beneficial uses. 5 - Compliance with this limitation may be determined at any point between the point of discharge and the point where the discharge enters the first receiving water with a running stream and/or accumulation of water (e.g., a lake or reservoir) that sustain aquatic life beneficial use. City of Newport Beach SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP WATER WELL Q. In addition to the requirements of the De Minimis Order, the CONTRACTOR shall regularly sample for E. coli, as described in Part 3 of the Water Quality Control Plan for Inland Surface Waters, Enclosed Bays, and Estuaries of California - Bacteria Provisions and a Water Quality Standards Variance Policy (Appendix 4). The CONTRACTOR is responsible for contacting the Regional Board to determine the appropriate frequency and method to implement compliance with that document. The CONTRACTOR shall then inform the CITY and its TECHNICAL REPRESENTATIVE of the Regional Board's response regarding E. coli sampling requirements for discharge monitoring. PART 4— BASIS OF MEASUREMENT FOR BIDDING AND PAYMENT The CONTRACTOR shall include the cost of the listed work and also that work not listed in this section, but necessary and incidental to perform and complete this bid item, in accordance with the following: A. Payment for the treatment and discharge of well redevelopment fluids shall be at the lump sum bid price. B. Costs are to include two, above -ground, 15,000- to 21,000-gallon temporary storage tanks (Adler, Rain -for -Rent, or similar). C. Chemicals to neutralize any excessively acidic or basic water will be applied as necessary to maintain compliance with the site -specific De Minimis Order authorization letter, and the cost for these chemicals are to be included in the bid item. D. Costs shall also include all sampling, analysis and reporting associated with De Minimis Order authorization letter MRP compliance and Part 3 of the Water Quality Control Plan for Inland Surface Waters, Enclosed Bays, and Estuaries of California - Bacteria Provisions and a Water Quality Standards Variance Policy, which will be borne solely by the CONTRACTOR. END OF SECTION City of Newport Beach SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP WATER WELL SECTION TP-10 (BID ITEM NO. 10): CALIPER SURVEY PART 1 —GENERAL A. Description This section describes the caliper survey to be performed by a SUBCONTRACTOR retained by the CONTRACTOR and approved by the CITY's TECHNICAL REPRESENTATIVE. The caliper survey shall accurately measure the current diameters of the original well casings to the total depth of the original well. B. Bidding Details Details regarding any changes/additions to this section or quantities and/or values for bidding purposes are presented in the Basis of Measurement for Bidding and Payment in Part 4 of this Section. C. Submittals The CONTRACTOR shall submit the name and qualifications of the SUBCONTRACTOR proposed to conduct the caliper survey to the CITY prior to mobilization of the pump rig to the well site. Refer to Table 1 in the Special Provisions for details on these and other submittals associated with the project. PART 2 — MATERIALS A. The caliper tool used to perform the survey shall have a minimum of three arms and be capable of accurately indicating the casing diameter and the maximum depth of the original well. The horizontal scale for the caliper plot shall be four inches diameter per inch and the vertical scale shall be 50 ft and/or 20 ft per inch, as specified by the CITY's TECHNICAL REPRESENTATIVE. PART 3 — EXECUTION A. This task will be performed prior to the installation of the full casing liner in the well. B. The logging speed for all logs shall be 40 ft per minute, unless otherwise approved by the CITY. C. The CONTRACTOR shall be required to provide whatever assistance and materials may be necessary to complete the caliper survey, and at no additional cost. D. The caliper survey shall become the property of the CITY upon completion of the survey. The survey shall be conducted in the presence of the CITY's TECHNICAL REPRESENTATIVE. The CONTRACTOR shall provide three (3) field copies of the survey and one (1) digital copy of the survey (.pdf and .las files) to the CITY's TECHNICAL REPRESENTATIVE for interpretation immediately upon completion of the survey. The CONTRACTOR shall then provide the CITY's TECHNICAL REPRESENTATIVE with five (5) copies of the caliper survey within one week, and at no additional cost. TP-19 C',itv of Ne,wport Beach SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP WATER WELL PART 4— BASIS OF MEASUREMENT FOR BIDDING AND PAYMENT The CONTRACTOR shall include the cost of the listed work and also that work not listed in this section, but necessary and incidental to perform and complete this bid item for the well site, in accordance with the following: A. Provide the required submittals to the CITY's TECHNICAL REPRESENTATIVE. B. Payment for the caliper survey shall be at the lump sum bid price. C. This bid item shall include the cost for any equipment to lift the devices into and out of the well and the CONTRACTOR time and materials necessary to assist the caliper survey SUBCONTRACTOR. D. No payment will be made for delays resulting from: (i) equipment stuck in the well; (ii) equipment breakdown; or (iii) failure to conduct the operations in a diligent and professional manner by which the desired results could ordinarily be expected. E. Any equipment and/or tools stuck downwell shall be removed by the CONTRACTOR at the CONTRACTOR'S expense. The CITY will not be responsible for or reimburse the CONTRACTOR for the removal of any equipment and/or tools stuck downwell. END OF SECTION City of Newport Beach SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP WATER WELL SECTION TP-11 (BID ITEM NO. 11): INSTALL FULL CASING LINER & GRAVEL PACK PART 1 — GENERAL A. Description This section covers the installation of a full casing liner, a new gravel pack, and all associated materials for the project well. The CONTRACTOR will perform the casing liner installation in accordance with the specified materials and methods below. B. Bidding Details Details regarding any changes/additions to this section or quantities and/or values for bidding purposes are presented in the Basis of Measurement for Bidding and Payment in Part 4 of this Section. C. Submittals 1. Casing material certifications for the blank casing and the wire -wrapped portions of the full casing liner. 2. Gravel pack mechanical gradation analysis. 3. Refer to Table 1 in the Special Provisions for details on these and other submittals associated with the project. PART 2 — MATERIALS A. The full casing liner shall consist of Type 304L stainless steel, blank casing and wire -wrapped (continuous slot) well screen. B. Slot widths and depth intervals shall be per Basis of Measurement for Bidding and Payment in Part 4 of this Section. C. Gravel pack gradation and type shall be per Basis of Measurement for Bidding and Payment in Part 4 of this Section. PART 3 — EXECUTION A. The CITY will issue the final design of the full casing liner to the CONTRACTOR prior to commencement of any work on that liner. B. The installation of the casing liner shall be performed in accordance with the following schedule: 1. Prior to any downwell work related to installation of the casing liner, all sediment fill shall be bailed from the bottom of the current (existing) well casing. 2. A caliper survey and a plumbness & alignment survey shall be performed prior to the installation of the full casing liner to determine the possible deviation and the current diameter of the existing (original) casing. A plumbness and alignment survey of the well was previously performed in 2019. A copy of that survey report is provided in Appendix 5 of these Technical Specifications. 3. If any deviations from the quantities or diameters for the casing liner are required, based on the surveys, the CITY will submit a change to the above bid schedule, in writing, to the CONTRACTOR. 4. Installation of the full casing liner will be conducted following completion of the caliper survey. TP-21 �it� of Newport Bea(. SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP WATER WELL 5. Following installation of the casing liner, the CONTRACTOR will install a gravel pack, as specified in the CITY's final design of the casing liner, into the annular space between the existing (original) well casing and the new full casing liner, from near the bottom of the annular space up to the design depth. The CONTRACTOR shall frequently measure and record on an on -going basis the depth to the top of the gravel pack in this "new" annular space during emplacement of the gravel pack. 6. The installed gravel pack shall be consolidated following its placement in the annular space either by using the AirBurst° method, or other method acceptable to and approved by the CITY and its TECHNICAL REPRESENTATIVE (e.g., swabbing in place). The CONTRACTOR shall measure the final depth to the top of the gravel pack. PART 4 — BASIS OF MEASUREMENT FOR BIDDING AND PAYMENT A. Provide the required submittals to the CITY's TECHNICAL REPRESENTATIVE. B. Payment for the casing liner and gravel pack installation shall be at the lump sum bid prices. C. Furnish and install a casing liner with slot widths and depth intervals as specified in the CITY's final design of the casing liner. For bidding purposes, the CONTRACTOR shall assume the following casing design parameters for the project well: Well Name Blank Casings Cone Reducers Screened Casings 290 ft of 14 in. wire -wrap 232 ft of 18-in OD, 18" OD to 14" OD, with 0.050-in slot width, Tamura -2' to 230 ft btc 230 ft to 235 ft btc 235 ft to 525 ft btc Deep Well 10 ft of 12-in OD, 14" OD to 12" OD, 155 ft of 12 in. wire -warp 685 ft to 695 ft btc 525 ft to 53 ft btc with 0.050-in slot width, 530 ft to 685 ft btc - All depth measurements specified in the table above are relative to the top of the well casing. - All casing(s) installed into the well shall be specified by outer diameter (OD). - All casing(s) installed into the well shall be constructed with 5/16"-thick walls. - All casing(s) installed into the well shall be composed of Type 304L stainless steel. - All casing joints installed into the well shall be installed with butt welds. - All casing(s) installed into the well shall NOT have casing collars. - All casing(s) installed into the well shall be provided in standard joint lengths (i.e., 40', 20', 10, or 5). Non-standard joint lengths are NOT acceptable and will be rejected. D. Furnish and install a gravel pack around the casing liner of the type and gradation and to the depth intervals specified in the CITY's final design of the casing liner. For bidding purposes, the CONTRACTOR shall assume the following gravel pack design parameters for the project well: City of Newport Beach SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP WATER WELL Gravel Pack Well Name Placement Gravel Pack Type For the Project Well Tamura Deep 0 to 700 ft btc 8 x 16 gradation Tacna Sand & Gravel or similar Well - All depth measurements specified in the table above are relative to the top of the well casing. E. This bid item shall include the cost(s) for any equipment to install the materials into the well and the CONTRACTOR time and materials necessary to successfully install the casing(s) and gravel pack into the well, as specified by the CITY. F. No payment will be made for delays resulting from: (i) equipment stuck in the well; (ii) equipment breakdown; or (iii) failure to conduct the operations in a diligent and professional manner by which the desired results could ordinarily be expected. G. Any equipment and/or tools stuck downwell shall be removed by the CONTRACTOR at the CONTRACTOR'S expense. The CITY will not be responsible for or reimburse the CONTRACTOR for the removal of any equipment and/or tools stuck downwell. END OF SECTION City of Newport Beach SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP WATER WELL SECTION TP-12 (BID ITEM NO. 12): "AIR -JETTING" METHODS PART 1 — GENERAL A. Description This section covers the initial rehabilitation of the newly -lined well with a method that utilizes "Air -Jetting" of the screen sections of the casing liner to help seat the newly -installed gravel pack, and to help disrupt/dislodge biofilm and other types of growth from the perforations and gravel pack surrounding the original casing. This "Air -Jetting" will consist of an active method of scale and/or encrustation removal such as AirBurst°, Bore Blast°, Arc Wave (Plasma Pulse Wave), or other approved method, if requested by the CITY. B. Bidding Details Details regarding any changes/additions to this section or quantities and/or values for bidding purposes are presented in the Basis of Measurement for Bidding and Payment in Part 4 of this section. C. Submittals 1. The method to carefully conduct this "Air -Jetting" shall be proposed by the CONTRACTOR and will include the use of an active method to help remove scale and/or encrustation from the well, using AirBurst°, Bore Blast°, Arc Wave (Plasma Pulse Wave), or other approved method, if requested by the CITY. 2. The CONTRACTOR shall submit the name of the SUBCONTRACTOR retained to perform the specific "Air -Jetting" method. 3. Refer to Table 1 in the Special Provisions for details on these and other submittals associated with the project. PART 2 — MATERIALS A. This shall consist of any equipment, expendables and other items associated with the AirBurst°, Bore Blast°, Arc Wave, or approved equal methods. PART 3 — EXECUTION A. The CONTRACTOR shall lower the "Air -Jetting" tool to the top of the liner -screen intervals in the newly -lined well and begin to "jet" the screened areas, moving the tool carefully downwell through each depth -discrete screened interval in the casing liner. The air pressure / electronic power to be applied to the casing liner shall be determined by the CONTRACTOR. B. The CONTRACTOR shall exercise extreme care in employing the CONTRACTOR -selected technique and is cautioned to set air pressures / electronic power at levels that would preclude damage to the casing liner. Costs for any damage to and/or replacement of any of the new liner casings will be the sole responsibility of the CONTRACTOR. City of Newl'ort Beach SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP WATER WELL PART 4— BASIS OF MEASUREMENT FOR BIDDING AND PAYMENT The CONTRACTOR shall include the cost of the listed work and also that work not listed in this section, but necessary and incidental to perform and complete this bid item, in accordance with the following: A. Clean the liner well casing and gravel pack using an approved "air -jetting" method such as AirBurst°, Bore Blast°, Arc Wave, or approved equal. B. Payment for the specific "air -jetting" method employed shall be at the lump sum price bid. C. This will include the cost for any equipment to lift the devices into and out of the well. D. No payment will be made for delays resulting from: (i) equipment stuck in the well; (ii) equipment breakdown; or (iii) failure to conduct the operations in a diligent and skillful manner by which the desired results could ordinarily be expected. E. Any equipment and/or tools stuck downwell shall be removed by the CONTRACTOR at the CONTRACTOR'S expense. The CITY will not be responsible for or reimburse the CONTRACTOR for the removal of any equipment and/or tools stuck downwell. END OF SECTION City of Newport Beach SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP WATER WELL SECTION TP-13 (BID ITEM NO. 13): TEST PUMP INSTALLATION AND REMOVAL PART 1 — GENERAL 1. Description This section covers the mobilization, installation, removal and demobilization of a temporary test pump and all necessary equipment and accessories for the newly -lined well. 2. Bidding Details Details regarding any changes/additions to this section or quantities and/or values for bidding purposes are presented in the Basis of Measurement for Bidding and Payment in Part 4 of this section. 3. Submittals The CONTRACTOR shall submit copies of recent calibration records and accuracy tests for the flow meter device to the CITY prior to installation of the device on the temporary discharge pipe of the well. Refer to Table 1 in the Special Provisions for details on these and other submittals associated with the project. PART 2 — MATERIALS A. Discharge Piping and Flow Meter The CONTRACTOR shall provide the temporary discharge piping required to convey well testing water to the appropriate disposal area. The discharge piping shall include an inline flow meter with 6-digit, straight reading totalizer dial, registering in volume units of 1,000 gallons, together with an instantaneous rate of flow indicator dial that reads in gpm; the totalizer device and dial shall be suitable for a flow range of 500 to 4,000 gpm. The discharge piping shall also include a tap with a valve to take water samples not more than 20 ft from the well and a Rossum-type sand tester for measuring sand content in the pumped discharge. A butterfly valve shall be provided downstream of the flow meter to ensure an adequate water level in the discharge piping for meter accuracy at low flow rates. The flow meter shall be used to accurately (±5%) measure both instantaneous flow rates (in gallons per minute) and total flow volumes (in gallons) during pumping. This meter shall have been calibrated within the last 6 months prior to use at the well. This meter shall be tested for accuracy prior to use and certified test results documenting its accuracy and the testing firm employed shall be submitted to the CITY prior to installation of the meter on the discharge piping of the well. B. Temporary Test Pump The furnished test pump shall be of the deep well turbine type capable of pumping at a specified rate at a specified total dynamic head, as specified in the Basis of Measurement for Bidding and Payment in Part 4 of this section. The pump intake setting shall be as specified in the Basis of Measurement for Bidding and Payment in Part 4 of this section. A satisfactory throttling device shall be provided so that the pumping rate can be reduced to 500 gpm, if necessary. The test pump shall be set to provide adequate access for a spinner tool and for a depth discrete sampling tool (if needed) into the well. TP-26 City of Ne port Beat ' SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP WATER WELL The prime mover (motor) shall be an electric engine and be capable of providing variable -speeds to the gear (pump) head in order to perform pumping redevelopment and testing operations. This engine shall be equipped with suitable throttling devices to control and vary discharge rates. The engine shall meet all applicable noise regulation requirements during pumping redevelopment and subsequent testing operations. C. Water Level Probe The CONTRACTOR shall furnish an electrical water level depth gage capable of indicating changes in the water levels inside the liner casing to the nearest one -tenth foot and shall furnish and install an airline with a direct reading gage calibrated in feet. The CONTRACTOR shall provide whatever assistance may be required by the CITY or its TECHNICAL REPRESENTATIVE during water level and flow rate/volume monitoring. PART 3 — EXECUTION A. Following the interim video survey, the CONTRACTOR shall install and later remove a temporary test pump and all necessary equipment and accessories in the newly -lined well. This test pump is to be used to perform pumping redevelopment and the final pumping tests. B. During test pump installation, a temporary 3-inch ID (minimum) access tube shall be installed into the well alongside the pump column to provide access for a flow meter (spinner) survey and depth -specific sampling tools into the well casing liner during pumping. In addition, a temporary 1-inch ID (minimum) access tube shall be installed into the well casing liner alongside the pump column to allow for installation of an electronic water level data logger for continuous monitoring of water levels leading up to, during, and following completion of the specified pumping tests. This 1-inch ID (minimum) access tube shall terminate with an approximately 10-foot long screened section that is to extend down to immediately above the pump bowls, to the satisfaction of the TECHNICAL REPRESENTATIVE. C. The test pump motor shall be an electric engine and be capable of providing variable -speeds to the pump head in order to perform pumping redevelopment and testing operations. Note: the bottom section of the temporary access tube should be installed/constructed so that the spinner survey tool and/or the depth -specific sampling tool are easily retrievable and do not become "snagged" on the lip of the access tube. D. Discharge piping shall be provided for the pumping unit and be of sufficient size and length to conduct the pumped water according to these Technical Provisions. The CONTRACTOR shall provide orifices, meters, or other approved devices that will accurately measure the flow rates, in total amount of water pumped (in gallons) and the instantaneous discharge (in gpm). The discharge line shall be provided with suitable equipment for sand testing, such as the Rossum-type sand tester. The discharge piping shall be equipped with suitable throttling devices to control the discharge rates. E. The test pump shall NOT be equipped with a foot valve, which would otherwise prevent backspin and interfere with surging operations. The test pumping unit shall be capable of being operated without interruption for a continuous period of 72 hours during subsequent aquifer testing. F. After removing the test pump from the well, the CONTRACTOR shall remove any oil, if present, from the water surface within the well casing liner (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. TP-27 C itv of Ne, wport Beac SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP WATER WELL PART 4— BASIS OF MEASUREMENT FOR BIDDING AND PAYMENT The CONTRACTOR shall include the cost of the listed work and also that work not listed in this section, but necessary and incidental to perform and complete this bid item, in accordance with the following: A. The prime mover (motor) for the deep well, line -shaft, turbine test pump shall be an electric engine of sufficient capacity to allow the test pump to operate in accordance with the following design parameters: o Maximum pumping rate: 3,000 gpm. o Total Dynamic Head (TDH): 220 ft bgs. o Depth Setting of Pump Intake: 220 ft bgs. B. Payment for test pump mobilization (including installation) and demobilization shall be made at the lump sum price bid for the newly -lined well. C. Fuel for the pump motor shall be provided by the CONTRACTOR and shall be of adequate supply to allow the motor to run for a maximum continuous period of 72 hours, if needed, without interruption. D. The flow meter used shall be tested for accuracy prior to use and certified test results documenting its accuracy and the testing firm employed shall be submitted to the CITY prior to its use. Sufficient discharge piping shall be provided by the CONTRACTOR to convey the pumped water to the point of discharge at the well site. E. No payment will be made for delays resulting from: (i) equipment stuck in the well; (ii) equipment breakdown; or (iii) failure to conduct the operations in a diligent and skillful manner by which the desired results could ordinarily be expected. F. Any equipment and/or tools stuck downwell shall be removed by the CONTRACTOR at the CONTRACTOR'S expense. The CITY will not be responsible for or reimburse the CONTRACTOR for the removal of any equipment and/or tools stuck downwell. END OF SECTION City of Newport Beach SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP WATER WELL SECTION TP-14 (BID ITEM NO. 14): PUMPING REDEVELOPMENT PART 1 — GENERAL A. Description This section covers the redevelopment of the newly -lined well by pumping methods. B. Bidding Details Details regarding any changes/additions to this section or quantities and/or values for bidding purposes are presented in the Basis of Measurement for Bidding and Payment in Part 4 of this section. C. Submittals The CONTRACTOR shall submit copies of daily pumping redevelopment sheets listing, at a minimum, the following pumping parameters/values: 1. Date/time. 2. Pumping durations. 3. Number of surges. 4. Static water levels. 5. Flow rate(s). 6. Engine revolutions per minute (rpm). 7. Pumping water levels. 8. Water level drawdown. 9. Specific capacity values. 10. Sand content at 5, 10 & 15 minutes. 11. Turbidity. 12. Any other observations during pumping, such as odors (such as from hydrogen sulfide) in the discharge. Refer to Table 1 in the Special Provisions for details on these and other submittals associated with the project. PART 2 — MATERIALS A. None Specified PART 3 — EXECUTION A. Pumping redevelopment shall consist of intermittent pumping and surging of the lined well, beginning at an initial rate in the range of 100 to 500 gpm and continuing at successively higher rates, up to the maximum of either the installed pump or the capability of the aquifer(s) that the original well is perforated against. Surging allows water to flow back through the bowls with free backspin and through the perforated openings. The procedure shall be repeated, at increments, up to a final rate recommended by the TECHNICAL REPRESENTATIVE. TP-29 C itv of Newport Bea(_ SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP WATER WELL B. Within 30 minutes of startup of pumping redevelopment, a water sample for analysis of constituents required by the site -specific De Minimis Order authorization letter will be collected and submitted by the CONTRACTOR to a laboratory that is State -certified for all required analyses, to check for compliance with the authorization letter requirements. No offsite discharge shall be permitted until the Order authorization letter requirements are met. Weekly sampling of those constituents shall also be required, but additional and/or alternative requirements may be imposed by the authorization letter. C. Redevelopment records shall be maintained on at least a half-hour basis showing production rate, pumping level, drawdown, sand production, and all other pertinent information concerning pumping redevelopment. Redevelopment at each rate shall continue until the following conditions have been met: 1. The specific capacity (in gpm/ft ddn) shall have reached a relatively constant value over a period of at least 4 continuous hours, or as recommended by the TECHNICAL REPRESENTATIVE. 2. Sand content (if present) measured by the Rossum-type sand tester 15 minutes after surging is no greater than 3 ppm, or as recommended by the TECHNICAL REPRESENTATIVE while pumping at the specified rate. PART 4— BASIS OF MEASUREMENT FOR BIDDING AND PAYMENT The CONTRACTOR shall include the cost of the listed work and also that work not listed in this section, but necessary and incidental to perform and complete this bid item, in accordance with the following: A. Payment for pumping redevelopment will be made at the unit price per hour bid (see Schedule). B. A total of 80 hours is allotted for pumping redevelopment to help further develop the newly - lined well. Any additional hours beyond the bid amount will be paid at the same per unit hour price. C. The time required for well redevelopment will be recorded by the hour with 30—minute intervals as the smallest unit of recorded time. The time recorded for payment shall commence when the equipment installed in the well is placed in operation and shall end when pumping is stopped. D. No payment will be made for delays resulting from: (i) equipment stuck in the well; (ii) equipment breakdown; (iii) arranging major pumping or testing apparatus; or (iv) failure to conduct the operations in a diligent and skillful manner by which the desired results could ordinarily be expected. END OF SECTION City of Newport Beach SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP WATER WELL SECTION TP-15-16 (BID ITEM NOS. 15 & 16): PUMPING TESTS — STEP DRAWDOWN TEST AND CONSTANT RATE TEST PART 1 — GENERAL A. Description This section covers pumping tests of the newly -lined well, including an initial step drawdown test and then a subsequent constant rate pumping test, including monitoring of water level recovery at the end of the constant rate pumping test. B. Bidding Details Details regarding any changes/additions to this section or quantities and/or values for bidding purposes are presented in the Basis of Measurement for Bidding and Payment in Part 4 of this section. C. Submittals Daily site activity reports shall be submitted by the CONTRACTOR. Refer to Table 1 in the Special Provisions for details on these and other submittals associated with the project. PART 2 — MATERIALS A. Discharge Line and Flow Meter The CONTRACTOR shall provide the temporary discharge piping required to convey well testing water to the appropriate discharge point. The discharge line shall include an in -line flow meter with 6-digit, straight reading totalizer dial, registering in units of 1,000 gallons, together with a rate of flow indicator dial that reads in gpm; the totalizer dial shall be suitable for a flow range of 500 gpm to the specified maximum pumping rate (see Special Provisions). The CONTRACTOR shall also provide and maintain a manometer on the discharge line, upstream of any flow valves on the main discharge line, to accurately measure the discharge pressure. The discharge line shall also include a tap with a valve to take water samples not more than 20 ft from the well and a Rossum-type sand tester for measuring sand content in the pumped discharge. Some type of valve shall be provided downstream of the flow meter to ensure an adequate water level in the discharge pipe for meter accuracy at low flow rates. B. Temporary Test Pump The pump furnished shall be of the deep well turbine type capable of pumping up to the maximum specified rate in gpm against a total specified head. The intake of the temporary test pump shall be set at its maximum depth (as specified in the Basis of Measurement for Bidding and Payment), unless otherwise specified by the CITY or its TECHNICAL REPRESENTATIVE. A satisfactory throttling device shall be provided so that the pumping rate can be reduced to 500 gpm, if necessary. The test pump shall be set to provide adequate access for a spinner tool and/or for a depth discrete sampling tool into the well, in addition to an electronic water level data logger. C. Water Level Probe The CONTRACTOR shall furnish an electrical water level depth gage capable of indicating changes in the water levels inside the liner casing to the nearest one -tenth foot and shall furnish and install an airline with a direct reading gage calibrated in feet. The CONTRACTOR shall also provide whatever assistance may be required by the CITY or its TECHNICAL REPRESENTATIVE during water level and flow rate/volume monitoring. TP-31 i;it� of Newport Bear SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP WATER WELL 7_T:�����/�f1�YiL�1i• A. General This item shall consist of conducting pumping tests of the newly -lined well to help determine an appropriate rate of future operational pumping and these tests 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 redevelopment work prior to the start of the step drawdown test. The CONTRACTOR shall provide qualified personnel on a 24-hour basis during the step drawdown test and the constant rate pumping test to assure proper operation of the pumping test equipment, and to assist in water level and flow rate/volume monitoring. Discharge water shall be conveyed from the pump to the appropriate point of discharge for the property. It is imperative that the CONTRACTOR 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. No fluids will be permitted to flow offsite (except to proper drainage facilities) or to properties not owned by the CITY. The CONTRACTOR shall keep accurate records of the pumping tests of the well and furnish copies of all records to the TECHNICAL REPRESENTATIVE upon completion of each pumping test. The records shall also be made available to the TECHNICAL REPRESENTATIVE for review at any time during the tests. The records shall include physical data describing the construction features such as, but not limited to: casing depth and diameter; complete screen description; length and setting of the test pump; 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 sand content, if any, as monitored by the Rossum-type sand tester. The CONTRACTOR shall also keep records on the type of pumping equipment used at the well site including engines, drive components, bowls, depth setting of the bowls, lines, and shafts. The CONTRACTOR will also 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. Whenever a continuous pumping duration at a uniform rate has been specified, failure of pumping operations for a period greater than one percent of the elapsed pumping time shall require suspension of the test until the water level in the pumped well has recovered to its original level. Recovery shall be considered "complete" after the well has been allowed to rest for a period at least equal to the elapsed pumping time of the aborted test, except that if any three successive water level measurements spaced at least 20 minutes apart show no further rise in the water level in the pumped well, the test may be resumed immediately. The TECHNICAL REPRESENTATIVE shall be the sole judge as to whether this latter condition exists. The CONTRACTOR will not be paid for any retesting performed if the specified time or recovery requirements of the TECHNICAL REPRESENTATIVE for the aborted test are not first met. Any such aborted tests are invalid and will not be accepted as a successful test. TP32 �it� of Newport Beach SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP WATER WELL B. Step Drawdown Test Prior to starting the step drawdown test in the well, the static water level shall be measured by the CONTRACTOR. The well shall be "step" tested at four different rates as determined by the TECHNICAL REPRESENTATIVE. The step drawdown test for the well is estimated to require a total of approximately 12 pumping hours, with each step being pumped continuously for a period of 3 hours. The CONTRACTOR shall operate the pump and change the discharge rate as recommended by the TECHNICAL 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 ±5 percent. Pump discharge shall be measured with an instantaneous flow meter dial, a totalizer meter, and a stopwatch, as approved by the TECHNICAL REPRESENTATIVE. Both an airline and electric sounder shall be furnished by the CONTRACTOR for water level measurements by his field crew. During the step drawdown test, the CONTRACTOR shall record sand content measurements at 30-minute intervals. C. Constant Rate Pumping Test After a 24-hour water level recovery period following the end of the step drawdown test, a constant rate pumping test shall be performed at a rate as recommended by the TECHNICAL REPRESENTATIVE. This test shall be run for a continuous period of at least 24 to 48 hours, or until the TECHNICAL REPRESENTATIVE terminates the test. A water level recovery period of 24 hours shall follow the termination of the constant rate pumping test, during which time the CONTRACTOR 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 constant rate pumping test: a. 5 minutes after start of the test; b. after 1/4 of the total planned test time has elapsed; c. after 1/2 of the time has elapsed; d. after 3/4 of the time has elapsed; and e. near the end of the pumping test. The TECHNICAL REPRESENTATIVE will be present at the end of the constant rate pumping test to collect a water sample for laboratory analysis of Title 22, General Mineral, and Inorganic constituents, should the CITY want such a sample to be collected and subjected to such laboratory testing. TP-33 Oitv of Newport Beach SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP WATER WELL PART 4— BASIS OF MEASUREMENT FOR BIDDING AND PAYMENT The CONTRACTOR shall include the cost of the listed work and also that work not listed in this section, but necessary and incidental to perform and complete this bid item, in accordance with the following: A. Payment for testing will be made at the unit price per hour bid. B. Conduct a 12-hour (maximum) step drawdown and a 48-hour (maximum) constant rate pumping test of the newly -lined well to assess its current, post -rehabilitation pumping rate and specific capacity. C. The time required for test pumping will be recorded by the hour with one-half hour intervals as the smallest unit of recorded time. The time recorded for payment shall commence when the equipment installed in the newly -lined well is placed into operation and shall end when a test is stopped at the direction of the TECHNICAL REPRESENTATIVE. D. No payment will be made for delays resulting from: (i) equipment stuck in the well; (ii) equipment breakdown or pump failure which would result in an incomplete pumping test; (iii) arranging for the delivery of major pumping, testing apparatus or other equipment; or (iv) failure to conduct the operations in a diligent and workmanlike manner by which the desired results could ordinarily be expected. E. No payment will be made for tests aborted due to the malfunction of testing equipment or inability of the CONTRACTOR to maintain the well discharge, as specified by the TECHNICAL REPRESENTATIVE, within the limits described herein. F. The costs of labor and equipment associated with aiding during an assumed 24-hour (minimum) water level recovery period following the final constant rate pumping test shall be included in the unit prices bid for the 24-hour (minimum) to 48-hour (maximum) pumping test. END OF SECTION TP34 (-',itv of Ne',,Wport Beach SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP WATER WELL SECTION TP-17 (BID ITEM NO. 17): DYNAMIC FLOWMETER (SPINNER) SURVEY PART 1 — GENERAL A. Description This section covers the performance of a vertical flowmeter (spinner) survey, under pumping (dynamic) conditions, which shall be conducted in the newly -lined well for the purpose of providing information on the current downwell flow regime in the newly -lined well. The spinner survey shall be performed near the end of the constant rate pumping test, as determined by the TECHNICAL REPRESENTATIVE. The CONTRACTOR shall furnish services for performing the spinner survey of the well. This survey shall be run in the presence of the onsite TECHNICAL REPRESENTATIVE. B. Bidding Details Details regarding any changes/additions to this section or quantities and/or values for bidding purposes are presented in the Basis of Measurement for Bidding and Payment in Part 4 of this section. C. Submittals 1. The CONTRACTOR shall submit to the CITY and its TECHNICAL REPRESENTATIVE the name and qualifications of the SUBCONTRACTOR retained to perform the dynamic spinner survey for approval prior to performing the survey. 2. One (1) field copy and two (2) final copies of the dynamic spinner survey log(s), and one (1) electronic copy in Adobe PDF & ASCII format shall be provided to the CITY and its TECHNICAL REPRESENTATIVE following completion of this survey. 3. Refer to Table 1 in the Special Provisions for details on these and other submittals associated with the project. PART 2 — MATERIALS/EQUIPMENT A. The type of spinner survey tool used by the subcontractor shall be capable of accurately measuring flows from each perforated section of the well at the pumping rates selected during the constant rate testing. The survey tool shall be equipped with centralizers to allow the tool to remain centered in the well casing throughout the survey. PART 3 — EXECUTION A. The spinner survey shall be run after the constant rate pumping test at the well has been running for a period of at least 24 hours and after the pumping level has stabilized, which will be determined in the field by the TECHNICAL REPRESENTATIVE. B. The temporary 3-inch ID (minimum) access tube installed during pump installation will provide access to the casing liner during pumping for the spinner survey. The spinner survey shall be conducted from the base of this 3-inch ID (minimum) temporary access tube to the full extent of the casing liner, or as directed by the TECHNICAL REPRESENTATIVE. C. Both static (stop counts) and dynamic tests shall be made, as directed by the TECHNICAL REPRESENTATIVE. Each stop count test shall consist of two -minute readings made at 10-foot increments, or at increments recommended by the TECHNICAL REPRESENTATIVE. The meter used for the survey shall be calibrated within the uppermost and lowermost blank sections of the casing liner. TP-35 �it� of Newport Bea(. SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP WATER WELL D. Each dynamic test shall be conducted at the rate of 1-foot per second, unless otherwise approved by the TECHNICAL REPRESENTATIVE. The record for the test shall indicate either meter speed or percentage of total meter speed with depth. E. Three down runs shall be conducted during dynamic testing at rates of 20, 40 and 60 ft per minute, unless otherwise specified and/or approved by the TECHNICAL REPRESENTATIVE. Line speeds must be constant and not vary by more than 5 to 10%. F. The spinner survey shall become the property of the CITY at the time of the survey is completed. The CONTRACTOR shall provide three (3) field copies of the survey for the well to the TECHNICAL REPRESENTATIVE immediately upon completion and five (5) final copies, as requested by the CITY or its TECHNICAL REPRESENTATIVE, and in Adobe PDF at no additional cost to the CITY. G. Calculation of flow rates and the percentage of each flow rate from each section of screened liner casing interval shall be performed by the logging CONTRACTOR/SUBCONTRACTOR and submitted to the TECHNICAL REPRESENTATIVE in tabular format. H. Spinner survey measurements shall also be run on digital equipment and provided to the CITY in both Adobe PDF and ASCII format. PART 4— BASIS OF MEASUREMENT FOR BIDDING AND PAYMENT The CONTRACTOR shall include the cost of the listed work and also that work not listed in this section, but necessary and incidental to perform and complete this bid item, in accordance with the following: A. Payment for the spinner survey will be made at the lump sum bid price. B. The spinner survey shall be performed in accordance with the Technical Provisions near the end of the constant rate pumping test. C. There will be no additional payment for standby time while the spinner survey is being conducted. END OF SECTION City of Newport Beach SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP WATER WELL SECTION TP-18 (BID ITEM NO. 18): FINAL DOWNWELL VIDEO SURVEY PART 1 — GENERAL A. Description This section covers the performance of a final, clear -viewing color video survey throughout the full depth of the new liner casing. The purpose of the final video survey is to check the entire casing liner for possible damage that may have been caused by, for example, the installation and removal of the temporary test pump and to determine the amount of sediment fill that may still lie within the bottom of the new casing liner. B. Submittals 1. The CONTRACTOR shall submit the name of the SUBCONTRACTOR retained to perform the video survey to the CITY and its TECHNICAL REPRESENTATIVE for approval prior to use. 2. Four (4) copies in both a playable DVD format and an Audio Video Interleaved (AVI) or Moving Pictures Export Group (MPEG) formats (.avi or .mpeg files) of the video recordings shall be provided to the CITY and one to its TECHNICAL REPRESENTATIVE within 48 hours after the survey is complete. PART 2 — MATERIALS A. The camera used for the video survey shall be equipped with properly functioning centralizers. The equipment used by the SUBCONTRACTOR for the video survey shall produce a DVD with an automatic depth indication. The video survey shall be performed by the CONTRACTOR under the same conditions as specified in the bid item for this section. PART 3 — EXECUTION A. The CONTRACTOR shall furnish all labor, material, and equipment related to preparing the entire water column for clear viewing and to provide a downwell color survey log following pumping operations and temporary test pump removal. The video log must again provide a clear -view survey of the full casing interval. Following this video survey, the CONTRACTOR shall be required to standby, at no additional cost to the CITY, during which time the CITY and its TECHNICAL REPRESENTATIVE will review the video survey log and make a final determination on the tentative tasks that are to then be performed in the well. B. The CONTRACTOR shall prepare the entire water column for clear viewing conditions by introducing a polymer type flocculant or lime solution into the well, followed by the application of potable water through a garden hose with an air gap. The CONTRACTOR will the potable water to flow into the well for a maximum period of 48 hours in advance of the video casing condition not be achieved, additional clear water preparations shall be instituted, and additional surveys conducted until a clear video picture record is obtained. This additional work, if needed, shall be accomplished at the CONTRACTOR's sole expense. As the camera probe surveys the entire casing interval in the well, a digital depth record shall be recorded on the video survey log for reference. C. The video camera shall be capable of providing both vertical and horizontal (side -view and downwell) viewing of the entire casing as it descends into the well. TP-37 C_Jtv of Newport Bear . SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP WATER WELL D. The video shall become the property of the CITY and its TECHNICAL REPRESENTATIVE when the survey is completed, and the required copies shall be provided to the CITY and its TECHNICAL REPRESENTATIVE within 48 hours after the survey is completed. E. Following this final video survey, any sediment fill remaining in the bottom of the casing liner shall be carefully removed to the maximum extent possible using a bailer, scow, or other equivalent retrieval device. All bailed material (water and sediment) shall be placed in appropriate containers. The sediment, after separation from the water, shall be placed in steel, 55-gallon capacity drums, properly labeled, and eventually removed from the well site for proper disposal by the CONTRACTOR. The CONTRACTOR will be responsible for manifesting the bailed material for disposal at an appropriate and approved landfill. The CITY's TECHNICAL REPRESENTATIVE may be onsite to collect a sample of the bailed material for possible laboratory analysis. The updated total depth of the casing shall be measured shortly following bailing. PART 4 — BASIS OF MEASUREMENT FOR BIDDING AND PAYMENT The CONTRACTOR shall include the cost of the listed work and also for that work not listed in this section, but necessary and incidental to perform and complete this bid item, in accordance with the following: A. Conduct a final clear -viewing color video survey with dual viewing camera capabilities (side -view and downwell) in the newly -lined well following test pump removal. B. Payment for the successful, clear -viewing color video survey of the entire casing liner shall be at the per video ("each") bid price. C. Price to include clarification of the water in order to provide clear -viewing conditions of the entire casing liner, and also for the final bailing of sediment fill from the bottom of the liner. D. There will be no additional payment for standby time while the survey is being conducted, or for re -conducting any new video surveys required due to poor viewing conditions in any of the surveys. END OF SECTION City of Newport Beach SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP WATER WELL SECTION TP-19 (BID ITEM NO. 19): REBUILD & REINSTALLATION OF THE PERMANENT PUMP PART 1 — GENERAL A. Description This section covers the reinstallation of the pump bowls, pump column, motor and other ancillary equipment and appurtenances in the newly -lined well, resulting in a fully operable pumping system. B. Bidding Details Details regarding any changes/additions to this section or quantities and/or values for bidding purposes are presented in the Basis of Measurement for Bidding and Payment in Part 4 of this section. C. Submittals 1. The CONTRACTOR shall submit a diagram of the as -installed pumping system in the well to the CITY, including the labeling of all components and depths of the installed components. The CITY will review and approve the design. 2. A list of all the components and their materials shall be provided. 3. Daily activity reports of the installation of the pump. 4. See Table 1 for all submittals related to this item. PART 2 — MATERIALS/EQUIPMENT A. The type and materials of the motor, discharge head, oil tubing, cable, shafting, column, bowl assembly, and strainer and all other necessary appurtenances and ancillary equipment to provide an efficient, operable pumping system shall be provided to the CITY for its review and approval. PART 3 — EXECUTION A. Installation of all pumping apparatuses for the new -lined well including, but not limited to: the motor; discharge head; air tubing; cable; shafting; column; bowl assembly; and strainer. The CONTRACTOR shall connect all electrical wiring and appurtenances, as directed by the CITY. Prior to re -connection of the electrical wiring with the pump, the CONTRACTOR shall contact the CITY and have a CITY electrician present. CITY staff will perform all electrical connections to the permanent motor. B. Following re -installation and re -connection of the electrical wiring of the pump, the system shall undergo a vibration test as detailed in the following section. This testing is to consist of operating the pump at its operational pumping rate (to be determined by the CITY) for a period of three days without the pump shutting down. Should the pump fail to start, fail to operate at its operational rate, or shut -down unexpectedly during the subsequent 3-day pumping period, then the CONTRACTOR shall rectify the problem(s) at its own expense. TP-39 Citv of Newport Beach SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP WATER WELL PART 4 — BASIS OF MEASUREMENT FOR BIDDING AND PAYMENT The CONTRACTOR shall include the cost of the listed work and also that work not listed in this section, but necessary and incidental to perform and complete this bid item, in accordance with the following: A. Rebuild and reinstall a permanent pump in the well capable of pumping at the CITY's design rate and TDH, as specified herein. Pump design shall be submitted to the CITY for review and approval prior to procurement. Preferred manufacturers include Hydroflow, Flowserve, or Goulds. Pump design shall include trimmed 201 stainless impellers, stainless steel collets, stainless steel bolting, stainless steel shafting and bronze bearings. Payment for equipping the well with the permanent pump, as directed by the CITY, will be on a lump -sum basis and shall include, but not be limited to, the pump bowls, impellers, pump column, shaft, retainers, bushings, strainer and all other appurtenances and accessories necessary to provide for a fully operational pumping system. B. The re -installed pump shall have the following pumping rates and total TDH requirements: 1. Maximum pumping rate: 2,500 gpm. 2. Total Dynamic Head (TDH): 220 ft bgs. 3. Depth Setting of Pump Intake: 220 ft bgs. C. The final lump -sum bid price will constitute the final price paid to the CONTRACTOR, inclusive, regardless of the cost to the CONTRACTOR. However, because of the number of unknowns with regard to the condition of the pump components and upon examination of the pump components, the CONTRACTOR shall submit a change order to the CITY for the exact costs to repair, rebuild and replace, as necessary, the pump components. D. No payment will be made for delays resulting from: (i) equipment stuck in the well; (ii) equipment breakdown or pump failure which would result in an incomplete pumping test; (iii) arranging for the delivery of major pumping, testing apparatus, or other equipment; or (iv) failure to conduct the operations in a diligent and workmanlike manner by which the desired results could ordinarily be expected. END OF SECTION City of Newport Beach SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP WATER WELL SECTION TP-20 (BID ITEM NO. 20): VIBRATION TESTING PART 1 — GENERAL A. Description This section covers vibration testing of the new pumping system in the newly -lined well. B. Bidding Details Details regarding any changes/additions to this section or quantities and/or values for bidding purposes are presented in the Basis of Measurement for Bidding and Payment in Part 4 of this section. C. Submittals 1. The CONTRACTOR shall submit the name of the SUBCONTRACTOR retained to perform the vibration testing on the pump system, for review by the CITY. 2. Provide three (3) bound, final written reports that include the acceptance criteria of all equipment furnished under this contract. The report to include initial testing results, acceptance criteria, corrective action taken to meet acceptance, verification of corrective action and acceptance report and baseline. PART 2 — MATERIALS/EQUIPMENT A. CONTRACTOR shall provide an acceptable testing agency specialized in the field of baseline vibration testing and machinery condition diagnosis on all rotating equipment, including drivers with current certification of ASNT Level III Vibration Analyst. Vibration test and monitoring mounting pads shall be permanently attached to the equipment at locations recommended by the equipment manufacturer or as recommended by the vibration testing services agent. PART 3 — EXECUTION A. Provide Vibration Testing of Pump. 1. Provide continuous monitoring by utilization of a cascade plot recording at minimum to maximum flow rates. This shall be done at a frequency no less than 0.500 mm seconds apart and two times the pumps blade passing frequency. 2. Provide bump test with the units off line in X, Y, Z planes on the motor support flange and at the first discharge elbow. Check against excessive frequency responses up to two times blade passing frequency. B. Equipment Vibration Monitoring and Testing: CONTRACTOR shall provide an acceptable testing agency specialized in the field of baseline vibration testing and machinery condition diagnosis on all rotating equipment, including drivers with current certification of ASNT Level III Vibration Analyst. Vibration test and monitoring mounting pads shall be permanently attached to the equipment at locations recommended by the equipment manufacturer or as recommended by the vibration testing services agent. Mounting pads shall be suitable permanent installation and for incorporation into a predictable maintenance program. 3. Provide cascade plot. TP-41 ('-,it,v of Newport Bear SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP WATER WELL 4. Analyst will review spectral and waveform data on all points and verify the equipment is free of frequency specific vibration associated with mechanical, electrical and installation related conditions that would be detrimental to overall equipment reliability. Non -synchronous vibration present that cannot be identified as electrical in nature will have to be identified and checked against known equipment bearing defect frequencies. Data will be reviewed in acceleration and velocity for the presence of unacceptable vibration signatures at a minimum of 100 x rpm. 5. Requirements for Vibration Sensor: a. Sensitivity: +/- 5 percent at 25 C = 100 mV/g. b. Acceleration Range = 80 g peak. c. Amplitude Nonlinearity = 1 percent. d. Frequency Response: • +/- 5 percent = 3-5,000 Hz • _/- 10 percent = 1-9,000 Hz. 6. Magnetically portable accelerators shall have a minimum 50 lb. pull rated magnet. 7. Vibration standards for machinery other than pumping systems to meet applicable ISO Standard 10816. 8. Pumping Equipment tolerance shall be pursuant to Hydraulic Institute Standard 9.6.4 - 2009. 9. Equipment shown to be out of range of the specified tolerance shall be repaired or replaced until the equipment meets the specified normal operation range required in the machinery fault guide analysis. All costs associated with the field tests, or any required corrective action, shall be borne by the CONTRACTOR. 10. The vibration analysis indicated above shall be repeated 6 months after signature testing. A report shall be prepared comparing the results of the 6-month tests with the results of the signature tests. If the analysis indicates a degradation of greater than 1.5% of the previously measured values, or if the measured results exceed the limits established in accordance with the latest edition of Centrifugal and Vertical Pump for Vibration Measurements and allowable Values published by the Hydraulic Institute, corrective action and retesting shall be required. This includes vibrations resulting from mechanical issues as listed in sections d and e above. Repeated vibration analysis under item h referenced herein shall be conducted by the CITY. 11. Provide one (1) bound, final written report and one (1) electronic copy of such report that include the acceptance criteria of all equipment furnished under this contract. The report to include initial testing results, acceptance criteria, corrective action taken to meet acceptance, verification of corrective action and acceptance report and baseline. City of Newport Beach SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP WATER WELL 12. Requirement for vibration analysis instrumentations: a. Frequency response: 0.18 Hz to 25 kHz. b. Resolution: 6400 lines. c. Amplitude range: 18 bit for 96 dB dynamic range. d. Supports Measurements, acceleration, velocity, displacement, envelope demodulation for bearing defect detection. e. Capable of two -place computer balancing. f. Capable of double integration from Acceleration to Displacement. g. Current Certification of machine calibration. 13. Vibration Settings: a. Minimum 1600 lines resolution. b. 4 Averages. c. Hanning Window. d. 100 Orders or 500 Hz FMAX whichever is greater. e. Collection data in acceleration. f. Bearing analysis to be done utilizing High Frequency Envelope detection such as Peak Vue (Emerson Software) or Shock Pulse (SKF Software). 2000 Hz settings. C. Vibration Limits, unless otherwise indicated: 1. For pumps over 60 hp with sleeve bearings and sensing proximity probes: the maximum allowable overall shaft vibration (at maximum speed) shall not exceed 2.0 mils peak -to -peak throughout the full operating range. The maximum allowable transient shaft vibration shall be 3.5 mils peak -to -peak throughout the normal startup and shutdown speed range. These vibration values do not include shaft surface runout (electrical and mechanical) sensed by the probes. The maximum allowable shaft runout (roll speed of less than 100 rpm) shall be less than 0.25 mils. 2. The maximum allowable bearing housing vibration at full operating speed shall not exceed 0.12 IPS RMS (whichever is smaller) throughout the normal operating flow range. The maximum allowable transient bearing housing vibration shall be 0.05 IPS zero to peak throughout the normal startup and shutdown speed range. 3. The machinery shall not exhibit unusual or abnormal frequency components when measured on either the shaft or the casing. Normal frequency components are defined as excitations such as rotational speed or blade passing frequency that are inherent with the mechanical construction of the machinery. Unusual or abnormal frequency components are excitations that are nonsynchronous or not related to the known geometry of the machinery. All vibration measurements taken during the performance testing shall utilize the project vibration instruments (when furnished). City of Newport Beach SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP WATER WELL D. Field Tests 1. Verify motor nameplate voltage and actual source voltage readings. 2. Check to ensure that motor has been connected for proper rotation. 3. Operate each pump for seven consecutive days, during which time no repairs or adjustments shall be made. Assure that the pump operates as designed and specified in response to run/stop signals. Assure that the pump operates without evidence of cavitation of damage to impellers and shafts. Repairs, replace, or realign motors, shafts, and impellers and retest. 4. Conduct vibration level tests with the pump operating at their rated capacity. 5. Adjust or replace the pump if it exceeds the maximum vibration levels. PART 4— BASIS OF MEASUREMENT FOR BIDDING AND PAYMENT The CONTRACTOR shall include the cost of the listed work and also that work not listed in this section, but necessary and incidental to perform and complete this bid item, in accordance with the following: A. Provide continuous monitoring by utilization of a cascade plot recording at minimum to maximum flow rates. This shall be done at a frequency no less than 0.500 mm seconds apart and two times the pumps blade passing frequency. B. Provide bump test with the units offline in X, Y, Z planes on the motor support flange and at the first discharge elbow. Check against excessive frequency responses up to two times blade passing frequency. C. The final lump -sum bid price will constitute the final price paid to the CONTRACTOR, inclusive, regardless of the cost to the CONTRACTOR. END OF SECTION City of Newport Beach SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP WATER WELL SECTION TP-21 (BID ITEM NO. 21): OPERATIONAL PUMPING TEST PART 1 — GENERAL A. Description This section covers the testing of the installed permanent pumping system. This testing is to be performed in conjunction with vibration testing. B. Bidding Details Details regarding any changes/additions to this section or quantities and/or values for bidding purposes are presented in the Basis of Measurement for Bidding and Payment in Part 4 of this section. C. Submittals Daily site activity reports shall be submitted by the CONTRACTOR. Refer to Table 1 in the Special Provisions for details on these and other submittals associated with the project. PART 2 — MATERIALS A. No materials specified. WL1:i951121VIK-/=[9i1Yi 6 i;J A. This item shall consist of conducting a 3-day (72-hour) pumping test of the new pumping system. The CONTRACTOR will arrange with the CITY as to a time schedule with regard to the testing of the pump. The test shall be performed at an operational pumping rate as directed by the CITY. B. Discharge water during this test shall bypass the system. It is imperative that the CONTRACTOR 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. No fluids will be permitted to flow offsite (except to proper drainage facilities) or to properties not owned by the CITY. C. The CONTRACTOR shall keep daily reports on the testing. PART 4 — BASIS OF MEASUREMENT FOR BIDDING AND PAYMENT The CONTRACTOR shall include the cost of the listed work and also that work not listed in this section, but necessary and incidental to perform and complete this bid item, in accordance with the following: A. Payment for testing will be made at the lump sum price bid. B. The time required for test pumping will be recorded by the hour with one-half hour intervals as the smallest unit of recorded time. The time recorded for payment shall commence when the equipment installed in the well is placed into operation and shall end when a test is stopped at the direction of the CITY. END OF SECTION TP-45 C_Jtv of Newport Beach SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP WATER WELL SECTION TP-22 (BID ITEM NO. 22): WELL DISINFECTION & SITE CLEANUP PART 1 —GENERAL A. Description This section covers the disinfection of the well and site cleanup. This section is separated into two sections: disinfection without reinstallation of the permanent pump and disinfection with reinstallation of the permanent pump, as applicable. B. Bidding Details Details regarding any changes/additions to this section or quantities and/or values for bidding purposes are presented in the Basis of Measurement for Bidding and Payment and Payment in Part 4 of this section. PART 2 — MATERIALS A. The disinfectant shall be as specified in the Basis of Measurement for Bidding and Payment. B. Dosage: see Basis of Measurement for Bidding and Payment in Part 4 of this section. PART 3 — EXECUTION A. Disinfection Without Permanent Pump Reinstallation 1. A doubly capped, perforated pipe container filled with the granular chlorine compound shall be moved up and down the entire water -filled blank screened well casing section until all the chlorine has dissolved. 2. The CONTRACTOR shall calculate the correct dosage based on volume of water in casing, at the concentration as shown in the following table: Solution Concentration ppm Ca(HCIO)2 (lbs) NaCIO (gallons) 50 0.6 0.4 100 1.3 0.8 200 2.6 1.7 500 6.4 4.2 1,000 12.8 8.3 1,500 19.2 12.5 2,000 25.6 16.7 3. The chlorinated water shall remain in the well. The CONTRACTOR shall allow water to flow into the casing in order to push the chlorinated water down throughout the casing. 4. The CONTRACTOR shall cover the well casing opening following well disinfection, with a temporary cap. 5. At completion of the work, the CONTRACTOR shall remove all waste materials, rubbish, and debris from and about the well site, including all tools, construction equipment, fuel tanks, machinery, temporary structures, and surplus materials, and shall clean up the site to its original pre -rehabilitation conditions. 6. The CONTRACTOR shall also restore all temporary work areas to their original condition. TP-46 ,City of Newport Beat- SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP WATER WELL 7. Should there be any damage caused during the course of work at the site, the CONTRACTOR shall repair or replace as necessary, at no additional cost to the CITY. B. Disinfection With Permanent Pump Installation 1. Work under this bid item shall consist of initially testing the groundwater pumped by the well for coliform bacteria and disinfecting the well against bacteria, if BacT testing yields positive results. This bid item shall be conducted following installation of the permanent pump. The disinfection shall be conducted such that bacteriological tests performed by the CONTRACTOR reveal acceptable results. 2. The chlorination table (above) shall apply for other concentrations, as deemed necessary and as directed by the CITY: 3. Prior to performing disinfection, the CONTRACTOR shall assist the CITY in the collection of a water sample from the well for bacteriological (Bac-T) analysis for coliform bacteria and submit to a State -certified laboratory to be analyzed. The CONTRACTOR shall notify the CITY prior to performing disinfection. 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 with no additional charge to the CITY for this period. Well disinfection will be determined to be satisfactory when the heterotrophic plate count of the last water quality sample is less than 500 (HPC < 500) and negative result is received for total/fecal Coliform bacteria in that final sample. Test results other than HPC < 500 and negative total Coliform bacteria will require additional well disinfection, standby time, sampling, and analysis at the CONTRACTOR's expense. 4. The Bac-T sample will be analyzed twice by the CONTRACTOR's laboratory. Should the Bac-T sample test positive for either total or fecal coliform bacteria, then the CONTRACTOR will need to disinfect the well in accordance with the following process. However, should the Bac-T sample test negative for both, then the CONTRACTOR will not need to perform any additional work. Consequently, in this event the CITY shall not be charged for this bid item. 5. The disinfecting agent shall be uniformly applied throughout the entire water column in each 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 screened sections of well 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. 6. All accessible portions of the newly -lined well above the water level shall be maintained in a damp condition with water containing the required concentration of disinfecting agent for a period of not less than 20 minutes. The disinfecting agent shall be left in the well for a period of at least 12 hours. After a 12-hour (minimum) contact period, the well is to be pumped to completely purge the disinfecting agent. 7. All discharge piping that is reinstalled will be swabbed and disinfected with chlorine prior to being reinstalled, per the CITY's General Technical Specifications. TP-47 Jtv of N e- 1,drt Bear SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP WATER WELL C. Site Clean Up 1. At completion of the disinfection work, the CONTRACTOR shall remove all waste materials, rubbish, and debris from and about the well site, including all tools, construction equipment, fuel tanks, machinery, temporary structures, and surplus materials, and shall clean up each site to its original pre -rehabilitation conditions. 2. The CONTRACTOR shall also restore all temporary work areas to their original condition. 3. Should there be any damage caused during the course of work at the site, the CONTRACTOR shall repair or replace as necessary, at no additional cost to the CITY. PART 4— BASIS OF MEASUREMENT FOR BIDDING AND PAYMENT The CONTRACTOR shall include the cost of the listed work and also that work not listed in this section, but necessary and incidental to perform and complete this bid item, in accordance with the following: A. Payment for disinfection of the well and site cleanup shall be made at the lump sum price bid for the newly -lined well. B. Disinfection of the newly -lined well shall be performed with the following materials: 1. Granular Calcium Hypochlorite [Ca(HCIO)z] HTH, Perchloron, or equal, dry powder, 65% active ingredient (free chlorine). 2. Sodium Hypochlorite (HCIO), 12% active ingredient. C. The disinfection procedure shall consist of the following, dependent upon whether or not the permanent pump is reinstalled: 1. Disinfection without Permanent Pump Reinstallation: 2.6 Ibs of granular Ca(HCIO)z per 1,000 gallons of water for 200 parts per million (ppm) solution. 2. Disinfection with Permanent Pump Reinstallation: 1.7 gallons of liquid NaCIO per 1,000 gallons of water for a 200-ppm solution. D. The chlorine in the discharge during pumping will need to be properly neutralized by the CONTRACTOR prior to being pumped to the CITY -approved discharge point. END OF SECTION City of Ne,wPort Beach SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP WATER WELL SECTION TP-23 (BID ITEM NO. 23): REPAIR AND RESTORATION OF EXISTING FACILITIES PART 1 — GENERAL A. Description Following completion of all work at the project well site, the CONTRACTOR shall restore the site to its original landscaped condition prior to the work at the site. This includes, but is not limited to, restoring any damaged sidewalks and walkways, asphalt, and/or cement surfaces, irrigation piping and facilities, grassy areas, tress, bushes, and other items that were part of the original landscaping. B. Bidding Details Details regarding any changes/additions to this section or quantities and/or values for bidding purposes are presented in the Basis of Measurement for Bidding and Payment in Part 3 of this section. C. Submittals Daily site activity reports shall be submitted by the CONTRACTOR. Refer to Table 1 in the Special Provisions for details on these and other submittals associated with the project. PART 2 — MATERIALS A. No materials specified. PART 3 — BASIS OF MEASUREMENT FOR BIDDING AND PAYMENT Demobilization and site restoration will include, but not be limited to, complete removal of all waste materials, rubbish, and debris from and about the well site, including all tools, well rehabilitation equipment, tanks, machinery, temporary structures, and surplus materials. Demobilization, site cleanup, and restoration work will be deemed acceptable upon inspection and approval by the CITY. Final payment will not be made until site restoration has been approved by the CITY. A. Payment for testing will be made at the lump sum price bid. o The sites to be repaired consist of the following: o Walls o Fencing o Pavement o Sidewalks/Curbs/Gutters o Building and Appurtenances o Landscaped Areas B. Payment for the repair of the listed items shall be made at the lump sum price bid. C. The cost for this bid item will include all labor, equipment, materials, and accessories necessary to complete the work in this bid item. TP-49 itv of N ert Be y SPECIFICATIONS FOR WATER WELL REHABILIATION TAMURA DEEP WATER WELL D. Damage to wellhead facility and/or modifications made during the work to accommodate rehabilitation equipment and/or operations. END OF SECTION — END OF TECHNICAL PROVISIONS City of Newport Beach