HomeMy WebLinkAboutF - Bob Jones Trail Well - 100% Design Specifications_v2
PUBLIC WORKS DEPARTMENT
ENGINEERING DIVISION
919 Palm Street
San Luis Obispo, CA 93401
(805) 781-7200
SPECIAL PROVISIONS
FOR
CITY OF SAN LUIS OBISPO
Bob Jones Trail Groundwater Well Drilling,
Construction and Testing (Packet 2)
Specification No. 2091506
December 2024
Bob Jones Trail Groundwater Well Drilling, Construction and Testing (Packet 2)
Specification No. 2091506 (SWRCB0000000000D2312550)
Council Approval Date: xxxxxxxxx
Michael J Hoffman, Professional Geologist, No.
7735 October 2024
Jessica Chomyn, Professional Geologist, No. 10212
September 2026
Brian Nelson
City Engineer
Miguel Barcenas, Professional Engineer
Utilities Deputy Director
TABLE OF CONTENTS
NOTICE TO BIDDERS ..................................................................................................... i
BID SUBMISSION ...................................................................................................................................... i
BID DOCUMENTS..................................................................................................................................... ii
PROJECT INFORMATION ........................................................................................................................iii
QUALIFICATIONS .....................................................................................................................................iii
AWARD .................................................................................................................................................... iv
ACCOMMODATION ................................................................................................................................. iv
BID FORMS ....................................................................................................................A
A. BID ITEM LIST ....................................................................................................................................A
B. LIST OF SUBCONTRACTORS...........................................................................................................D
C. PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT .........................................................E
D. PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE ....................................................F
E. PUBLIC CONTRACT CODE SECTION 10232 STATEMENT ............................................................ G
F. LABOR CODE SECTION 1725.5 STATEMENTS............................................................................... H
G. NON-COLLUSION DECLARATION ................................................................................. ……………………………..I
H. BIDDER ACKNOWLEDGEMENTS..................................................................................................... J
I. QUALIFICATIONS .............................................................................................................................. K
J. ATTACH BIDDER'S BOND TO ACCOMPANY BID............................................................................L
SPECIAL PROVISIONS .................................................................................................. 1
DIVISION I GENERAL PROVISIONS ....................................................................................................... 1
1 GENERAL ........................................................................................................................................... 1
2 BIDDING ............................................................................................................................................. 1
3 CONTRACT AWARD AND EXECUTION ........................................................................................... 2
4 SCOPE OF WORK ............................................................................................................................. 2
5 CONTROL OF WORK ........................................................................................................................ 6
7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC ....................................................... 6
8 PROSECUTION AND PROGRESS ................................................................................................... 7
9 PAYMENT ........................................................................................................................................... 7
DIVISION II GENERAL CONSTRUCTION ............................................................................................... 8
12 TEMPORARY TRAFFIC CONTROL ................................................................................................ 8
13 WATER POLLUTION CONTROL ..................................................................................................... 8
14 ENVIRONMENTAL STEWARDSHIP ............................................................................................... 8
APPENDIX A – Form of Agreement
APPENDIX B – Well Location Map
APPENDIX C – Regional Cross Section
APPENDIX D – Test Hole Logs & Highway 101 Well Boring Log
APPENDIX E – Well Drilling Technical Specifications
APPENDIX F – Temporary Storm Water Pollution Control
Funding for this project has been provided in full or in part under
Proposition 1 – the Water Quality, Supply, and Infrastructure Improvement
Act of 2014 through an agreement with the State Water Resources
Control Board. The contents of this document do not necessarily reflect
the views and policies of the foregoing, nor does mention of trade names
or commercial products constitute endorsement or recommendation for
use.
NOTICE TO BIDDERS
BID SUBMISSION
Two MANDATORY pre-bid job walks will be held at The Bob Jones Trail (BJT) Well location at X
AM on Tuesday, XXXX XX, 2025 and X am on Tuesday. XX XX, 2025. Only one job walk is
required. The meeting location will be at 879 Morro Street, San Luis Obispo, and drive to the job
site from there. The meeting Contractors must wear proper personal protective equipment at the
pre-bid job walk.
Sealed bids will be received by the City of San Luis Obispo, Public Works Department, located at
919 Palm Street, San Luis Obispo, CA 93401, until
XX AM on XXXX XX, 2025
At which time they will be publicly opened and read aloud. Submit bid in a sealed envelope plainly
marked:
Bob Jones Trail Groundwater Well Drilling, Construction and Testing (Packet 2)
Specification No. 2091506
Any bid received after the time and date specified will not be considered and will be returned to
the bidder unopened. Bids received by Fax or Email will not be considered.
By submission of bid you agree to comply with all instructions and requirements in this notice and
the contract documents.
All bids must be submitted on the Bid Item List form(s) provided and submitted with all other Bid
Forms included in these Special Provisions.
Each bid must be accompanied by either a:
1. certified check
2. cashier's check
3. bidder's bond
made payable to the City of San Luis Obispo for an amount equal to ten percent of the bid amount
as a guaranty. Guaranty will be forfeited to the City San Luis Obispo if the bidder, to whom the
contract is awarded, fails to enter the contract.
The City of San Luis Obispo reserves the right to accept or reject any or all bids or waive any
informality in a bid.
All bids are to be compared based on the City Engineer's estimate of the quantities of work to be
done, as shown on the Bid Item List.
Bids will only be accepted from bidders that are licensed in compliance with the provisions of
Chapter 9, Division III of Business and Professions Code.
The award of the contract, if awarded, will be to the lowest responsive bid submitted by a
responsible contractor whose bid complies with the requirements prescribed. If the contract is
awarded, the contract will be awarded within 90 calendar days after the opening of the bids.
NOTICE TO BIDDERS
Failure to raise defects in the notice to bidders or bid forms prior to bid opening constitutes a
waiver of those defects.
BID DOCUMENTS
A copy of the special provisions may be downloaded, free of charge, from the City’s website at:
www.slocity.org/government/department-directory/public-works/public-works-bids-proposals
Standard Specifications and Engineering Standards referenced in the Special Provisions may be
downloaded, free of charge, from the City’s website at:
https://www.slocity.org/government/department-directory/public-works/documents-online
You are responsible for obtaining all issued addenda prior to bid opening. Addenda will be
available to download at the City’s website listed above via Bidsync (www.bidsync.com/bidsync-
cas/) or at the office of the City Engineer, by appointment only.
Contact the project manager, Miguel Barcenas or the Public Works Department via Bidsync
(www.bidsync.com/bidsync-cas/) prior to bid opening to verify the number of addenda issued.
Questions will be accepted up to seven days prior to the bid opening.
You are responsible to verify your contact information is correct on the plan holders list located
on the City’s website at:
www.slocity.org/government/department-directory/public-works/public-works-bids-proposals.
PROJECT INFORMATION
In general, the project consists of one new 12-inch diameter production/extraction well to a depth
of approximately 200 feet below ground surface (ft bgs) for the City of San Luis Obispo (City).
Additive work includes work at additional boring locations.
The project estimated construction cost and contract time established for the project is as follows:
BASE BID: between $1,140,000 and $1,400,000 90 calendar days
The City Representative is identified as the technical consultant retained by the City to oversee
the technical aspects of the project.
The fixed liquidated damages amount is established at $1,900 per day for failure to complete the
work within the established contract time.
In compliance with section 1773 of the Labor Code, the State of California Department of Industrial
Relations has established prevailing hourly wage rates for each type of workman. Current wage
rates may be obtained from the Division of Labor at:
https://www.dir.ca.gov/oprl/DPreWageDetermination.htm
ii
NOTICE TO BIDDERS
QUALIFICATIONS
You must possess a valid Class A or C-57 Well Drilling Contractor's License at the time of the bid
opening.
You and any subcontractors required to pay prevailing wage must be registered with the
Department of Industrial Relations pursuant to Section 1725.5 of the Labor Code.
You must have experience completing projects like the work specified for this project. Provide
three similar reference projects completed as either the prime or subcontractor. All referenced
projects must have been completed within the last five years from this project’s bid opening date.
One of the three projects must have been completed under contract with a City, County, State or
Federal Government agency as the prime contractor.
All referenced projects must be for drilling, construction, development and testing of
potable water wells drilled with the reverse circulation method.
Failure to provide reference projects as specified in this section and as required on the
qualification form is cause to reject a bid as being non-responsive.
Additional Information
The City reserves the right to reject any bid based on non-responsiveness if a bidder fails to provide
a bid that complies with all bidding instructions.
The City reserves the right to reject a responsive bid based on the non-responsibility of the bidder
if the Director of Public Works or Designee finds, after providing notice and a hearing to the bidder,
that the bidder lacks the
1. knowledge
2. experience
3. or is otherwise not responsible
as defined in Section 3.24 of the San Luis Obispo Municipal Code to complete the project in the
best interest of the City.
Rejected bidders may appeal this determination. Appeal must comply with the requirements in this
Notice to Bidders.
It is the City of San Luis Obispo’s intent to award the contract to the lowest responsive bid
submitted by a responsible bidder. If in the bidder’s opinion the contract has been or may be
improperly awarded, the bidder may protest the contract award.
Protests must be filed no later than five working days after either:
1. bid opening date
2. notification of rejected bid.
Protest must be in writing and received by the project manager located at:
919 Palm Street
San Luis Obispo, CA 93401.
iii
NOTICE TO BIDDERS
Valid protests must contain the following information:
1. the reasons for the protest
2. any supporting documentation
3. the ruling expected by the City to remedy the protest.
Any protest not containing all required information will be deemed invalid and rejected.
The City will consider additional documentation or other supporting information regarding the
protest if submitted in compliance to the specified time limits. Anything submitted after the specified
time limit will be rejected and not be considered.
The Director of Public Works or Designee may request additional information to be submitted
within three days of the request, unless otherwise specified, and will notify the protester of the
ruling within ten days of determination.
If the protester is not satisfied with ruling, the protester may appeal the ruling to the City Council
in compliance with Chapter 1.20 of the City of San Luis Obispo Municipal Code.
Pursuant to the Public Records Act (Government Code, § 6250, et seq.), the City will make public
records available upon request.
AWARD
The lowest responsive responsible bidder will be determined on the base bid price.
As a condition to executing a contract with the City, two bonds each equal to one hundred percent
of the total contract price are required in compliance with Section 3-1.05 of the Standard
Specifications.
You may substitute securities for moneys withheld under the contract in compliance with the
provisions of the Public Contract Code, Section 10263.
ACCOMMODATION
If any accommodations are needed to participate in the bid process, please contact Public Works
at (805) 781-7200 or by Telecommunications Device for the Deaf at (805) 781-7107. Requests
should be made as early as possible in the bidding process to allow time for accommodation.
iv
BID FORMS
Bid Form A
All bid forms must be completed and submitted with your bid. Failure to submit these forms and
required bid bond is cause to reject the bid as nonresponsive. Staple all bid forms together.
The undersigned, agrees that they have carefully examined:
1. The location of the proposed work
2. The plans and specifications
3. Read the accompanying instruction to bidders
4. Propose to furnish all materials and labor
5. Complete all the required work satisfactorily in compliance with plans,
specifications, and special provisions.
6. Adhere to the proposed prices set forth in the bit item list
BID ITEM LIST
Bob Jones Trail Groundwater Well Drilling, Construction and Testing (Packet 2)
Well Specification No. 2091506
Item
No. SS (1) Item Description
Unit of
Measure
Estimated
Quantity
Item Price $
(in figures) Total $ (in figures)
1 §4 & App E
(S)
Mobilization, Site Preparation,
Demobilization, Site Clean-Up, and
Restoration
LS 1
2 §4 & App E
(S)
Provide Noise Mitigation
(Approximately 100 - 400 ft) FT 400
3 §4 & App E
(S)
Drill 38-in. Diameter Borehole, furnish
and Install 28-in. OD x 3/8-in. Wall ASTM
A139 Mild Steel Conductor Casing, Install
Sanitary Cement Seal
FT 50
4 §4 & App E
(S)
Drill 17.5-inch Diameter Pilot
Borehole (50 to 205 feet) FT 155
5 §4 & App E
(S) Provide Geophysical Borehole Logs LS 1
6 §4 & App E
(S)
Ream Pilot Borehole to 26-inch Diameter
(50 to 56 feet)
FT
6
7 §4 & App E
(S)
Ream Pilot Borehole to 22-inch Diameter
(56 to 205 feet) FT 149
8 §4 & App E
(S)
Provide Caliper Survey of Reamed Borehole LS 1
9 §4 & App E
(S)
Furnish and Install 12-inch ID x 1/4-in.
Wall ASTM A778 304L Stainless Steel
Blank Well Casing (intermittent from +3
to 195 ft bgs, with sump with SE type end
cap from 175 to 195 feet)
FT 153
10 §4 & App E
(S)
Furnish and Install 12-inch I.D x 5/16-in.
Wall Type 304L Stainless Steel 0.075"
Louvered Well Screen (60 to 80 ft bgs
and 150 to 175 feet)
FT 45
11 §4 & App E
(S)
Furnish and Install 3-in. Sch. 40 Stainless Steel Gravel Tube (+3 to 55 feet) FT 58
12 §4 & App E
(S)
Furnish and Install 2-in. Sch. 40 Stainless
Steel Sounding Tube (+3 to 85 feet)
(Includes 2-foot entry port)
FT 88
13 §4 & App E
(S)
Furnish and Install Annular Material
including Filter Pack and Bentonite/ Sand
Seal (50 to 205 feet)
LF 155
14 §4 & App E
(S)
Furnish and Install 10.3-sack Sand-
Cement Annular Seal (0 to 50 feet) LF 50
BID FORMS
Item
No. SS (1) Item Description
Unit of
Measure
Estimated
Quantity
Item Price $
(in figures) Total $ (in figures)
15 §4 & App E
(S)
Develop Well by Airlifting and Swabbing,
Installation of PFD with 24 hours standby
included
HR 72
16 §4 & App E
(S)
Provide, Install, and Remove
Development Test Pump LS 1
17 §4 & App E(S) Develop Well by Pumping and
Surging HR 40
18 §4 & App E
(S) Step Drawdown Test HR 8
19 §4 & App E Constant Rate Discharge Test HR 24
20 §4 & App E
(S)
Collect and Analyze Groundwater
Samples for T22 Drinking Water
Requirements
LS 1
21 §4 & App E
(S)
Provide Plumbness, Alignment, and
Downhole Video Surveys LS 1
22 §4 & App E
(S) Provide Well Disinfection LS 1
23 §4 & App E Testing and Disposal of Cuttings from
Conductor and Borehole LS 1 (F)
24 §4 & App E Testing and Disposal of Drilling Fluids and
Development Water LS 1 (F)
Total of Bid Items (Base Bid Price) $____________________________________________________
(1) Refers to section (§) in the Standard Specifications with modifications in the Special Provisions and technical
specifications, and/or Technical Specifications in Appendix E, that describe required work.
Notes:
1. All bid items must be completed for the bid to be valid.
(S) Refers to Specialty Work in accordance with Section 5-1.13A for determining contribution by prime contractor.
(F) Refers to Final Pay items in accordance with Section 9-1.02.
BID FORMS
Bid Form B
LIST OF SUBCONTRACTORS
Pursuant to Section 4100 of the Public Contracts Code and section 2-1.33C of the
standard specifications, the Bidder is required to furnish the following information for each
Subcontractor performing more than 1/2 percent (0.5%) of the total base bid. Do not list
alternative subcontractors for the same work. Subcontracting must not total more than
fifty percent (50%) of the submitted bid except as allowed in section 5-1.13 of the standard
specifications.
Subcontractors performing less than ten thousand dollars ($10,000) worth of work need not
be mentioned. Subcontractors required to pay prevailing wage, must be registered
with the Department of Industrial Relations pursuant to Labor Code section 1725.5
to be listed.
NOTE: If there are no subcontractors, write “NONE” and submit with bid.
Name Under Which
Subcontractor is Licensed License Number
DIR Public
Works
Registration
Number
Address and Phone
Number of Office, Mill or
Shop
Specific
Description of
Subcontract
% of
Total
Base
Bid
D
BID FORMS
Bid Form C
PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT
In compliance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the
bidder hereby declares under penalty of perjury under the laws of the State of California
that the bidder, or any subcontractor to be engaged by the bidder, has , has not
been convicted within the preceding three years of any offenses referred to in that
section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in
violation of any state or federal antitrust law in connection with the bidding upon, award
of, or performance of, any public works contract, as defined in Public Contract Code
Section 1101, with any public entity, as defined in Public Contract Code Section 1100,
including the Regents of the University of California or the Trustees of the California State
University. The term "bidder" is understood to include any partner, member, officer,
director, responsible managing officer, or responsible managing employee thereof, as
referred to in Section 10285.1.
NOTE: The bidder must place a check mark after "has" or "has not" in one of the blank
spaces provided. The above Statement is part of the Bid. Signing this Bid on the signature
portion constitute signature of this Statement. Bidders are cautioned that making a false
certification may subject the certifier to criminal prosecution.
E
BID FORMS
Bid Form D
PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE
In compliance with Public Contract Code Section 10162, the Bidder must complete, under
penalty of perjury, the following questionnaire:
Has the bidder, any officer of the bidder, or any employee of the bidder who has a
proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented
from bidding on, or completing a federal, state, or local government project because of a
violation of law or a safety regulation?
Yes No
If the answer is yes, attach a letter explaining the circumstances
F
BID FORMS
Bid Form E
PUBLIC CONTRACT CODE SECTION 10232 STATEMENT
In compliance with Public Contract Code Section 10232, you hereby state under penalty of
perjury, that no more than one final unappealable finding of contempt of court by a federal
court has been issued against you within the immediately preceding two-year period
because of your failure to comply with an order of a federal court which orders you to comply
with an order of the National Labor Relations Board.
G
BID FORMS
Bid Form F
LABOR CODE SECTION 1725.5 STATEMENTS
The bidder has delinquent liability to an employee or the state for any assessment of back
wages or related damages, interest, fines, or penalties pursuant to any final judgment,
order, or determination by a court or any federal, state, or local administrative agency,
including a confirmed arbitration award. Any judgment, order, or determination that is
under appeal is excluded, provided that the contractor has secured the payment of any
amount eventually found due through a bond or other appropriate means.
Yes No
The bidder is currently debarred under Section 1777.1 or under any other federal or state
law providing for the debarment of contractors from public works.
Yes No
NOTE: The above Statements and Questionnaire are part of the Bid. Signing this Bid on
the signature portion constitute signature of this Statement and Questionnaire. Bidders are
cautioned that making a false certification may subject the certifier to criminal prosecution.
H
BID FORMS
Bid Form G
NON-COLLUSION AFFADAVIT
I, , declare that
I am of ,
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 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 refrained 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.
Executed on , 20 , in
I declare under penalty of perjury under the laws of the State of California that the foregoing
is true and correct.
(SEAL)
(Signature and Title of Declarant)
Subscribed and sworn to before me
this day of , 20
Notary Public
Company Name:
I
BID FORMS
Bid Form H
BIDDER ACKNOWLEDGEMENTS
By signing below, the bidder acknowledges and confirms that this bid is based on the information contained in
all contract documents, including the notice to bidders, plans, specifications, special provisions, and addendum
number(s). (Note: You are responsible to verify the number of addenda prior to the bid opening.)
The undersigned further agrees that in case of default in executing the required contract, with necessary bonds,
within eight days, (not including Saturdays, Sundays, and legal holidays), after having received a mailed notice
that the contract is ready for signature, the proceeds of the check or bond accompanying his bid will become
the property of the City of San Luis Obispo.
Licensed in accordance with an act providing for the registration of contractors, License No. , Expiration Date
.
The above statement is made under penalty of perjury, and any bid not containing this information "will be
considered non-responsive and will be rejected” by the City.
Signature of Bidder
(Print Name and Title of Bidder) DIR– Public Works
Registration No:
Business Name (DBA):
Owner/Legal Name:
Indicate One: Sole-proprietor Partnership Corporation
List Partners/Corporate Officers:
Name Title
Name Title
Name Title
Business Address
Street Address
Mailing Address
City, State, Zip Code
Phone Number
Fax Number
Email Address
Date
J
BID FORMS
Bid Form I
QUALIFICATIONS
Failure to furnish complete reference information ON THIS FORM, as specified in this
project’s Notice to Bidders and indicated below, is cause to reject the bid. Additional
information may be attached but is not a substitute for this form.
Reference Number 1
Customer Name & Contact Individual
Telephone & Email
Project Name (Site Address):
Is this similar to the project being bid
? Yes □ No □
Describe the services provided and how this project is similar to
that which is being bid:
Date project completed:
Was this contract for a public
agency?
Yes □ No □
Reference Number 2
Customer Name & Contact Individual
Telephone & Email
Project Name (Site Address):
Is this similar to the project being bid
? Yes □ No □ Describe the services provided and how this project is similar to
that which is being bid:
Date project completed:
Was this contract for a public
agency?
Yes □ No □
Reference Number 3
Customer Name & Contact Individual
Telephone & Email
Project Name (Site Address):
Is this similar to the project being
bid? Yes □ No □
Describe the services provided and how this project is similar to
that which is being bid:
Date project completed:
Was this contract for a public
agency? Yes □ No □
K
BID FORMS
Bid Form J
ATTACH BIDDER'S BOND TO ACCOMPANY BID
Know all men by these presents:
That we , AS PRINCIPAL, and
, AS SURETY, are held and firmly
bound unto the City of San Luis Obispo in the sum of:
Dollars ( ) to be paid to
said City or its certain attorney, 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 presents:
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the certain bid of the above
bounden
to construct
(insert name of street and limits to be improved or project)
dated is accepted by the City of San Luis Obispo, and if the above
bounden , his heirs, executors,
administrators, successors, and assigns shall duly enter into and execute a contract for such construction and
shall execute and deliver the two bonds described within ten (10) days (not including Saturdays, Sundays, or
legal holidays) after the above bounden,
, has received notice by and from the
said City of San Luis Obispo that said contract is ready for execution, then this obligation shall become null
and void; otherwise, it shall be and remain in full force and virtue.
IN WITNESS WHEREOF, we hereunto set our hands and seals this day of , 20 .
Bidder Principal:
Signature Date
Title:
Surety:
Bidder's signature is not required to be notarized. Surety's signature must be notarized.
Equivalent form may be substituted
(Rev. 6-30-14)
L
BID FORMS
BID FORMS
J
EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION
The bidder________________________________________________________, proposed subcontractor
______________________________, hereby certifies that he has _____, has not _____, participated in a previous
contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925, 11114, or
11246, and that, where required, he has filed with the Joint Reporting Committee, the Director of the Office of Federal
Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee
on Equal Employment Opportunity, all reports due under the applicable filling requirements.
Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor
(41 CFR 60-1.7(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts
and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from
the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or
under are exempt.)
Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing
regulations.
Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to
the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award
of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other
period specified by the Federal Contract Compliance, U.S. Department of Labor.
____________________________________________________________________________
BID FORMS
BID FORMS
K
DEBARMENT AND SUSPENSION CERTIFICATION
TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29
The bidder, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated
therewith in the capacity of owner, partner, director, officer, manager:
• is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any Federal
agency;
• has not been suspended, debarred, voluntarily excluded or determined ineligible by any Federal agency within
the past 3 years;
• does not have a proposed debarment pending; and
• has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction
in any matter involving fraud or official misconduct within the past 3 years.
If there are any exceptions to this certification, insert the exceptions in the following space.
Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility. For
any exception noted above, indicate below to whom it applies, initiating agency, and dates of action.
Notes: Providing false information may result in criminal prosecution or administrative sanctions. The above
certification is part of the Bid Proposal. Signing this Bid Proposal on the signature portion thereof shall also constitute
signature of this Certification.
___________________________________________________________________
BID FORMS
BID FORMS
L
NONLOBBYING CERTIFICATION FOR FEDERAL-AID CONTRACTS
44 C.F.R PART 18 – CERTIFICATION REGARDING LOBBYING
Certification for Contracts, Grants, Loans, and Cooperative Agreements
the undersigned certifies, to the best of his or her knowledge and belief, that:
1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the
undersigned, to any person for influencing or attempting to influence an officer or employee
of an agency, a Member of Congress, an officer or employee of Congress, or an employee of
a Member of Congress in connection with the awarding of any Federal contract, the making
of any Federal grant, the making of any Federal loan, the entering into of any cooperative
agreement, and the extension, continuation, renewal, amendment, or modification of any
Federal contract, grant, loan, or cooperative agreement.
2. If any funds other than Federal appropriated funds have been paid or will be paid to any
person for influencing or attempting to influence an officer or employee of any agency, a
Member of Congress, an officer or employee of Congress, or an employee of a member of
Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the
undersigned shall complete and submit Standard Form-LLL, “Disclosure Form to Report
Lobbying,” in accordance with its instructions.
3. The undersigned shall require that the language of this certification be included in the award
documents for all subawards at all tiers (including subcontracts, subgrants, and contracts
under grants, loans, and cooperative agreements) and that all subrecipients shall certify and
disclose accordingly.
This certification is a material representation of fact upon which reliance was placed when this
transaction was made or entered into. Submission of this certification is a prerequisite for making
or entering into this transaction imposed by section 1352, title 31, U.S. code. any person who fails
to file the required certification shall be subject to a civil penalty of not less than $10,000 and not
more than $100,000 for each such failure.
The Contractor, , certifies or affirms the truthfulness and accuracy of each
statement of its certification and disclosure, if any. In addition, the Contractor understands and
agrees that the provisions of 31 U.S.C. Chap. 38, Administrative Remedies for False Claims and
Statements, apply to this certification and disclosure, if any.
Certification Regarding Debarment, Suspension, Ineligibility
and Voluntary Exclusion Lower Tier Covered Transactions
This certification is required by the regulations implementing Executive Order 12549, Debarment and
Suspension, 29 CFR Part 98, Section 98.510, Participant's responsibilities. The regulations were
published as Part VII of the May 26, 1988 Federal Register (pages 19160-19211).
(BEFORE COMPLETING CERTIFICATION, READ THE INSTRUCTIONS ON THE NEXT PAGE
WHICH ARE AN INTEGRAL PART OF THE CERTIFICATION)
1.The prospective recipient of Federal assistance funds certifies, by submission of this IFB/RFP
Response, that neither it nor its principals are presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any
Federal department or agency.
2.Where the prospective recipient of Federal assistance funds is unable to certify to any of the
statements in this certification, such prospective participant shall attach an explanation to this
IFB/RFP Response.
Name and Title of Authorized Representative
Signature Date
Page 1 of 2
STATE OF CALIFORNIA
FEDERAL DEBARMENT CERTIFICATION FORM
DGS PD 2 (Rev. 12/19)
DEPARTMENT OF GENERAL SERVICES
PROCUREMENT DIVISION
FEDERAL DEBARMENT CERTIFICATION FORM (CONTINUED)
Instructions for Certification
1.By signing and submitting this IFB Response, the prospective recipient of Federal assistance funds is
providing the certification as set out below.
2.The certification in this class is a material representation of fact upon which reliance was placed when this
transaction was entered into. If it is later determined that the prospective recipient of Federal assistance funds
knowingly rendered an erroneous certification, in addition to other remedies available to the Federal
Government, the Department of Labor (DOL) may pursue available remedies, including suspension and/or
debarment.
3.The prospective recipient of Federal assistance funds shall provide immediate written notice to the person to
which this RFP Response is submitted if at any time the prospective recipient of Federal assistance funds
learns that its certification was erroneous when submitted or has become erroneous by reason of changed
circumstances.
4.The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction,"
"participant," "person," "primary covered transaction," "principal," "RFP Response," and "voluntarily excluded,"
as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules
implementing Executive Order 12549. You may contact the person to which this RFP Response is submitted
for assistance in obtaining a copy of those regulations.
5.The prospective recipient of Federal assistance funds agrees by submitting this RFP Response that, should
the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered
transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from
participation in this covered transaction, unless authorized by the DOL.
6.The prospective recipient of Federal assistance funds further agrees by submitting this RFP Response that it
will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary
Exclusion -Lower Tier Covered Transactions," without modification, in all lower tier covered transactions and
in all solicitations for lower tier covered transactions.
7.A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier
covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered
transaction, unless it knows that the certification is erroneous. A participant may decide the method and
frequency by which it determines the eligibility of its principals. Each participant may but is not required to
check the List of Parties Excluded from Procurement or Non-Procurement Programs.
8.Nothing contained in the foregoing shall be construed to require establishment of a system of records in order
to render in good faith the certification required by this clause. The knowledge and information of a participant
is not required to exceed that which is normally possessed by a prudent person in the ordinary course of
business dealings.
9.Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered
transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred,
ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available
to the Federal Government, the DOL may pursue available remedies, including suspension and/or debarment.
Page 2 of 2
TO:
Procurement and Contracting Officers, Purchasing Authority Contacts
SUBJECT:
Executive Order N-6-22 Economic Sanctions Against Russia – Additional Guidance for Paragraphs
#4 and #5
Purpose To provide additional guidance to assist State agencies and departments
(Agencies) with compliance with Executive Order (EO) N-6-22 issued March
4, 2022. This April 22, 2022 Joint Memo from the Department of General
Services (DGS) and the California Department of Technology (CDT)
specifically covers Paragraphs #4 and #5 of the EO.
Policy Agencies should carefully review the EO and the Joint Memo dated April 22,
2022 (attached) in detail to gain familiarity with requirements and promptly
begin compliance efforts. Agencies should involve their legal counsel in compliance efforts and keep written records in each applicable contract or
grant file demonstrating compliance. The guidance in the April 22, 2022 Joint
Memo is limited to compliance with Paragraphs #4 and #5 of the EO.
Background On March 4, 2022 Governor Gavin Newsom issued EO N-6-22 regarding sanctions against Russia. The EO directs all Agencies that are subject to the
Governor's authority to take certain immediate steps. On March 17, 2022
Broadcast Bulletin P-02-22 was released to provide preliminary guidance for
compliance with Paragraphs #1, #2 and #3 of the EO.
Procedure/
Process
Agencies must immediately follow the additional procedures identified in the
attached April 22, 2022 Joint Memo. Please see the DGS Office of Legal
Services (DGS-OLS) website for helpful resources and guidance Ukraine-
Russia (ca.gov)
Questions Contact the Purchasing Authority Unit (PAU) at: PAMS@dgs.ca.gov
Page 1 of 1 STATE of CALIFORNIA
Department of General Services
Procurement Division
707 Third Street, Second Floor, West Sacramento, CA 95605
(916)375-4400 (800) 559-5529BROADCAST BULLETIN
DATE ISSUED:
EFFECTIVE:
P-05-22
April 22, 2022
April 22, 2022
2nd JOINT MEMO
April 22, 2022
To: Executive Branch Departments and Agencies
Re: Executive Order N-6-22 regarding Sanctions Against Russia (¶¶ 4-5)
On March 4, 2022, Governor Gavin Newsom issued Executive Order N-6-22 (the EO)
regarding sanctions against Russia and Russian entities and individuals. The EO
directs all agencies and departments (Agencies) that are subject to the Governor’s
authority to take certain steps described below. Constitutionally independent state
entities are encouraged to take these steps as well.
On March 16, 2022, the Department of General Services (DGS) and the California
Department of Technology (CDT) issued a Joint Memo offering guidance for compliance
with EO Paragraphs #1, #2, and #3.
This Joint Memo provides guidance to assist state agencies with compliance concerning
EO Paragraphs #4 and #5. Agencies should continue to involve their legal counsel in
compliance efforts and decisions and to keep written records in each applicable contract
or grant file demonstrating compliance efforts.
Agencies are recommended to comply with EO Paragraphs #4 and #5 within 45 days of
the date of this Joint Memo.
Defined Terms:
• “Contract” refers to all types of agreements and grants, regardless of form (e.g.,
Std 213, Std 65, Fi$Cal PO, etc.).
• “Economic Sanctions” refers to sanctions imposed by the U.S. government in
response to Russia’s actions in Ukraine, as well as any sanctions imposed under
state law.
• “Paragraphs” refers to the EO’s operative paragraphs.
Compliance with Paragraphs #4 and #5:
Paragraph #4 within the EO provides:
All agencies and departments subject to my authority shall direct grantees,
and contractors with agreements valued at $5 million or more, to report to
the agency or department regarding their compliance with economic
sanctions.
Please note that since the March 2022 joint guidance memo, the federal
government has imposed new sanctions on Russia and Russian entities and
individuals. Agencies are advised to regularly check the U.S. Department of the
Treasury’s list of sanctioned individuals and entities at the following sites:
• https://home.treasury.gov/policy-issues/financial-sanctions/sanctions-
programs-and-country-information/ukraine-russia-related-sanctions;
• https://home.treasury.gov/news/press-releases/jy0608; and
• https://home.treasury.gov/policy-issues/financial-sanctions/recent-actions.
Agencies may wish to sign up for email updates from the U.S. Department of the
Treasury as well.
Paragraph #5 within the EO provides:
All agencies and departments subject to my authority shall direct all
grantees, and contractors with agreements valued at $5 million or more,
to report on steps they have taken in response to Russia’s actions in
Ukraine, including, but not limited to, desisting from making new
investments in, or engaging in financial transactions with, Russian
entities, not transferring technology to Russia or Russian entities, and
directly providing support to the government and people of Ukraine.
In order to comply with Paragraphs #4 and #5 of the EO:
• Agencies should identify all current contracts and grants valued at $5 million or
more.
o “Valued at $5 million or more” includes contracts and grants with a value
to the contractor or grantee of $5 million or more, even if the amount paid
by the Agency to the contractor or grantee is less than $5 million or is
zero. This includes, but is not limited to, revenue-generating agreements,
in-kind agreements, concessions, and agreements where the contractor
receives payments from the public or a third party.
o For example, in some recycling contracts, the state does not make any
payments to the contractor, but the value of the contract is based on the
monetary value to the contractor of the recycled materials they collect
from the state. See, e.g., State Contracting Manual volume 1, sections
3.16.B and 7.45.
• Agencies should determine the appropriate addressee names and addresses for
notices and information related to such contracts and grants.
• Agencies must notify such contractors and grantees of the reports contemplated
in EO Paragraphs #4 and #5 and how to they can submit them (see a template
notice below). Agencies should recommend that contractors/grantees consult
their own legal counsel as needed regarding compliance with sanctions and
reporting to the state.
• While the EO is silent on a timeframe in which to notify such contractors and
grantees about EO Paragraphs #4 and #5, it is recommended that Agencies do
so within 45 days of the date of this Joint Memo.
• Attached is a template notice and contractor/grantee response form that
Agencies should use for EO Paragraphs #4 and #5. These notices may be sent
and responded to electronically.
• Agencies should ensure the notice clearly informs contractors/grantees where to
send their reports.
• Agencies should keep track of contractor and grantee reports.
• Agencies that have more than one contract/grant valued at $5 million or more
with a single contractor/grantee may send and receive one EO Paragraph #4 and
#5 notice and report for each such contractor/grantee; however, each applicable
contract/grant file should include copies of the response form and report.
• Please note that for contracts issued by DGS or CDT on behalf of an
Agency, the Agency is responsible for sending the EO Paragraph #4 and #5
notices and receiving contractor reports.
• For Leveraged Purchase Agreements (LPAs), DGS will issue the EO
Paragraph #4 and #5 notices for Contracts with statewide usage valued at
or above $5 million. DGS will then provide Agencies with the list of LPA
contractors DGS contacted. If, after receiving that list, an Agency
determines it has any LPA Contracts valued at or above $5 million that are
not on the DGS list, the Agency is responsible for issuing the EO
Paragraph #4 and #5 notices for those.
Further Guidance and Contacts:
DGS and CDT will issue further guidance shortly regarding EO Paragraph #6, including
language for future contracts and solicitations.
For questions relating to CDT contracts, please contact:
Lisa Cooper
Office of Legal Services
lisa.cooper@state.ca.gov
For other questions regarding this Memo, please contact your DGS-OLS assigned
attorney.
Attachment: Template Notice to Send to Contractors and Grantees of Agreements
Valued at ≥ $5 Million (EO Paragraphs #4 and #5)
Template Notice to Send to Contractors and Grantees of Agreements Valued at ≥ $5 Million
(EO Paragraphs #4 and #5)
April XX, 2022
[Name Here]
[Title Here]
[Name of Business or Organization]
[Address line 1]
[Address line 2]
[email address]
RE: Contractor and Grantee Report on Compliance with Economic Sanctions in
Response to Russia’s Actions in Ukraine
Dear [Name Here]:
On March 4, 2022, Governor Gavin Newsom issued Executive Order N-6-22 (EO)
regarding sanctions in response to Russian aggression in Ukraine. The EO is located at
https://www.gov.ca.gov/wp-content/uploads/2022/03/3.4.22-Russia-Ukraine-Executive-
Order.pdf.
The EO directs all agencies and departments that are subject to the Governor’s
authority to take certain steps, including directing that all state contractors and grantees
with agreements valued at $5 million or more to report to the agency/department
regarding their compliance with economic sanctions imposed by the U.S. government in
response to Russia’s actions in Ukraine, as well as sanctions imposed under state law,
if any.
The EO also directs all agencies and departments that are subject to the Governor’s
authority to direct that their grantees and contractors with agreements valued at $5
million or more to report on the steps they have taken in response to Russia’s actions in
Ukraine
Please review the economic sanctions imposed in response to Russia’s actions in
Ukraine, including, but not limited to, the federal executive orders identified in the EO,
the sanctions identified on the U.S. Department of the Treasury website
(https://home.treasury.gov/policy-issues/financial-sanctions/sanctions-programs-and-
country-information/ukraine-russia-related-sanctions), and sanctions imposed under
state law, if any. Once complete, please report to the state regarding your compliance
with the economic sanctions imposed by the U.S. government, as well as sanctions
imposed under state law, if any, using the attached reporting form and return it within
60 calendar days to the individual listed below.
Additionally, within 60 calendar days of this letter, please provide a written report
describing the steps, if any, you have taken in response to Russia’s actions in Ukraine.
An example can be found at this link:
https://www.calpers.ca.gov/page/newsroom/for-the-record/2022/calpers-
responds-to-governor-gavin-newsom.
Note that responses may be subject to disclosure under the California Public
Records Act. Accordingly, it is within the discretion of the respondent to
determine what information to provide. Additionally, please do not include any
confidential information or disclosures that could pose security risks.
Please attach the report to the notice form below and return it to the individual listed
below.
Responsive notices and reports should be sent to:
[Agencies: INSERT CONTACT NAME, AGENCY NAME,
AND RETURN EMAIL OR ADDRESS HERE]
Sincerely,
[Name]
[Title]
COMPLIANCE WITH ECONOMIC SANCTIONS IN RESPONSE TO RUSSIA’S ACTIONS IN UKRAINE
Contract Number(s) and/or Grant Number(s): _____________________(Attach additional page as needed)
Per Executive Order N-6-22, all contractors and grantees that have agreements valued at
$5 million or more with agencies/departments subject to the California Governor’s authority
are directed to report to their contracting or grantor agency or department regarding their
compliance with economic sanctions imposed by the U.S. government in response to
Russia’s actions in Ukraine, as well as sanctions imposed under state law, if any.
Please insert the contractor/grantee name and Federal ID Number (if available) and
complete the notice and attach a report as described below.
NOTICE
Having conducted a good faith review, I attest that the contractor/grantee is in compliance
with the economic sanctions imposed by the U.S. government in response to Russia’s
actions in Ukraine, as well as sanctions imposed under state law, if any.
Contractor/Grantee Name (Printed)
Federal ID Number (or n/a)
By (Authorized Signature)
Printed Name and Title of Person Signing
Date
Please attach a report to this notice form and return it to the individual identified in
the cover letter within 60 calendar days, describing the steps, if any, you have taken
in response to Russia’s actions in Ukraine.
Note that responses may be subject to disclosure under the California Public Records
Act. Accordingly, it is within the discretion of the respondent to determine what
information to provide. Additionally, please do not include any confidential
information or disclosures that could pose security risks.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
1
ORGANIZATION
Special provisions are under headings that correspond with the main section heading of
the Standard Specifications. Each special provision begins with a revision clause that
describes or introduces a revision to the Standard Specifications. Any paragraph added
or deleted by a revision clause does not change the paragraph number of the Standard
Specifications for any other reference to a paragraph of the Standard Specifications.
DIVISION I GENERAL PROVISIONS
1 GENERAL
Add to Section 1-1.01 GENERAL:
The work must be done in compliance with the City of San Luis Obispo, Department of
Public Works:
1. Bob Jones Trail Groundwater Well Drilling, Construction and Testing (Packet 2)
2. City of San Luis Obispo Standard Specifications and Engineering Standards –
2020 edition
3. State of California, Department of Water Resources, California Well Standards
Bulletin 74-90 (Supplement to Bulletin 74-81)
4. ANSI/AWWA A100-20 Water Wells
5. Title 22 California Code of Regulations (CCR), specifically
• New Well Siting, Construction, and Permit Application – Title 22 CCR
Division 4, Chapter 16, Article 3, Section 64560
6. State of California, Department of Transportation Standard Specifications and
Standard Plans – 2015 Addition
In case of conflict between documents, governing ranking must comply with section 5-
1.02 of the City of San Luis Obispo’s Standard Specifications.
Failure to comply with the provisions of these sections is a material breach of contract:
1. Sections 5 through 8 of the Standard Specifications
2. Sections 12 through 15 of the Standard Specifications
3. Section 77-1 of the Standard Specifications
4. Section 81 of the Standard Specifications
5. Authorized working hours
6. OSHA compliance
SPECIAL PROVISIONS
SPECIAL PROVISIONS
2
2 BIDDING
Replace Section 2-1.33A BID DOCUMENT COMPLETION AND SUBMITTAL, General
with:
Furnish bid using blank forms provided in the Special Provisions. Bid must include all
forms and must be signed by the bidder.
3 CONTRACT AWARD AND EXECUTION
Add to Section 3-1.18A:
The Engineer may immediately suspend all work until compliance is achieved. You will
bear all costs incurred by such suspension, and no additional compensation for losses
incurred by you will be allowed therefor. You will be assessed liquidated damages and
pay to the City of San Luis Obispo the sum set forth in these Special Provisions, for each
day you do not comply with the contract requirements.
4 SCOPE OF WORK
Add to Section 4-1.03 Work Description with:
The Work described in these Technical Specifications is to drill and install a 50-foot deep
conductor casing, drill the pilot borehole via the reverse circulation drilling method to a
depth of 205 ft bgs, conduct borehole geophysical surveys, ream the pilot borehole and
construct one groundwater production well. Well construction includes installation of well
casing and annular materials, development of screened intervals, aquifer testing,
collection and analysis of groundwater samples, conduct a video camera and
plumbness/alignment survey of the completed well. If water-bearing zones encountered
in the drilled pilot borehole are considered adequate, a well will be completed, otherwise
the pilot borehole will be destroyed at the request of the City.
The final drilling depth shall be constructed per the plans and specifications but may be
subject to field adjustments and directives by the City Inspector after mutual concurrences
are made between the Contractor, Engineer of Record, and the City’s Utilities
Department.
A regional cross section and boring log for the Highway 101 Well (located northeast of
the BJT Well) is provided as Appendix C, respectively, to assist in understanding drilling
conditions. Drilling and sampling details are outlined below.
Health and Safety Plan
The Contractor shall prepare a Health And Safety Plan (HASP) for the proposed field
activities. The HASP will address potential safety issues, emergency contacts, and a
hospital route map, at minimum.
Borehole Clearance
The City or City Representative will mark well location and the Contractor will be
SPECIAL PROVISIONS
SPECIAL PROVISIONS
3
responsible for notifying Underground Service Alert (USA) North 811 at least 48 hours
prior to drilling soil borings. The Contractor will provide the City with the USA notification
confirmation prior to the start of drilling activities. In addition, the Contractor will retain a
private underground utility locator to assist in the clearance of the proposed well
location. The proposed well location will be modified, as necessary, to avoid
underground structures.
The Contractor shall be responsible for the following:
• Utility Clearance – The well location will be air knifed to a depth of approximately
5 feet below ground surface and 110% of the conductor casing borehole diameter
as an additional precautionary method to avoid subsurface utilities or
infrastructure.
Waste Management
Soil cuttings must be containerized and stored on site in roll-off bins. Evacuated drilling fluid
and wastewater generated during drilling and/or well development will be conveyed via
temporary piping to the City’s wastewater treatment storage tank. Storing drill cuttings on the
ground will not be allowed. Estimated soil cutting volumes (in cubic yards) and estimated
drilling fluid volumes (in gallons) are provided in the Technical Specifications in Appendix E of
this document.
The Contractor shall be responsible for all analytical testing required for waste profiling prior to
transportation and disposal at the proposed disposal facility. Additionally, the Contractor shall
conduct the required analytical testing of the wastewater held at the City’s wastewater
treatment plant. The Contractor shall also provide a description of the waste management
process and identify the proposed disposal facility in the submitted proposal.
The contractor must provide security assurances and locking mechanisms to prevent
vandalism or tampering of stored materials at no additional cost to the City.
Surface Restoration
Upon final completion of well installation activities the location will be restored to pre-
existing conditions in accordance with City Standards (e.g., Section 39 and Section 77)
including City Standard Drawing 6020.
To be provided by City:
• A water source will be available for use by the Contractor in accordance with
Section 17-1.01.
• Drilling permits will be obtained by the Contractor and a copy of the permit will be
provided to the City and City Representative prior to the start of field activities.
• The Contractor shall assist the City Representative in collecting a representative
groundwater sample from the well at the end of aquifer testing. The City
Representative will be responsible for other aspects of analytical sample collection
including obtaining the appropriate sample containers, sample labeling, sample
preservation, chain-of-custody, and laboratory submittal.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
4
5 CONTROL OF WORK
Add to Section 5-1.01:
Adjustments to working hours may be imposed due to public traffic impacts in compliance
with Section 7-1.03B.
Add to Section 5-1.36A:
Repair to damage must comply with the associated sections of the specifications,
standards, and plans.
Add to Section 5-1.36D:
Existing third party (non-City-owned) utilities are shown on project plans for information
purposes only. It is your responsibility to contact “Underground Service Alert USA” and
have site marked prior to start of excavation or saw cutting. The City of San Luis Obispo
is not responsible for any:
1. damages
2. costs
3. delay
4. expenses
resulting from a third-party underground facility operator’s failure to comply with
stipulations as set forth in 4216.7.(c) of the California Government Code.
Add to Section 5-1.43A:
Potential claim forms are located on the City’s website:
www.slocity.org/government/department-directory/public-works/documents- online/construction-documents
7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC
Replace last paragraph in Section 7-1.02K(3) LAWS, Labor Code – Certified Payroll
Records (labor code 1776) with:
Furnish the Engineer one Portable Document Format (PDF) file which contains all certified
payroll records for the prior month’s work. Redact the PDF file making the employee’s social
security number illegible. Failure to submit PDF file with other monthly payroll records is
considered an incomplete payroll submission and penalties will be assessed.
7-1.06A GENERAL
Procure and maintain for the duration of the contract, insurance against claims for:
1. injuries to persons
2. damages to property
which may arise from or in connection with the performance of the work by your:
1. agents
2. representatives
3. employees
SPECIAL PROVISIONS
SPECIAL PROVISIONS
5
4. subcontractor
Provide:
1. Commercial General Liability Insurance
2. Commercial General Liability Insurance Endorsement
3. Automotive Liability Insurance
4. Automotive Liability Insurance Endorsement
5. Workers’ Compensation Insurance
The Contractor agrees to defend, indemnify and hold harmless the City from and against any
and all fines or mitigation measures imposed on the City arising out of the Contractor's actual or
alleged violation of any local, state or federal regulation, as well as all attorney fees, costs and
expenses of any kind which directly or indirectly arise out of or are in any way associated with
enforcing this indemnity provision against the Contractor.
The Contractor is required to notify the Engineer of any accident that has occurred within the
construction zone or in the vicinity of the construction zone at the time of the incident. The
Contractor must call the City of San Luis Obispo dispatcher and request that an Officer come to
the site to document the incident.
7-1.06B Minimum Scope of Insurance
Coverage must be at least as broad as:
1. Insurance Services Office Commercial General Liability coverage:
a. CG 20 10 Prior to 1993
b. CG 20 10 07 04 with CG 20 37 10 01
2. Insurance Services Office form number CA 0001 (January 1987 Edition) covering Automobile
Liability, code 1 (any auto).
3. Workers' Compensation insurance as required by the State of California and Employer's Liability
Insurance.
7-1.06C Minimum Limits of Insurance
Maintain insurance limits no less than:
1. General Liability: $5,000,000 per occurrence and $10,000,000 for aggregate for bodily injury,
personal injury and property damage. If Commercial General Liability or other form with a general
aggregate limit is used, either the general aggregate limit must apply separately to this
project/location or the general aggregate limit must be twice the required occurrence limit.
2. Automobile Liability: $1,000,000 per accident for bodily injury and property damage.
3. Employer's Liability: $1,000,000 per accident for bodily injury or disease.
7-1.06D Deductibles and Self-Insured Retentions
Any deductibles or self-insured retentions must be declared to and approved by the City. At the
option of the City, either:
1. the insurer must reduce or eliminate the deductibles
2. procure a bond guaranteeing payment of:
a. losses and related investigations
b. claim administration and defense expenses.
7-1.06E Other Insurance Provisions
SPECIAL PROVISIONS
SPECIAL PROVISIONS
6
The general liability and automobile liability policies are to contain, or be endorsed to contain,
the following provisions:
3. The City, its officers, officials, employees, agents and volunteers are to be covered as insureds
as respects:
4. liability arising out of activities performed by or on behalf of you
5. your products and completed operations
6. premises owned, occupied or used by you
7. automobiles owned, leased, hired or borrowed by you
8. The coverage must not contain special limitations on the scope of protection afforded to the City
and its:
a. officers
b. officials
c. employees
d. agents
e. volunteers
9. For any claims related to this project, your insurance coverage will be the primary insurance for
the City and its:
a. officers
b. officials
c. employees
d. agents
e. volunteers
10. Any insurance or self-insurance maintained by the City is in excess to your insurance and will
not contribute to it.
11. Any failure to comply with reporting or other provisions of the policies including breaches of
warranties must not affect coverage provided to the City and its:
a. officers
b. officials
c. employees
d. agents
e. volunteers
12. Your insurance must apply separately to each insured against whom claim is made or suit is
brought, except with respect to the limits of the insurer's liability
13. Each insurance policy required must be endorsed to state that coverage will not be:
a. suspended
b. voided
c. canceled by either party
d. reduced in coverage or in limits
except after thirty days prior written notice provided by certified mail with return receipt requested
has been given to the City
14. Coverage may not extend to any indemnity coverage for the active negligence of the additional
insured in any case where an agreement to indemnify the additional insured would be invalid
under Subdivision (b) of section 2782 of the Civil Code
7-1.06F Acceptability of Insurers
Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII.
7-1.06G Verification of Coverage
SPECIAL PROVISIONS
SPECIAL PROVISIONS
7
Furnish the City with a certificate of insurance showing required insurance coverage. Original
endorsements effecting general liability and automobile liability coverage must be provided. The
endorsements are to be signed by a person authorized by that insurer to bind coverage on its
behalf. All endorsements are to be received and approved by the City before work commences.
7-1.06H Subcontractors
Include all subcontractors as insured under its policies or provide separate certificates and
endorsements for each subcontractor. All insurance coverage for subcontractors are subject to
same requirements as the prime contractor.
7-1.06I Private Contract
A certificate of liability insurance with at least $1 million in general liability coverage and a CG
2012 additional insured endorsement attached to it.
8 PROSECUTION AND PROGRESS
Replace the 1st paragraph in Section 8-1.02A SCHEDULE, General with:
Provide a Level 1 schedule.
9 PAYMENT
Add to Section 9-1.23:
Each lump sum bid item includes all work necessary to complete the bid item. No additional
compensation will be granted. If no bid item is listed for a specific item of work, it is to be paid under
other bid items.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
8
DIVISION II GENERAL CONSTRUCTION
12 TEMPORARY TRAFFIC CONTROL
Add to Section 12-1.04:
Traffic delineation and trench protection must be maintained at all times. If barricades are
required after sunset, lights/flashing beacons will be required. When traffic control is
required to be present during non-work hours, the cost will be included in the working day
hourly compensation.
13 WATER POLLUTION CONTROL
Add to 2nd paragraph in Section 13-1.01A:
A minor WPCP plan form may be obtained on the City’s website:
www.slocity.org/government/department-directory/public-works/documents-
online
14 ENVIRONMENTAL STEWARDSHIP
Add to Section 14-9.02 AIR POLLUTION CONTROL, General:
The City has obtained an annual permit for construction from the Air Pollution Control
District (APCD). The annual APCD permit and construction log files are located on the
City’s website:
http://www.slocity.org/government/department-directory/public-works/documents-
online
You are required to comply with the APCD permit including all notification and
construction logs using the appropriate equipment. Provide training to all workers in the
construction area.
You must comply with section 77-1 of the standard specifications.
Add Section 14-9.02A AIR POLLUTION CONTROL, Construction:
Where contamination is encountered, you are responsible to:
1. monitor
2. record
3. report
SPECIAL PROVISIONS
SPECIAL PROVISIONS
9
H2S and hydrocarbon flame ionization detector readings taken every hour during work in
the contamination zone or as directed by the Engineer.
Appropriate Personal Protective Equipment (PPE) must be used.
Add Section 14-9.02C AIR POLLUTION CONTROL, Payment:
Full compensation for APCD compliance and applicable engineering standards is
included in the payment for other bid items unless a bid item of work is shown on the bid
list item.
Add to Section 14-9.02D:
Full compensation for APCD compliance and applicable engineering standards will be
paid by force account when contamination is encountered.
APPENDIX
APPENDIX A - FORM OF AGREEMENT
THIS AGREEMENT, made on this day of , 20 , by and between
the City of San Luis Obispo, a municipal corporation and charter city, San Luis Obispo
County, California (hereinafter called the Owner) and COMPANY NAME (hereinafter called
the Contractor).
WITNESSETH:
That the Owner and the Contractor for the consideration stated herein agree as follows:
ARTICLE 1, SCOPE OF WORK: The Contractor shall perform everything required to be
performed, shall provide and furnish all of the labor, materials, necessary tools,
expendable equipment, and all utility and transportation services required to complete all
the work of construction of
NAME OF PROJECT, SPEC NO.
in strict compliance with the plans and specifications therefor, including any and all
Addenda, adopted by the Owner, in strict compliance with the Contract Documents
hereinafter enumerated.
It is agreed that said labor, materials, tools, equipment, and services shall be furnished and
said work performed and completed under the direction and supervision and subject to the
approval of the Owner or its authorized representatives.
ARTICLE II, CONTRACT PRICE: The Owner shall pay the Contractor as full consideration
for the faithful performance of this Contract, subject to any additions or deductions as
provided in the Contract Documents, the contract prices as follows:
Item
No.
Item Unit of
Measure
Estimated
Quantity
Item Price
(in figures)
Total
(in figures)
1.
2.
3.
BID TOTAL: $
Payments are to be made to the Contractor in compliance with and subject to the provisions
embodied in the documents made a part of this Contract.
Should any dispute arise respecting the true value of any work omitted, or of any extra work
which the Contractor may be required to do, or respecting the size of any payment to the
Contractor, during the performance of this Contract, said dispute shall be decided by the
Owner and its decision shall be final, and conclusive.
APPENDIX
.00
APPENDIX
ARTICLE III, COMPONENT PARTS OF THIS CONTRACT: The Contract consists of the
following documents, all of which are as fully a part thereof as if herein set out in full, and if
not attached, as if hereto attached:
1. Notice to Bidders and Information for Bidders
2. Standard Specifications and Engineering Standards
3. Special Provisions, any Addenda, Plans and Contract Change Orders
4. Caltrans Standard Specifications and Standard Plans 2015
5. Accepted Bid and Bid Bond
6. List of Subcontractors
7. Public Contract Code Sections 10285.1 Statement
8. Public Contract Code Section 10162 Questionnaire
9. Public Contract Code Section 10232 Statement
10. Labor Code Section 1725.5 Statements
11. Bidder Acknowledgements
12. Qualifications
13. Non-collusion Declaration
14. Agreement and Bonds
15. Insurance Requirements and Forms
ARTICLE IV INDEMNIFICATION: The Contractor shall indemnify, defend with legal counsel
approved by City, and hold harmless City, its officers, officials, employees and volunteers
from and against all liability, loss, damage, expense, cost (including without limitation
reasonable legal counsel fees, expert fees and all other costs and fees of litigation) of
every nature arising out of or in connection with the Contractor’s negligence, recklessness
or willful misconduct in the performance of work hereunder or its failure to comply with any
of its obligations contained in this Agreement, except such loss or damage which is caused
by the sole or active negligence or willful misconduct of the City. Should conflict of interest
principles preclude a single legal counsel from representing both the City and the Contractor,
or should the City otherwise find the Contractor’s legal counsel unacceptable, then the
Contractor shall reimburse the City its costs of defense, including without limitation
reasonable legal counsel fees, expert fees and all other costs and fees of litigation. The
Contractor shall promptly pay any final judgment rendered against the City (and its officers,
officials, employees and volunteers) with respect to claims determined by a trier of fact to
have been the result of the Contractor’s negligent, reckless or wrongful performance. It is
expressly understood and agreed that the foregoing provisions are intended to be as broad
and inclusive as is permitted by the law of the State of California and will survive termination
of this Agreement.
The Contractor obligations under this section apply regardless of whether such claim,
charge, damage, demand, action, proceeding, loss, stop notice, cost, expense, judgment,
civil fine or penalty, or liability was caused in part or contributed to by an Indemnitee.
However, without affecting the rights of the City under any provision of this agreement, the
Contractor shall not be required to indemnify and hold harmless the City for liability
attributable to the active negligence of City, provided such active negligence is determined
APPENDIX
APPENDIX
by agreement between the parties or by the findings of a court of competent jurisdiction. In
instances where the City is shown to have been actively negligent and where the City’s
active negligence accounts for only a percentage of the liability involved, the obligation of
the Contractor will be for that entire portion or percentage of liability not attributable to the
active negligence of the City.
ARTICLE V. It is further expressly agreed by and between the parties hereto that should
there be any conflict between the terms of this instrument and the bid of said Contractor,
then this instrument shall control, and nothing herein shall be considered as an acceptance
of the said terms of said bid conflicting herewith.
IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands this
year and date first above written.
City OF SAN LUIS OBISPO
A Municipal Corporation
Whitney McDonald, City Manager
APPROVED AS TO FORM Contractor:
Name of Company
J. Christine Dietrick
City Attorney
By: Name of CAO/President
Its: CAO/PRESIDENT
APPENDIX
APPENDIX
APPENDIX B
Well Location
APPENDIX
APPENDIX
APPENDIX C
Regional Cross Section
APPENDIX
B-32
B-27 & B-28
B-22
B-21
B-17
B-12
B-13
B-14
B-25 & B-26
B-33 &B-34
APPENDIX
APPENDIX D
Highway 101 Well Boring Log
Test Hole Logs
APPENDIX
loo. 8 o 2 7 9 2
ironmental B
RSitoud
.„ „. Ci t v o f San Lui s ob i spo
t Ben Con i te „( „ „„, „ , ,-,„ 9 5 5 i•or ro S free t
19 51 Dark Srowr Clay, Coarse Sand ‹, San Luis Obiseo 54 56 -" to " Gravel, Coarse „/„ San Luis Obispo Santl, Fine Sand :› I, »i r.'¿e l°.,.v 1 0 5 3- 1 3 3 -01 3 S6 62 brown Clay Mixed with -,” ,. ¿„ Gra'ze I Coa r s e Sand Fi ne
Sand
62 7% .Coarsé Sand Red in Color, -—— Fine Sind 76 1 60 Drown C"lav t]ixed w]th -" Gravel, 'Coarse Sanc, Fine
(See Attached)
F-480PV
-480PV
606
6 0 6
4 0
0 1 45
OS 115 F-480PV 0 . 6 0 6
115 135 F- <.8 0 PV 0 . 0 . 04 0
135 145
City of San Luis Obispo
Highway 101 Supply Well
Test Hole #5
Date: February 5, 2003
Location: Prado Road, San Luis Obispo
Elevation: Approximately 120 feet
Geologist: Michael Guebert, Cleath & Associates
Drilling Company: Floyd V. Wells, Inc.
Drilling Method: Mud Rotary
Pilot Hole Diameter: 8 3/4 inches Total
Depth: 160 feet
Lithologic Log
Depths to top and bottom, and thickness, in feet
Top
0
Bottom
13
Thickness
13
Description
Clay, topsoil, dark brown to black, stiff, no sand.
13 50 37 Clay, dark brown, few fine to medium gravel
(1/4 inch).
50 55 5 Gravel, gray, medium to coarse gravel (most 1.4
to ½, some up to 1 inch), sub-angular to rounded,
mixed lithology, (very little clay).
55 83 28 Gravel, gray to brown, medium to coarse gravel,
sub-angular to rounded, some sand and some
silty clay. Transitional interbedded layers vary
from gravel dominated (at 55-60, 70 and 80 feet)
to silty clay dominated (at 65 and 75).
83 102 19 Silty Clay, medium brown, some fine sand and
few coarse gravel. Thin medium gravel layer at
90 feet).
102 115 13 Gravel and silty clay, medium brown, fine to
medium gravel and silty clay.
115 121 6 Silty clay, brown, with some sand and medium
gravel.
121 140 19 Gravel, fine to medium gravel and sand, very
little silty clay.
140 152 12 Silty Clay, greenish tan, some sand and some
gravel
152 160 8 Clay (bedrock), blue/gray, fine to medium sand,
few fine gravel of angular dark blue/gray fine-
grain sandstone. Some other rounded gravel of
mixed lithology.
APPENDIX
APPENDIX E
Well Drilling, Construction,
Development and Testing
Technical Specifications
APPENDIX
Water Systems Consulting, Inc. City of San Luis Obispo
December 2024 TS-i TECHNICAL SPECIFICATIONS
SPECIFICATIONS – DETAILED PROVISIONS
Appendix E – Well Drilling, Construction, Development and Testing
Contents
PART 1 GENERAL ............................................................................................................................. 3
1.01 SCOPE OF WORK ..................................................................................................................... 3
1.02 KEY PROJECT PERSONNEL ....................................................................................................... 4
1.03 REFERENCES ............................................................................................................................ 4
1.04 SITE REQUIREMENTS ............................................................................................................... 4
1.05 EQUIPMENT AND WORKERS ................................................................................................... 7
1.06 NOISE CONTROL ...................................................................................................................... 7
1.07 NOTIFICATIONS ....................................................................................................................... 8
1.08 RECORDS ................................................................................................................................. 9
1.09 SUBMITTALS .......................................................................................................................... 10
PART 2 BOREHOLE DRILLING, TESTING AND WELL CONSTRUCTION ............................................ 12
2.01 MOBILIZATION ...................................................................................................................... 12
2.02 CONDUCTOR CASING AND GROUT SEAL .............................................................................. 13
2.03 PILOT BOREHOLE DRILLING ................................................................................................... 14
2.04 BOREHOLE GEOPHYSICAL LOGGING ..................................................................................... 18
2.05 CALIPER SURVEY .................................................................................................................... 19
2.06 PILOT BOREHOLE REAMING .................................................................................................. 20
2.07 WELL CASING AND SCREEN ................................................................................................... 22
2.08 FILTER PACK ENVELOPE......................................................................................................... 25
2.09 ANNULAR SEAL ...................................................................................................................... 26
2.10 MECHANICAL DEVELOPMENT ............................................................................................... 28
2.11 CHEMICAL DEVELOPMENT .................................................................................................... 30
2.12 MOBILIZATION AND DEMOBILIZATION OF TEST PUMP AND APPURTENANCES .................. 32
2.13 PUMPING DEVELOPMENT ..................................................................................................... 34
2.14 PRODUCTION TESTS .............................................................................................................. 35
2.15 FLOWMETER SURVEY ............................................................... Error! Bookmark not defined.
2.16 VIDEO CAMERA SURVEY ....................................................................................................... 38
2.17 PLUMBNESS AND ALIGNMENT TESTS ................................................................................... 40
2.18 WELL DISINFECTION .............................................................................................................. 42
2.19 WELLHEAD COMPLETION...................................................................................................... 43
2.20 SITE CLEANUP AND RESTORATION ....................................................................................... 43
PART 3 OTHER ............................................................................................................................... 45
Water Systems Consulting, Inc. City of San Luis Obispo
December 2024 TS-ii TECHNICAL SPECIFICATIONS
3.01 STANDBY ............................................................................................................................... 45
3.02 BOREHOLE ABANDONMENT ................................................................................................. 45
TABLE
1 Required Water Quality Analytical Suite
PLANS
1 Title Sheet
2 General Site Plan
3 Bob Jones Trail Well – Site Plan
4 Bob Jones Trail Well – Details 1
5 Bob Jones Trail Well – Details 2
December 2024 TS-3 TECHNICAL SPECIFICATIONS
TECHNICAL SPECIFICATIONS
DRILLING, CONSTRUCTION, AND TESTING OF THE BOB JONES TRAIL WELL
(WELL OR PROJECT)
PART 1 GENERAL
1.01 SCOPE OF WORK
A. Introduction
1. The Work described in these Technical Specifications is to the drill pilot borehole,
conduct borehole geophysical surveys, ream the pilot borehole and construct one
groundwater production well (well). Well construction includes installation of well
casing and annular materials, development of screened intervals, aquifer testing
(production tests), collection and analysis of groundwater samples, conduct a video
camera and plumbness/alignment survey of the completed well. If water-bearing
zones encountered in the drilled pilot borehole are considered adequate, a well will
be completed, otherwise the pilot borehole will be destroyed at the request of the
City.
2. All Work is to be conducted in strict accordance with these Technical Specifications
unless otherwise modified by the City Representative and approved by the City.
B. Location
1. The well site location is in a greenbelt in the City of San Luis Obispo, California. The well
location and proposed site layout are shown on Figures 1.
a. The project site is located along a City-owned open space located between
Highway 101 on the west, San Luis Obispo Creek on the east, Los Osos Valley
Road on the south, and the Water Resource Recovery Facility (WRRF) on the
north. The approximate coordinates are 35.247443°, -120.679030°. The
proposed construction area is approximately 50 feet wide and 100 feet long.
Ingress/regress for the site shall be through the WRRF off Prado Road, and then
down a gravel road on the west side of the greenbelt (Sheet 3).
C. Sequence of Work
The sequence of Work to drill, construct, and test the well will generally include, but is not
limited to, the following:
1. Mobilization to the well site
2. Install sound walls
3. Install conductor casing and cement seal
4. Drill pilot borehole to specified total depth
5. Conduct geophysical logging and deviation survey of the completed pilot borehole
6. Submit formation samples selected by the City Representative to the lab for grain size
distribution analysis
7. Ream pilot borehole to diameters and depths per final well design
8. Conduct caliper survey of final borehole
9. Construct well
10. Conduct mechanical, chemical, and pumping well development
11. Conduct production tests, including groundwater sampling and flowmeter survey
December 2024 TS-4 TECHNICAL SPECIFICATIONS
12. Conduct video camera survey and plumbness/alignment survey
13. Conduct disinfection of well casing and install well casing and tubing end caps
14. Demobilize, clean up, and restore well site
1.02 KEY PROJECT PERSONNEL
A. CITY: City of San Luis Obispo, Public Utilities, 879 Morro Street, San Luis Obispo, CA 93401-
2710; Contact: Nick Teague, Program Manager, (805) 781-7217,nteague@slocity.org
B. ENGINEER (City Representative): Water Systems Consulting, Inc. (WSC), 25201 Paseo De
Alicia, Suite C 290, Laguna Hills, CA 92653; Contact: Mike Hoffman, PG (949) 701-7814,
mhoffman@wsc-inc.com
C. PROJECT MANAGER: WSC, 805 Aerovista Pl Ste 201, San Luis Obispo, CA 93401; Contact
Justin Pickard, PE, (281) 300-8392, jpickard@wsc-inc.com
1.03 REFERENCES
A. State of California Department of Water Resources Water Standards, Bulletin 74-81, and Bulletin
74-90; latest edition or supplement(s).
B. American National Standards Institute/American Water Works Association (ANSI/AWWA) A100-
20.
C. American Society for Testing and Materials (ASTM) Annual Book of ASTM Standards.
D. ASTM D-422, “Standard Method for Particle-Size Analyses of Soils.”
E. American Welding Society (AWS) “Welding Handbook.”
F. American Petroleum Institute (API), Spec. 10A and RP 13B-1.
1.04 SITE REQUIREMENTS
The requirements described below either augment or are in addition to those presented in the Special
Provisions of the Bid Documents.
A. General
1. All Work shall conform to the following requirements:
a. State of California Department of Water Resources Water Standards, Bulletin
74-81, and Bulletin 74-90; latest edition or supplement(s).
b. American National Standards Institute/American Water Works Association
(ANSI/AWWA) A100-20.
c. Well drilling permit requirements of the County of San Luis Obispo Department
of Environmental Health Services (EHS).
2. The Contractor is fully responsible for ensuring that all activities in connection with the
Work conform fully to the standards referenced herein. This requirement applies to all
activities performed, operated, maintained, or constructed by the Contractor and their
SUBCONTRACTOR(s).
B. Health and Safety
1. The Contractor shall adhere to the safety and protection requirements presented in the
Special Provisions, Section 7 – Responsibilities of the Contractor, Item 7-10.04 – Safety.
2. The Contractor shall be solely and completely responsible for conditions of the job site,
including the health and safety of all persons (including employees, subcontractors,
service personnel, and site visitors) and property during performance of the Work. This
requirement shall apply continuously and shall not be limited to normal working hours.
December 2024 TS-5 TECHNICAL SPECIFICATIONS
3. It shall be solely the Contractor’s responsibility to conduct daily safety meetings at the
well site, and to enforce all standard health and safety practices at the well site. In
addition to supplying drinking water, the purpose of this project is to remediate a
tetrachloroethylene (PCE) plume with maximum detections between 10 and 20
micrograms per liter (µg/L); therefore, working conditions requiring U.S. Occupational
Safety and Health Administration (OSHA) Level C for personal protection equipment
(PPE) may be required. Breathing zone monitoring using a photoionization detector (PID)
shall also be required.
C. Communications
1. The Contractor shall always have at the drilling site a means for communicating (i.e.,
cellular telephones) between all workers at the site, their office and the City and the City
Representative (two-way radios are not an acceptable form of communication). The
telephone numbers of such devices shall be provided to the City AND City
Representative before the start of the Work so that the Contractor’s personnel are always
available for status updates.
2. Emergency (24 hours per day) telephone numbers of all key Contractor personnel shall
be provided to the City at the time of the preconstruction meeting.
D. Staking
1. The Contractor shall carefully preserve all stakes and marks provided by the City and
shall pay for any re-staking or re-marking required due to the Contractor’s careless or
unnecessary destruction or removal of stakes or marks.
E. Water Source
1. The Contractor shall secure and maintain, at their expense, a temporary water service for
the Work in accordance with the Special Provisions in the Bid Documents.
2. The Contractor is responsible for applying for a temporary construction meter from the
City of San Luis Obispo.
F. Existing Utilities and Facilities
1. The approximate location of known existing utilities and other facilities at the well site is
shown on Figure 1, and Sheet 4 of the Plans, below. Additional utilities may exist that are
unknown to the City and the Contractor. The City does not guarantee the accuracy or the
extent of existing utilities shown on the Plans.
2. The Contractor shall adhere to the requirements for locating utilities at the well site
presented in the Special Provisions of the Bid Documents.
G. Best Management Practices
1. Erosion, sediment, and water pollution control by the Contractor shall comply with all
applicable federal, state, county, and local requirements and/or guidelines.
2. The City has determined that the impacted area of the well site is greater than 1 acre,
and thus a Storm Water Pollution Prevention Plan (SWPPP) is required for the Work
specified herein. Refer to Appendix F to review the Temporary Storm Water Pollution
Plan.
3. The Contractor is responsible for using BMPs to prevent spillage of hazardous and non-
hazardous construction materials, and to minimize erosion and the transport of
sediments to adjacent roadways and/or drainage systems. At a minimum, the BMPs for
the drilling rig and other stationary equipment shall consist of the following:
a. A plastic tarp (6 mil, minimum) and containment berm shall be placed beneath
the drilling rig during mobilization to protect the site against oil or hydraulic fluid
spills or leaks and will remain beneath the rig until demobilization.
December 2024 TS-6 TECHNICAL SPECIFICATIONS
b. A plastic tarp of the same thickness and containment berm shall also be placed
beneath other stationary equipment such as air compressors and fuel tanks.
Containment berm protection for any fuel tanks must be equal to or greater than
the maximum fuel capacity of the tank(s).
4. The Contractor shall take all measures necessary to control the generation of dust during
the Work. Dust control measures could include (but not be limited to) periodic application
of water to the unpaved areas on and immediately adjacent to the well site, providing a
gravel cover for access points to the well site, modification of operations to prevent dust
generation, or other. If the City or the City Representative identify a dust control problem,
the Contractor shall take immediate steps to mitigate the dust.
H. Waste Management
1. General
a. The Contractor shall provide, at its own cost, an adequate roll-off bin to contain
all debris and trash collected at the site. All litter and debris will be cleaned up
daily and placed in the roll-off bin for off-site disposal.
b. The Contractor shall contain and store investigation-derived waste (IDW),
including drill cuttings and drilling mud. Cuttings will not be allowed to be stored
on the ground due to the potential for the presence of PCE.
c. The Contractor shall complete appropriately required waste disposal manifests
and bills of lading and submit such documents to the City for signature and
approval prior to transporting waste from a well site. Furnish one original waste
disposal manifest signed and certified by the disposal facility confirming the
volume and receipt of waste materials.
2. Estimated IDW Volumes
a. Drill Cuttings
i. Approximately 45 cubic yards of drill cuttings will be generated at the site.
This volume was determined by calculating the volumes of the 36-inch
diameter conductor borehole and final reamed diameter of the borehole.
The total calculated volume for the drill cuttings was multiplied by a factor
of 1.5 to account for expanding soils.
b. Drilling Mud
i. Approximately 7,400 gallons of drilling mud will be generated at the site.
This amount was determined by calculating the borehole volume using the
diameter for the conductor casing and the reamed borehole (22-inches by
155 feet) and then multiplied by a factor of 2 to account for additional
drilling fluid added during drilling.
3. Wastewater Discharges
a. Water generated during mechanical and pumping development and aquifer
testing shall be conveyed via temporary piping to the City’s WWTP.
b. The Contractor shall meter and record discharge volumes, flow rates, dates, and
the start and end times of all wastewater which shall be conveyed to the
wastewater treatment plant.
c. The effluent produced by well development and testing shall not be discharged
into a street, storm sewer, or gutters and instead shall be conveyed to the City’s
wastewater treatment plant.
I. Cleanup/Restoration
December 2024 TS-7 TECHNICAL SPECIFICATIONS
1. The Contractor shall ensure that the site is left in a condition suitable for the subsequent
well equipping phase of work. Temporary road surfaces and gravel may remain in place,
provided they do not impede the progress or functionality of the next phase of work.
1.05 EQUIPMENT AND WORKERS
A. Only Occupational Safety and Health Administration (OHSA) compliant and City Representative-
approved drilling equipment shall be acceptable. The drill rig shall have the capability of drilling to
a minimum of 250 feet below ground surface (ft bgs), and the mast and all running gear (hoist,
cables, etc.) shall have sufficient and demonstrated capacity to lift two times the buoyant weight
of either the drill string or the casing and screen assembly (whichever is greater).
B. Compressed air introduced into the well during drilling, sampling, or well development must be
treated by passage through a carbon or coalescing filter to remove organic contaminants (e.g.,
compressor lubrication oil).
C. The Contractor shall provide at least one person in each crew who shall be: (1) thoroughly trained
and experienced in the skills required; (2) completely familiar with the requirements of Work
described in this specification; (3) present at all times during progress of the Work under this
contract; and (4) able to direct all Work performed under this contract.
1.06 NOISE CONTROL
A. GENERAL
1. Unless otherwise indicated, the Contractor shall utilize construction methods or
equipment that will meet local ordinances for the maximum decibel rating at the property
line (closest to the nearest residences), in accordance with Chapter 9.12, Noise Control,
of the City of San Luis Obispo’s municipal code for exterior noise standards, and The
City’s Noise Guidebook Measurement & Mitigation Techniques for all noise suppression
requirements.
2. The Contractor shall present to the City Representative, 30 days prior to mobilization of
the drilling equipment to the well site, a proposed noise abatement plan which shall
include a layout and detailed description of proposed noise monitoring and abatement
procedures.
3. The Contractor shall not mobilize a drill rig or associated equipment onto a well site until
the City Representative has approved, in writing, the proposed noise abatement plan for
the site.
4. If the proposed noise abatement measures are not adequate to meet the local noise
abatement ordinance during the Work, the City Representative shall direct the Contractor
to cease operations until appropriate mitigation measures are implemented, and it is
shown that the noise abatement ordinance can be met, at no additional cost to the City.
B. SITE-SPECIFIC REQUIREMENTS
1. The Contractor shall furnish and install noise control barrier walls (sound walls) at the
production well site.
C. EQUIPMENT AND MATERIALS
1. General
a. The Contractor shall provide, mobilize to the well site, install, maintain in good
working condition, and demobilize from the well site all other materials and
equipment necessary to comply with all local noise control and noise level rules,
regulations, and ordinances.
2. Noise Control Barrier Walls
a. Noise control barrier walls shall consist of a continuous panel of insulated sound
attenuating material such as: fiberglass-filled curtains, wood panels, or other
December 2024 TS-8 TECHNICAL SPECIFICATIONS
suitable materials that provide adequate transmission loss. Minimum wall height
is 24 feet.
b. Noise control barrier walls shall be designed by a qualified California licensed
structural or civil engineer who has produced or reviewed the structural aspects
of the noise control barrier wall design, including uniform building code (UBC)
seismic and wind load compliance.
D. EXECUTION
The City Representative will perform noise level monitoring and document measured
construction level noise to demonstrate compliance. Construction noise levels shall be
monitored at the property line closest to the nearest residences at least three (3) times in a 24-
hour period using a portable sound meter.
The Contractor shall be prepared to undertake immediate corrective action if the construction
noise limits are exceeded at any of the property lines.
1. The Contractor shall implement the following noise mitigation measures during the Work
at the well:
a. Noise control barrier walls shall be installed to fully enclose the construction
area (approximately 100 to 400 linear feet). If support posts penetrate the
ground surface, upon their removal the Contractor shall backfill the full depth
with compacted native soil (minimum 90% compaction).
b. Noise control barrier walls shall be installed prior to mobilization of drilling
equipment and remain in place until completion of the Work at the well site.
c. The Contractor shall keep curtains for ingress and egress to the Work area
always closed except when equipment or personnel are entering or exiting the
well site.
2. The Contractor shall implement the following noise mitigation measures during the Work:
a. Acoustical mufflers and engine shielding shall be utilized on all engines used at
the well site.
b. Limit the number and duration of engine idling.
c. Configure, to the extent feasible, equipment in a manner that directs noise away
from the nearest residences.
d. Maintain equipment such that the parts and loads are secure against rattling and
banging.
1.07 NOTIFICATIONS
A. The Contractor shall provide notification to the City and City Representative for well construction
activities:
1. Forty-eight (48) hours advance notice of intent to start any site preparation Work.
2. Seventy-two (72) hours advance notice prior to mobilization for well drilling and
construction.
3. Twenty-four (24) hours advance notice—including the appropriate regulatory personnel—
of installing the grout sanitary seal for a permanent borehole conductor.
4. Twenty-four (24) hours advance notice of commencing pilot borehole drilling and/or
reaming.
5. Twenty-four (24) hours advance notice of conducting geophysical logging,
gyroscopic/deviation survey, or caliper logging.
December 2024 TS-9 TECHNICAL SPECIFICATIONS
6. Twenty-four (24) hours advance notice of installing blank casing, well screen, and
annular backfill materials in the final well borehole.
7. Twenty-four (24) hours advance notice of commencing well development.
8. Five (5) working days in advance of discharging development and testing water to the
wastewater treatment plant.
9. Twenty-four (24) hours advance notice of conducting a video camera survey of a
completed well.
10. Notification upon completion of site cleanup and restoration to allow for a post-
construction site inspection meeting to be scheduled.
1.08 RECORDS
A. The Contractor shall keep and provide the following records:
1. All daily reports and logs.
2. Copies of all documents pertaining to the disposal of drilling soils and fluids including, if
applicable, laboratory analysis.
3. All final invoices for Work completed.
4. Driller’s description of formation materials penetrated at 10-foot intervals and at each
major change of formation (from both the conductor casing borehole and pilot borehole).
5. Drilling rate (pilot borehole and final borehole).
6. Tally of the length of each piece of drill collar, drill pipe, and crossovers used during
drilling (pilot borehole and final borehole).
7. Log of drill bit types, diameters, and changes (pilot borehole and final borehole).
8. Drilling fluid properties at specified intervals including mud weight, Marsh funnel
viscosity, sand content, solids content, filter cake thickness, 30-minute water loss, make-
up water additions, and quantity and type of drilling fluid material and additives used for
pilot and final borehole.
9. Construction and monitoring details for isolated aquifer zone tests completed in a pilot
borehole.
10. Results of grain size distribution (sieve) analysis of formation samples requested by the
City Representative.
11. Results of geophysical borehole logging, gyroscopic/deviation survey, and caliper
surveys.
12. Results of sieve analysis of representative samples of filter pack materials delivered to
the well site prior to casing installation.
13. Final schedule of installed blank and screened well casing and annular fill materials.
14. All mill certificates, cement tickets, and any other documentation of materials utilized
during well construction.
15. Records of well development by mechanical methods (swabbing and airlift pumping) and
pumping methods using a temporary pump.
16. Records of all chemicals and quantities added for filter pack installation and chemical
well development.
17. Records of groundwater sampling, chain-of-custody forms, and laboratory reports for
water samples collected during isolated aquifer zone tests and at the end of the constant
rate production test.
December 2024 TS-10 TECHNICAL SPECIFICATIONS
18. Records of production testing data including dates and times, beginning static water level
and totalizer reading, pumping water levels, pumping rates, totalizer readings, drawdown
and specific capacity.
19. Digital recording files and report of video camera survey of the completed well casing.
20. Schedule of well abandonment, if applicable.
1.09 SUBMITTALS
A. Unless otherwise indicated, the Contractor shall furnish shop drawings, samples, and other
submittals, in accordance with the City of San Luis Obispo Standard Specifications and Drawings,
for all materials required by these Technical Specifications.
B. All records shall be legible, typed as appropriate, and submitted to the City Representative in
electronic format.
C. Required submittals include the following:
1. Company contacts information.
2. Company Injury and Illness Prevention Plan.
3. Copy of completed and approved Well Permit issued by the County of San Luis Obispo
EHS.
4. Upon receipt of the Notice to Proceed, a detailed construction schedule showing the
proposed dates of beginning and completion of all significant items of Work.
5. Proof of compliance with the California Air Resources Board (CARB) and the San Luis
Obispo County Air Pollution Control District and/or the San Luis Obispo County Air
Pollution Control District for all equipment used.
6. Drilling Mud Management Plan:
a. Designed by a qualified mud engineer. Include proposed equipment and layout,
conveyance piping, power supply, materials, and additives proposed for use in
the drill mud, and procedures for managing drill mud properties.
7. Site Plan and Waste Management Work Plan.
a. Include layout of drill rig, support rig, equipment, waste storage containers, roll-
off bins, water storage tanks and route of temporary pipeline to discharge point,
water source, and sound walls.
b. Include disposal sites, operating hours for transportation of waste materials, and
anticipated maximum truck trips per day. Describe method for facilitating public
access and other property access needs.
8. Noise Abatement Plan that includes the following minimum components:
a. A list of the applicable local sound control and noise level rules, regulations, and
ordinances.
b. A description of the equipment and measures that the Contractor will utilize to
comply with these rules, regulations, and ordinances. Measures must meet or
exceed noise requirements set forth in Chapter 9.12, Noise Control, of the City
of San Luis Obispo’s municipal code for exterior noise standards, and The City’s
Noise Guidebook Measurement & Mitigation Techniques for all noise
suppression requirements.
9. Certifications and Safety Data Sheets (SDS) of all proposed drilling mud additives and
mud dispersant.
10. Documentation that sodium hypochlorite used for disinfecting filter pack during
installation has not exceeded the manufacturer's recommended “shelf life.”
December 2024 TS-11 TECHNICAL SPECIFICATIONS
11. Company name and qualifications of the geophysical borehole logging Subcontractor
demonstrating the following experience:
a. Not less than 5 years conducting the required suite of geophysical logging on
boreholes similar in scope to this contract.
b. Calibrating geophysical logging tools.
12. Name and qualifications of the State-certified testing laboratory Subcontractor that will
perform the specified analysis for water samples collected during zonal testing of the pilot
borehole and using a temporary test pump after completion of constant rate production
test.
13. Manufacturer’s certification of conductor casing materials conforming to ASTM 139
Grade B.
14. Proof of current certifications for welders.
15. Mix design of sand-cement grout to be installed in the annular space exterior to the
conductor casing.
16. Certificate of filter pack materials quality and gradation, including grain size distribution
analysis of representative samples from each batch delivered, as required.
17. Manufacturer’s documentation of Type 304L stainless steel well casing materials
certifying conformance to ASTM A778.
18. Well Development Work Plan. Include all well development processes, methods,
equipment (including purge pump details/curve) and layout, tools, water storage tank(s),
conveyance piping to point of discharge, and SDS of dispersants.
19. Manifests for solid and liquid waste disposal to permitted waste disposal facilities
approved by the City for the project. Obtain the City’s signature on manifests prior to
transporting waste from the site. Arrange for one original of each waste manifest to be
signed and mailed to the City by the waste disposal facility operator certifying receipt of
wastes for disposal.
20. A California DWR Well Completion Report, including a draft version that will be reviewed
by the City Representative before the final version is issued.
END OF PART
December 2024 TS-12 TECHNICAL SPECIFICATIONS
PART 2 BOREHOLE DRILLING, TESTING AND WELL CONSTRUCTION
2.01 MOBILIZATION
A. GENERAL
1. This section includes the procedures and materials associated with the mobilization and
demobilization from the well site of all personnel, equipment, and materials required to
complete the scope of work.
2. Mobilization shall include the following:
a. Obtaining all required permits.
b. The Contractor will retain a private underground utility locator to assist in the
clearance of the proposed well location.
c. Preparing required submittals and plans.
d. Transporting personnel, equipment, and materials.
e. Installing and maintaining all temporary facilities.
f. Setting up equipment.
g. Demobilizing from the drill/well site upon completing site cleanup.
B. EQUIPMENT AND MATERIALS
1. General
a. At no time during drilling of the borehole and/or construction of the well shall the
Contractor use lubricants, adhesives, or any other substances that could
introduce trace amounts of heavy metals or organic chemicals into the borehole
or well in concentrations that would be detectable in groundwater quality
samples. Drilling fluids shall be NSF/ANSI 60 compliant.
2. Drilling Equipment
a. The Contractor shall drill the pilot and reamed borehole using the flooded
reverse circulation method in which the borehole is always filled with a drilling
fluid. Contractor will provide a complete drilling unit, all tools, accessories,
power, lighting, water, other equipment, and experienced personnel necessary
to conduct efficient drilling operations at the well site.
b. The drilling equipment shall be in good condition and of sufficient capacity to drill
the borehole(s) required by this section to the anticipated total depths. All drilling
equipment, including mast and draw-works, air compressors, drilling fluid
pumps, drill pipe, etc., must be of requisite size, sufficient capacity, and in
suitable condition to drill, set casing, and develop the well to the anticipated
depth specified in the Bid Schedules and The Preliminary Well Design shown in
Sheet 4 of the Plans, below. The mast and all running gear (hoists, cables, etc.)
shall have sufficient and demonstrated capacity to lift 2 times the buoyant weight
of either the drill string or the blank and screened steel well casing assembly,
whichever is greater. The drill rig utilized must have the ability to fully lift and
land the anticipated casing loads without the use of cranes, float plugs, or other
similar methods.
c. The Contractor shall disinfect all downhole drilling equipment onsite prior to use.
The Contractor shall obtain approval from the City Representative for the
methods, chemicals, and dosages employed. The Contractor shall provide a
letter of certification of the decontamination of the Contractor’s equipment, prior
to utilization. The Contractor may certify, in writing, the decontamination of
December 2024 TS-13 TECHNICAL SPECIFICATIONS
critical (downhole) pieces of drilling equipment in lieu of actual steam cleaning,
provided the downhole pieces of drilling equipment have not been in contact
with any hazardous or toxic materials since the last decontamination. All
necessary steam cleaning will be conducted at the Contractor ‘S expense.
C. EXECUTION
1. The Contractor shall provide, mobilize to the well site, set up, operate, maintain in good
working condition, and demobilize from the well site all the equipment listed in this
section, and all other equipment necessary (but not directly related to any other bid item)
to complete the Work.
2. At completion of the Work, the Contractor shall restore all areas where the Work was
performed to their approximate original condition and ready for use.
2.02 CONDUCTOR CASING AND GROUT SEAL
A. GENERAL
1. This section includes the procedures and materials associated with the installation of a
conductor casing.
2. The Contractor shall install a permanent conductor casing.
B. EQUIPMENT AND MATERIALS
1. Conductor Casing
a. The conductor casing borehole shall be drilled to a diameter of 38 inches and to
a minimum depth of 50 ft bgs and terminated in a silt or clay layer.
b. The conductor casing shall be new, with a minimum outside diameter of 28
inches and consist of 0.375-inch wall mild steel manufactured in accordance
with ASTM A139 Grade B, applicable parts.
c. The conductor casing shall be factory assembled in not less than 20-foot
lengths. Section ends shall be machined with a beveled edge at one end, to
facilitate proper alignment of joined casing sections.
2. Centralizers
a. Conductor casing centralizers will provide at least 1-foot length of bearing
surface at the wall of the borehole.
b. All centralizer materials shall be new and of the same steel type as the
conductor casing.
c. Welding shall be performed with shielded arc electrodes.
3. Sand-Cement Grout
a. Sand-cement grout shall consist of a mixture of Portland cement (ASTM C150,
Type II) or Portland-Limestone cement (ASTM C595 Type IL), sand, and water
in the proportion of not more than 2 parts, by weight, of sand to 1 part of cement
with not more than 7 gallons of clean water per 94 pounds sack of cement. This
is equivalent to a “10.3-sack mix” of sand cement, unless otherwise approved by
the County of San Luis Obispo EHS.
b. No fly ash shall be used as an additive in the cement mixture.
c. No more than two (2) hours shall pass from the time of mixing the sand-cement
grout at the batch plant to the time of installation. The grout seal mix shall be
free of clots and gravel which exceed 2-inches in diameter.
C. EXECUTION
December 2024 TS-14 TECHNICAL SPECIFICATIONS
1. Drilling Conductor Casing Borehole
a. The borehole shall be drilled at a location confirmed in the field with the City and
City Representative. Drilling shall not commence without the City Representative
present onsite.
b. The Contractor shall drill a 48-inch conductor borehole using a bucket auger or
other drilling method approved by the City. The borehole shall be drilled to a
minimum depth of 50 ft bgs and terminated in a silt or clay layer.
c. During drilling, the Contractor shall collect and preserve representative samples
of formation materials at 5-foot intervals and at each major change in formation
in accordance with sampling procedures specified in Section 2.03 – Pilot
Borehole Drilling of these Technical Specifications.
d. Upon completion of drilling, the Contractor shall condition the borehole and take
whatever measures are necessary to maintain and prevent collapse of the
borehole prior to and during placement of the conductor casing and cement
grout seal.
2. Installation of Conductor Casing
a. When the drilling operation has been completed to the satisfaction of the City
Representative, the conductor casing shall be installed. The minimum length of
the conductor casing installed below the ground surface shall be 50 feet. The
final length shall be approved by the City Representative. The conductor casing
shall extend above ground surface, be held in plumb in position and shall be
placed on the bottom of the borehole.
b. The conductor casing joints, if any, shall be secured by butt welding techniques
and shall be watertight.
c. Centering guides shall be securely welded to the conductor casing with a
minimum of two sets of guides installed. Each set shall consist of three guides
equally spaced circumferentially. Place the first set of guides five (5) feet from
the bottom and the second set 5 feet from the top of the conductor casing. All
guides shall be aligned to allow installation of a temporary rigid, flush-threaded
tremie pipe to the bottom of the conductor casing borehole.
3. Installation of Sand-Cement Grout Seal
a. Fill the open annular space between the conductor casing and the borehole with
the specified grout mix using a tremie pipe. Do not allow the grout to free fall into
the annular space. The grout seal shall extend to the ground surface. The
Contractor shall be responsible to maintain an equalization of pressures to the
extent necessary to prevent collapse of the surface casing during cement grout
installation. The grout seal shall completely fill the annular space and form a
continuous seal between the surface casing and the wall of the borehole. Any
fluid displaced by grouting will be contained and not allowed to run off site.
b. Record the volume of grout used.
c. After grouting operations are completed, leave the grout undisturbed for a period
of not less than 24 hours.
D. PERFORMANCE REQUIREMENTS
1. The volume of grout seal materials shall not be less than the calculated volume of the
annular space between the wall of the conductor casing borehole and the conductor
casing. Significant differences between estimated and actual volume of seal materials
installed may be grounds for conductor casing installation rejection.
2.03 PILOT BOREHOLE DRILLING
December 2024 TS-15 TECHNICAL SPECIFICATIONS
A. GENERAL
1. This section includes the procedures and materials associated with the drilling of an
exploratory borehole (pilot borehole) by the flooded reverse circulation method.
2. The pilot borehole will be drilled to a total depth of 205 ft bgs.
3. The Work described in this section also includes furnishing all materials, labor, tools, and
equipment required to collect formation samples, maintain circulation, and protect the
pilot borehole from caving.
B. EQUIPMENT AND MATERIALS
1. Drill Rig (refer to Section 2.01 – Mobilization)
2. Solids Control Equipment
a. System shall minimize recirculation of drill cuttings.
b. Design to facilitate retrieval of representative samples from the discharge with a
minimum of recirculation of material.
c. Include adequate baffled drilling fluid tanks that are equivalent in volume to that
of the conductor casing and 17.5-inch (maximum) pilot borehole drilled to
anticipated total depth of 205 ft bgs (approximately 7,400 gallons), a sampling
trough, a shaker table, and a desanding/desilting system.
d. Equipped with a shaker table and desander/desilter system with enough cones
capable of handling the capacity of drilling fluid system.
e. Sampling device (either sump- or baffle-type) designed to retrieve formation
samples that are representative of the full grain size distribution encountered
during drilling.
3. Settling Tanks
a. Use of excavated drilling fluid ("mud pits”) is not permitted.
b. Vessels used for mixing drilling fluids shall be clean and free of contaminants
and extraneous materials prior to their use in drilling operations.
c. Use above-ground tanks for mixing, circulation, and inclusion of approved
additives.
d. Use proper controls to prevent spillage of mud or additives onto the ground.
4. Drilling Fluid Measurement Kit
a. The Contractor shall provide a standard drilling fluid kit that shall be always on
site. This kit shall be equipped with a marsh funnel viscometer, a plastic
measuring cup, a metal mud balance, half-area filter press, filter press filter
paper, pH strips, digital stopwatch, and a sand content kit.
5. Water Storage Tanks
a. The Contractor shall utilize a minimum of two (2) water storage tanks for the
retention and reduction of turbidity of fluids generated during the Work, prior to
discharging to an approved location. The minimum storage capacity of the water
tank shall be 21,000 gallons. Water storage and clarification facilities utilized
shall be sufficient to meet water discharge requirements. Pipelines or hoses
used to link the storage tank(s) and convey clarified water to the point of
discharge shall be of a capacity sufficient to contain the maximum quantity of
water that can be produced from the pilot borehole during development and
testing of the constructed well.
6. Discharge Piping
December 2024 TS-16 TECHNICAL SPECIFICATIONS
a. The Contractor shall provide temporary discharge piping and appurtenances
(including necessary equipment, such as spigot and shutoff valve, to allow
timely discharge of water and collection of water samples for permit monitoring
and reporting) of adequate capacity and length to convey water produced during
borehole isolated zone testing, well development, and production tests to the
approved discharge point.
7. Borehole Drift Indicator
a. The Contractor shall provide a 3-degree Eastman, Totco, or Martin-Decker (or
approved equivalent) mechanical drift indicator and all equipment and supplies
necessary to measure drift during pilot borehole drilling.
C. EXECUTION
1. Pilot Borehole Drilling
a. Drill a maximum of 17.5-inch diameter (or as otherwise specified) pilot borehole
to a depth of 205 ft bgs using the flooded reverse circulation drilling method. The
depth of the pilot borehole may be increased or decreased at the direction of the
City Representative.
b. Maintain controlled drilling fluid characteristics during the entire operation of pilot
borehole drilling. If drilling fluid additives are used, the City Representative may
require that the Contractor retain or employ an experienced, qualified mud
engineer on the job during all operations to supervise and maintain drilling fluid
characteristics and to conduct daily mud checks in accordance with API
Standard RP 13B-1, “Standard Procedures for Testing Drilling Fluids”. Mud
property checks may also be requested to be completed in the presence of the
City Representative.
c. The Contractor shall have at the well site the equipment necessary to measure
drilling fluid weight, marsh funnel viscosity, and sand content and shall monitor
and record on the daily drilling reports said characteristics in maximum intervals
of four (4) hours. Contractor shall maintain a drilling fluid with the average
properties given below.
i. Mud Weight: 8.6 – 9.1 pounds per gallon (lbs./gal.)
ii. Marsh Funnel Viscosity: 28 - 40 seconds per quart (sec./qt.)
iii. Sand Content: less than 2 percent (%) by volume
For bentonite drilling fluids:
iv. Filter Cake Thickness (30 minutes at 100 PSI): 2/32 inches, maximum
v. Water Loss/Filtrate (30 minutes at 100 PSI): less than or equal to 15
milliliters
d. If lost circulation conditions occur, Contractor shall use only lost circulation
drilling additives that can be retrieved or “broken down” during development of
the borehole isolated aquifer zones. Lost circulation drilling additives shall be
Magma Fiber, N Seal, or approved equivalent.
e. In the presence of the City Representative, the Contractor shall make field
checks of borehole drift at 100-foot intervals as pilot borehole drilling proceeds
using an approved mechanical drift indictor.
f. The Contractor shall maintain detailed records during the pilot borehole drilling
and shall furnish these records to the City Representative daily. These records
shall include the following:
i. Drilling penetration rate.
December 2024 TS-17 TECHNICAL SPECIFICATIONS
ii. All measurements of drilling fluid properties.
iii. Time, depth, quantity, and description of any fluids and additives to the
drilling fluid.
iv. Difficult or unusual drilling conditions, including variation in the addition
and amounts of chemical products or water required during drilling.
v. Depth and description of formation samples.
vi. Time and reason for any interruption of the borehole drilling.
g. The completed borehole shall be of sufficient diameter and plumbness to allow
for the successful completion of borehole geophysical logging and isolated
aquifer zone tests.
h. The Contractor shall not drill below the specified 205-foot total borehole depth
unless otherwise approved by the City Representative. No payment shall be
made for unapproved borehole drilling below the specified depth or for
backfilling up to the specified depth.
2. Formation Sampling
a. Bulk Samples
i. The Contractor shall collect two (2) representative formation samples at
each interval of 10 feet and at each change in geologic formation
encountered during pilot borehole drilling. One set of samples shall be
placed in gallon-size zip poly bags that are clearly marked with indelible
ink with well designation and depth interval represented. Store the
samples at the well site in a manner that prevents breakage or loss. The
second set of samples shall be laid out on a waterproof tarp or ground
cloth in descending order. The sample storage area(s) must allow samples
to be maintained in sequence and unmixed with surface material or other
formation samples until they have been examined and logged by the City
Representative. Additional formation samples and/or sample volume may
be requested by the City Representative. The Contractor shall not be
required to retain the formation samples after the completion of the Work.
b. The Contractor shall prepare a complete lithologic drilling log of the formation
samples and submit it to the City Representative within 24 hours of the end of
pilot borehole drilling. The drilling log shall include the depth interval and a
description of each distinct lithologic type encountered during the borehole
drilling.
c. The Contractor shall provide the City Representative with grain size distribution
analyses results for bulk formation samples taken from the pilot borehole. The
depth intervals of the formation samples shall be selected by the City
Representative. Analyses shall be performed by a qualified soils laboratory
Subcontractor to the Contractor (or as approved by the City Representative) and
in accordance with ASTM D-422 as applicable to drill cuttings.
3. Conditioning of Drilling Fluids
a. Upon completion of the pilot borehole drilling, the Contractor shall circulate and
condition the drilling fluid until the fluid properties are achieved:
i. Mud Weight: 8.9 lbs./gal.
ii. Marsh Funnel Viscosity: less than 30 sec./qt.
b. The Contractor shall continue to circulate the drilling fluids until all the following
have occurred:
December 2024 TS-18 TECHNICAL SPECIFICATIONS
i. Fluid circulated out of the pilot borehole does not contain drill cuttings.
ii. Circulation has continued for a minimum of one (1) hour or until two (2)
pilot borehole volumes have been circulated, whichever is greater.
iii. Three (3) consecutive measurements of drilling fluid properties taken a
minimum of 30 minutes apart confirm the specified drilling properties have
been achieved.
D. PERFORMANCE REQUIREMENTS
1. The drift from vertical (i.e., deviation) shall be not more than one half of one (0.5) degree.
Any deviation shall be corrected at the Contractor’s expense before continuing to drill
deeper.
2.04 BOREHOLE GEOPHYSICAL LOGGING
A. GENERAL
1. Upon completion of the pilot borehole, the Contractor shall run geophysical logs by a
Subcontractor firm retained by the Contractor and approved by the City Representative.
B. EQUIPMENT AND MATERIALS
1. Draw-works for Running Geophysical Surveys
a. The draw-works shall measure the depth of the measurement tool to the nearest
tenth of a foot.
b. The draw-works shall be calibrated such that the error in depth measurement
does not exceed 0.1%. The Contractor shall verify calibration of the draw-works
upon request.
2. The geophysical logs of the borehole shall be plotted on a 5-inch per 100-foot vertical
scale and shall consist of the following:
a. Resistivity (e-log) and Spontaneous Potential Logs (16-inch short-normal and
64-inch long-normal)
b. Laterolog 3 (focused resistivity/guard)
c. Natural Gamma-Ray
d. Caliper Log
e. Deviation (magnetometer method for borehole plumbness and straightness)
3. The completed geophysical logs shall show the resistivity and temperature of the drilling
fluid at the time of logging.
4. The logs shall be scaled appropriately to the formations logged to allow for adequate
definition of the subsurface stratigraphy. The horizontal scale for the plot of the
spontaneous potential log shall be capable of being displayed in the range from at least 5
to 20 millivolts (mV) per inch, as specified by the City Representative. The horizontal
scale for the plot of each of the resistivity logs (16-inch and 64-inch normal or guard log)
shall be capable of being displayed in the range from at least 25 to 50 ohm-meters (ohm-
m) per inch, as specified by the City Representative. A vertical scale of 20 feet per inch is
specified.
C. EXECUTION
1. Preparation
a. Before running geophysical logs, cease drilling and circulate drilling fluid for a
minimum of one (1) hour with the drilling bit at the bottom of the borehole, as
December 2024 TS-19 TECHNICAL SPECIFICATIONS
specified in Section 2.03 – Pilot Borehole Drilling, of these Technical
Specifications.
2. Geophysical Logging
a. The geophysical logging shall be conducted in the presence of the City
Representative.
b. The Contractor shall always keep the borehole full of drilling fluid during
geophysical logging to stabilize the borehole and provide log integrity. The
Contractor is responsible for ensuring that geophysical surveys are run to the full
depth of the completed pilot borehole without interference by obstructions or
tight sections in the borehole. At the request of the City Representative, the
geophysical logging Subcontractor shall conduct repeat sections in intervals of
the pilot borehole selected by the City Representative. Any repeated interval will
not exceed 100 feet per log. All costs associated with a repeat interval will be
the sole responsibility of the Contractor.
c. The geophysical logs shall become the property of the City at the time the
logging is completed. Geophysical logging shall be performed in the presence of
the City Representative. A minimum of three (3) field copies of the geophysical
logs shall be provided to the City Representative after logging is completed. The
City Representative will review all logs in the field and provide approval prior to
releasing the logging company. All logs will be provided electronically, as PDF
and .LAS files, to the City Representative no later than 48 hours after completion
of logging.
d. The Contractor shall provide whatever assistance as may be required to
accomplish the geophysical logging, including additional borehole fluid
circulation, removal of drill string, and operation of drilling rig as needed to
support logging cable sheave wheel.
3. Evaluation Period
a. The Contractor shall allow for up to 5 days after the geophysical logging is
completed to allow the City and the City Representative to interpret the
geophysical surveys and borehole lithology and develop a final well design. No
stand-by time shall be paid to the Contractor for this idle time.
2.05 CALIPER SURVEY
A. GENERAL
1. Upon completion of the reaming operations, a caliper survey shall be run by a
Subcontractor retained by the Contractor and approved by the City Representative. The
cost of the survey shall be borne by the Contractor.
2. The intent of the caliper survey is to provide an assessment of the condition of the
borehole and to accurately measure the final diameter of the borehole.
B. EQUIPMENT AND MATERIALS
1. Draw-works for Running Geophysical Surveys
a. The draw-works shall measure the depth of the measurement tool to the nearest
tenth of a foot.
b. The draw-works shall be calibrated such that the error in depth measurement
does not exceed 0.1%. The Contractor shall verify calibration of the draw-works
upon request.
2. Caliper Logging Tool
December 2024 TS-20 TECHNICAL SPECIFICATIONS
a. The caliper logging tool shall be equipped with a minimum of three (3)
measurement arms. Each measurement arm shall operate independently and
shall be separated by 120 degrees.
b. The caliper logging tool shall be capable of measuring borehole diameters of up
to 48 inches.
C. EXECUTION
1. The caliper survey shall be run to the full depth of the borehole in the presence of the
City Representative.
2. The caliper survey shall be run at a maximum rate of 30 feet per minute (ft/min).
3. The horizontal scale for the caliper plot shall be 10-inches diameter per inch and the
vertical scale for the caliper plot shall be 20 feet per inch.
4. The caliper survey shall measure the borehole diameter and shall be presented in a
manner that allows the City Representative to fully evaluate the size of the borehole for
the purpose of analyzing borehole volume.
5. The caliper survey shall present an estimate of the total borehole volume and annular
volume in cumulative cubic feet from the bottom of the borehole to the bottom of the
conductor casing or to ground surface.
6. Upon completion of the caliper survey, the Contractor shall provide the City
Representative with three (3) field copies of the caliper survey and electronically, as PDF
and LAS files, to the City Representative no later than 48 hours after completion of the
survey. The caliper survey shall become the property of the City at the time the logging is
completed.
7. The Contractor shall provide the City Representative with an estimate of the volume of
filter pack required to construct the well as specified based on the actual borehole
diameter as measured by the caliper survey.
8. Immediately upon completion of the caliper survey, the Contractor shall install tremie
pipe to approximately five (5) feet from the bottom of the borehole and begin to circulate
drilling fluids. Alternately, if the Contractor is not prepared to begin well construction, the
Contractor may make a wiper pass of the borehole and circulate until construction is
ready to commence.
9. The Contractor shall allow for a maximum of one (1) hour of idle time after the caliper
survey to allow the City Representative to determine that the final borehole diameter is
sufficient for construction of the well. No stand-by time shall be paid for the one (1) hour
of idle time.
D. PERFORMANCE REQUIREMENTS
1. If the caliper survey shows the borehole is less than the specified depth or could impede
the construction of the well to State standards, the borehole shall be re-reamed or re-
drilled and an additional caliper survey shall be completed. If corrective measures are
required, the Contractor shall provide and pay for all corrective measures and additional
caliper survey required by City Representative.
2.06 PILOT BOREHOLE REAMING
A. GENERAL
1. This section includes the procedures and materials associated with reaming of the pilot
borehole by the flooded reverse circulation method. No other drilling method will be
authorized.
2. This Work includes materials, labor, tools, and equipment required to maintain circulation
and protect the final (reamed) borehole from caving. During periods of standby or
December 2024 TS-21 TECHNICAL SPECIFICATIONS
waiting, the Contractor shall provide trained personnel to monitor and maintain the fluid
levels in the pilot borehole.
3. Upon receiving the approved final design for the production well from the City
Representative, the Contractor shall proceed with reaming the pilot borehole. For bidding
purposes, the final borehole is anticipated to be reamed to a diameter of 22 inches to a
maximum total depth of 205 ft bgs.
4. Upon completion of the final borehole, any remaining pilot borehole interval not backfilled
with drill cuttings generated during borehole reaming shall be filled with a bentonite-sand
seal at the request of the City or City Representative.
B. EQUIPMENT AND MATERIALS
1. In addition to the necessary bits, weight collars, etc. required to ream the pilot borehole in
accordance with the final well design, the Contractor shall furnish the same drilling
equipment and materials as specified in Section 2.03 – Pilot Borehole Drilling, of these
Technical Specifications.
C. EXECUTION
1. Borehole Reaming
a. The completed borehole must be of sufficient diameter and sufficient plumbness
such that when the well casing and screen assemblies are installed as specified
and in compliance with the alignment requirement, there is a minimum of
approximately two (2) inches of annular space between the well casing and the
borehole wall at all points.
b. The Contractor shall not ream below the specified total depth without prior
approval from the City Representative. Should the Contractor drill below the
specified depth, the Contractor shall backfill the borehole to the specified depth
by installing bentonite chips via tremie pipe, unless otherwise approved by the
City Representative. No payment shall be made for borehole reaming below the
specified depth, or for backfilling to the specified depth.
c. During reaming, the Contractor shall select a drilling assembly (including weight
collars) and drilling speed that allows the Contractor to maintain the plumbness
and alignment of the borehole. Contractor is encouraged to make field checks of
plumbness during borehole reaming.
2. Drilling Fluid Control
a. Drilling fluid control shall be as specified in Section 2.03 – Pilot Borehole Drilling.
3. Final Conditioning of Drilling Fluids
a. Once the Contractor has reamed and cleaned the borehole as specified, the
Contractor shall circulate and condition the drilling fluid until the drilling fluid
properties are within the following ranges:
i. Mud Weight: less than 8.9 lbs./gal.
ii. Marsh Funnel Viscosity: less than 30 sec./qt.
b. The Contractor shall continue to circulate drilling fluids, conditioning the fluids as
necessary, until all the following have occurred:
i. Fluid circulated out of the borehole does not contain drill cuttings.
ii. Circulation has continued for a minimum of 60 minutes or until two (2)
borehole volumes have been circulated, whichever is longer.
December 2024 TS-22 TECHNICAL SPECIFICATIONS
iii. Three (3) consecutive measurements of drilling fluid properties, made a
minimum of 30 minutes apart, confirm that the specified drilling fluid
properties have been achieved.
2.07 WELL CASING AND SCREEN
A. GENERAL
1. This section covers the supply and installation of the blank well casing and screen for the
new production well. Refer to Sheet 4 of the Plans below for a schematic of the
preliminary design for the production well. The well design and casing material depths
will be determined by the City and City Representative.
B. EQUIPMENT AND MATERIALS
1. Blank Well Casing
a. The casing shall be fabricated in uniform lengths not less than 20 feet. Random
lengths of casing are not permitted unless required by the final well design.
b. Well casing shall be spiral welded (or City approved equivalent) Type 304L
stainless steel composed of new material manufactured in accordance with A-
778. The well casing shall have an inside diameter of 12.75 inches and wall
thickness of not less than 0.25-inch.
2. Well Screen
a. The well screen shall be fabricated in lengths not less than 20 feet unless
required by the final well design. Random lengths of screened well casing are
not permitted.
b. Well screen shall be Type 304L stainless steel composed of new material
manufactured in accordance with A-778. The well screen shall have an outside
diameter of 12.75 inches with a wall thickness of 0.25-inch. The well screen
shall be louvered screen designed and manufactured to withstand tensile and
collapse pressures appropriate to the final well design. The well screen
materials to be manufactured by Roscoe Moss Company or approved
equivalent.
c. The final slot size will be determined after completion of the pilot hole drilling and
receipt of the formation sieve analyses. At this time a 0.060-inch (60-slot) slot
size is assumed.
d. The Contractor shall ensure the inside diameter of the well screen is the same
as the inside diameter of the blank well casing.
3. The Contractor shall ensure the inside diameter of the well screen is the same as the
inside diameter of the blank well casing.
4. Bottom End Cap and Centralizers
a. The bottom of the well casing shall be a bullnose plug welded in place and
constructed of the same materials and diameters as the well casing.
b. The centralizers shall be constructed of the same material as the well casing.
c. Centralizers intended for use shall be submitted by the Contractor to the City
Representative to review and approve. The centralizers shall be traditional style
2 inches wide by 30 inches long. Centralizers shall be placed no greater than
every 40 feet such that the blank casing and screen assemblies maintain a
minimum separation of 2 inches to the borehole wall.
5. Permanent Gravel Feed Tube and Camera Tube
December 2024 TS-23 TECHNICAL SPECIFICATIONS
a. The permanent gravel feed tube shall be Schedule 40 Type 304L stainless steel
composed of new material manufactured in accordance with ASTM A-778. The
tube shall be a nominal 3-inch diameter.
b. The permanent sounding tube shall be Schedule 40 Type 304L stainless steel
composed of new material manufactured in accordance with A-778. The tube
shall be a nominal 2-inch diameter. Entry into the well casing shall be a factory
assembled port box with a minimum of a two-foot-long entry. The sounding
access tube port to be manufactured by Roscoe Moss Company or approved
equivalent.
C. EXECUTION
1. General
a. The final well design provided by the City Representative shall specify where the
well casing and screen intervals, casing centralizer intervals, filter pack intervals,
and annular seal intervals shall be placed in the reamed borehole.
b. Prior to installation, all blank and screened well casing, end caps, centralizers,
and other components shall be inspected and clean and free of pollutants and
contaminants at the time of installation.
c. Installation of well casing and screen shall commence after all well construction
materials delivered on site have been examined and approved by the City
Representative for compliance with the final well design.
d. When the borehole reaming and caliper survey have been completed,
Contractor shall install the blank well casing/screen assemblies.
e. Casing installation shall be by an approved method so that no damage occurs to
either the casing assemblies or the final borehole.
f. The Contractor shall protect the installed well casing and screen assembly and
ancillary tubing and prevent foreign material from entering the well casing or
tubing.
2. Centralizers
a. Install centralizers:
i. No more than every 40 feet for blank well casing intervals.
ii. The centralizers shall be situated in such a manner as to provide a
minimum 2-inches of separation from any adjacent well casing assembly
and/or from the borehole wall.
3. Tremie Pipe
a. A temporary construction tremie pipe shall be installed in the borehole prior to
installation of the well casing assemblies. The tremie pipe must be rigid and
have flush-threaded ends.
b. The tremie pipe shall be used to install filter pack and annular seal materials in
the annulus between the well casing assemblies and borehole.
c. The tremie pipe shall be completely removed after placement of the upper-most
annular seal.
4. Installation of Well Casing
a. The casing and screen shall be plumb and centered in the hole. The well casing
shall be suspended in tension from the ground surface by means of an
appropriate landing clamp. The end cap shall be welded to the bottom of the
December 2024 TS-24 TECHNICAL SPECIFICATIONS
blank casing sump. The bottom of the casing shall not rest on the bottom of the
borehole.
b. The use of float plugs to land and set the casing will not be permitted.
c. Field welding shall be performed by a certified welder in accordance with
American Welding Society Standards. Welder shall be certified in accordance
with AWS B2.1 for level AR 1 or AR 2, and in the 2G and 5G positions or the 6G
position. It is the Contractor’s responsibility to ensure that the appropriate
electrodes are used for the various types of casing materials, and that the
electrodes be of the appropriate size. The following field welding procedures
shall apply:
i. A length shall be lowered into the well with the collar facing upward.
ii. The plain end of the following length shall be inserted in the collar. True
contact of the two joints must be verified by observation through the
alignment holes.
iii. Join by a continuous full fillet weld of thickness equal to thickness of
coupling. Two passes shall be applied.
iv. Alignment holes shall be completely filled by welding.
v. Upon completion of welding, remove weld splatter, flux, slag, and burrs.
d. Centralizers shall be welded to the casing, each consisting of three guides
equally spaced circumferentially around the casing. Guides shall be no less than
2 inches wide, composed of the same material as the casing to which they are
affixed and placed at intervals of not more than 40 feet. For screened intervals,
guides shall be affixed at joints, not in the screen.
e. To avoid collapse or deformation of casing, all annular materials, including
cement, filter pack, fill materials, and fluids used during installation of annular
materials, shall be installed in proper increments. Contractor shall document and
verify the proper increments to use to prevent casing damage and shall, at its
own expense, replace any damaged casing and repair, or remedy, any other
associated damage to the well.
f. The top of the landed well casing and ancillary tubes shall extend to 3 feet
above the ground surface.
g. Following installation, the tops of well casing and accessory tubing shall be
covered with a temporary cap or plug that is secured at all times when personnel
are not at the well site.
D. PERFORMANCE REQUIREMENTS
1. If for any reason the well casing cannot be landed in the correct position, or at a depth
acceptable to the City Representative, the CONTRACTOR shall rectify the situation by
either: (1) removing the well casing, re-drilling the borehole, and re-installing the casing,
or (2) constructing another well in accordance with the specifications, plans, and final
well design at a location immediately adjacent to the original. All such remedial work shall
be at the CONTRACTOR’s sole expense with no additional cost to the City. The
abandoned borehole shall be properly destroyed at the CONTRACTOR’s sole expense.
2. If the casing or screen should collapse prior to completing installation, the Contractor
shall remove and replace them at no additional cost to the City.
3. All Work required to be repeated, and all additional materials, labor and equipment
required shall be furnished at the sole expense of the CONTRACTOR and no claim for
additional compensation shall be made or be allowed therefore, except as specifically
provided herein.
December 2024 TS-25 TECHNICAL SPECIFICATIONS
2.08 FILTER PACK ENVELOPE
A. GENERAL
1. This item covers the supply and installation of filter pack materials in the annulus
between all assembled well casing and tubing and the borehole wall.
2. Refer to Sheet 4 of the Plans below for a schematic of the preliminary design for the
production well. The final well designs and filter pack depth intervals will be determined
by the City and City Representative.
B. EQUIPMENT AND MATERIALS
1. Filter Pack
a. For bidding purposes, assume filter pack gradation of 8 x 16. The final filter pack
gradation shall be specified in the final well design provided by the City
Representative after evaluation of the borehole lithology, sieve analyses, and
geophysical logs, as applicable.
b. All filter pack material shall be hard, water-worn, and washed clean of silt, fine
sand, dirt, and foreign matter. Crushed rock and other angular material shall not
be accepted. The filter pack shall be well-rounded and well-graded, free of
shale, mica, clay, or other organic matter and subject to the approval of the City
Representative.
c. Filter pack materials shall be delivered to and contained onsite in appropriate
size bags and shall be protected to eliminate contamination from rain, dust, and
deleterious materials. Filter pack materials that contact the ground shall not be
installed.
2. Sodium Hypochlorite
a. Sodium hypochlorite (12.5%) shall be provided in a liquid solution. No powder or
pellet products will be allowed. Use of calcium-based disinfection materials will
not be allowed.
b. Sodium hypochlorite shall be newly purchased and comply with NSF-60
certification.
c. Sodium hypochlorite shall be delivered to the well site in sealed containers and
bearing the product labeling indicating the percentage of available free chlorine
by the manufacturer.
C. EXECUTION
1. General
a. The Contractor shall provide the City Representative with the method that will be
used to install the filter pack.
b. Prior to installation of the filter pack material, the Contractor shall submit an
estimate of the volume of annular space between the borehole wall and the well
casing.
c. Filter pack shall be installed through a tremie pipe and pumped from the bottom
of the borehole to the specified depth using the approved method.
2. Filter Pack Installation
a. Prior to placement of the filter pack, the drilling fluid shall be thinned with clean
water. Clean water (not from the drilling fluid circulation pit) shall be circulated
during filter pack installation.
December 2024 TS-26 TECHNICAL SPECIFICATIONS
b. Filter pack, as specified, shall be installed in the annular space between the
borehole and the well casing. Filter pack shall be carefully installed to obtain
complete filling of the annular space for the depth intervals specified in the final
well design.
c. Filter pack material shall be installed by means of a tremie pipe. At no time shall
the end of the tremie pipe be greater than 30 feet above the top of the filter pack
envelope during placement. Filter pack shall be placed in a continuous manner
without creating voids, separations, or bridging. A sodium hypochlorite solution
shall be added with the filter pack material at a rate of 1 to 2 gallons of 12.5%
sodium hypochlorite solution per cubic yard of filter pack material in the
screened interval only, depending upon the type of drilling fluid additives used.
d. During filter pack installation, the Contractor shall measure the top of the filter
pack depth at regular intervals. Contractor shall maintain a log of filter pack
placed and the corresponding depth of placement.
e. The rate of filter pack installation shall proceed without interruption until
completion.
f. Throughout the filter pack placement operations, a swab shall be installed into
the well casing and worked adjacent to the screened section to induce
settlement of emplaced filter pack material at the well screen. As the filter pack
settles, the Contractor shall add more filter pack to maintain the required depth.
Continue this operation until there is no further measurable settlement of filter
pack and the top depth per the final design is achieved, and the filter pack has
been washed clean.
g. Record the volume of filter pack used. The volume shall not be less than the
calculated volume of the annular space between the wall of the borehole based
upon the caliper survey and the casing and screen diameters. A quantity less
than the computed volume shall be considered as an indication of potential
voids and measures shall be taken by the Contractor to eliminate the voids.
Significant differences between the estimated and actual volume of filter pack
installed may be grounds for the City Representative to reject the well.
2.09 ANNULAR SEAL
A. GENERAL
1. This section includes materials and installation of the annular seal as specified. Refer to
Figure 3 for a schematic of the preliminary design. The final design for the well and
annular seal depth intervals will be determined by the City and City Representative.
2. The primary purpose of annular seals is to minimize the potential of surface water
migration down the casing/annular seal interface or annular seal/borehole interface.
B. EQUIPMENT AND MATERIALS
1. Transition Sand
a. Uniformly graded No. 60 sand.
2. Sand-Cement Grout Seal
a. The cement used for the seal shall be a standard brand Portland cement
conforming to ASTM C150, Type II.
b. The grout shall be a 10.3 sack sand-cement mix. There shall be not more than
two parts by weight of sand to one part by weight of cement. The water cement
ratio shall be about seven gallons per sack of cement (94 pounds). All water
additions at the well site shall be metered. Up to 5 percent bentonite gel may be
added.
December 2024 TS-27 TECHNICAL SPECIFICATIONS
c. Record the volume of grout used.
d. After grouting operations are completed, leave the grout undisturbed for a period
of not less than 24 hours.
3. Water
a. Water used to prepare the sealing mixtures should generally be of drinking
water quality (not “recycled water”), shall be compatible with the type of sealing
material used, and free of suspended matter.
C. EXECUTION
1. General
a. Sealing material shall be placed in the presence of the City Representative and
in compliance with permit requirements. Contractor shall notify the City a
minimum of 24 hours in advance of planned sealing material placement.
b. All sand materials, if stockpiled at the well site, shall be kept free of all foreign
matter.
c. Prior to installation of the annular seals, the Contractor shall provide an estimate
of the volume of annular space between the borehole wall and the well casing. A
record of the actual depth and volume of neat cement, transition sand, and
sand-cement grout installed shall be kept. The volume shall not be less than the
calculated volume of the annular space between the borehole and well casing.
d. The CONTRACTOR shall take all measures necessary to protect the borehole
from caving or collapsing during placement of the annular seal.
e. The CONTRACTOR shall be responsible for determining the collapse potential
of the well casing during grouting and shall take whatever precautions are
necessary to prevent casing collapse. In the event the casing collapses prior to
completion of seal installation, the CONTRACTOR shall take whatever steps are
necessary to place the seal as required by the final well design. Any such
remedial action shall be conducted at the CONTRACTOR’s sole expense.
2. Installation of Transition Sand
a. Following placement of the filter pack, a 5-foot thick layer of No. 60 sand shall
be installed. The transition sand layer shall be placed on top of the filter pack
through a tremie pipe. The top of the transition sand layer shall be tagged and
recorded. The purpose of the transition sand layer is to minimize the infiltration
of the annular seal materials downward and into the filter pack.
3. Installation of Sand-Cement Grout Annular Seal
a. A 10.3-sack sand-cement grout seal shall be placed into the annular space
above the transition sand layer, as described herein and in accordance with the
final well design.
b. The neat cement shall be installed through a tremie pipe at the specified depth
by pumping with hydraulic pressure in a continuous operation through said feed
line inserted between the well casing and the borehole wall. The feed line shall
be lowered to within five (5) feet of the bottom of the interval to be filled. The line
shall be slowly withdrawn as the annular space fills with the neat cement. The
discharge end of the tremie shall remain submerged in the slurry throughout the
entire seal emplacement process.
c. The top of the slurry seal shall be tagged and recorded.
d. Upon completion of installing the slurry seal, the Contractor shall leave the well
undisturbed for a period of not less than 24 hours.
December 2024 TS-28 TECHNICAL SPECIFICATIONS
2.10 MECHANICAL DEVELOPMENT
A. GENERAL
1. This item includes development of the well by mechanical methods (airlift swabbing) or
other approved method(s). The purpose of mechanical development is to remove drilling
fluids and wall cake, and to develop the filter pack and adjacent formation to maximize
the connectivity of the screen interval with the aquifer.
2. The development shall commence not less than 24 hours and no more than 48 hours
after placing the upper annular seal, or as approved by the City Representative.
Mechanical development is intended to be conducted in a continuous uninterrupted
fashion 24 hours per day, 7 days per week until completion.
3. If mechanical development is not commenced within 48 hours, or there are other delays
or interruption to this activity, Contractor shall conduct, without additional cost to the City,
surge and airlift development for length of time in excess of 48 hours between placing
grout seal and time that surging and airlift development was initiated or for the length of
time mechanical development activities were delayed or interrupted without City
approval.
4. The Contractor shall comply with all applicable permits, laws, and regulations in
disposing of drilling fluids and water generated during well development.
5. The wastewater generated during the mechanical portion of well development (e.g.,
swabbing, air lifting, bailing, etc.) and aquifer testing will be discharged to the wastewater
treatment plant.
B. EQUIPMENT AND MATERIALS
1. Development Rig
a. Mechanical Development shall be performed with the drill rig used to drill and
install the well prior to demobilization.
2. Water Storage Tanks and Discharge Piping
a. The Contractor shall anticipate and provide enough water storage tanks to
temporarily store onsite purged water from the well casing during development.
b. The Contractor shall provide the temporary discharge piping required to convey
well development water to the appropriate holding and/or disposal area.
3. Air Compressor, Airline, and Eductor
a. An air compressor with airline, eductor pipe, and appropriate fittings shall be
onsite during the initial phase of well development. The air compressor shall be
able to generate a minimum flow rate of 300 gpm. The air compressor shall
have an effective external air-oil separator.
b. The eductor pipe used for well development shall be suitable for the inside
diameter of the well casing. The airline shall be sized to provide maximum flow
rates through the eductor pipe and shall be fitted with a dump valve capable of
discharging "downhole" air to the atmosphere.
4. Swab Tools
a. The single swab tool shall consist of a single rubber. The body of the tool shall
be open ended. The O.D. of the rubber flange shall be no more than 1/8-inch
smaller than the I.D. of the well screen.
b. The double swab tool shall consist of two (2) rubber flanges spaced a maximum
of 10 feet apart. The body of the tool shall be perforated with enough open area
to allow effective airlifting to occur within the well casing. The bottom of the tool
December 2024 TS-29 TECHNICAL SPECIFICATIONS
shall be closed. The O.D. of the rubber flanges shall be no more than 1/8-inch
smaller than the I.D. of the well screen.
5. Water Level Sounder
a. Water level sounder shall be an electric wireline sounder capable of water level
measurements to the nearest 0.01-foot.
C. EXECUTION
1. General
a. The Contractor shall decontaminate the pump and all downhole components
prior to installation into the well casing.
b. The Contractor shall not begin development until solids settlement and
discharge facilities are installed to the satisfaction of the City Representative.
c. The Contractor shall furnish all labor, materials, equipment, and services
necessary to separate solid matter and to neutralize any residual chlorine and
added chemicals in the development water prior to allowing water to be
discharged to the wastewater treatment plant.
d.
2. Records
a. The Contractor shall keep detailed records during well development and shall
make these records available to the City Representative upon request.
b. The Contractor shall measure and record static water level at the beginning of
each day of well development prior to moving water from the well.
c. The Contractor shall measure and record the following parameters a minimum
of 15 minutes during development:
i. Time (measured to the nearest minute)
ii. Water level (measured to the nearest foot)
iii. Any observations of unusual or changed conditions (e.g., odor, gas
bubbles, color, sediment, etc.)
3. Mechanical Well Development
a. Initial mechanical development shall start by open-ended swabbing and airlifting
with the single swab tool. Swabbing and airlifting shall begin at the top of the
well screen and progress downward. Swabbing and airlifting shall be conducted
by moving the swab-airlift tool quickly and uniformly up and down along the well
screen several times over a 15-minute period. The pumping rate shall be
maximized by using sufficient airline submergence (a minimum of 60 per cent
submergence) and a compressor with sufficient capacity to generate a minimum
discharge rate of 300 gpm. Each screen shall be airlifted until all drilling fluid is
removed from the well casing and adjacent filter pack, a minimum time of at
least two hours. Upon completion of swabbing the well screens, the tool shall be
lowered into the bottom of the well and all accumulated sediment shall be
removed until the tool reaches the total depth of the well. Once open-ended
airlifting is complete, the eductor pipe and airline shall be removed, and the
Contractor shall sound the bottom of the well casing.
b. Double swab-airlifting shall begin at the top of the screen section. Swab-airlifting
shall be conducted by moving the swab-airlift tool quickly and uniformly up and
down several times over a 15-minute period. Simultaneously, water shall be
December 2024 TS-30 TECHNICAL SPECIFICATIONS
lifted with air inside the tremie pipe. The pumping rate shall be maximized by
using sufficient airline submergence and a compressor with sufficient capacity.
c. The Contractor shall continue swab-airlifting beyond the minimum requirements
until the HYDROGEOLOGIST provides approval for completion of initial
development and the Contractor is confident that the turbidity levels are low
enough (less than 100 NTUs immediately after swabbing) for final development
with a submersible pump.
d. Upon completion of swab-airlift development, the well shall be accurately
sounded in the presence of the City Representative to determine the level of
accumulated sediment in the well. The sediment level shall be recorded and
removed from the well prior to beginning chemical development.
2.11 CHEMICAL DEVELOPMENT
A. GENERAL
1. This item includes introduction of chemicals to augment mechanical development of the
well (Section 2.11, Mechanical Development). A sodium hypochlorite solution and clay
dispersing agent shall be introduced and swabbed into the well and filter pack in
successive stages. Chemical development shall commence immediately following
mechanical development, or as approved by the City Representative. Chemical
development is intended to be conducted in a continuous uninterrupted fashion 24 hours
per day, 7 days per week, excluding chemical contact time, until completion.
If chemical development is not commenced immediately following mechanical
development, or there are other delays or interruption to this activity, Contractor shall
conduct, without additional cost to the City, surge and air lift development for length of
time in excess for the length of time chemical development activities were delayed or
interrupted without City approval.
2. Chemical development will be completed, in whole or in part, at the City’s discretion.
B. EQUIPMENT AND MATERIALS
1. Sodium Hypochlorite Solution
a. The concentration of sodium hypochlorite solution shall be a minimum of 1,000
ppm and a maximum of 1,500 ppm. See Bidding Sheets for estimated total
quantity.
2. Dispersant Polymer
a. The minimum dosage of dispersant polymer (NW-220®, AQUA-CLEAR® PFD or
equivalent) shall be three times the manufacturer’s recommendation. See
Bidding Sheets for estimated total quantity.
C. EXECUTION
1. If completed, chemical development shall be conducted in two stages following
mechanical well development described in Section 2.11, Mechanical Development of
these Technical Specifications.
2. Stage One - Chlorination
a. At the City Representative’s discretion, a sodium hypochlorite solution shall be
introduced into the well upon completion of mechanical development using a
double-swab tool.
b. A pre-mixed solution of sodium hypochlorite and water shall be continuously
swabbed into the screened intervals of the well from the bottom of the well to the
top. The sodium hypochlorite solution shall be introduced and continuously
swabbed into each 20-foot section of well screen for a period of 30 minutes (or
December 2024 TS-31 TECHNICAL SPECIFICATIONS
other period approved by the City Representative) using a double-swab tool.
Continuous swabbing shall be completed as defined in Section 2.11, Mechanical
Development, Part 3, Item C(e).
c. Upon completion of swabbing, the sodium hypochlorite solution shall remain in
the well for a minimum contact time of 6 hours, or as approved by the City
Representative.
d. Following completion of the contact time period (6-hour minimum), the
Contractor shall use the double-swab tool to remove the sodium hypochlorite
solution from the well by continuous swabbing and airlifting as defined in Section
2.11, Mechanical Development, Part 3, Item C(e). Airlift swabbing shall be
conducted in 20-foot increments of well screen and continue until the discharge
water from each 20-foot section of screened well casing becomes substantially
clear and no additional settlement of the filter pack is observed, as approved by
the City Representative.
e. Upon completion, the Contractor shall proceed with the second stage of
chemical development, as directed by the City Representative.
3. Stage Two - Introduction of Clay-dispersing Agent (Dispersant Polymer)
a. At the City Representative’s discretion, introduction of the dispersant polymer
shall commence immediately upon completion of removal of the sodium
hypochlorite solution from the well using the double-swab tool.
b. The dispersant polymer shall be continuously swabbed into the screened
intervals of the well from the bottom of the well to the top. The dispersant
polymer shall be introduced and continuously swabbed into each 20-foot section
of well screen for a period of 30 minutes (or other period approved by the City
Representative) using a double-swab tool. Continuous swabbing shall be
completed as defined in Section 2.11, Mechanical Development, Part 3, Item
C(e).
c. Upon completion of swabbing, the dispersant polymer shall be allowed to stand
in the well for a period of 24 hours, or another period approved by the City
Representative.
d. Following the completion of the contact time period (24-hour minimum), the
Contractor shall use the double-swab tool to remove the dispersant polymer
from the well by continuous swabbing and airlifting as defined in Section 2.11,
Mechanical Development, Part 3, Item C(e). Airlift swabbing shall be conducted
in 20-foot increments of well screen and continue until the discharge water from
each 20-foot section of screened well casing becomes substantially clear and no
additional settlement of the filter pack is observed, as approved by the City
Representative.
e. Upon completion of chemical development, the Contractor shall accurately
measure the total depth of the well in the presence of the City Representative to
determine the level of accumulated sediment in the well. The Contractor shall
record the sediment level on the Driller’s daily activity log. The Contractor shall
remove all accumulated sediment from the well prior to proceeding with
installation of the test pump, as directed by the City Representative.
f. Upon completion of chemical development, the Contractor shall accurately
measure the level of filter pack in the gravel feed tube in the presence of the City
Representative. The Contractor shall fill the gravel feed tube with filter pack to
the static water level in the well or other depth specified by the City
Representative prior to proceeding with installing the temporary test pump, as
directed by the City Representative.
December 2024 TS-32 TECHNICAL SPECIFICATIONS
2.12 MOBILIZATION AND DEMOBILIZATION OF TEST PUMP AND APPURTENANCES
A. GENERAL
1. This item includes mobilization, installation, removal, and demobilization of equipment,
materials, and personnel for pumping development and well production tests. For
bidding purposes, an estimated depth of the pump intake is specified in the Bidding
Sheets. A final pump intake depth will be specified in the final well design submitted by
the City after evaluation of the lithologic log, sieve analyses of drill cuttings, geophysical
logs, and results of isolated aquifer zone testing, as applicable. The Contractor shall
provide the equipment necessary to set the pump intake within 5 feet of the intake depth
specified by the City in their final well design submittal.
2. The Contractor shall notify the City and City’s Representative at least 48 hours, excluding
weekends and holidays, in advance of installing the test pump.
B. EQUIPMENT AND MATERIALS
1. Test Pump
a. Installation of equipment for development pumping and testing shall commence
immediately upon completion of mechanical development or chemical
development, if applicable.
b. The Contractor shall furnish, install, and upon completion of testing remove a
vertical line shaft turbine pump to the specified depth for the well. The prime
mover shall be a variable-speed type equipped with suitable throttling devices to
control the well discharge within a range between 100 and 750 gpm.
c. The pump capacity shall be not less than the maximum capacity of 750 gpm
against the total head required to convey water to the discharge tanks for water
clarification.
d. The pump shall not be equipped with a foot valve.
e. The depth of the pump intake is estimated to be 45 feet bgs for bidding
purposes, unless specified otherwise by the City in the final well design. The
Contractor shall supply the appropriate lengths of pipe (i.e., column pipe, line
shaft, etc.) to set the pump intake within 5 feet of the intake depth specified by
the City.
f. The pumping unit and engine shall be capable of continuous operation without
interruption for a period of 48 hours.
2. Temporary Access Tube
a. The Contractor shall furnish and install a temporary access tube between the
well casing and pump column to collect water level measurements and permit
entry and removal of equipment for the flowmeter survey specified in Section
2.16, Flowmeter Survey.
b. The access tube shall have a minimum inside diameter of 2-inches
accommodate flowmeter planned for use by the survey subcontractor.
c. The temporary access tube shall terminate at a depth at least two feet below the
bottom of the temporary test pump and no more than 5 feet above the top of
screen, or other depth specified by the City.
3. Discharge Piping and Appurtenances
a. Discharge piping shall be provided for the pumping unit and be of sufficient size
and length to convey water to the point of discharge.
December 2024 TS-33 TECHNICAL SPECIFICATIONS
b. The Contractor shall provide a flow control (gate) valve and calibrated dual-
reading (instantaneous and totalizer) flowmeter or other approved devices to
accurately control, maintain, and measure the rates of well discharge. The
flowmeter shall provide instantaneous flow measurements in gpm and shall be
equipped with a totalizer that provides measurements in gallons x 100. Prior to
mobilization, the Contractor shall provide certification of the accuracy of the
flowmeter, completed within 6 months of delivering the meter to the site.
c. The Contractor shall install and maintain an orifice plate and manometer for
measuring well discharge pressure.
d. Teflon tape or thread sealant shall not be used on any component of the test
pump, column pipe, or ports on the discharge pipe upstream of the port(s) used
for collecting samples for water quality analysis.
4. Temporary Granulated Activated Carbon (GAC) Vessels
a. The discharge water from the Well will likely contain PCE above the maximum
concentration level, therefore, the Contractor will provide and install temporary
GAC vessels that can remove volatile organic compounds (VOCs) from a
flowrate of 700 gpm.
b. The GAC system will be equipped with bag filters and pumps to be capable of
treating water directly from the well or from the water storage tanks.
5. Centrifugal Sand Separating Meter
a. The Contractor shall provide a meter for measuring the sand content of the
discharge water. Sand production shall be measured using a centrifugal sand
separating meter (Rossum Centrifugal Sand Sampler, or equivalent) as
described in the Journal of American Water Works Association, Volume 46, No.
2, February 1954.
6. Water Level Sounder
a. The Contractor shall furnish an electrical depth gauge capable of indicating
changes in the well water level to the nearest one-tenth foot and shall furnish
and install an air line with direct reading gauge calibrated in feet. The
Contractor shall provide whatever assistance may be required by the City for
measuring well water levels.
C. EXECUTION
1. Prior to installing the test pump, the Contractor shall, in the presence of the City
Representative, bail or pump clean the bottom of the well of any sediment.
2. A 2-inch I.D. temporary access tube shall be installed between the well casing and pump
column to facilitate completion of a flowmeter survey and collection of depth-specific
samples. The access tube shall be readily accessible during testing and located a safe
distance from the pump driveline.
3. The Contractor shall notify the City in advance of placement of the access tube so the
City or City’s Representative can be on site to verify the installed depth.
4. Upon completion of testing and after removal of the test pump, the Contractor shall, in
the presence of the City, remove any oil (e.g., pump lubricating oil) from the water
surface. An acceptable method of removal shall be to lower, via a cable, an oil
absorbent “sock” or similar material designed to absorb spilled oil.
5. After removal of the test pump and any lubricating oil from the well, the Contractor shall,
in the presence of the City, sound the depth of the well and record the depth to which
sediment has accumulated as a result of test pumping. The well shall then be bailed or
pumped clean of all sediment and debris.
December 2024 TS-34 TECHNICAL SPECIFICATIONS
2.13 PUMPING DEVELOPMENT
A. GENERAL
1. This item includes development of the well by surge pumping using a test pump.
2. Pumping development shall commence immediately after installation of the test pump, or
as approved by the City Representative. Pumping development shall be conducted
during daylight hours, 10 hours per day, 5 days per week until completion.
3. If pumping development is not commenced within 10 days of completing mechanical
development, or there are other delays or interruption to this activity, Contractor shall
conduct, without additional cost to the City, pumping development for length of time in
excess of 10 days within completing mechanical development or for the length of time
pumping development activities were delayed or interrupted without City approval.
B. EQUIPMENT AND MATERIALS
1. Requirements for the test pump, discharge line, and other equipment for pumping
development are described in Section 2.13, Mobilization and Demobilization of Test
Pump and Appurtenances.
C. EXECUTION
1. Well development using the test pump shall commence within 10 calendar days after
completion of mechanical and chemical development. Once started, development
pumping shall proceed on a continuous basis at a daily work schedule approved by the
City.
2. The well shall be developed by intermittent pumping and surging at a low (approximately
100 gpm) initial rate approved by the City Representative. Care shall be taken not to
draw the pumping water level below the top of the well screen during the initial phase of
pumping development. As the discharge clears, the sand content decreases, and
specific capacity maximizes, the pumping rate shall be gradually increased to the
maximum attainable rate of 750 gpm until there are no improvements in the specific
capacity of the well, less than 2 ppm sand production, and the water is clear (less than 5
NTU), as approved by the City Representative.
Surging shall allow water to flow back through the bowls with free backspin and through
the well screen. Pumping development (surging) shall be conducted on a continuous
basis at the direction of the City Representative, utilizing 15-minute cycles which include
5 minutes of active surging followed by 10 minutes of constant pumping or until the
discharge becomes clear and free of sand, whichever comes first. Key data (water levels,
sand content, turbidity, physical parameters, etc.) shall be collected during the most
turbid part of the surge, and after the discharge clears and prior to surging again. The
procedure shall be repeated at City Representative approved discharge increments up to
the maximum pump or well capacity, as specified by the City Representative. Any
modification of this cycle is at the direction of the City Representative.
3. During initial pumping development, water clarification may be required in onsite water
storage tanks to allow for settling of sediment prior to conveying the water to the
specified point of discharge.
4. The Contractor shall maintain development records on at least a 30-minute basis
showing production rate, pumping level, drawdown, specific capacity, sand production,
and all other pertinent information concerning well development. The Contractor shall
measure and record the static water level to the nearest tenth of a foot in the well daily
prior to any pumping. The Contractor shall note the datum used for all water level
measurements, along with the height of the datum to the nearest tenth of a foot relative
to ground level.
December 2024 TS-35 TECHNICAL SPECIFICATIONS
5. The Contractor shall measure the rate of sand production using the centrifugal sand
separating meter. The results of all sand production tests shall be expressed in ppm at
5-minute intervals began immediately after surging and shall be provided to the City
Representative immediately. The final sand production test shall be conducted in the
presence of the City Representative.
6. The Contractor shall add potable water continuously down the gravel feed tube during
development.
7. If during development operations the filter pack settles, the Contractor shall add filter
pack as needed and the Contractor shall record and report the quantity to the City
Representative.
8. Development shall continue at each discharge rate until the following conditions have
been met:
9. No further settlement of filter pack.
10. Well specific capacity (gpm/ft drawdown) remains relatively constant over an
approximate 4-hour period or as specified otherwise by the City Representative.
11. Sand content at the end of development pumping shall be no greater than 2 parts per
million (ppm) measured after 10 minutes of pumping following a surge cycle.
12. Turbidity of less than 5 NTUs.
13. The duration of development pumping shall not exceed the bid amount without prior City
authorization.
14. Upon completion of development pumping, the Contractor shall measure the depth of the
well to determine the amount of sediment deposited in the bottom in the presence of the
City Representative.
2.14 PRODUCTION TESTS
A. GENERAL
1. This item includes a step drawdown test and a constant-rate discharge test (aquifer
tests). The step-rate discharge test shall include pumping the well at stepped rates of
discharge for specified periods. The constant-rate discharge test shall include pumping
the well at a fixed rate of discharge for a specified period, a flowmeter survey (see
Section 2.16 of these Technical Specifications), collection of water samples for laboratory
analyses, and monitoring well water level recovery after the pump is stopped.
B. EQUIPMENT AND MATERIALS
1. Requirements for the test pump, discharge line, and other equipment for well production
tests are described in Section 2.13, Mobilization and Demobilization of Test Pump and
Appurtenances.
C. EXECUTION
1. General
a. Within 48 hours after the completion of well development with a test pump, the
Contractor shall commence well production tests. Unless authorized otherwise
by the City Representative, there shall be a period of at least 24 hours of non-
pumping conditions to stabilize the well static water level prior to the start of the
step-rate discharge test. The Contractor shall schedule all tests sufficiently in
advance so that the City Representative can be at the well site throughout the
testing period.
b. The Contractor shall provide qualified personnel on a 24-hour basis during both
the step-rate and constant-rate discharge tests to ensure proper operation of the
December 2024 TS-36 TECHNICAL SPECIFICATIONS
pumping and testing equipment and assist the City Representative when
necessary.
c. When the production tests are complete, the Contractor shall remove the test
pump and clean the well of all accumulated sediment, foreign material, and
lubricating oil. The Contractor shall demonstrate the well has been properly
cleaned by measuring the depth of the well in the presence of the City
Representative.
2. Step-Rate Discharge Test
a. The Contractor shall pump the well at up to 4 rates for durations of 2 hours per
step as specified by the City Representative after review of the results of
pumping development.
b. The Contractor shall run the pump and change the rate of discharge as
requested by the City Representative. The pumping rates shall be ½, ¾, 1, and
1.5 times the design rate, which is estimated to be 300 gpm.
c. The rate of discharge shall be controlled by both a butterfly valve and engine
throttle. The rate shall be controlled and maintained at the desired discharge for
each step with an accuracy of at least plus or minus 2 percent (+/- 2%).
d. Prior to starting the test, the Contractor shall record the static water level in the
well. During the test, the Contractor shall record the time, pumping water level,
drawdown, discharge rate, specific capacity, and rate of sand production at the
intervals specified in this Section.
e. The rate of sand production shall be measured by the Contractor at 30-minute
intervals using a centrifugal sand separating meter as specified in Section 2.13,
Mobilization and Demobilization of Test Pump and Appurtenances. The results
shall be expressed in parts per million.
f. The City Representative may elect to collect its own measurements during
testing using either manual or automated measurement equipment. The
Contractor shall assist the City Representative, as requested, with equipment
installation and measurements.
3. Constant-Rate Discharge Test
a. The continuous constant-rate discharge test (aquifer test) shall commence not
less than 24 hours and not more than 48 hours after completion of the step-
drawdown test. The well static water level shall be allowed to recover after the
step-drawdown test to a level acceptable to the City Representative, prior to
starting the constant-rate test.
b. The test shall include a period of continuous constant-rate pumping followed by
a period of water level recovery after the pump is stopped. The pumping rate
and water level recovery duration shall be 24 hours each unless specified
otherwise by the City Representative (after evaluation of the results of the step-
drawdown test).
c. The Contractor shall measure and record the well static water level prior to
starting the test. During pumping, the Contractor shall record the time, pumping
water level, drawdown, discharge rate, specific capacity, and rate of sand
production at the intervals specified in this Section.
d. Throughout the test, the Contractor shall ensure the pumping rate remains
within plus or minus 2 percent (+/- 2%) of the pumping rate approved by the City
Representative. When necessary, adjustments in the pumping rate shall be
made using the in-line butterfly valve rather than engine throttle. Pumping
equipment shall remain in the well undisturbed during the entire recovery period.
December 2024 TS-37 TECHNICAL SPECIFICATIONS
e. The City Representative may elect to collect its own measurements during
testing using either manual or automated measurement equipment. The
Contractor shall assist the City Representative, as requested, with equipment
installation and measurements during both the pumping and recovery periods.
f. During constant-rate pumping, final sand content testing shall be conducted by
the Contractor at the following (minimum) intervals:
i. 5 minutes after the start of the test
ii. After ¼ of the total planned test time has elapsed
iii. After ½ of the total planned test time has elapsed
iv. After ¾ of the total planned test time has elapsed
v. Near the end of the pumping test
g. During the constant-rate discharge test, the Contractor shall assist the City
Representative in the collection of representative water quality samples. The
samples shall be submitted to a certified laboratory for constituents required
under the State of California Title 22. The cost of these analyses is the
responsibility of the Contractor.
h. During the pumping portion of the constant-rate discharge test, the Contractor
shall complete a flow meter (spinner) survey of water production versus depth
as described in Section 2.16, Flowmeter Survey.
i. During the recovery period of the test after the pump is stopped, the temporary
test pump shall remain in the well, undisturbed, for the full recovery period of 24
hours, or as specified by the City Representative.
4. Aborted Tests
a. Whenever continuous pumping at a uniform rate has been specified, failure of
pumping operations for a period greater than one percent of the elapsed
pumping time shall require suspension of the test until the water level in the
pumped well has recovered to its original level. Recovery shall be considered
“complete” after the well has been allowed to rest for a period at least equal to
the elapsed pumping time of the aborted test, except that if any three successive
water level measurements spaced at least 20 minutes apart show no further rise
in the water level in the pumped well, the test may be resumed immediately.
The City Representative shall be the sole judge as to whether this latter
condition exists. The Contractor will not be paid for any re-testing done if the
specified time or recovery requirements of the City Representative for the
aborted test are not first met. These tests are invalid and will not be construed
as a test.
b. No payment will be made to the Contractor for pumping tests interrupted by the
malfunction or failure of pumping equipment or failure to maintain the rate of
pumping within the prescribed limits (as defined by the City Representative). If a
test is interrupted, the well water level will be allowed to fully recover, after which
the test will be restarted.
5. Discharge Water
a. Discharge water shall be conveyed from the pump to the approved discharge
point shown in Sheet 3 of the Plans, below. The Contractor shall ensure that no
damage by flooding or erosion is caused to the chosen drainage structure or
water disposal site.
6. Records
December 2024 TS-38 TECHNICAL SPECIFICATIONS
a. The Contractor shall keep accurate records of all pumping tests and furnish
copies of all records to the City Representative upon completion of the tests.
The records shall also be available to the City Representative for inspection at
any time during a test. For each test, the records shall include physical data
describing the construction features such as, but not limited to well depth and
diameter, complete screen description, length and setting, a description of the
datum used for water level measurements and its measured height relative to
ground level and/or mean sea level, the methods used in measuring water levels
and pumping rates.
b. The Contractor shall also keep records on the type of pumping equipment used
including engines, drive components, bowls, lines, and shafts. The Contractor
shall 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.
2.15 VIDEO CAMERA SURVEY
A. GENERAL
1. This item includes completion of one downhole color video camera survey over the full
depth of the well. The survey shall be conducted (1) after all sediment accumulating in
the well from test pumping has been removed, (2) after potable water has been
introduced from the surface for a sufficient period and at sufficient quantity to produce
clear viewing conditions during the survey to the satisfaction of the City Representative,
and (3) before disinfection of the well. The video survey results will serve as a final
inspection document for the well. The survey shall be conducted by a firm retained by the
Contractor and approved by the City.
B. EQUIPMENT AND MATERIALS
1. Camera
a. The camera used for the survey shall be capable of viewing downhole and side
views and be equipped with an adequate light source and centralizer. The
equipment used to complete the video survey shall produce a recording with an
automatic depth indication to the nearest 0.1-foot. The datum used for all depth
measurements shall be ground level.
C. EXECUTION
1. General
a. The video survey shall be conducted after well development and subsequent
removal of accumulated sediment have been completed.
b. Prior to conducting the survey, the Contractor shall remove the test pump;
remove any lubricating oil, sediment and debris from the well casing. If
lubricating oil compromises the quality of the video survey, the Contractor shall
terminate the survey, remove the lubricating oil, allow the well to remain idle for
at least 24-hours, and conduct additional survey(s) until a satisfactory survey
and be achieved. All such remedial work and re-surveys shall be conducted at
the Contractor’s sole expense. Prior to conducting the survey, the Contractor
introduce clear water, of potable quality, into the well casing for a sufficient
period and at sufficient quantity to produce clear viewing conditions during the
survey to the satisfaction of the City Representative.
c. Should the survey fail to produce a clear picture of the internal casing
conditions, additional clear water shall be introduced, and additional surveys
conducted until a clear video is obtained to the satisfaction of the City
Representative. All re-surveys performed due to this condition shall be
conducted at the Contractor’s own expense.
December 2024 TS-39 TECHNICAL SPECIFICATIONS
d. The Contractor shall provide whatever assistance may be required to
accomplish the camera survey and shall take whatever steps are necessary to
ensure the well water clarity is adequate to produce acceptably clear video
images of internal casing conditions.
2. Video Survey
a. The Contractor shall run a color video camera survey of the entire well, from top
of casing to total depth, in the presence of the City Representative. The survey
shall be recorded in color which shall be representative of actual colors of the
interior of the well, show the date of survey, and include a continuous forward
and reverse display of the depth of the camera.
b. The distance counter shall be set to zero, when the side view camera is level
with ground surface. The operator shall use the vertical lens while the camera is
being lowered, stopping and side-scanning the casing at any unusual
appearances.
c. The operator will lower the camera no faster than 20 feet per minute, side-
scanning the casing, a full 360 degrees at least once every 40 feet. The operator
shall scan all casing joints. The operator shall log (but not limited to) the
following:
i. Depth of the static water level
ii. Type of well screen
iii. Depth of the beginning and ending of the screen interval
iv. Debris in the well casing and/or water column
v. Any irregular joints
vi. Any irregular features in the well casing or screen (e.g., warping, screen
infilling, etc.)
vii. Any biological growth on the well casing or screen
viii. Amount of fill at the well bottom, if any.
d. The Contractor shall provide whatever assistance may be required to complete
the camera survey and shall take whatever steps are necessary to establish the
desired clarity of the well water.
e. Upon completion of the video survey the Contractor shall provide the City
Representative with electronic files (PDF) of the video survey report and video
survey on a flash drive, and provide the video report and digital video files via e-
mail or electronic file share drive no later than 24 hours after completion of the
survey. Video survey results shall become the property of the City at the time
the survey is completed.
D. PERFORMANCE REQUIREMENTS
1. The depth of static water level, well screen interval, and well bottom, as measured by the
video survey, shall be provided in the report, along with the depth counter reference point
and depth difference between the side scan and downhole views.
2. All casing joints shall be inspected by the video survey. All joints shall be free of voids
and/or leaks.
3. All casing and screen materials shall be undamaged and in suitable condition to allow the
full use of the well for its intended purpose.
4. All well screen openings shall be free of residual drilling fluids or other incrustation.
December 2024 TS-40 TECHNICAL SPECIFICATIONS
2.16 PLUMBNESS AND ALIGNMENT TESTS
A. GENERAL
1. The Contractor shall complete plumbness and alignment testing using both a dummy and
gyroscopic survey to determine the plumbness and alignment of the well casing. The
plumbness and alignment test shall be conducted throughout the entire length of blank
and screened well casing.
2. The plumbness and alignment test of the well casing shall be following the completion of
the downhole color video survey on the final well casing.
3. The Contractor shall provide three (3) field copies of the gyroscopic survey and digital
data files to the City for interpretation upon completion.
4. Gyroscopic survey data and analysis, raw survey data (e.g., ASCII format) and graphical
analysis of the survey results shall be provided in City-approved electronic format.
B. EQUIPMENT AND MATERIALS
1. Dummy Tool
a. The maximum permissible misalignment, or “dogleg,” is one that will allow a 40-
ft long mandrill, or “dummy”, to pass freely through it.
b. The “dummy” shall consist of a rigid spindle with three rings affixed such that
they cannot slide along the spindle. The rings shall be 12 inches wide, located at
the top, center, and bottom of the spindle, and made of a rigid material that will
not scratch or otherwise harm the interior of the well. The OD of the dummy
shall be ½-inch smaller than the smallest ID of the well casing and screen.
2. Gyroscopic Tool
a. The plumbness and alignment testing shall be performed with a gyroscopic-type
tool as approved by the City.
b. Gyroscopic probe features:
i. Capable of reaching a depth of 500 feet in a nominal 18-inch diameter well
casing filled with either air or liquid.
ii. Azimuth Range: 0 degree to 360 degrees.
iii. Azimuth Accuracy: Meet or exceed 2 percent.
iv. Inclination Range: 0 degree to 30 degrees.
v. Inclination Accuracy: Meet or exceed 0.25 percent.
vi. Probe shall measure borehole inclination and borehole azimuth (compass
direction) at maximum 10-foot depth intervals in order to derive horizontal
borehole deviations.
C. EXECUTION
1. Plumbness and alignment testing shall be conducted in the presence of the City
Representative.
2. Dummy Survey
a. The mandrel, or dummy, shall be lowered throughout the depth of the well
casing and screen. Should the dummy fail to move freely throughout the length
of the well, the Contractor shall correct the alignment of the well at his own
expense.
3. Gyroscopic Survey
December 2024 TS-41 TECHNICAL SPECIFICATIONS
a. Test well for plumbness and alignment using a gyroscopic probe at maximum
10-foot depth intervals.
4. Plumbness and alignment maximum allowable horizontal deviation.
a. Plumbness: Shall not exceed two-thirds of the smallest inside diameter of that
part of the well casing being tested per 100 feet of depth.
b. Alignment: Conduct analysis of data for alignment following the procedures in
AWWA A100-20, Appendix D.6 (Plotting and Interpretation of Test Results), to
determine the following throughout the length of the well or borehole:
i. “Misalignment Radius and Diameter” as defined by AWWA A100-20.
ii. “Largest Pump Outside Diameter that can be Inserted into the Well
Without Bending” as defined by AWWA A100-20.
iii. Well I.D. is to be taken as the smallest inside diameter of the final well
casing or screen from ground surface to the depth of the design bottom of
the permanent pump.
(a) Pump diameter of the permanent pump used for alignment calculations
shall 8-inches.
5. Method of conducting the calculations (plotting methodology: computer, spreadsheet, or
other) shall be reviewed and approved by the City Representative, and at the City
Representative’s discretion will complete an independent analysis of data.
a. The plumbness and alignment shall be sufficient to allow installation of a pump
and column with a diameter as defined above, to the design depth of the pump
without deflection.
6. Survey Data – Document in writing, a report demonstrating the results of the following:
a. Raw field data of azimuth and inclination at minimum depth measurement
intervals of 10 feet. Data shall be provided in City-approved electronic format
(e.g., ASCII format).
b. Calculated true horizontal deviation with depth at specified depth measurement
intervals (x, y, and z coordinates).
c. Vertical cross-sectional plot of true horizontal deviation with depth in the north-
south plane and in the east-west plane, similar to Figure D.4 of AWWA A100-20,
Appendix D.
d. Plan view plot showing deviation at each specified depth measurement interval,
similar to Figure D.5 of AWWA A100-20, Appendix D.
e. Plan view plot showing the relationship between the misalignment diameter,
effective diameter of the well at total depth, and inside diameter of the well,
similar to Figure D.7 of AWWA A100-20, Appendix D.
f. Analysis showing the misalignment radius and diameter and the largest pump
that can be inserted in the well without bending, as described in AWWA A100-
20, Appendix D.
g. Plan view of the final casing diameter, the misalignment diameter, and effective
diameter of the well, similar to Figure D.7 of AWWA A100-20, Appendix D, and
repeated below.
7. Demonstrate compliance with the plumbness and alignment specification in the
plumbness and alignment test data submittals for the gyroscopic survey. Contractor
shall provide the City formal confirmation (e.g., email or letter) that analysis of the results
December 2024 TS-42 TECHNICAL SPECIFICATIONS
of the gyroscopic survey meet the plumbness and alignment requirements of this
specification prior to proceeding with final disinfection and capping of the well.
8. Meet plumbness and alignment limitations as set forth herein and if necessary correct at
Contractor’s sole expense.
a. If the deviation of the final well casing cannot be corrected to the specified
criteria, at the City’s discretion the well will not be accepted and be re-drilled at
the Contractor’s sole expense.
2.17 WELL DISINFECTION
A. GENERAL
1. The well shall be disinfected after completion of the downhole video camera survey and
alignment and plumbness tests.
2. The well shall be deemed properly disinfected only if the sample analysis results indicate
the absence of total coliform bacteria, absence of fecal coliform bacteria, and a
heterotrophic plate count of less than 500 colony forming units per milliliter (CFU/mL).
B. EQUIPMENT AND MATERIALS
1. Disinfectant
a. Chlorine product in accordance with NSF/ANSI 60 and approved by state or
local agencies and the City Representative shall be used to disinfect the well.
Chlorine products used shall be recently purchased and delivered on the well
site in original closed containers with original labeling indicating the percentage
of available chlorine. During storage disinfectants shall not be exposed to the
atmosphere or to direct sunlight.
b. Sodium hypochlorite in liquid form shall be used for disinfecting the well and
shall be of such volume and strength to develop a concentration of at least 100
mg/L of chlorine in all parts of the well water plus the borehole volume at the
well screens.
c. Disposable plastic sampling bailers shall be used for the collection and analysis
of groundwater samples. Bailers shall be delivered to the well site in their
original packaging. The bailers shall be removed from their original packaging
just prior to their use.
C. EXECUTION
1. General
a. All materials and tools including sampling bailers and associated hardware shall
be disinfected in the presence of the City Representative prior to being lowered
into the well.
b. CONTRACTOR shall dose the well by adding the chlorine solution into the well
to obtain a minimum concentration of 100 ppm but no greater than 200 ppm.
c. The chlorine solution shall be introduced into the well by placement through a
tremie, double swab tool or nylon brush. Chemicals may be introduced by either
pumping or gravity feed methods and chemicals shall not be poured into the
casing from ground surface. CONTRACTOR shall introduce the chlorine
solution at multiple depth intervals in measured proportional volumes.
Immediately following dosing, the water column shall be thoroughly agitated
using the double swab tool or nylon brush.
d. Following the introduction of chlorine solution into the well, the water in the well
shall be tested by the CONTRACTOR for residual chlorine using a small
sampling bailer. If the residual chlorine concentration is less than 100 ppm,
December 2024 TS-43 TECHNICAL SPECIFICATIONS
steps “b” and “c” shall be repeated. If necessary, additional chlorine solution
may be added to the well. The procedure shall be repeated until the residual
chlorine is at least 100 ppm.
2.18 WELLHEAD COMPLETION
A. GENERAL
1. Upon completion of well disinfection, the CONTRACTOR shall secure the well casing
and all accessory tubing with steel plates welded to the open ends.
2. The conductor casing shall be finished at a height of 0.5 feet above ground surface (ags),
and the well casing, sounding/camera tube, and gravel feed tube shall be finished at a
height of 3-feet ags.
B. EQUIPMENT AND MATERIALS
1. Well Casing and Accessory Tube Covers
a. Steel plates consisting of the same properties as well casing and a minimum of
0.25-inch thick.
b. Threaded caps for camera/sounding tubes and gravel tubes consisting of the
same properties as the tubing.
C. EXECUTION
1. Upon completing the final disinfection, the conductor casing shall be finished to 0.5 feet
ags, and the well casing, sounding/camera tube, and gravel feed tube shall be finished at
3-feet ags.
2. The well casing shall be capped with welded steel plates consisting of the same
properties as the casing and tubing. The cap shall completely cover the opening of the
casing and be sufficiently welded to the entire circumference of each respective pipe
connection to prevent entry into the well by unauthorized personnel and the introduction
of foreign material or contaminating substances.
3. Threaded 3-inch and 4-inch male adapters with threaded caps made of the same
material as the tubing shall be welded to the gravel tube and camera/sounding tube,
respectively, shall be welded to the respective pipes.
2.19 SITE CLEANUP AND RESTORATION
A. GENERAL
1. This item includes final cleanup and restoration activities for the well site to be completed
after well equipping. The cost for site cleanup and restoration shall be incorporated into
the mobilization/demobilization line-item bid.
B. EQUIPMENT AND MATERIALS
1. The Contractor shall provide all equipment and personnel to cleanup and restore the well
site to its original condition.
C. EXECUTION
1. All site cleanup and restoration work will be deemed acceptable upon approval of the
City Representative. Payment for site cleanup will not be made until the site restoration
has been approved by the City Representative. If the site is not accepted, the Contractor
shall make the necessary adjustments to make the site acceptable.
2. Site cleanup and restoration shall include, but not be limited to, complete removal of all
waste materials, rubbish, and debris from and about the well site, as well as all tools,
equipment, tanks, and temporary structures.
December 2024 TS-44 TECHNICAL SPECIFICATIONS
END OF PART
December 2024 TS-45 TECHNICAL SPECIFICATIONS
PART 3 OTHER
3.01 STANDBY
A. GENERAL
1. During the progress of monitoring well construction, it may be necessary for the City to
perform Work that will require the drilling crew and equipment to stand idle. In such an
event, the City will request in writing the Contractor to cease operations and will state the
anticipated extent or duration of the idle period. The Contractor shall promptly cease
operations.
2. Prescribed idle periods that are not covered by Standby time shall include the following:
a. City’s review of borehole geophysical logs
i. Up to 5 days, excluding weekends and major holidays
b. Falling head tests performed by the City Representative
i. Up to 2 hours per test
c. Idle period following placement of neat cement upper annular seal
i. Minimum 24 hours
d. Placement of polymer dispersant for chemical well development
i. Minimum 12 hours
e. Idle time to clarify water column prior to conducting well video camera survey
i. As needed
f. Idle time more than the maximum period specified for a specific work item shall
accrue if specified Contractor obligations have been met and the City exceeds
the specified period through no fault of the Contractor (payment for this idle time
shall be at the unit price bid for Standby Time).
3.02 BOREHOLE ABANDONMENT
A. GENERAL
1. This item includes the abandonment (destruction) of either the borehole (pilot or final) or
new monitoring well. Abandonment hereunder shall include either of two methods:
a. Abandonment due to actions of the Contractor, or
b. Abandonment due to the request of the City.
B. EQUIPMENT AND MATERIALS
1. Sealing Materials
a. Acceptable impervious sealing materials that may be employed in abandonment
procedures include neat cement, sand-cement grout, or equal to be approved by
the City Representative.
i. Sand-cement grout shall be composed of not more than 188 pounds of
sand and one 94-pound sack of Portland cement or Portland-Limestone
cement (2 parts sand to 1-part cement by weight) and with no more than 7
gallons of clean water. This is equivalent to a “10.3-sack mix.” Pozzolan
(“fly ash”) shall not be included in the mix.
ii. A neat cement mixture shall be composed of one 94-pound sack of
Portland cement or Portland-Limestone cement to 5 to 7 gallons of clean
water.
December 2024 TS-46 TECHNICAL SPECIFICATIONS
C. EXECUTION
1. Abandonment Prior to Installation of Well Casing Assembly
a. Abandonment Due to Actions of the Contractor
i. If abandonment of the reamed borehole is, by reason of any actions of the
Contractor, including, but not limited to, such causes as losing tools,
uncontrolled sloughing or caving, incorrect application of drilling fluids
and/or use of lost circulation materials, borehole misalignment, or any
other cause attributed to careless or poor workmanship, the borehole shall
be abandoned in accordance with federal, state, and county requirements,
and local city ordinances. In this event, no payment will be made to the
Contractor for drilling and filling the hole so abandoned, or for mobilization
and demobilization, for this procedure. Contractor shall drill a new hole as
specified by the City.
b. Abandonment at City’s Request
i. If abandonment of the reamed borehole is specifically requested by the
City in writing, including but not limited to such causes as total lack of
potential aquifers, insufficient number of potential aquifers, or
unacceptable water quality, the borehole shall be abandoned in
accordance with federal, state, and county requirements, and local city
ordinances. In this event, the Contractor will be paid for mobilization and
demobilization at this well site, as well as for the footage of drilling
completed. Payment for borehole abandonment, if required, and if
specifically requested by the City, as set forth above, shall be made on a
unit price per linear foot, and shall be considered full compensation for all
time, materials, and equipment required to complete the abandonment.
END OF SECTION
December 2024 TS-47 TECHNICAL SPECIFICATIONS
Table 1. Required Water Quality Analytical Suite
Analyte Description Method Code RL Units
General Mineral and Physical
Turbidity 180.1 0.100 NTU
Color, Apparent 2120B 2.00 Color Units
Alkalinity 2320B 2.00 mg/L
Bicarbonate Alkalinity as CaCO3 2320B 2.00 mg/L
Carbonate Alkalinity as CaCO3 2320B 2.00 mg/L
Hydroxide Alkalinity 2320B 2.00 mg/L
Specific Conductance 2510B 2.00 umhos/cm
Chloride 300_OF_28D_PREC 0.500 mg/L
Sulfate 300_OF_28D_PREC 0.250 mg/L
Nitrate as N 300_OF_48H_PREC 0.0500 mg/L
Nitrate Nitrite as N 300_OF_48H_PREC 0.0500 mg/L
Nitrite as N 300_OF_48H_PREC 0.0500 mg/L
Chloramines, Total 4500_CL_G 0.0500 mg/L
Chlorine, Total 4500_CL_G 0.0500 mg/L
Chlorine, Total Residual 4500_CL_G 0.0500 mg/L
Chlorine dioxide 4500_ClO2_D 0.240 mg/L
Cyanide, Total 4500_CN_F 0.0250 mg/L
Fluoride 4500_F_C 0.0500 mg/L
Odor at 60°C SM2150_Odor_B 1.00 T.O.N.
Alkalinity SM2330B 2.0 mg/L
Ca SM2330B 1.0 mg/L
Corrosivity SM2330B -1.0 LangSU
Langelier Index Sat Source SM2330B -1.0 LangSU
pH of CaCO3 saturation (25C) SM2330B 0.01 SU
pH of CaCO3 saturation (60C) SM2330B 0.01 SU
Total Dissolved Solids SM2330B 10 mg/L
Calcium SM2340B 1.00 mg/L
Calcium hardness as CaCO3 SM2340B 2.50 mg/L
Hardness (as CaCO3) SM2340B 3.00 mg/L
Magnesium SM2340B 0.100 mg/L
Total Dissolved Solids 2540C_Calcd 10.0 mg/L
pH SM4500_H+ 0.01 SU
Methylene Blue Active Substances 5540C 0.100 mg/L
Aggressive Index Agress_Index 0.100 SU
Total Cations Cation_Tot_Calc 0.00100 meq/L
Field pH FieldSampling SU
Field Temperature FieldSampling °C
Langelier Index at 25C Lang_Index_25C -1.0 LangSU
Herbicides (GC)
2,4,5-T 515.4_PREC 0.200 ug/L
December 2024 TS-48 TECHNICAL SPECIFICATIONS
Analyte Description Method Code RL Units
2,4,5-TP (Silvex) 515.4_PREC 0.200 ug/L
2,4-D 515.4_PREC 0.100 ug/L
2,4-DB 515.4_PREC 2.00 ug/L
3,5-Dichlorobenzoic acid 515.4_PREC 0.500 ug/L
Acifluorfen 515.4_PREC 0.200 ug/L
Bentazon 515.4_PREC 0.500 ug/L
Dacthal Acid Metabolites/
Total DCPA Mono & Diacid Degradate 515.4_PREC 0.100 ug/L
Dalapon 515.4_PREC 1.00 ug/L
Dicamba 515.4_PREC 0.100 ug/L
Dichlorprop 515.4_PREC 0.500 ug/L
Dinoseb 515.4_PREC 0.200 ug/L
Pentachlorophenol 515.4_PREC 0.0400 ug/L
Picloram 515.4_PREC 0.100 ug/L
Carbamate Pesticides (HPLC)
3-Hydroxycarbofuran 531.2_PREC 0.500 ug/L
Aldicarb 531.2_PREC 0.500 ug/L
Aldicarb sulfone 531.2_PREC 0.500 ug/L
Aldicarb sulfoxide 531.2_PREC 0.500 ug/L
Baygon 531.2_PREC 0.500 ug/L
Carbaryl 531.2_PREC 0.500 ug/L
Carbofuran 531.2_PREC 0.500 ug/L
Methiocarb 531.2_PREC 0.500 ug/L
Methomyl 531.2_PREC 0.500 ug/L
Oxamyl 531.2_PREC 0.500 ug/L
Organochlorine Pesticides/PCBs (GC)
Alachlor (Alanex) 505_PREC 0.100 ug/L
Aldrin 505_PREC 0.0100 ug/L
Chlordane 505_PREC 0.100 ug/L
Dieldrin 505_PREC 0.0100 ug/L
Endrin 505_PREC 0.0100 ug/L
gamma-BHC (Lindane) 505_PREC 0.0100 ug/L
Heptachlor 505_PREC 0.0100 ug/L
Heptachlor epoxide 505_PREC 0.0100 ug/L
Methoxychlor 505_PREC 0.0500 ug/L
PCB-1016 505_PREC 0.0700 ug/L
PCB-1221 505_PREC 0.100 ug/L
PCB-1232 505_PREC 0.100 ug/L
PCB-1242 505_PREC 0.100 ug/L
PCB-1248 505_PREC 0.100 ug/L
PCB-1254 505_PREC 0.100 ug/L
December 2024 TS-49 TECHNICAL SPECIFICATIONS
Analyte Description Method Code RL Units
PCB-1260 505_PREC 0.0700 ug/L
Polychlorinated biphenyls, Total 505_PREC 0.100 ug/L
Toxaphene 505_PREC 0.500 ug/L
Diquat and Paraquat (HPLC)
Diquat 549.2_PREC 0.400 ug/L
Paraquat 549.2_PREC 2.00 ug/L
Endothall (GC/MS) and Glyphosate (DAI HPLC)
Endothall 548.1_PREC 5.00 ug/L
Glyphosate 547_PREC 6.00 ug/L
Haloacetic Acids (HAAs) (GC)
Bromochloroacetic acid SM6251B 1.00 ug/L
Dibromoacetic acid SM6251B 1.00 ug/L
Dichloroacetic acid SM6251B 1.00 ug/L
Monobromoacetic acid SM6251B 1.00 ug/L
Monochloroacetic acid SM6251B 2.00 ug/L
Trichloroacetic acid SM6251B 1.00 ug/L
Metals (ICP)
Boron 200.7_SDWA 0.0500 mg/L
Calcium 200.7_SDWA 1.00 mg/L
Iron 200.7_SDWA 0.0100 mg/L
Magnesium 200.7_SDWA 0.100 mg/L
Potassium 200.7_SDWA 1.00 mg/L
Sodium 200.7_SDWA 1.00 mg/L
Metals (ICP/MS)
Aluminum 200.8_SDWA 20.0 ug/L
Antimony 200.8_SDWA 1.00 ug/L
Arsenic 200.8_SDWA 1.00 ug/L
Barium 200.8_SDWA 2.00 ug/L
Beryllium 200.8_SDWA 1.00 ug/L
Cadmium 200.8_SDWA 0.500 ug/L
Chromium 200.8_SDWA 1.00 ug/L
Copper 200.8_SDWA 2.00 ug/L
Lead 200.8_SDWA 0.500 ug/L
Manganese 200.8_SDWA 2.00 ug/L
Mercury 200.8_SDWA 0.200 ug/l
Nickel 200.8_SDWA 5.00 ug/L
Selenium 200.8_SDWA 5.00 ug/L
Silver 200.8_SDWA 0.500 ug/L
Thallium 200.8_SDWA 1.00 ug/L
Uranium 200.8_SDWA 1.00 ug/L
Zinc 200.8_SDWA 20.0 ug/L
December 2024 TS-50 TECHNICAL SPECIFICATIONS
Analyte Description Method Code RL Units
Perchlorate (LC/MS/MS)
Perchlorate 331.0_PREC 500 ng/L
Semivolatile Organic Compounds (GC/MS)
2,4-Dinitrotoluene 525.2_PREC 0.100 ug/L
2,6-Dinitrotoluene 525.2_PREC 0.100 ug/L
4,4'-DDD 525.2_PREC 0.100 ug/L
4,4'-DDE 525.2_PREC 0.100 ug/L
4,4'-DDT 525.2_PREC 0.100 ug/L
Acenaphthene 525.2_PREC 0.100 ug/L
Acenaphthylene 525.2_PREC 0.100 ug/L
Acetochlor 525.2_PREC 0.100 ug/L
Alachlor (Alanex) 525.2_PREC 0.0500 ug/L
alpha-BHC 525.2_PREC 0.100 ug/L
alpha-Chlordane 525.2_PREC 0.0500 ug/L
Anthracene 525.2_PREC 0.0200 ug/L
Atrazine 525.2_PREC 0.0500 ug/L
Benz(a)anthracene 525.2_PREC 0.0500 ug/L
Benzo[a]pyrene 525.2_PREC 0.0200 ug/L
Benzo[b]fluoranthene 525.2_PREC 0.0200 ug/L
Benzo[g,h,i]perylene 525.2_PREC 0.0500 ug/L
Benzo[k]fluoranthene 525.2_PREC 0.0200 ug/L
beta-BHC 525.2_PREC 0.100 ug/L
Bromacil 525.2_PREC 0.100 ug/L
Butachlor 525.2_PREC 0.0500 ug/L
Butylbenzylphthalate 525.2_PREC 0.500 ug/L
Caffeine 525.2_PREC 0.0500 ug/L
Chlorobenzilate 525.2_PREC 0.100 ug/L
Chloroneb 525.2_PREC 0.100 ug/L
Chlorothalonil (Draconil, Bravo) 525.2_PREC 0.100 ug/L
Chlorpyrifos 525.2_PREC 0.0500 ug/L
Chrysene 525.2_PREC 0.0200 ug/L
delta-BHC 525.2_PREC 0.100 ug/L
Di (2-ethylhexyl)phthalate 525.2_PREC 0.600 ug/L
Di(2-ethylhexyl)adipate 525.2_PREC 0.600 ug/L
Diazinon (Qualitative) 525.2_PREC 0.100 ug/L
Dibenz(a,h)anthracene 525.2_PREC 0.0500 ug/L
Diclorvos (DDVP) 525.2_PREC 0.0500 ug/L
Dieldrin 525.2_PREC 0.200 ug/L
Diethyl phthalate 525.2_PREC 0.500 ug/L
Dimethoate 525.2_PREC 0.100 ug/L
Dimethylphthalate 525.2_PREC 0.500 ug/L
December 2024 TS-51 TECHNICAL SPECIFICATIONS
Analyte Description Method Code RL Units
Di-n-butyl phthalate 525.2_PREC 1.00 ug/L
Di-n-octyl phthalate 525.2_PREC 0.100 ug/L
Endosulfan I (Alpha) 525.2_PREC 0.100 ug/L
Endosulfan II (Beta) 525.2_PREC 0.100 ug/L
Endosulfan sulfate 525.2_PREC 0.100 ug/L
Endrin 525.2_PREC 0.100 ug/L
Endrin aldehyde 525.2_PREC 0.100 ug/L
EPTC 525.2_PREC 0.100 ug/L
Fluoranthene 525.2_PREC 0.100 ug/L
Fluorene 525.2_PREC 0.0500 ug/L
gamma-BHC (Lindane) 525.2_PREC 0.0400 ug/L
gamma-Chlordane 525.2_PREC 0.0500 ug/L
Heptachlor 525.2_PREC 0.0400 ug/L
Heptachlor epoxide 525.2_PREC 0.0500 ug/L
Hexachlorobenzene 525.2_PREC 0.0500 ug/L
Hexachlorocyclopentadiene 525.2_PREC 0.0500 ug/L
Indeno[1,2,3-cd]pyrene 525.2_PREC 0.0500 ug/L
Isophorone 525.2_PREC 0.500 ug/L
Malathion 525.2_PREC 0.100 ug/L
Methoxychlor 525.2_PREC 0.100 ug/L
Metolachlor 525.2_PREC 0.0500 ug/L
Metribuzin 525.2_PREC 0.0500 ug/L
Molinate 525.2_PREC 0.100 ug/L
Naphthalene 525.2_PREC 0.300 ug/L
Parathion 525.2_PREC 0.100 ug/L
Pendimethalin (Penoxaline) 525.2_PREC 0.100 ug/L
Permethrin A 525.2_PREC 0.100 ug/L
Permethrin B 525.2_PREC 0.100 ug/L
Phenanthrene 525.2_PREC 0.0400 ug/L
Propachlor 525.2_PREC 0.0500 ug/L
Pyrene 525.2_PREC 0.0500 ug/L
Simazine 525.2_PREC 0.0500 ug/L
Terbacil 525.2_PREC 0.100 ug/L
Terbuthylazine 525.2_PREC 0.100 ug/L
Thiobencarb 525.2_PREC 0.200 ug/L
Total Permethrin (mixed isomers) 525.2_PREC 0.200 ug/L
trans-Nonachlor 525.2_PREC 0.0500 ug/L
Trifluralin 525.2_PREC 0.100 ug/L
TCDD (GC/MS/MS)
2,3,7,8-TCDD 1613B_IDA 5.00 pg/L
Total Haloacetic Acids (GC)
December 2024 TS-52 TECHNICAL SPECIFICATIONS
Analyte Description Method Code RL Units
Dibromoacetic acid SM6251B_THA_SUM 1.00 ug/L
Dichloroacetic acid SM6251B_THA_SUM 1.00 ug/L
Monobromoacetic acid SM6251B_THA_SUM 1.00 ug/L
Monochloroacetic acid SM6251B_THA_SUM 2.00 ug/L
Total Haloacetic Acids 5 SM6251B_THA_SUM 2.00 ug/L
Trichloroacetic acid SM6251B_THA_SUM 1.00 ug/L
Total Trihalomethanes
Bromodichloromethane 524.2_TTHM_Sum 0.500 ug/L
Bromoform 524.2_TTHM_Sum 0.500 ug/L
Chloroform 524.2_TTHM_Sum 0.500 ug/L
Dibromochloromethane 524.2_TTHM_Sum 0.500 ug/L
Trihalomethanes, Total 524.2_TTHM_Sum 0.500 ug/L
EDP-DBCP
1,2-Dibromoethane 504.1 0.0100 ug/L
1,2-Dibromo-3-Chloropropane 504.1 0.0100 ug/L
Volatile Organic Compounds (GC/MS)
1,1,1,2-Tetrachloroethane 524.2_Pres_PREC 0.500 ug/L
1,1,1-Trichloroethane 524.2_Pres_PREC 0.500 ug/L
1,1,2,2-Tetrachloroethane 524.2_Pres_PREC 0.500 ug/L
1,1,2-Trichloroethane 524.2_Pres_PREC 0.500 ug/L
1,1-Dichlorethylene 524.2_Pres_PREC 0.500 ug/L
1,1-Dichloroethane 524.2_Pres_PREC 0.500 ug/L
1,1-Dichloropropene 524.2_Pres_PREC 0.500 ug/L
1,2,3-Trichlorobenzene 524.2_Pres_PREC 0.500 ug/L
1,2,3-Trichloropropane 524.2_Pres_PREC 0.500 ug/L
1,2,4-Trichlorobenzene 524.2_Pres_PREC 0.500 ug/L
1,2,4-Trimethylbenzene 524.2_Pres_PREC 0.500 ug/L
1,2-Dichloroethane 524.2_Pres_PREC 0.500 ug/L
1,2-Dichloropropane 524.2_Pres_PREC 0.500 ug/L
1,3,5-Trichlorobenzene 524.2_Pres_PREC 0.500 ug/L
1,3-Dichloropropane 524.2_Pres_PREC 0.500 ug/L
1,3-Dichloropropene, Total 524.2_Pres_PREC 0.500 ug/L
2,2-Dichloropropane 524.2_Pres_PREC 0.500 ug/L
2-Butanone (MEK) 524.2_Pres_PREC 5.00 ug/L
4-Methyl-2-pentanone (MIBK) 524.2_Pres_PREC 5.00 ug/L
Benzene 524.2_Pres_PREC 0.500 ug/L
Bromobenzene 524.2_Pres_PREC 0.500 ug/L
Bromochloromethane 524.2_Pres_PREC 0.500 ug/L
Bromodichloromethane 524.2_Pres_PREC 0.500 ug/L
Bromoethane 524.2_Pres_PREC 0.500 ug/L
Bromoform 524.2_Pres_PREC 0.500 ug/L
December 2024 TS-53 TECHNICAL SPECIFICATIONS
Analyte Description Method Code RL Units
Bromomethane (Methyl Bromide) 524.2_Pres_PREC 0.500 ug/L
Carbon disulfide 524.2_Pres_PREC 0.500 ug/L
Carbon tetrachloride 524.2_Pres_PREC 0.500 ug/L
Chlorobenzene 524.2_Pres_PREC 0.500 ug/L
Chloroethane 524.2_Pres_PREC 0.500 ug/L
Chloroform 524.2_Pres_PREC 0.500 ug/L
Chloromethane (methyl chloride) 524.2_Pres_PREC 0.500 ug/L
cis-1,2-Dichloroethylene 524.2_Pres_PREC 0.500 ug/L
cis-1,3-Dichloropropene 524.2_Pres_PREC 0.500 ug/L
Dibromochloromethane 524.2_Pres_PREC 0.500 ug/L
Dibromomethane 524.2_Pres_PREC 0.500 ug/L
Dichlorodifluoromethane 524.2_Pres_PREC 0.500 ug/L
Dichloromethane 524.2_Pres_PREC 0.500 ug/L
Diisopropyl ether 524.2_Pres_PREC 3.00 ug/L
Ethylbenzene 524.2_Pres_PREC 0.500 ug/L
Hexachlorobutadiene 524.2_Pres_PREC 0.500 ug/L
Isopropylbenzene 524.2_Pres_PREC 0.500 ug/L
m,p-Xylenes 524.2_Pres_PREC 0.500 ug/L
m-Dichlorobenzene (1,3-DCB) 524.2_Pres_PREC 0.500 ug/L
Methyl-tert-butyl Ether (MTBE) 524.2_Pres_PREC 0.500 ug/L
Naphthalene 524.2_Pres_PREC 0.500 ug/L
n-Butylbenzene 524.2_Pres_PREC 0.500 ug/L
N-Propylbenzene 524.2_Pres_PREC 0.500 ug/L
o-Chlorotoluene 524.2_Pres_PREC 0.500 ug/L
o-Dichlorobenzene (1,2-DCB) 524.2_Pres_PREC 0.500 ug/L
o-Xylene 524.2_Pres_PREC 0.500 ug/L
p-Chlorotoluene 524.2_Pres_PREC 0.500 ug/L
p-Dichlorobenzene (1,4-DCB) 524.2_Pres_PREC 0.500 ug/L
p-Isopropyltoluene 524.2_Pres_PREC 0.500 ug/L
sec-Butylbenzene 524.2_Pres_PREC 0.500 ug/L
Styrene 524.2_Pres_PREC 0.500 ug/L
Tert-amyl methyl ether 524.2_Pres_PREC 3.00 ug/L
Tert-butyl ethyl ether 524.2_Pres_PREC 3.00 ug/L
tert-Butylbenzene 524.2_Pres_PREC 0.500 ug/L
Tetrachloroethene (PCE) 524.2_Pres_PREC 0.500 ug/L
Toluene 524.2_Pres_PREC 0.500 ug/L
trans-1,2-Dichloroethylene 524.2_Pres_PREC 0.500 ug/L
trans-1,3-Dichloropropene 524.2_Pres_PREC 0.500 ug/L
Trichloroethylene (TCE) 524.2_Pres_PREC 0.500 ug/L
Trichlorofluoromethane (Freon 11) 524.2_Pres_PREC 0.500 ug/L
Trichlorotrifluoroethane 524.2_Pres_PREC 0.500 ug/L
December 2024 TS-54 TECHNICAL SPECIFICATIONS
Analyte Description Method Code RL Units
Vinyl Chloride (VC) 524.2_Pres_PREC 0.300 ug/L
Xylenes, Total 524.2_Pres_PREC 0.500 ug/L
Radionuclides
Gross Alpha 900.0 3.00 pCi/L
Gross Beta 900.0 4.00 pCi/L
Radium 226 903.0 1.00 pCi/L
Radium 228 904.0 1.00 pCi/L
Strontium-90 905 3.00 pCi/L
Tritium 906.0 1000 pCi/L
Perfluorinated Compounds
Perfluorooctanoic Acid (PFOA) 537.1 2.00 ng/L
Perfluorooctanesulfonic Acid (PFOS) 537.1 2.00 ng/L
Perfluorohexane Sulfonate (PFHxS) 537.1 2.00 ng/L
Perfluorobutane Sulfonate (PFBS) 537.1 2.00 ng/L
Hexafluoropropylene Oxide Dimer Acid
(GenX; HFPO-DA)
537.1 2.00 ng/L
Perfluorononanoic Acid (PFNA) 537.1 2.00 ng/L
Notes:
μg/L = microgram(s) per liter
μmhos/cm = micromho(s) per centimeter
CaCO3 = calcium carbonate
mg/L = milligram(s) per liter, equivalent to ppm
N = nitrogen
ng/L = nanograms per liter
NTU = nephelometric turbidity unit(s)
pCi/L = picocuries per liter
T.O.N. = Threshold Odor Number
APPROVED BY
Miguel A. Barcenas, Deputy Director R.C.E. C67700 Approved
Date
[MO DAY, YEAR]
Reference Documents:
City Standard Specifications - August 2020 Edition
City Engineering Standards - August 2020 Edition
1. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR OR PERMITTEE TO CONTACT
"UNDERGROUND SERVICE ALERT OF NORTHERN CALIFORNIA" BY PHONE AT 8-1-1
FORTY-EIGHT (48) HOURS PRIOR TO START OF CONSTRUCTION FOR LOCATION OF POWER,
TELEPHONE, OIL AND NATURAL GAS UNDERGROUND FACILITIES. CONTRACTOR OR
PERMITTEE SHALL ALSO CONTACT THE APPROPRIATE AGENCY FOR THE LOCATION OF
CABLE T.V., WATER, SEWER, DRAINAGE OR UNDERGROUND FACILITIES.
2. THE CONTRACTOR SHALL POSSESS CLASS A OR C-57 LICENSE AT THE TIME OF BID
OPENING.
3. CONTRACTOR SHALL VERIFY DEPTH, LOCATION, SIZE AND MATERIAL OF PIPE AT ALL
TIE-INS AND CROSSINGS PRIOR TO LAYING PIPE. ALIGNMENTS AND GRADES SHALL BE
ADJUSTED AS NEEDED BASED ON THE FINDINGS. CONTRACTOR SHALL PROVIDE ALL THE
NECESSARY PIPE, FITTINGS, AND ADAPTERS AS NEEDED TO ACCOMPLISH THE PIPE RUNS.
4. CONTRACTOR TO PROCEED WITH CAUTION WHEN TRENCHING AND SHALL HAVE ALL
NECESSARY MATERIALS ON HAND TO REPAIR EXISTING UTILITY LINES IF DAMAGED.
CONTRACTOR SHALL FIELD VERIFY DEPTHS OF PROPOSED PIPE RUNS TO AVOID
CROSSING CONFLICTS.
5. THE CONTRACTOR MUST PROVIDE SHORING AS NECESSARY TO PREVENT MOVEMENT OF
THE EXISTING UTILITIES. ANY MATERIAL THAT FALLS INTO THE TRENCH FROM THE
SURROUNDING AREA SHALL BE REPLACED AT THE CONTRACTOR'S EXPENSE.
6. TIE OUT CENTERLINE MONUMENTS BEFORE WORK AND REPLACE IF DISTURBED IN
ACCORDANCE WITH THE LAND SURVEYORS ACT, AND SECTION 5-1.36E, REPLACE
MONUMENT AND WELL PER ENGINEERING STANDARD 9020. (NO MONUMENTS TO BE
DISTURBED)
7. THE CONTRACTOR MUST REPLACE ALL PAVEMENT STRIPES, MARKINGS, AND MARKERS
DISTURBED DURING CONSTRUCTION. ALL PAVEMENT STRIPES AND MARKINGS WITHIN 5
FEET OF THE DISTURBED AREA MUSH BE REPLACED. ALL STRIPING IS PER STATE
STANDARD PLANS AND PER ENGINEERING STANDARD SPECIFICATION 84-1.01A.
8. ALL PIPE LENGTHS ARE APPROXIMATE. THE CONTRACTOR IS RESPONSIBLE FOR
VERIFYING ALL PIPE LENGTHS.
9. NOT ALL IMPROVEMENTS WITHIN PRIVATE PROPERTIES ARE SHOWN. UPON COMPLETION
OF WORK WITHIN PRIVATE PROPERTIES, THE CONTRACTOR MUST RESTORE PRIVATE
PROPERTY IMPROVEMENTS TO THE SAME CONDITION BEFORE THE START OF
CONSTRUCTION.
10. ALL IMPROVEMENTS WITHIN CALTRANS RIGHT-OF-WAY MUST COMPLY WITH THE
REQUIREMENTS OF THE ENCROACHMENT PERMITS SET IN PLACE FOR THESE PUBLIC
IMPROVEMENTS.
11. THE EXISTENCE AND LOCATION OF ANY UNDERGROUND UTILITY PIPES OR STRUCTURES
SHOWN ON THESE PLANS ARE BASED ON A SEARCH OF THE AVAILABLE RECORDS. UTILITY
SURFACE FEATURES ARE BASED ON FIELD OBSERVATION. THE CONTRACTOR SHALL TAKE
DUE PRECAUTIONARY MEASURES TO PROTECT ALL UTILITY LINES, SHOWN OR NOT SHOWN
ON THESE PLANS.
12. ALL WORK SHALL BE CONSTRUCTED IN ACCORDANCE WITH THE STANDARD PLANS AND
SPECIFICATIONS FOR CITY OF SAN LUIS OBISPO, THE STANDARD SPECIFICATIONS FOR
PUBLIC WORKS CONSTRUCTION (LATEST EDITION), AMERICAN WATER WORKS
ASSOCIATION STANDARDS, STATE WATER RESOURCES CONTROL BOARD DIVISION OF
DRINKING WATER REQUIREMENTS, CALIFORNIA WELL STANDARDS, PROJECT PLANS,
SPECIFICATIONS, AND CONTRACT DOCUMENTS. THE CONTRACTOR SHALL KEEP A COPY OF
THIS INFORMATION ON THE JOB SITE.
13. PUBLIC AND/OR PRIVATE IMPROVEMENTS TO BE PROTECTED IN PLACE ARE NOT LIMITED
TO THOSE SPECIFICALLY CALLED OUT ON THE PLANS. ALL EXISTING IMPROVEMENTS
WHICH ARE NOT IDENTIFIED FOR REMOVAL AND/OR RECONSTRUCTION ON THE PLANS
AND/OR SPECIFICATIONS SHALL BE PROTECTED IN PLACE AT THE CONTRACTOR'S
EXPENSE.
14. TRAFFIC AND ACCESS TO PRIVATE/COMMERCIAL PROPERTIES AND RESIDENTIAL TRACTS
SHALL BE MAINTAINED AT ALL TIMES DURING CONSTRUCTION. CONTRACTOR SHALL
INFORM ALL PROPERTY OWNERS OR BUSINESSES A MINIMUM OF 48-HOURS PRIOR TO
PERFORMING ANY CONSTRUCTION WHICH WILL IMPEDE NORMAL ACCESS TO THEIR
PROPERTY.
15. WORK SHOWN OR INDICATED ON THESE PLANS, OR CALLED FOR IN THE SPECIFICATIONS,
BUT NOT INCLUDED AS PAY QUANTITY ITEMS, SHALL BE INCLUDED IN THE CONTRACTOR'S
BID FOR PAY QUANTITY ITEMS.
16. ALL EXCESS EXCAVATED SOIL AND MATERIALS TO BE REMOVED AND DISPOSED OF SHALL
BE DONE IN A PROPER AND LEGAL MANNER BY THE CONTRACTOR. ALL DISTURBED
SURFACE AREAS SHALL BE SHAPED TO FACILITATE DRAINAGE AND AVOID PONDING AND
SHALL BE RESTORED TO NEAR NATURAL OR PRE-CONSTRUCTION CONDITIONS.
17. THE CONTRACTOR SHALL IDENTIFY AND OBTAIN ALL NECESSARY LICENSES AND PERMITS
IN ACCORDANCE WITH THE LAWS AND REGULATIONS GOVERNING THE WORK. ANY
INFORMATION ABOUT SPECIFIC LICENSES OR PERMITS PROVIDED HEREIN IS FOR
INFORMATIONAL PURPOSES AND DOES NOT RELIEVE THE CONTRACTOR OF THIS
OBLIGATION.
index to plans
sheet no.description
general notes:
datum:
san luis obispo county, california
BOB JONES TRAIL
GROUNDWATER WELL DRILLING,
CONSTRUCTION AND TESTING
(PACKET 2)
1 TITLE, SHEET INDEX, AND LOCATION MAPS
2 OVERALL SITE PLAN
3 SITE PLAN
4 DETAILS 1
5 DETAILS 2
APPROVED BY
SPECIFICATION NO.DATE
of
SHEET
Brian A. Nelson, City Engineer R.C.E. C79870 Approved Date
5DECEMBER 2024
2091506 1FILE NO./LOCATION
[MO DAY, YEAR]
CONTRACTOR AGREES TO ASSUME SOLE AND COMPLETE RESPONSIBILITY FOR JOB SITE
CONDITIONS: DURING THE COURSE OF CONSTRUCTION OF THIS PROJECT, INCLUDING
SAFETY OF ALL PERSONS AND PROPERTY, THAT THIS REQUIREMENT SHALL APPLY
CONTINUOUSLY AND NOT BE LIMITED TO NORMAL WORKING HOURS.
note to contractor:
BENCH MARKS
THE FOLLOWING CITY OF SAN LUIS OBISPO BENCH MARKS WERE USED
TO ESTABLISH ELEVATIONS FOR THIS PROJECT:
SLO BM 39 ELEV: 109.09 (NAVD88)
> DESCRIBED AS L&T AT B.C.R. AT THE N.E.C. OF LOS OSOS
VALLEY ROAD & AUTOPARK WAY.
SLO BM 53 ELEV: 134.37 (NAVD88)
> DESCRIBED AS L&T AT B.C.R. AT THE N.E.C. OF PRADO RD &
ELKS LANE.
S
COCOS
S
COCOS COSCOS S COCOS
SOCOSCOS COCOS
S
S
SCOCOCOCOSCOS
COCOCOS COS
SSCOCOSSCO
COCOCOCOCOCOCOSCOCOSCO COS
SCOCOSCOCOCOCOCOCOCOSCOS
COCOCOCOCOCOCOS
SCOCOSSCOS
COCOCOSCOCOCOCOCOCOCOCOCOSCOCOCOS
S SCOSCOCOCOSSCOS
S
S
COS
S
S
S
COS
S
COCOSCOCOCOCOCOCOCOS
SCOS
COVLV
VLV
V
LV
VLV VLVVLV VLVVLVVLVVLV
VLVVLVVLV
VLV VLVVLVVLV
V
LV VLVVLVV
LVVLVVLVVLVVLV VLV
VLV VLV VLVVLVVLV VLV
VLV
VLV
VLV VLV
VLVVLV
VLV
VLVVLV
VLV
VLV VLVVLV VLVV
LV
VLV
VLV
VLV
VLVVLV
VLV
V
LV
VLV
VLVVLV
V
LV
VLVVLVVLV
S
S
VLVVLV
VLVCOS
SVLVVLVWWCO COS
S SSCOS
S
S
COWMWMWMARVARVCOMMDIDIDIDIDIDIDIDIDIDIDIDIDIDIDIDIDIDIDIDIDIDICOMMTRANSFORMERCITY SPECIFICATION NO.
DATE:PROJECT TITLE:SHEET TITLE:of
SHEET NO.
DESIGNED BY:
DRAWN BY:
CHECKED BY:
APPROVED BY:
SCALE:
PLAN FILE NO. / LOCATIONPCE - ROUND 3 PROP 1 IMPLEMENTATIONWELL AND TREATMENT DESIGNPBK
MAH
RGN
DECEMBER 2024
MJH
MJH
___
1"=160'
_BOB JONES TRAIL WELLOVERALL SITE PLAN52
CITY SPECIFICATION NO.
DATE:PROJECT TITLE:SHEET TITLE:of
SHEET NO.
DESIGNED BY:
DRAWN BY:
CHECKED BY:
APPROVED BY:
SCALE:
PLAN FILE NO. / LOCATIONPCE - ROUND 3 PROP 1 IMPLEMENTATIONWELL AND TREATMENT DESIGNPBK
MAH
RGN
DECEMBER 2024
MJH
MJH
___
1"=50'
_BOB JONES TRAIL WELLSITE PLAN53
CITY SPECIFICATION NO.
DATE:PROJECT TITLE:SHEET TITLE:of
SHEET NO.
DESIGNED BY:
DRAWN BY:
CHECKED BY:
APPROVED BY:
SCALE:
PLAN FILE NO. / LOCATIONPCE - ROUND 3 PROP 1 IMPLEMENTATIONWELL AND TREATMENT DESIGNPBK
MAH
RGN
DECEMBER 2024
MJH
MJH
___
AS NOTED
_BOB JONES TRAIL WELLDETAILS 154
CITY SPECIFICATION NO.
DATE:PROJECT TITLE:SHEET TITLE:of
SHEET NO.
DESIGNED BY:
DRAWN BY:
CHECKED BY:
APPROVED BY:
SCALE:
PLAN FILE NO. / LOCATIONPCE - ROUND 3 PROP 1 IMPLEMENTATIONWELL AND TREATMENT DESIGNPBK
MAH
RGN
DECEMBER 2024
MJH
MJH
___
AS NOTED
_BOB JONES TRAIL WELLDETAILS 255
December 2024 TS-57 TECHNICAL SPECIFICATIONS
APPENDIX F
Temporary Stormwater Pollution Control
City of San Luis Obispo
Bob Jones Trail Groundwater Well Drilling, Construction and Testing (Packet 2)
Temporary Storm Water Pollution Control
APPENDIX F
TEMPORARY STORM WATER POLLUTION CONTROL
PART 1 - GENERAL
1.1 SUMMARY
A. This section describes work necessary by the Contractor to allow the City to comply with the
current National Pollutant Discharge Elimination System (NPDES) General Permit for Storm
Water Discharges Associated with Construction and Land Disturbance Activities – California
State Water Resources Control Board (SWRCB) Order No. 2009-0009-DWQ as variously
amended most recently by Order No. 2012-0006-DWQ (General Permit) for discharges of
storm water associated with construction activities. Specifically, this includes the
development and implementation of a Storm Water Pollution Prevention Plan (SWPPP) and
uploading Permit Registration Documents (PRDs) and monitoring reports to the State’s Storm
Water Multiple Application and Report Tracking System (SMARTS). The work must reflect
the Contractor's experience, resources, and capabilities in determining and meeting the
requirements of the General Permit.
B. Disposal of water used for well development is not part of the work under this section (see
Technical Specifications for Well Drilling, Construction, Development and Testing.
1.2 REFERENCES
A. National Pollutant Discharge Elimination System (NPDES) General Permit for Storm Water
Discharges Associated with Construction and Land Disturbance Activities – California State
Water Resources Control Board (SWRCB) Order No. 2009-0009-DWQ as variously amended
most recently by Order No. 2012-0006-DWQ (herein referred to as “General Permit”)
1.3 DEFINITIONS/ ABBREVIATIONS
A. BMP: Best Management Practice
B. CSMP: Construction Site Monitoring Program
C. LRP: Legally Responsible Person
D. NOI: Notice of Intent (to Discharge)
E. NOT: Notice of Termination
F. PRDs: Permit Registration Documents
G. QSD: Qualified SWPPP Developer
H. QSP: Qualified SWPPP Practitioner
I. REAP: Rain Event Action Plan
J. RWQCB: Regional Water Quality Control Board
K. SMARTS: Storm Water Multiple Application and Report Tracking System
L. SWPPP: Stormwater Pollution Prevention Plan
M. SWRCB: State Water Resources Control Board
N. WDID#: Waste Discharge Identification Number
City of San Luis Obispo
Bob Jones Trail Groundwater Well Drilling, Construction and Testing (Packet 2)
Temporary Storm Water Pollution Control
1.4 SUBMITTALS
A. Section 5 of City Standards - Submittal Procedures: Requirements for submittals.
B. Submit all reporting and monitoring forms and data required by the SWPPP and General
Permit for review by the City and uploading to SMARTS.
C. Prior to starting work, submit the following:
1. The name and qualifications of the QSD, and QSP.
2. Complete PRDs including, but not limited to, the NOI, SWPPP, Risk Determination, and
CSMP for review by City. Upon City’s approval of the submittal, Contractor shall be
responsible for uploading the PRDs to SMARTS. Contractor shall notify LRP within 8
hours of successfully uploading of the PRDs.
3. Dewatering Plan
D. BMP Status Report
1. Upon completion of construction, Contractor must submit the NOT and supporting
documentation for review by the City. Upon approval of the submittal, Contractor is
responsible for uploading the NOT to SMARTS. Contractor shall notify LRP within 8
hours of successfully uploading of the NOT.
1.5 GENERAL CONSTRUCTION ACTIVITY STORM WATER PERMIT
A. The Contractor shall read and be familiar with all requirements contained in the General
Permit necessary to develop and implement a SWPPP.
B. The Contractor shall note that compliance with the requirements contained in the General
Permit may require the use of erosion and sedimentation control procedures outside the limits
of immediate construction activity.
1.6 NOTICE OF INTENT
A. The General Permit requires the City to file a Notice of Intent (NOI) with the SWRCB. The
City will file an NOI and obtain a WDID# for inclusion by the Contractor in the SWPPP.
PART 2 - PRODUCTS
A. Products used for Water Pollution Control shall be described in the Contractor’s prepared
SWPPP, subject to review and approval by the Engineer.
PART 3 - EXECUTION
3.1 GENERAL
A. The Project is expected to disturb more than 1 acre, and the Contractor will be required to
comply with all conditions and requirements of the General Permit including but not limited to
monitoring, testing and reporting.
City of San Luis Obispo
Bob Jones Trail Groundwater Well Drilling, Construction and Testing (Packet 2)
Temporary Storm Water Pollution Control
B. Develop and submit the SWPPP and dewatering plan for acceptance by the City prior to
commencement of construction activities.
C. The Contractor shall be responsible for the compliance of his personnel and subcontractors
with the SWPPP and for cooperation with the City in monitoring the work.
D. Keep the SWPPP on site during construction activity. Make available upon request of a
representative of the RWQCB and/or other regulatory agency.
E. Amend the SWPPP whenever there is a change in construction or operations which may affect
the discharge of significant quantities of pollutants to surface waters, groundwaters, or a
municipal storm sewer system.
3.2 STORM WATER POLLUTION PREVENTION PLAN
A. The SWPPP shall provide a description of potential sources which are likely to add significant
quantities of pollutants to storm water discharges or which may result in nonstorm water
discharges from the construction site. A description of the items required to be included in the
SWPPP is included in the General Permit.
B. Preparation of the SWPPP shall be the Contractor’s responsibility. The SWPPP shall be
prepared by a qualified individual in conformance with applicable state law and the General
Permit.
3.3 DUTY TO COMPLY
A. The Contractor shall comply with all conditions identified in the General Permit and the
SWPPP. Nonadherence with the conditions specified in the General Permit may constitute a
violation of the Clean Water Act and the Porter-Cologne Water Quality Control Act and may
be grounds for enforcement action by the RWQCB.
B. The Contractor shall take all reasonable steps to minimize or prevent any discharge in
violation of the General Permit.
3.4 COMPLIANCE CERTIFICATION
A. An officer or other authorized representative of the Contractor shall certify in writing to the
City annually and at the completion of construction, if it occurs before the next annual report
that its construction activity is and has been in compliance or has been modified to comply
with the requirements of the General Permit and the SWPPP.
B. If the Contractor determines that they cannot certify compliance with any of the General
Permit and SWPPP requirements, they shall notify the City immediately. The notification
shall identify the type of noncompliance, describe the actions necessary to achieve
compliance, and include a time schedule when compliance will be achieved. Each
noncompliance notification to the City shall be submitted within 24 hours of identification of
the event by the Contractor.
City of San Luis Obispo
Bob Jones Trail Groundwater Well Drilling, Construction and Testing (Packet 2)
Temporary Storm Water Pollution Control
END OF SECTION