bid no. pw-1623-10014.d contract specifications for - City of ...

71
PURCHASING DEPARTMENT 33 East Broadway Ave., Ste 106 Meridian, ID 83642 Phone: (208) 888-4433 x416 Fax: (208) 887-4813 INVITATION FOR BID PUBLIC WORKS CONSTRUCTION BID NO. PW-1623-10014.D CONTRACT SPECIFICATIONS FOR: WELL 32 TEST WELL - CONSTRUCTION BIDS MUST BE RECEIVED PRIOR TO 2:30 P.M. APRIL 8, 2016 DELIVER TO: CITY OF MERIDIAN, PURCHASING DEPARTMENT 33 EAST BROADWAY AVE., STE 106 MERIDIAN, ID 83642 Pre-Bid Meeting/Walk Through March 30, 2016 1:30 p.m. Attendance is strongly encouraged. Well 32 Site – west of intersection of Meridian Road and W Harris St. Prepared by Kathy Wanner NAME AND ADDRESS OF VENDOR SUBMITTING BID BUSINESS NAME: ADDRESS: . DATE:_____________________________ . . . . IDAHO CONTRACTORS LICENSE NO. . . IDAHO PUBLIC WORKS CONTRACTORS LICENSE NO. . Please submit this page with your bid documents.

Transcript of bid no. pw-1623-10014.d contract specifications for - City of ...

PURCHASING DEPARTMENT 33 East Broadway Ave., Ste 106

Meridian, ID 83642 Phone: (208) 888-4433 x416

Fax: (208) 887-4813

INVITATION FOR BID PUBLIC WORKS CONSTRUCTION

BID NO. PW-1623-10014.D

CONTRACT SPECIFICATIONS FOR: WELL 32 TEST WELL - CONSTRUCTION

BIDS MUST BE RECEIVED PRIOR TO 2:30 P.M.

APRIL 8, 2016

DELIVER TO: CITY OF MERIDIAN, PURCHASING DEPARTMENT 33 EAST BROADWAY AVE., STE 106

MERIDIAN, ID 83642 Pre-Bid Meeting/Walk Through March 30, 2016 1:30 p.m. Attendance is strongly encouraged. Well 32 Site – west of intersection of Meridian Road and W Harris St.

Prepared by Kathy Wanner NAME AND ADDRESS OF VENDOR SUBMITTING BID

BUSINESS NAME: ADDRESS: . DATE:_____________________________ . . . . IDAHO CONTRACTORS LICENSE NO. . . IDAHO PUBLIC WORKS CONTRACTORS LICENSE NO. .

Please submit this page with your bid documents.

INVITATION FOR BID

CITY OF MERIDIAN Meridian, Idaho 83642

PROJECT # PW-1623-10014.D

TABLE OF CONTENTS

________________

Cover Sheet/Table of Contents ........................................................ 2

General Information and Instructions to Bidders .............................. 3 Bid Form ......................................................................................... 8 List of Subcontractors (Exhibit A) ................................................... 10 Terms and Conditions / Scope of Work (Exhibit B) ........................ 11

3 of 11

GENERAL INFORMATION AND INSTRUCTIONS TO BIDDER PROJECT DESCRIPTION

The City of Meridian is requesting bids for the construction of WELL 32 TEST WELL - CONSTRUCTION. CH2M Hill Engineers is the City’s project designer.

PRE-BID MEETING

A Pre-Bid Conference will be held on the date, time and location listed on the cover of this Invitation to Bid. The purpose of the pre-bid conference is to allow bidders to familiarize themselves with the location of the project and to review bid requirements. The project designer along with the City’s Project Manager will be on hand to answer questions. Any question requiring clarification of the plans, specifications or bid requirements will be issued to all bidders of record in the form of a written addendum. Failure to attend the pre-bid meeting shall not be the basis of any subsequent claim or contract modification.

DEFINITIONS, TERMS & CONDITIONS AND SPECIFICATIONS Definitions, contract terms and conditions and specifications are included in Exhibit B (Contract for Public Works Construction). FORM CONTRACT Exceptions and Alternatives: The Contract attached to this Invitation for Bid (“IFB”) and, by this reference, made a part hereof, contains the terms and conditions that apply to the performance of this work. If the bidder suggests alternatives or states exceptions to any term or condition in the Agreement, or to any provision of the IFB, such alternative or exception shall be clearly stated and identified in the submitted bid. Any alternative must satisfy all minimum qualifications specified in the IFB. The City expressly reserves the right, in it’s sole discretion, to (1) reject a bid containing any exception or alternatives as non-conforming, or (2) accept any bid alternative or exception and to award a contract based there on if determination to be in the best interest of the City. If no alternative or exceptions are noted, submission of a bid shall be the bidder’s acceptance of the Contract as included in this IFB. The successful bidder will be expected to sign the Contract upon award of the bid. EXAMINATION OF CONTRACT DOCUMENTS Bidders shall carefully examine the specifications, and satisfy themselves as to their sufficiency, and shall not at any time after submission of the bid, dispute such specifications and the directions explaining or interpreting them. Should a Bidder find discrepancies in, or omissions from, the specifications and/or drawings, or should he/she be in doubt of their meaning, he/she shall at once notify the City of Meridian Purchasing Department through written notification to be received no later than 3 working days prior to bid opening date, noon local time. The notification shall be in written form and will state the exact nature of the clarification sought, describing the location of the specification or clause in the Bid document. Any interpretations by the City will be made in written form. Any change

4 of 11

in bid requirements and/or specifications will be done in the form of a written addendum. The receipt of any resulting addendums must be acknowledged in accordance with the directions on the addendum. Oral explanations or instructions given before the award of the contract will not be binding.

COST OF PREPARATION OF BID The City shall not pay costs incurred in the bid preparation, printing or demonstration process. All such costs shall be borne by the Bidder. PUBLIC WORKS CONTRACTOR All contractors bidding on Public Works projects MUST be licensed with the state as a Public Works Contractor at time of bid and MUST submit their Public Works Contractors License number with their bid. RIGHTS TO PERTINENT MATERIALS All responses, inquiries, and correspondence relating to the Invitation for Bid and all reports, charts, coverage maps, displays, schedules, exhibits, and other documentation produced by the bidder that are submitted as part of the bid shall become the property of the City after the bid submission deadline.

PUBLIC RECORDS The City of Meridian is a public agency. All documents in its possession are public records. Bids are public records and, except as noted below, will be available for inspection and copying by any person. If any Bidder claims any material to be exempt from disclosure under the Idaho Public Records Law, the Bidder will expressly agree to defend, indemnify and hold harmless the City from any claim or suit arising from the City's refusal to disclose any such material. No such claim of exemption will be valid or effective without such express agreement. The City will take reasonable efforts to protect any information marked "confidential" by the Bidder, to the extent permitted by the Idaho Public Records Law. Confidential information must be submitted in a separate envelope, sealed and marked "Confidential Information" and will be returned to the Bidder upon request after the award of the contract. It is understood, however, that the City will have no liability for disclosure of such information. Any proprietary or otherwise sensitive information contained in or with any Bid is subject to potential disclosure.

RIGHT OF THE CITY TO REJECT BIDS The City reserves the right to reject any and all bids or any part of any bids, to waive minor defects or technicalities, or to solicit new bids on the same project or on a modified project which may include portions of the originally proposed project as the City may deem necessary BID EVALUATION In determining the amount proposed by each Contractor, the City shall disregard the mathematical errors in addition, subtraction, multiplication and division that appear obvious on the face of the bid. When an item price is required to be set forth in the bid and the total for the

5 of 11

item set forth separately does not agree with a figure which is derived by multiplying the item price times the City’s estimate of the quantity of work to be performed for said item, the item price shall prevail over the sum set forth as the total for the item unless, in the sole discretion of the City, such a procedure would be inconsistent with the policy of the bid procedure. The total paid for each such item of work shall be based upon the item price and not the total price. Should the bid contain only a total price for the item and the item price is omitted, the City shall determine the item price by estimated quantities of work to be performed as items of work. If the bid contains neither the item price nor the total price for the item, then it shall be deemed incomplete and the bid shall be non-responsive. SEPARATE CONTRACTS The City of Meridian reserves the right to let separate contracts for portions of the work concurrently with the project. The successful bidder shall work and coordinate with separate contractors and City personnel if required. AWARD The City of Meridian reserves the right to award this contract to the Contractor whose total aggregate bid is lowest, most responsive to the needs of the City. The winning Contractor will be required to enter into a “Contract for Public Work Construction”. SUBMITTAL REQUIREMENTS Bids shall be delivered to the Purchasing Department, 33 East Broadway Ave., Ste. 106, Meridian, ID 83642 prior to the due date and time stated on the cover of this IFB. Bids, received after that time will be returned unopened to the respective bidder and will not be considered for evaluation. Mistakes must be corrected and the correction inserted; correction must be initialed in ink by the person signing the Bid. All bids shall be submitted in a sealed envelope and clearly identified on the outside to read:

INVITATION FOR BID

Bidder Firm Name Bid/Procurement Title

Bid/Procurement Number Bid Opening Date and Time

Attention: Purchasing

Bids shall be opened in public at 2:30 P.M. on said date at City of Meridian Purchasing Department. A Bid Bond is required in the amount of five percent (5%) of total bid price, payable to the City of Meridian (City). Bid bond to be forfeited to the City as liquidated damages in the event the

6 of 11

successful bidder fails to enter into a Contract in accordance with their bid/proposal as specified in the Instructions to Bidders. Contractor must list all sub-contractors engaged for this bid per State of Idaho Statute #67-2310 (Exhibit 1). Contractor shall require that all of its sub-contractors be licensed per State of Idaho Statute # 54-1901. Alternate bids will NOT be considered unless otherwise stipulated. If required, before award or execution of the contract by the City, the Contractor shall file with the City a surety bond satisfactory to the City in the amounts and for the purpose noted. Bonds shall be duly executed by a responsible corporate surety, authorized to issue such bonds in Idaho and secured thorough an authorized agent with an office in Idaho. Contractor shall pay all bond premiums, costs and incidentals. The City reserves the right to waive any informalities or minor irregularities in connection with the bids received. All provisions of the City code are applicable to any bid submitted or contract awarded pursuant thereto. If equipment is proposed, it is to be newest and latest model in current production. Used, remanufactured, shopworn, demonstrator, prototype or discontinued models are not acceptable unless otherwise stipulated. Within thirty (30) days after the bid opening, a contract may be awarded by the City to the most responsive bidder, subject to the right of the City to reject all bids, as it may deem proper in its absolute discretion. The time for awarding a contract may be extended at the sole discretion of the City. If required to evaluate bids or for such other purposes as the City may determine, unless the bidder objects to such extension in writing with his bid. If awarded the contract, the most responsive bidder agrees to execute and to deliver to the City within seven (7) calendar days after receipt of the City’s Conditional Notice of Award, the applicable Contract or Agreement form, Insurance Certificates and Payment/Performance Bonds (if required). The City of Meridian does not discriminate on the basis of race, religion, sex, national origin, marital status, age, physical handicap, ownership by women or minorities or sexual orientation. The CONTRACTOR will be responsible for utilizing the City’s current contract management tool for project management correspondence throughout the duration of the project. CONTRACTOR will be required to submit written communication to the City through the contract management tool. This includes but is not limited to the following: Reports, drawings, Requests for information, Request for action by City, General Project Documentation & Communication, Pay applications/Invoices, and Change Orders. The Contractor will be required to register with the City of Meridian Public Works Department for access to the program. There is no charge for use of this system.

8 of 11

BID FORM WELL 32 TEST WELL - CONSTRUCTION

BID NUMBER PW-1623-10014.D Contractor Name:

MILESTONE SCHEDULE

Milestone 1 Substantial Completion 50 Days from Notice to Proceed Milestone 2 Final Completion 60 Days from Notice to Proceed

PRICING SCHEDULE Furnish all labor, materials, equipment, and incidentals as required for the above named project, per the attached drawings and specifications included in Exhibit B.

ITEM DESCRIPTION QNTY UNIT PRICE EXTENDED PRICE

1 Permitting/Mobilization/Demobilization/ Cleanup 1 LS

2 Mud-Rotary Drilling and Steel Surface Casing and Seal 60 LF

3 12-inch Diameter Drive Shoe 1 LS 4 Cable Tool Rig Mobilization and Utilization 1 LS 5 Pilot Hole Drilling 940 LF 6 Geophysical Logging 1 EA 7 Borehole Reaming 940 LF 8 Caliper Survey of Reamed Borehole 1 EA

9 Furnish and Install 2-Inch Diameter PVC Well Casing 5,700 LF

10 Furnish and Install 2-Inch Diameter PVC Well Screen (assume 0.020-inch aperture) 240 LF

11 Furnish and Install Sand Filter Pack 550 LF 12 Furnish and Install Grout Seals 500 LF

13 Well Development (includes submersible pump installation for water quality sampling) 60 HR

14 Disinfect and Cap Well 1 LS 15 All Other Work 1 LS 16 Rig Time 24 HR

TOTAL BID AMOUNT $_________________________ THIS BID WILL BE AWARDED ON THE BASE BID TOTAL ONLY. LINE ITEM PRICING WILL BE USED FOR BID TOTAL VERIFICATION AND ANY ADDITIONAL INCREASES OR DECREASES

IN WORK REQUESTED BY CITY Total cost to include all labor, material, equipment, freight, bonds, insurance, travel, lodging, incidental, and applicable taxes

Certificate of Understanding The undersigned, as bidder, certifies under penalty of perjury that the only persons or parties interested in this bid as principals are those named herein as bidder; that this bid is made without collusion with any other person, firm, or corporation; that in submitting this he/she has examined the “General Conditions and Instructions to bidders” and the plans, specifications and other documents; that he/she has examined the location of the proposed work and is familiar with the local conditions

9 of 11

at the place where the work is to be done; that he/she proposes and agrees if this bid is accepted, he/she will perform all the work and /or furnish all the materials specified in the contract, in the manner and time therein prescribed, and according to the requirements as therein set forth; and that he/she will take in full payment therefore, the prices set forth in the attached schedule. The undersigned has checked carefully all the above figures and understands that the City of Meridian will not be responsible for any errors or omissions on the part of the undersigned in creating this bid. The undersigned declares: that he/she holds the position indicated below as a corporate officer or the owner or a partner in the business entity submitting this bid; that the undersigned is informed of the relevant facts surrounding the preparation and submission of this bid, that the undersigned knows and represents and warrants to the City of Meridian that this bid is prepared and submitted without collusion with any other person, business entity, or corporation with any interest in this bid. WELL 32 TEST WELL - CONSTRUCTION BID NUMBER PW-1623-10014.D I declare under penalty of perjury that the foregoing is true and correct.

Contractor/Firm

Address

City State Zip

Code

Email Address

Phone No:

Fax No:

Idaho Public Works License No.:

Idaho Well Driller License No:

Signature

Printed Name

Title

Date

ALL ADDENDUMS MUST BE ACKNOWLEDGED BELOW, FAILURE TO DO SO MAY DEEM

YOUR BID RESPONSE NON-RESPONSIVE

ADDENDUMS ACKNOWLEDGED: No. 1 No. 2 No. 3 No. 4

10 of 11

EXHIBIT A

LIST OF SUBCONTRACTORS

Requirements In the event that the general contractor intends to self-perform the plumbing, HVAC or electrical work, the general contractor must be properly licensed by the state of Idaho to perform such work. The general contractor shall demonstrate compliance with this requirement by listing their valid contractor's license number for the plumbing, HVAC or electrical work to be self-performed by the general contractor on the bid form. Subcontractors As required by Idaho Codes 54-1902 and 67-2310 the following list includes the names, addresses, Idaho Public Works License number and the percentage of project in dollars for all Subcontractors. Failure to name subcontractor (if used) for plumbing, heating, air-conditioning and electrical as required by said section 67-2310 will render any bid submitted by a general Contractor unresponsive and void. Public Works and Trade license numbers MUST be provided (Only list subcontractors or self when trade is required for project, please use N/A if trade is not required for this project).

NAME OF SUBCONTRACTOR TRADE

PW CONTRACTORS

LICENSE# PERCENTAGE OF

BID PRICE

COMPLETE AND RETURN THIS PAGE WITH BID

IF NOT APPLICABLE WRITE N/A AND RETURN WITH BID

WELL 32 TEST WELL - CONSTRUCTION BID NUMBER PW-1623-10014.D

11 of 11

EXHIBIT B

SCOPE OF WORK

All construction work shall be done in accordance with the 2012 version of the Idaho Standards for Public Works Construction (ISPWC), the 2013 City of Meridian Supplemental Specifications to the ISPWC (and any Addendums). See separate attached documents:

• Contract For Public Works Construction

• Technical Specifications for the Drilling, Construction, Development, and Testing of a New, Permanent, Multi-level Monitoring Well at the City of Meridian Well 32 Site by CH2M Hill Engineers dated February 29, 2016 (47 pages)

WELL 32 TEST WELL - CONSTRUCTION page 1 of 13 Project 10014.D

CONTRACT FOR PUBLIC WORKS CONSTRUCTION WELL 32 TEST WELL - CONSTRUCTION

PROJECT # 10014.D

THIS CONTRACT FOR PUBLIC WORKS CONSTRUCTION is made this _____ day of ________, 2016, and entered into by and between the City of Meridian, a municipal corporation organized under the laws of the State of Idaho, hereinafter referred to as "CITY", 33 East Broadway Avenue, Meridian, Idaho 83642, and __________________, hereinafter referred to as “CONTRACTOR”, whose business address is ____________________________ and whose Public Works Contractor License # is C-______________.

INTRODUCTION

Whereas, the City has a need for services involving WELL 32 TEST WELL -

CONSTRUCTION; and WHEREAS, the Contractor is specially trained, experienced and competent

to perform and has agreed to provide such services; NOW, THEREFORE, in consideration of the mutual promises, covenants,

terms and conditions hereinafter contained, the parties agree as follows:

TERMS AND CONDITIONS

1. Scope of Work:

1.1 CONTRACTOR shall perform and furnish to the City upon execution of this Contract and receipt of the City’s written notice to proceed, all services and work, and comply in all respects, as specified in the document titled “Scope of Work” a copy of which is attached hereto as Exhibit "A" and incorporated herein by this reference, together with any amendments that may be agreed to in writing by the parties.

1.2 All documents, drawings and written work product prepared or produced by the Contractor under this Agreement, including without limitation electronic data files, are the property of the Contractor; provided, however, the City shall have the right to reproduce, publish and use all such work, or any part thereof, in any manner and for any purposes whatsoever and to authorize others to do so. If any such work is copyrightable, the Contractor may copyright the same, except that, as to any work which is copyrighted by the Contractor, the City reserves a royalty-free, non-exclusive, and irrevocable license to reproduce, publish and use such work, or any part thereof, and to authorize others to do so.

1.3 The Contractor shall provide services and work under this Agreement consistent with the requirements and standards established by applicable federal,

WELL 32 TEST WELL - CONSTRUCTION page 2 of 13 Project 10014.D

state and city laws, ordinances, regulations and resolutions. The Contractor represents and warrants that it will perform its work in accordance with generally accepted industry standards and practices for the profession or professions that are used in performance of this Agreement and that are in effect at the time of performance of this Agreement. Except for that representation and any representations made or contained in any proposal submitted by the Contractor and any reports or opinions prepared or issued as part of the work performed by the Contractor under this Agreement, Contractor makes no other warranties, either express or implied, as part of this Agreement.

1.4 Services and work provided by the Contractor at the City’s request under this Agreement will be performed in a timely manner in accordance with a Schedule of Work, which the parties hereto shall agree to. The Schedule of Work may be revised from time to time upon mutual written consent of the parties.

2. Consideration

2.1 The Contractor shall be compensated on a Not-To-Exceed basis as provided in Exhibit B “Payment Schedule” attached hereto and by reference made a part hereof for the Not-To-Exceed amount of $00,000. 2.2 The Contractor shall provide the City with a monthly statement and supporting invoices, as the work warrants, of fees earned and costs incurred for services provided during the billing period, which the City will pay within 30 days of receipt of a correct invoice and approval by the City. The City will not withhold any Federal or State income taxes or Social Security Tax from any payment made by City to Contractor under the terms and conditions of this Agreement. Payment of all taxes and other assessments on such sums is the sole responsibility of Contractor. 2.3 Except as expressly provided in this Agreement, Contractor shall not be entitled to receive from the City any additional consideration, compensation, salary, wages, or other type of remuneration for services rendered under this Agreement including, but not limited to, meals, lodging, transportation, drawings, renderings or mockups. Specifically, Contractor shall not be entitled by virtue of this Agreement to consideration in the form of overtime, health insurance benefits, retirement benefits, paid holidays or other paid leaves of absence of any type or kind whatsoever.

3. Term:

3.1 This agreement shall become effective upon execution by both parties, and shall expire upon (a) completion of the agreed upon work, (b) or unless sooner terminated as provided in Sections 3.2, 3.3, and Section 4 below or unless some other method or time of termination is listed in Exhibit A.

WELL 32 TEST WELL - CONSTRUCTION page 3 of 13 Project 10014.D

3.2 Should Contractor default in the performance of this Agreement or materially breach any of its provisions, City, at City’s option, may terminate this Agreement by giving written notification to Contractor. 3.3 Should City fail to pay Contractor all or any part of the compensation set forth in Exhibit B of this Agreement on the date due, Contractor, at the Contractor’s option, may terminate this Agreement if the failure is not remedied by the City within thirty (30) days from the date payment is due.

4. Liquidated Damages:

Substantial Completion shall be accomplished within 50 (fifty) calendar days from Notice to Proceed. This project shall be considered Substantially Complete when the Owner has full and unrestricted use and benefit of the facilities, both from an operational and safety standpoint, and only minor incidental work, corrections or repairs remain for the physical completion of the total contract. Contractor shall be liable to the City for any delay beyond this time period in the amount of $150.00 (one hundred fifty dollars) per calendar day. Such payment shall be construed to be liquidated damages by the Contractor in lieu of any claim or damage because of such delay and not be construed as a penalty. Upon receipt of a Notice to Proceed, the Contractor shall have 60 (sixty) calendar days to complete the work as described herein. Contractor shall be liable to the City for any delay beyond this time period in the amount of $150.00 (one hundred fifty dollars) per calendar day. Such payment shall be construed to be liquidated damages by the Contractor in lieu of any claim or damage because of such delay and not be construed as a penalty. See Milestones listed in the Payment Schedule for Substantial Completion.

5. Termination:

5.1 If, through any cause, CONTRACTOR, its officers, employees, or agents fails to fulfill in a timely and proper manner its obligations under this Agreement, violates any of the covenants, agreements, or stipulations of this Agreement, falsifies any record or document required to be prepared under this agreement, engages in fraud, dishonesty, or any other act of misconduct in the performance of this contract, or if the City Council determines that termination of this Agreement is in the best interest of CITY, the CITY shall thereupon have the right to terminate this Agreement by giving written notice to CONTRACTOR of such termination and specifying the effective date thereof at least fifteen (15) days before the effective date of such termination. CONTRACTOR may terminate this agreement at any time by giving at least sixty (60) days notice to CITY. In the event of any termination of this Agreement, all finished or unfinished documents, data, and reports prepared by CONTRACTOR under this Agreement shall, at the option of the CITY, become its property, and CONTRACTOR shall be entitled to receive just and equitable compensation for any work satisfactorily complete hereunder.

WELL 32 TEST WELL - CONSTRUCTION page 4 of 13 Project 10014.D

5.2 Notwithstanding the above, CONTRACTOR shall not be relieved of liability to the CITY for damages sustained by the CITY by virtue of any breach of this Agreement by CONTRACTOR, and the CITY may withhold any payments to CONTRACTOR for the purposes of set-off until such time as the exact amount of damages due the CITY from CONTRACTOR is determined. This provision shall survive the termination of this agreement and shall not relieve CONTRACTOR of its liability to the CITY for damages.

6. Independent Contractor:

6.1 In all matters pertaining to this agreement, CONTRACTOR shall be acting as an independent contractor, and neither CONTRACTOR nor any officer, employee or agent of CONTRACTOR will be deemed an employee of CITY. Except as expressly provided in Exhibit A, Contractor has no authority or responsibility to exercise any rights or power vested in the City and therefore has no authority to bind or incur any obligation on behalf of the City. The selection and designation of the personnel of the CITY in the performance of this agreement shall be made by the CITY. 6.2 Contractor, its agents, officers, and employees are and at all times during the term of this Agreement shall represent and conduct themselves as independent contractors and not as employees of the City. 6.3 Contractor shall determine the method, details and means of performing the work and services to be provided by Contractor under this Agreement. Contractor shall be responsible to City only for the requirements and results specified in this Agreement and, except as expressly provided in this Agreement, shall not be subjected to City’s control with respect to the physical action or activities of Contractor in fulfillment of this Agreement. If in the performance of this Agreement any third persons are employed by Contractor, such persons shall be entirely and exclusively under the direction and supervision and control of the Contractor.

7. Sub-Contractors:

Contractor shall require that all of its sub-contractors be licensed per State of Idaho Statute # 54-1901

8. Removal of Unsatisfactory Employees: The Contractor shall only furnish employees who are competent and skilled for work under this contract. If, in the opinion of the City, an employee of the Contractor is incompetent or disorderly, refuses to perform in accordance with the terms and conditions of the contract, threatens or uses abusive language while on City property, or is otherwise unsatisfactory, that employee shall be removed from all work under this contract.

9. Indemnification and Insurance:

WELL 32 TEST WELL - CONSTRUCTION page 5 of 13 Project 10014.D

9.1 CONTRACTOR shall indemnify and save and hold harmless CITY and it’s elected officials, officers, employees, agents, and volunteers from and for any and all losses, claims, actions, judgments for damages, or injury to persons or property and losses and expenses and other costs including litigation costs and attorney’s fees, arising out of, resulting from, or in connection with the performance of this Agreement by the CONTRACTOR, its servants, agents, officers, employees, guests, and business invitees, and not caused by or arising out of the tortious conduct of CITY or its employees. CONTRACTOR shall maintain, and specifically agrees that it will maintain, throughout the term of this Agreement, liability insurance, in which the CITY shall be named an additional insured in the minimum amounts as follow: General Liability One Million Dollars ($1,000,000) per incident or occurrence, Automobile Liability Insurance One Million Dollars ($1,000,000) per incident or occurrence and Workers’ Compensation Insurance, in the statutory limits as required by law.. The limits of insurance shall not be deemed a limitation of the covenants to indemnify and save and hold harmless CITY; and if CITY becomes liable for an amount in excess of the insurance limits, herein provided, CONTRACTOR covenants and agrees to indemnify and save and hold harmless CITY from and for all such losses, claims, actions, or judgments for damages or injury to persons or property and other costs, including litigation costs and attorneys’ fees, arising out of, resulting from , or in connection with the performance of this Agreement by the Contractor or Contractor’s officers, employs, agents, representatives or subcontractors and resulting in or attributable to personal injury, death, or damage or destruction to tangible or intangible property, including use of. CONTRACTOR shall provide CITY with a Certificate of Insurance, or other proof of insurance evidencing CONTRACTOR'S compliance with the requirements of this paragraph and file such proof of insurance with the CITY at least ten (10) days prior to the date Contractor begins performance of it’s obligations under this Agreement. In the event the insurance minimums are changed, CONTRACTOR shall immediately submit proof of compliance with the changed limits. Evidence of all insurance shall be submitted to the City Purchasing Agent with a copy to Meridian City Accounting, 33 East Broadway Avenue, Meridian, Idaho 83642.

9.2 Insurance is to be placed with an Idaho admitted insurer with a Best’s rating of no less than A-. 9.3 Any deductibles, self-insured retention, or named insureds must be declared in writing and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles, self-insured retentions or named insureds; or the Contractor shall provide a bond, cash or letter of credit guaranteeing payment of losses and related investigations, claim administration and defense expenses. 9.4 To the extent of the indemnity in this contract, Contractor’s Insurance coverage shall be primary insurance regarding the City’s elected officers, officials, employees and volunteers. Any insurance or self-insurance maintained by the City or the City’s elected officers, officials, employees and volunteers shall be excess of

WELL 32 TEST WELL - CONSTRUCTION page 6 of 13 Project 10014.D

the Contractor’s insurance and shall not contribute with Contractor’s insurance except as to the extent of City’s negligence. 9.5 The Contractor’s insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer’s liability. 9.6 All insurance coverages for subcontractors shall be subject to all of the insurance and indemnity requirements stated herein. 9.7 The limits of insurance described herein shall not limit the liability of the Contractor and Contractor’s agents, representatives, employees or subcontractors.

10. Time is of the Essence:

The parties hereto acknowledge and agree that time is strictly of the essence with respect to each and every term, condition and provision hereof, and that the failure to timely perform any of the obligations hereunder shall constitute a breach of, and a default under, this Agreement by the party so failing to perform.

11. Bonds: Payment and Performance Bonds are required on all Public Works Improvement Projects per the ISPWC and the City of Meridian Supplemental Specifications & Drawings to the ISPWC, which by this reference are made a part hereof. Contractor is required to furnish faithful performance and payment bonds in the amount of 100% of the contract price issued by surety licensed to do business in the State of Idaho. In the event that the contract is subsequently terminated for failure to perform, the contractor and/or surety will be liable and assessed for any and all costs for the re-procurement of the contract services.

12. Warranty: All construction and equipment provided under this agreement shall be warranted for 2 years from the date of the City of Meridian acceptance per the ISPWC and the Meridian Supplemental Specifications & Drawings to the ISPWC and any modifications, which by this reference are made a part hereof.

All items found to be defective during a warranty inspection and subsequently corrected will require an additional two (2) year warranty from the date of City’s acceptance of the corrected work.

13. Changes: The CITY may, from time to time, request changes in the Scope of Work to be performed hereunder. Such changes, including any increase or decrease in the amount of CONTRACTOR’S compensation, which are mutually agreed upon by and between the CITY and CONTRACTOR, shall be incorporated in written

WELL 32 TEST WELL - CONSTRUCTION page 7 of 13 Project 10014.D

amendments which shall be executed with the same formalities as this Agreement.

14. Taxes: The City of Meridian is exempt from Federal and State taxes and will execute the required exemption certificates for items purchased and used by the City. Items purchased by the City and used by a contractor are subject to Use Tax. All other taxes are the responsibility of the Contractor and are to be included in the Contractor’s Bid pricing.

15. Meridian Stormwater Specifications: All construction projects require either a Storm Water Pollution Prevention Plan (SWPPP) or an erosion sediment control plan (ESCP) as specified in the City of Meridian Construction Stormwater Management Program (CSWMP) manual. The CSWMP manual containing the procedures and guidelines can be found at this address: http://www.meridiancity.org/environmental.aspx?id=13618. Contractor shall retain all stormwater and erosion control documentation generated on site during construction including the SWPPP manual, field inspections and amendments. Prior to final acceptance of the job by the City the contractor shall return the field SWPPP manual and field inspection documents to the City for review. A completed Contractor Request to File Project N.O.T. with the EPA form shall be provided to the City with the documents. These documents shall be retained, reviewed and approved by the City prior to final acceptance of the project.

16. ACHD: Contractor shall be responsible for coordinating with the City to obtain appropriate ACHD permit(s) and will reimburse the City for fees, fines, or penalties City incurs due to Contractor's violation of any ACHD policy. City shall certify to ACHD that Contractor is authorized to obtain a Temporary Highway and Right-of-Way Use Permit from ACHD on City’s behalf. The parties acknowledge and agree that the scope of the agency granted by such certification is limited to, and conterminous with, the term and scope of this Agreement.

17. Reports and Information:

17.1 At such times and in such forms as the CITY may require, there shall be furnished to the CITY such statements, records, reports, data and information as the CITY may request pertaining to matters covered by this Agreement.

17.2 Contractor shall maintain all writings, documents and records prepared or compiled in connection with the performance of this Agreement for a minimum of four (4) years from the termination or completion of this or Agreement. This includes any handwriting, typewriting, printing, photo static, photographic and every other means of recording upon any tangible thing, any form of communication or

WELL 32 TEST WELL - CONSTRUCTION page 8 of 13 Project 10014.D

representation including letters, words, pictures, sounds or symbols or any combination thereof.

18. Audits and Inspections:

At any time during normal business hours and as often as the CITY may deem necessary, there shall be made available to the CITY for examination all of CONTRACTOR’S records with respect to all matters covered by this Agreement. CONTRACTOR shall permit the CITY to audit, examine, and make excerpts or transcripts from such records, and to make audits of all contracts, invoices, materials, payrolls, records of personnel, conditions of employment and other data relating to all matters covered by this Agreement.

19. Publication, Reproduction and Use of Material: No material produced in whole or in part under this Agreement shall be subject to copyright in the United States or in any other country. The CITY shall have unrestricted authority to publish, disclose and otherwise use, in whole or in part, any reports, data or other materials prepared under this Agreement.

20. Equal Employment Opportunity:

In performing the work herein, Contractor agrees to comply with the provisions of Title VI and VII of the Civil Rights Act, Revenue Sharing Act Title 31, U.S. Code Section 2176. Specifically, the Contractor agrees not to discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, age, political affiliation, marital status, or handicap. Contractor will take affirmative action during employment or training to insure that employees are treated without regard to race, color, religion, sex, national origin, age, political affiliation, marital status, or handicap. In performing the Work required herein, CONTRACTOR shall not unlawfully discriminate in violation of any federal, state or local law, rule or regulation against any person on the basis of race, color, religion, sex, national origin or ancestry, age or disability.

21. Employment of Bona Fide Idaho Residents: Contractor must comply with Idaho State Statute 44-1002 which states that the Contractor employ ninety-five percent (95%) bona fide Idaho residents.

22. Advice of Attorney: Each party warrants and represents that in executing this Agreement. It has received independent legal advice from its attorney’s or the opportunity to seek such advice.

23. Attorney Fees: Should any litigation be commenced between the parties hereto concerning this

WELL 32 TEST WELL - CONSTRUCTION page 9 of 13 Project 10014.D

Agreement, the prevailing party shall be entitled, in addition to any other relief as may be granted, to court costs and reasonable attorneys' fees as determined by a Court of competent jurisdiction. This provision shall be deemed to be a separate contract between the parties and shall survive any default, termination or forfeiture of this Agreement.

24. Construction and Severability: If any part of this Agreement is held to be invalid or unenforceable, such holding will not affect the validity or enforceability of any other part of this Agreement so long as the remainder of the Agreement is reasonably capable of completion.

25. Waiver of Default: Waiver of default by either party to this Agreement shall not be deemed to be waiver of any subsequent default. Waiver or breach of any provision of this Agreement shall not be deemed to be a waiver of any other or subsequent breach, and shall not be construed to be a modification of the terms of this Agreement unless this Agreement is modified as provided above.

26. Entire Agreement: This Agreement contains the entire agreement of the parties and supersedes any and all other agreements or understandings, oral of written, whether previous to the execution hereof or contemporaneous herewith.

27. Assignment: It is expressly agreed and understood by the parties hereto, that CONTRACTOR shall not have the right to assign, transfer, hypothecate or sell any of its rights under this Agreement except upon the prior express written consent of CITY.

28. Payment Request: Payment requests shall be submitted to City of Meridian through the City’s project management software. The Project Manager will compare the invoice against the Payment Schedule in the Agreement for compliance. Upon approval that the work has been done and is in compliance with the Agreement, the Project Manager will approve the pay request for processing. City of Meridian payment terms are Net 30 from the date City receives a correct invoice. Final payment will not be released until the City has received a tax release from the Tax Commission.

29. Cleanup: Contractor shall keep the worksite clean and free from debris. At completion of work and prior to requesting final inspection, the Contractor shall remove all traces of waste materials and debris resulting from the work. Final payment will not be made if cleanup has not been performed.

WELL 32 TEST WELL - CONSTRUCTION page 10 of 13 Project 10014.D

30. Order of Precedence:

The order or precedence shall be the contract agreement, the Invitation for Bid document, then the winning bidders submitted bid document.

31. Compliance with Laws: In performing the scope of work required hereunder, CONTRACTOR shall comply with all applicable laws, ordinances, and codes of Federal, State, and local governments.

32. Applicable Law: This Agreement shall be governed by and construed and enforced in accordance with the laws of the State of Idaho, and the ordinances of the City of Meridian.

33. Notices: Any and all notices required to be given by either of the parties hereto, unless otherwise stated in this agreement, shall be in writing and be deemed communicated when mailed in the United States mail, certified, return receipt requested, addressed as follows:

CITY CONTRACTOR City of Meridian NAME OF CONTRACTOR Purchasing Manager Attn: 33 E Broadway Ave Meridian, ID 83642 208-489-0417 Phone: Email: Idaho Public Works License #

Either party may change their address for the purpose of this paragraph by giving written notice of such change to the other in the manner herein provided.

34. Approval Required:

This Agreement shall not become effective or binding until approved by the City of Meridian.

CITY OF MERIDIAN NAME OF CONTRACTOR BY:________________________________ BY:__________________________________

TAMMY de WEERD, MAYOR

WELL 32 TEST WELL - CONSTRUCTION page 11 of 13 Project 10014.D

Dated:______________________________ Dated:____________________________ Approved by Council:___________________________ Attest: ___________________________________ JAYCEE L. HOLMAN, CITY CLERK

Purchasing Approval Department Approval BY:________________________________ BY:______________________________ KEITH WATTS, Purchasing Manager WARREN STEWART, Engineering Manager Dated::___________________________ Dated::___________________________ Project Manager Dean Stacey

WELL 32 TEST WELL - CONSTRUCTION page 12 of 13 Project 10014.D

EXHIBIT A

SCOPE OF WORK

REFER TO INVITATION TO BID PW-1623-10014.D

ALL ADDENDUMS, ATTACHMENTS, AND EXHIBITS included in the

Invitation to Bid Package # PW-1623-10014.D, are by this reference

made a part hereof.

SPECIFICATIONS / SCOPE OF WORK

All construction work shall be done in accordance with the 2012 version of the Idaho Standards for Public Works Construction (ISPWC), the 2013 City of Meridian Supplemental Specifications to the ISPWC (and any Addendums).

See separate attached documents:

• Technical Specifications for the Drilling, Construction, Development, and Testing of a New, Permanent, Multi-level Monitoring Well at the City of Meridian Well 32 Site by CH2M Hill Engineers dated February 29, 2016 (47 pages)

WELL 32 TEST WELL - CONSTRUCTION page 13 of 13 Project 10014.D

Exhibit B

MILESTONE / PAYMENT SCHEDULE

A. Total and complete compensation for this Agreement shall not exceed $00,000.

MILESTONE DATES/SCHEDULE

Milestone 1 Substantial Completion 50 Days from Notice to Proceed

Milestone 2 Final Completion 60 Days from Notice to Proceed

PRICING SCHEDULE

Contract includes furnishing all labor, materials, equipment, and incidentals as required for the WELL 32 TEST WELL - CONSTRUCTION per IFB PW-1623-10014.D

NOT TO EXCEED CONTRACT TOTAL………………….. $00,000

Contract is a not to exceed amount. Line item pricing below will be used for invoice verification and any additional increases or decreases in work requested by city. The City will pay the contractor based on actual quantities of each item of work in accordance with the contract documents.

Contract Pricing Schedule

Item No. Description Quantity Unit Unit Price

1 Permitting/Mobilization/Demobilization/ Cleanup

1 LS

2 Mud-Rotary Drilling and Steel Surface Casing and Seal

60 LF

3 12-inch Diameter Drive Shoe 1 LS

4 Cable Tool Rig Mobilization and Utilization 1 LS

5 Pilot Hole Drilling 940 LF

6 Geophysical Logging 1 EA

7 Borehole Reaming 940 LF

8 Caliper Survey of Reamed Borehole 1 EA

9 Furnish and Install 2-Inch Diameter PVC Well Casing

5,700 LF

10 Furnish and Install 2-Inch Diameter PVC Well Screen (assume 0.020-inch aperture)

240 LF

11 Furnish and Install Sand Filter Pack 550 LF

12 Furnish and Install Grout Seals 500 LF

13 Well Development (includes submersible pump installation for water quality sampling)

60 HR

14 Disinfect and Cap Well 1 LS

15 All Other Work 1 LS

16 Rig Time 24 HR

TECHNICAL SPECIFICATIONS FOR THE DRILLING,

CONSTRUCTION, DEVELOPMENT, AND TESTING OF A NEW,

PERMANENT, MULTI-LEVEL MONITORING WELL AT THE

CITY OF MERIDIAN WELL 32 SITE

City of Meridian, Idaho

February 29, 2016

MERIDIAN MONITORING WELL 32 671927

FEBRUARY 29, 2016

©COPYRIGHT 2016 CH2M HILL

PA

GE2

1 PART 1 GENERAL

1.01 SCOPE OF WORK

A. This work involves providing materials, equipment, and personnel necessary

for the drilling, development, and testing of a new, permanent, multi-level

monitoring well for the City of Meridian, Idaho. The well shall consist of up

to 13, 2-inch inside diameter PVC piezometers in one, 12-inch diameter

borehole. The borehole for the well shall be advanced using the mud-rotary

drilling method. No pits are permitted for drilling the new well. The

Contractor shall meet all solids control requirements specified herein, and

shall drill boreholes with an “engineered” drilling fluid that meets the

specifications detailed in PART 2 DRILLING FLUIDS.

1. The selected Contractor shall supply all required equipment, personnel,

materials, and appurtenances.

2. The Contractor shall secure all well drilling and construction permits.

The Contractor shall secure all other required permits to drill, construct,

develop, and test the new monitoring well.

3. The Contractor shall use all new material for this work, unless approved

in writing by the Owner and Engineer.

1.02 WORK COVERED BY CONTRACT DOCUMENTS

A. The work is generally described as follows:

1. Mobilizing to the well site and setting up all equipment and materials

for the drilling, construction, development, and testing of one new

multi-level monitoring well.

2. Providing erosion control for all work on site.

3. Drilling a minimum 16-inch borehole to a depth of up to sixty (60) feet

below ground surface (bgs), and install 12-inch diameter, 3/8-inch

(0.375”) wall thickness steel surface casing. Place a cement grout seal in

the annular space using the tremie method.

4. Drilling an 8.5-inch diameter pilot borehole to up to 1,000 feet bgs. Run

borehole geophysical logs, including a caliper log, in the mud-filled

borehole prior to filling with approved ¼-inch gravel.

5. Reaming the pilot borehole to 12 inches in diameter using the mud-

rotary drilling method up to 1,000 feet bgs.

6. Running a caliper log in the reamed borehole.

7. Constructing up to 13, 2-inch diameter PVC monitoring wells in the

borehole, including filling the annular space with filter pack and grout,

as directed by the Engineer.

8. Developing the new wells.

MERIDIAN MONITORING WELL 32 671927

FEBRUARY 29, 2016

©COPYRIGHT 2016 CH2M HILL

PA

GE3

9. Providing a submersible pump that can be used to sample each PVC

well, and assist as needed to collect representative groundwater samples

from each well.

10. Disinfecting and capping of the wells.

11. Performing final site cleanup.

1.01 WORK LOCATION

A. The well site is owned by the City of Meridian and is located in the

NWNWSE of Section 25, Township 3N Range 1W in Ada County, Idaho.

The well site is in a proposed new subdivision located between South Linder

Road and South Meridian Road near West Harris Street; south of West

Victory Road and north of West Amity Road.

1.02 STANDARDS AND PERMITS

A. 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, Subcontractor, supplier, or any other agent of

the Contractor performing the work.

B. The Contractor shall conform to the applicable portions of the Minimum Well

Construction Standards established by the Idaho Department of Water

Resources (IDWR), the Recommended Standards for Water Works (the “Ten

States Standards”), the Idaho Rules for Public Drinking Water Systems of the

Idaho Department of Environmental Quality (IDEQ), and this bid package and

technical specifications.

C. The Contractor shall secure and pay for well drilling and construction permits.

The Contractor shall secure all other permits for the work. Contractor shall

keep a copy of these specifications and all permits on site at all times.

D. Contractor shall complete all work associated with this contract in accordance

with the stipulations in the drilling permit issued by IDWR.

E. This project is expected to disturb less than one acre. Storm water

management, therefore, shall comply with Section (3.1.7) of the City of

Meridian’s Construction Storm Water Management Program.

F. Contractor shall develop an Erosion and Sediment Control Plan (ESCP) to

proactively manage storm water from the construction project, according to

the City of Meridian Construction Stormwater Management Program. The

ESCP shall include the following:

1. Project name, location map, and responsible Contractor;

2. Project description;

MERIDIAN MONITORING WELL 32 671927

FEBRUARY 29, 2016

©COPYRIGHT 2016 CH2M HILL

PA

GE4

3. Identification of potential impacts on water quality; and,

4. Plan drawings depicting storm water management strategy, including

the management of wastes and non-storm water discharges.

Should changes occur during construction that impact the ESCP, the

Contractor shall update the ESCP as required using a similar amendment

process to that for Storm Water Pollution Prevention Plans (SWPPPs). The

ESCP will be active until the City accepts the work.

G. The Contractor shall prevent all liquids from draining off site. Prior to any off-

site release, the Contractor shall notify the Owner, Engineer, and IDEQ.

1.03 SAFETY AND SITE ACCESS

A. The Contractor shall conform to all applicable occupational safety and health

standards, rules, regulations, and orders established by local agencies, the

State of Idaho, and the Occupational Safety and Health Administration

(OSHA). The Contractor shall ensure that safety barriers are tight to the

ground (child safe) and that all moving parts, belts, and batteries are covered.

When the site is unattended, all heavy equipment keys shall be removed, the

doors closed and locked and all buckets/blades lowered to the ground. Over

ground electrical lines shall be equipped with ground fault interrupters. The

Contractor is solely responsible for site and personnel safety.

B. The Contractor shall provide a security fence with two entrances that can be

locked. The fence shall surround the work site to prevent the public from

accessing the work site. The fence shall be locked whenever the site is left

unattended by the Contractor. Any borehole and well(s) shall be completely

and securely covered while unattended so that access to the well cannot be

obtained by hand.

1.04 DRILLING CONDITIONS

A. It is anticipated that drilling will be in clay, silt, sand, and gravel. The static

groundwater level could range from slightly below ground surface to up to 60

to 80 feet bgs. Details for the nearby City Wells (Well 25, Well 28, and Well

30) are provided in Attachment 1. It is the Contractor's responsibility to make

his own determination of subsurface conditions.

B. It is the Contractor’s responsibility to become informed about local conditions

affecting this work. Neither the information contained in these specifications,

nor gleaned from the Owner, nor their agents, shall act to relieve the

Contractor from any responsibility set forth in the contract.

MERIDIAN MONITORING WELL 32 671927

FEBRUARY 29, 2016

©COPYRIGHT 2016 CH2M HILL

PA

GE5

1.05 CONTRACTOR QUALIFICATIONS AND EQUIPMENT

A. The Contractor shall have at least five years of well drilling experience, and

shall have successfully completed at least three multi-level monitoring well

projects to depths of more than 500 feet using the mud-rotary drilling method.

A list of completed projects shall be provided upon request. If requested by

the Owner, Contractor shall submit affidavits detailing the amount and nature

of previous work. The Owner reserves the right to reject any bids because of

previous performance of the Contractor.

B. Prior to submitting a bid for this work, Contractors shall hold a valid Idaho

Public Works License. In addition, the Contractor shall be licensed to drill and

construct water-supply wells under current State of Idaho regulations at the

time the Contractor submits a bid for this work.

C. The Contractor shall submit a list of equipment to be used on the project. The

list shall include: (1) manufacturer; (2) load capacities; (3) year of

manufacture; and (4) year of purchase by current owner. The Contractor is

responsible for providing equipment capable of performing the work

specified.

D. The Contractor shall provide a standard mud kit that shall be on site at all

times. This kit shall be equipped with a marsh funnel viscometer, a plastic

measuring cup, a metal mud balance, pH strips, digital stopwatch, and a sand

content kit.

E. The Contractor shall provide a submersible pump capable of producing

sufficient water from each PVC well to obtain representative groundwater

samples.

F. The Contractor shall provide a mud-rotary drilling rig capable of drilling as

specified. The rig shall be equipped with a positive displacement mud pump.

The Contactor shall equip the rig with a minimum 3000-pound load capacity

sand line. This line must be able to reach the total depth of the drilled borehole

(up to 1,000 feet). The Contractor shall provide a cable tool drill rig, or shall

obtain Engineer approval for other casing advancement methods, as directed,

if the Contractor is unable to drill through the shallow surface gravel using the

mud-rotary drilling method.

G. Drilling fluid circulation system

1. System shall minimize recirculation of drill cuttings.

2. Design to facilitate retrieval of representative samples from the

discharge with a minimum of recirculation of material.

3. Include settling tanks of adequate size, a sampling trough, a shaker

table, and a desanding/desilting system.

MERIDIAN MONITORING WELL 32 671927

FEBRUARY 29, 2016

©COPYRIGHT 2016 CH2M HILL

PA

GE6

4. Equip with shaker table and desander/desilter system with a minimum

of four cones, capable of handling capacity of system.

5. Desander/desilter system shall have pump capable of supplying a

minimum of 40 psi at 80 gallons per minute per cone minimum.

6. Settling Tanks:

a. Vessels used for mixing drilling fluids shall be clean and free of

contaminants and extraneous materials prior to their use in drilling

operations.

b. Use above ground tanks for mixing, circulation and inclusion of

approved additives.

7. Use proper controls to prevent spillage of mud or additives onto ground.

1.06 SERVICES FURNISHED BY THE OWNER

A. The Owner will provide land and rights-of-way for the work specified in this

contract. Provisions for access to the work site will be provided by the Owner.

The Contractor shall not enter on or occupy with laborers, tools, equipment, or

material any ground outside the property and rights-of-way provided by the

Owner unless stated otherwise by the Owner. Other contractors, employees, or

agents of the Owner may enter the work site and premises used by the

Contractor for business purposes.

B. The Engineer (as the Owner’s Representative) will participate in all aspects of

field activities, either while on site or via telephone communication with the

Contractor.

1.07 WATER, POWER, AND OTHER CONTRACTOR OBLIGATIONS

A. The Contractor shall be responsible for transporting drilling water to and from

the site from a source approved by the Engineer.

A ditch is available near the site. The Contractor shall obtain permission form

the Owner prior to any discharge of water into this ditch. The contractor shall

meet all federal, state, and local laws and regulations should he choose to

discharge water on site or into the ditch during well development and well

testing. Should the Contractor choose to discharge water on site, he shall take

measures to ensure the water remains within the well lot boundary.

B. The Contractor shall provide, at his own expense, all power required for his

operations under the contract.

C. Contractor shall providing onsite sanitary facilities and potable water facilities

as specified and as required by Laws and Regulations, and governing

agencies.

D. Downhole tools and equipment that may come in contact with tools or

equipment that may be positioned directly above borehole or completed well

MERIDIAN MONITORING WELL 32 671927

FEBRUARY 29, 2016

©COPYRIGHT 2016 CH2M HILL

PA

GE7

shall arrive onsite free of surface deposits of friable solids; for example, mud,

sand, grout, caked on cuttings and cleaned of grease, oils, and other petroleum

products. Except that normal amounts of thread joint compound on drill pipe

and tool joints, and normal amounts of lubricating grease on mechanical

equipment is allowed.

E. Contractor shall clean downhole equipment, tools, and equipment that may

come in contact with downhole equipment that becomes soiled with petroleum

products to satisfaction of Engineer before resuming work on well.

F. Contractor shall remove tractable mud, cuttings, sand, grout and other

materials from undercarriage, tires and other surfaces of equipment prior to

moving equipment on or across public roads and pathways.

G. Contractor shall not empty, spill, splash, or slosh containerized drilling mud

and fluids onto ground surface while moving containers, pipes, and

equipment.

H. Cleanup drilling mud, settled solids, and other semi-liquids and solids that

spill from, or are emptied from, equipment as it is being moved.

I. All drilling fluids shall be disposed of in accordance with State and Federal

regulations. Method and place of drilling fluid disposal shall be approved by

the Owner. Costs incurred in connection with the disposal of drilling fluids

and developed water shall be borne by the Contractor. The Contractor shall

obtain Owner approval prior to spreading any cuttings or drilling fluid on site.

Burying drill cuttings or fluids on site is not permitted.

J. At least weekly, brush sweep entry drive, roadways, and other streets and

walkways affected by the work and where adjacent to the work.

K. Upon well completion and testing, Contractor shall remove temporary above

grade or buried utilities, equipment, facilities, materials. Contractor shall clean

and repair damage caused by installation or removal of temporary facilities

and equipment. Contractor shall clean the work site and re-grade, as

necessary, the site to original site conditions.

L. Contractor shall maintain a clean and orderly work site. Contractor shall

contain all garbage and debris remove regularly from the site. Keep ditches,

culverts, and natural drainages continuously free of construction materials and

debris.

M. Contractor shall provide temporary lighting to meet applicable safety

requirements to allow erection, application, or installation of materials and

equipment, and observation or inspection of the work.

MERIDIAN MONITORING WELL 32 671927

FEBRUARY 29, 2016

©COPYRIGHT 2016 CH2M HILL

PA

GE8

N. Contractor shall furnish and maintain on site adequate firefighting equipment

capable of extinguishing incipient fires. Comply with applicable parts of

NFPA 241. Fire protection provided at the site shall also comply with local

fire department requirements.

O. Contractor shall perform work within right-of-way and easements in a

systematic manner that minimizes inconvenience to property owners and the

public.

P. The Contractor shall notify IDWR and the Engineer at least 24 hours prior to

placing any seal or other annular material in any open borehole or annular

space.

Q. In areas where Contractor’s operations are adjacent to or near a utility, such as

gas, telephone, television, electric power, water, sewer, or irrigation system,

and such operations may cause damage or inconvenience, suspend operations

until arrangements necessary for protection have been made by Contractor.

R. Vehicle parking on adjacent streets is prohibited. All vehicles and equipment,

including worker vehicles, shall be parked within the designated area for

Contractor’s operation and storage area.

S. Contractor shall complete the work as described in the specifications.

Contractor shall make no substitutions, modifications, or change orders

without prior written approval from the Owner.

T. Logs and records shall be kept by the Contractor on forms suitable to the

Engineer, which shall indicate each shift worked; the general character,

thickness, and type of material penetrated; and the type of all other work

performed, including the exact time spent on each item of work. Information

that shall be listed on the drilling log includes: (1) drilling fluids and additives,

including quantity of materials used; (2) drilling fluid properties, including

weight and viscosity (if applicable); (3) type and diameter of bits used for

drilling and total footage for each bit; and (4) any remarks or comments

concerning the drilling characteristics of the borehole, including locations of

any lost circulation zones. The forms shall be kept on-site for inspection by

the Engineer.

U. Copies of the logs shall be available for inspection by the Owner and Engineer

at all times. Copies of all logs shall be furnished to the Owner and Engineer

following completion of all operations. The Contractor shall submit all

appropriate Well Driller’s Report(s) to IDWR, as approved by the Engineer

and Owner. The Contractor shall provide a draft of the report to the Engineer

and Owner, and the Contractor shall wait to submit the report to the state until

receiving approval from the Engineer. The Contractor shall provide an

electronic (PDF) version of the report to the Engineer. The Contractor shall

MERIDIAN MONITORING WELL 32 671927

FEBRUARY 29, 2016

©COPYRIGHT 2016 CH2M HILL

PA

GE9

develop and maintain records throughout the course of the work that are

required for this report.

V. The well shall be drilled straight and plumb. It shall be the responsibility of

the CONTRACTOR to see that the well is being constructed straight and

plumb at all times. The OWNER may at any time conduct a gyroscopic survey

or make such tests as necessary to determine whether these tolerances are

being met.

1.08 WORKING HOURS

A. The Contractor shall work on this project in a steady and diligent manner.

The Contractor shall, during all work periods, provide an adequate crew of

suitably qualified personnel to prevent unnecessary delays in project

completion.

B. The project site is within a residential area and the Contractor is encouraged to

work primarily between 7 am and 9 pm. However, the Contractor may

conduct 24-hour operations during drilling and casing installation if needed to

ensure borehole stability.

1.09 TOOL RECOVERY

A. The Contractor shall not be reimbursed for any time or materials spent to

recover downhole tools or equipment during any phase of the work.

1.10 PROTECTION OF WATER QUALITY

A. The Contractor shall prevent contamination of the water in the well and the

work site. The Contractor shall provide containers and sheathing contain any

equipment leaks. All equipment in contact with liquid or tools going down

hole shall be disinfected with 500 ppm chlorine solution prior to entry in the

borehole or well.

1.11 FINAL SITE CLEANUP

A. The Contractor shall thoroughly clean the site after completion of the drilling,

well construction, and test pumping operations. All excess drilling fluids,

debris, and other materials used during these operations shall be removed and

properly disposed of by the Contractor.

B. The Contractor shall promptly remove his equipment, temporary facilities,

and materials, and leave the site in a condition approved by the Owner. The

Contractor shall repair any damage to the property or facilities caused by his

operations prior to final acceptance of the work by the Owner.

MERIDIAN MONITORING WELL 32 671927

FEBRUARY 29, 2016

©COPYRIGHT 2016 CH2M HILL

PA

GE1

0

1.12 SUBMITTALS

A. Definitions

1. Action Submittal: Written and graphic information submitted by

Contractor that requires Engineer’s approval.

2. Informational Submittal: Information submitted by Contractor that

requires Engineer’s review and determination that submitted

information is in accordance with the Conditions of the Contract.

B. Procedure

1. Submittals shall be made in electronic format. Direct submittals to

Engineer at the following email address: [email protected]. The

Contractor shall coordinate with Kevin Boggs/CH2M HILL to transmit

submittals too large to email. For final geophysical logs or other

submittals that are not conducive to electronic submittal, the Contractor

shall transmit these submittals to Kevin Boggs at the following address:

Attn: Kevin Boggs

CH2M HILL

322 E. Front Street, Suite 200

Boise, ID 83702

C. Electronic Submittals:

1. Each submittal shall be an electronic file in Adobe Acrobat Portable

Document Format (PDF). Use the latest version available at time of

execution of the Agreement.

2. PDF files shall be set to open “Bookmarks and Page” view.

3. Add general information to each PDF file, including title, subject,

author, and keywords.

4. PDF files shall be set up to print legibly at 8.5-inch by 11-inch or

11-inch by 17-inch. No other paper sizes will be accepted except

geophysical logs that must be submitted both electronically and in hard-

copy format on standard accordion-style paper.

5. Submit new electronic files for each resubmittal.

6. Include a copy of the Transmittal of Contractor’s Submittal form,

located at end of section, with each electronic file.

7. Engineer will reject submittal that is not electronically submitted, unless

specifically accepted.

D. Transmittal of Submittal:

1. Contractor shall:

a. Review each submittal and check for compliance with Contract

Documents.

2. Complete, sign, and transmit with each submittal package, one

Transmittal of Contractor’s Submittal form attached at end of this

section.

3. Identify each submittal with the following:

MERIDIAN MONITORING WELL 32 671927

FEBRUARY 29, 2016

©COPYRIGHT 2016 CH2M HILL

PA

GE1

1

a. Numbering and Tracking System:

1) Sequentially number each submittal.

2) Resubmission of submittal shall have original number

with sequential alphabetic suffix.

b. Specification section and paragraph to which submittal applies.

c. Project title and Engineer’s project number.

d. Date of transmittal.

e. Names of Contractor, Subcontractor or Supplier, and manufacturer

as appropriate.

4. Identify and describe each deviation or variation from Contract

Documents.

E. Resubmittals: Clearly identify each correction or change made.

F. Submittals not required by Contract Documents:

1. Will not be reviewed and will be returned stamped “Not Subject to

Review.”

2. Engineer will keep one copy and return submittal to Contractor.

G. Action Submittals

1. Prepare and submit Action Submittals required by individual

specification sections.

2. Action Submittal Dispositions: Engineer will review, comment, stamp,

and distribute as noted:

a. Approved:

1) Contractor may incorporate product(s) or implement work

covered by submittal.

b. Approved as Noted:

1) Contractor may incorporate product(s) or implement work

covered by submittal, in accordance with Engineer’s

notations.

c. Partial Approval, Resubmit as Noted:

1) Make corrections or obtain missing portions, and resubmit.

2) Except for portions indicated, Contractor may begin to

incorporate product(s) or implement work covered by

submittal, in accordance with Engineer’s notations.

d. Revise and Resubmit:

1) Contractor may not incorporate product(s) or implement

work covered by submittal.

H. Informational Submittals

1. General:

a. Copies: Submit via email as a PDF file.

b. Engineer will review each submittal. If submittal meets conditions

of the Contract, Engineer will forward copy to appropriate parties.

If Engineer determines submittal does not meet conditions of the

MERIDIAN MONITORING WELL 32 671927

FEBRUARY 29, 2016

©COPYRIGHT 2016 CH2M HILL

PA

GE1

2

Contract and is therefore considered unacceptable, Engineer will

retain one copy and return remaining copy with review comments

to Contractor, and require that submittal be corrected and

resubmitted.

I. List of Submittals

1. The Contractor shall transmit the following submittals (this list may not

include all submittals; the Contractor shall provide documentation for

materials, equipment, or other aspects of the work as requested by the

Engineer or Owner):

SUBMITTAL DUE Submittal I.D.

List of drilling equipment Prior to mobilization 1

Qualifications/experience certification, if

requested

Prior to mobilization 2

Mill-test reports showing chemical

composition of steel surface casing,

centralizers, and drive shoe

Prior to installation 3

PVC casing and screen manufacturer records Prior to installation 4

Grout mix design Prior to mobilization 5

Grout load tickets if applicable Following installation 6

Drilling mud properties During drilling 7

Drill cutting samples During drilling 8

Daily drilling log, per Specification Section

1.08.U and 1.08.V

Daily; well driller’s

report due following

well completion

9

Sieve analyses test results Immediately following

testing

10

A bag sample of proposed sand filter pack

material; sieve analysis results

Prior to delivery of

sand filter pack

11

Geophysical logging results, including five

(5) hard copies and electronic data (data in a

spreadsheet or text file format that can be

imported into a standard spreadsheet

electronically)

Immediately following

testing

12

MERIDIAN MONITORING WELL 32 671927

FEBRUARY 29, 2016

©COPYRIGHT 2016 CH2M HILL

PA

GE1

3

TRANSMITTAL OF CONTRACTOR’S SUBMITTAL (ATTACH TO EACH SUBMITTAL)

DATE:

TO:

FROM:

Contractor

Submittal No.:

New Submittal Resubmittal

Project:

Project No.:

Specification Section No.:

(Cover only one section with each transmittal)

Schedule Date of Submittal:

SUBMITTAL TYPE: Shop Drawing Sample Informational

Deferred

The following items are hereby submitted:

Number of

Copies Description of Item Submitted

(Type, Size, Model Number, Etc.) Spec. and

Para. No. Drawing or

Brochure Number

Contains Variation

to Contract

No Yes

Contractor hereby certifies that (i) Contractor has complied with the requirements of Contract Documents in

preparation, review, and submission of designated Submittal and (ii) the Submittal is complete and in accordance

with the Contract Documents and requirements of laws and regulations and governing agencies.

By:___________________________________ Contractor (Authorized Signature)

MERIDIAN MONITORING WELL 32 671927

FEBRUARY 29, 2016

©COPYRIGHT 2016 CH2M HILL

PA

GE1

4

2 PART 2 PRODUCTS

2.01 DRILLING FLUIDS

A. Contractor shall use new materials in the formulation of drilling fluid at each well

site.

B. Drilling fluid properties:

1. Comprised of a polymer-based “mud” or a bentonite “gel”-based mud.

a. “Gel”-based mud shall be a high-yield, 200-mesh sodium bentonite.

b. A bentonite viscosifier only meeting requirements of API 13A will be

considered insufficient for applications required in this Project.

2. NSF 61 Certified.

3. Possess characteristics that are required to:

a. Adequately clean drill cuttings off drill bit and bottom of hole.

b. Transport (“float”) cuttings to the surface and remove them from the

fluid.

c. Provide borehole stability to prevent caving of the walls as drilling

progresses.

d. Control subsurface pressures.

e. Cool drill bit and lubricate drill string.

f. Prevent excessive fluid loss into permeable zones.

g. Permit recovery of representative samples of drill cuttings.

4. Maintain to deposit only a thin, maximum of 3/16 of an inch, easily

removable filter cake on face of borehole. Maintain as follows:

a. Weight: Not to exceed 9.2 pounds per gallon.

b. Viscosity: Not to exceed 32 seconds per quart.

c. Sand Content: Not to exceed 1 percent.

d. Total Solids Content: Not to exceed 7 percent.

e. 30-Minute Water Loss: Not to exceed 15 milliliters.

f. Contractor shall obtain Engineer approval prior to drilling with fluids

with properties outside these limits.

5. Manufacturers:

a. Baroid Industrial Drilling Products; Quik-Gel.

b. CETCO; Super Gel-X.

6. Soda ash shall be used to increase pH of the water used to mix drilling

fluids.

7. Additives, if required, shall be approved by Engineer. Organic drilling

additives shall not be used.

2.02 CASING

A. Steel Casing

1. ASTM A139/A139M, Grade B domestic as approved by Engineer.

Material shall be new and unused.

MERIDIAN MONITORING WELL 32 671927

FEBRUARY 29, 2016

©COPYRIGHT 2016 CH2M HILL

PA

GE1

5

2. Fabricated in lengths not less than 20 feet except for pieces extending

above ground which may be length as required, with a wall thickness

of not less than 0.375-inch for casing 12 inches or greater in diameter.

3. Casing Guides (Centralizers)

a. Weld four to steel surface casing at approximately 90-degree

intervals around the circumference of the casing and at intervals

of not more than 20 feet vertically to centralize and hold casing

in the proper position until concrete sanitary seal is in place.

b. Place first set of guides 5 feet from bottom of steel surface

casing.

c. Install a minimum of two sets of guides vertically.

d. Install 2 feet long, minimum, and extend at least 2 inches from

casing wall.

4. Weld field joints by qualified welders in accordance with the

requirements of AWWA C206 and applicable sections of AWS code.

5. Field joints shall be properly butt welded during installation.

6. Bevel ends of each casing section to accommodate the welds so

outside diameter of weld is equal to or less than outside diameter of

casing.

7. Prior to welding, Contractor shall paint the outside wall of the casing

where welds will occur with high-temperature-rated paint, including

but not limited to welded joints, centralizers, etc. The extent (length

above and below the weld point) shall be observed and approved by

the Engineer, but 8 to 10 inches is generally acceptable.

8. Drive Shoe

a. The Contractor shall weld an oversized, factory-supplied, steel

casing with a drive shoe in the event the casing needs to be

advanced beyond its initial depth (driven deeper). The

Contractor shall use a drive shoe supplied by Wellmaster, or

approved equal.

B. Polyvinyl Chloride (PVC) Casing

1. All PVC casing shall be 2-inch diameter, white, new, unused, flush

jointed, Schedule 80 pipe specification in 10-foot lengths. All pipe

shall be certified for conformance with NSF 61 and shall meet the

requirements of ASTM F480, ASTM D1784, and ASTM D2837.

Contractor shall provide Johnson® PVC well casing as supplied by

U.S. Filter/Johnson Screens, or alternate as approved by the Owner in

writing prior to Contractor ordering PVC casing.

2. The PVC casing shall be joined with taper-lock, flush joints with

rubber O-rings.

3. The PVC, or the unopened box in which it is supplied, shall be marked

with the name of the manufacturer, the manufacturer’s date code,

manufacturer’s name, pipe size, and NSF 61.

MERIDIAN MONITORING WELL 32 671927

FEBRUARY 29, 2016

©COPYRIGHT 2016 CH2M HILL

PA

GE1

6

2.03 SCREEN

A. All screen shall be 2-inch diameter, factory-slotted PVC, white, new,

unused, flush jointed, Schedule 80 pipe specification in 10-foot lengths.

All pipe shall be certified for conformance with NSF 61 and shall meet

the requirements of ASTM F480, ASTM D1784, and ASTM D2837.

Contractor shall provide Johnson™ PVC well casing as supplied by U.S.

Filter/Johnson Screens, or alternative as approved by the Owner in

writing prior to Contractor ordering PVC screen.

B. The PVC casing shall be joined with taper-lock, flush joints with rubber

O-rings.

C. The top and bottom PVC end caps shall have threaded connections.

D. The PVC, or the unopened box in which it is supplied, shall be marked

with the name of the manufacturer, the manufacturer’s date code,

manufacturer’s name, pipe size, and NSF 61.

2.04 SAND FILTER PACK

A. The pack shall consist of clean, well-rounded siliceous material with a

uniformity coefficient of 2.5 or less, and shall be #6 - #9 Colorado Silica

Sand®, supplied by Premier Silica LLC (or approved equal).

2.05 SEALS

A. Bentonite

1. Contractor shall provide and install NSF-approved sodium bentonite

grout that is greater than 30% by weight. The bentonite shall be

manufactured for use in water supply wells. The bentonite shall be dry

and supplied in water proof bags or containers. Water used to mix

grout shall be of potable quality, and approved by the Engineer.

B. Cement

1. Contractor shall provide and install Type II cement grout that is

greater than 65% by weight, meeting requirements of ASTM C150.

Additives shall meet requirements of ASTM C494/C494M, and shall

be approved by Engineer and IDWR prior to use.

C. Each bentonite/cement grout batch shall consist of 24 gallons of potable

water, one 92-lb bag of Portland cement, followed by one 50-lb bag of

Wyo-Ben Grout Well DF (or approved equivalent), yielding a volume of

approximately 29 gallons per batch.

MERIDIAN MONITORING WELL 32 671927

FEBRUARY 29, 2016

©COPYRIGHT 2016 CH2M HILL

PA

GE1

7

2.06 DISPERSANT

A. To assist with well development, the Contractor shall provide Aqua-

Clear PDF (Baroid) or an approved equivalent.

3 PART 3 EXECUTION

3.01 SEQUENCE OF WORK

A. Mobilize and hold a pre-construction meeting.

B. Drill a minimum 16-inch diameter borehole (mud-rotary) to

approximately sixty (60) feet bgs; install 12-inch diameter steel surface

casing; seal annular space with cement to ground surface.

C. Drill an 8.5-inch diameter pilot borehole up to 1,000 feet bgs using the

mud-rotary drilling method.

D. Run borehole geophysical logging inside the pilot borehole.

E. Backfill the pilot borehole with ¼-inch gravel.

F. Ream the pilot borehole to 12-inches in diameter using the mud-rotary

drilling method.

G. Construct up to 13, 2-inch diameter PVC wells while continuously

circulating drilling fluid from the bottom of the borehole to ground

surface. Work from the bottom upward, installing the well, placing the

sand filter pack, and sealing each zone, one at a time.

H. Bail infill from each well to total depth.

I. Purge each well by airlifting. Airlift at least 4 PVC wells simultaneously.

Clean the well to total depth following development.

J. Provide a submersible pump capable of producing water from each PVC

well in order for the Engineer to collect representative groundwater

samples from each well.

K. Disinfect each well in accordance with AWWA A100 and C654

following development and removal of all downhole tools. Collect

bacteria confirmation samples for submission to a laboratory for analysis,

meeting the requirements of AWWA A100 and C654.

L. Clean site and demobilize.

3.02 MOBILIZATION

A. Contractor shall not mobilize without written notice to proceed from the

Owner. Prior to mobilization, the Contractor shall hold a pre-construction

meeting on site with the Owner and Engineer. Contractor shall have its

crew that will be working on the test well on site for this meeting.

B. Contractor shall move in all tools, equipment, and supplies necessary for

the work.

MERIDIAN MONITORING WELL 32 671927

FEBRUARY 29, 2016

©COPYRIGHT 2016 CH2M HILL

PA

GE1

8

C. Contractor shall set up drilling rig(s), drilling waste solid and liquid

containment, storage and treatment systems, pump service rigs, and other

related equipment in area agreed to by the Owner and Engineer.

3.03 SURFACE CASING AND SEAL

A. The Contractor shall advance a minimum 16-inch diameter borehole

using the mud-rotary drilling method. The borehole shall be advanced

into a clay unit below shallow gravel at the site. For bidding purposes,

assume the Contractor will advance the borehole to 60 feet bgs. The

Contractor shall install 12-inch diameter steel casing into the clay

unit, and seal the annular space between the 12-inch diameter casing

and minimum 16-inch diameter borehole with cement grout using the

tremie method. The tremie pipe shall extend from above ground

surface to the bottom of the zone to be grouted. The grout shall be

placed grout from the bottom to top, in a continuous operation. The

Contractor shall slowly raise the grout tremie pipe as grout is placed.

The discharge end of the grout tremie pipe shall remain submerged in

grout until grouting is completed, and the Contractor shall maintain a

full grout tremie pipe until grouting of the specified interval is

complete.

B. The Contractor shall continuously sample the drill cuttings and bag

them at 5-foot intervals and at pronounced changes in geologic

formation. These samples shall be saved and maintained on the job

site in a clean dry area on tables (not on the ground). All samples are

to be submitted to the Owner. The samples shall be of at least one-

gallon size, shall be kept in cloth sample bags or “freezer” zip-lock

style plastic bags, to be provided by the Contractor, and shall be

clearly and permanently labeled to show the depth, date, and borehole

from which collected.

3.04 PILOT BOREHOLE

A. Inside the 12-inch diameter steel casing, the Contractor shall advance

an 8.5-inch nominal diameter pilot borehole using the mud-rotary

drilling method.

B. A drilling fluid circulation pump shall be used to circulate fluid

between mud tanks and the borehole at all times when the Contractor

is off site.

C. The Contractor shall continuously sample the drill cuttings and bag

them at 5-foot intervals and at pronounced changes in geologic

formation. These samples shall be saved and maintained on the job

site in a clean dry area on tables (not on the ground). All samples are

MERIDIAN MONITORING WELL 32 671927

FEBRUARY 29, 2016

©COPYRIGHT 2016 CH2M HILL

PA

GE1

9

to be submitted to the Owner. The samples shall be of at least one-

pint size, shall be kept in cloth sample bags or “freezer” zip-lock style

plastic bags, to be provided by the Contractor, and shall be clearly

labeled to show the depth, date, and borehole from which collected.

3.05 GEOPHYSICAL LOGGING

A. The Contractor shall hire a geophysical logging company to run a

suite of borehole geophysical logs, including:

1. Caliper

2. Single-point resistivity

3. 8-inch normal resistivity

4. 16-inch normal resistivity

5. 32-inch normal resistivity

6. Natural gamma ray

7. Temperature

B. There will be no additional payment for rig time or standby time

while geophysical surveys are being performed.

C. The Contractor shall condition the pilot borehole for its total depth

prior to logging company performing geophysical logs. Drilling mud

circulation in the pilot borehole shall not stop until logging company

is at drilling site. It shall be the responsibility of Contractor to

maintain integrity of borehole to its total depth during logging. No

additional payment will be made to the Contractor for keeping the

borehole open during logging. If the geophysical probes fail to reach

the desired depth, borehole shall be conditioned at Contractor’s sole

expense to allow probes to reach desired depth.

D. Contractor shall backfill the pilot borehole with ¼-inch gravel

following geophysical logging, as approved by the Engineer prior to

the Contractor ordering materials.

3.06 BOREHOLE REAMING

A. The Contractor shall ream the pilot borehole to up to 12-inches in

diameter up to the total depth of the pilot borehole using the mud-

rotary drilling method. The Engineer will provide the actual reamed

depth to the Contractor within 48 hours of the Engineer receiving the

geophysical logs from the Contractor.

MERIDIAN MONITORING WELL 32 671927

FEBRUARY 29, 2016

©COPYRIGHT 2016 CH2M HILL

PA

GE2

0

3.07 MONITORING WELL CONSTRUCTION

A. The Contractor shall not construct any portion of the well without the

Engineer being on site. The Contractor shall “clean out” the reamed

borehole, as directed by the Engineer. The Contractor shall install a

steel tremie pipe to a depth specified by the Engineer and circulate

clean drilling fluid in the borehole continuously. The Contractor shall

construct up to 13, 2-inch diameter PVC wells in the borehole. The

total depth of each well will be determined and provided to the

Contractor following receipt of borehole geophysical logs from the

Contractor. For bidding purposes, assume the PVC well screen will be

0.020-inch aperture. The Contractor shall construct the wells one at a

time, working from the deepest zone upward. The Contractor shall

install the first PVC well, place sand filter pack as directed by the

Engineer, tremie grout into the annular space, as directed by the

Engineer, then construct the next PVC well up the borehole until all

wells are constructed and annular materials are placed in the annular

space. The Contractor shall mark the depth and any other

identification the Engineer desires onto the PVC casing above ground

following the construction of each PVC well.

B. The Contractor shall pour sand filter pack in the annular space

through a tremie pipe, as directed by the Engineer, until the desired

depth of the filter pack is reached for each PVC well. The Contractor

shall place the sand filter pack into the annular space for each PVC

well in a continuous pour.

C. The Contractor shall pump all seals into the annular space. The

Contractor shall use the tremie method to place seals to depths as

directed by the Engineer. The tremie pipe shall be at least 1.5-inches

in diameter, shall be installed prior to construction of the first PVC

well, and the pipe shall extend from above ground surface to the

bottom of the zone to be grouted. The grout shall be placed grout

from the bottom to top, in a continuous operation. The Contractor

shall slowly raise the grout tremie pipe as grout is placed. The

discharge end of the grout tremie pipe shall remain submerged in

grout until grouting is completed, and the Contractor shall maintain a

full grout tremie pipe until grouting of the specified interval is

complete.

3.08 WELL DEVELOPMENT

A. No sooner than 24 hours and no later than 48 hours following well

construction, the Contractor shall begin well development. The

Contractor shall remove all infill and heavy drilling fluids from each

PVC well to total depth. The Contractor shall use Aqua-Clear PDF

MERIDIAN MONITORING WELL 32 671927

FEBRUARY 29, 2016

©COPYRIGHT 2016 CH2M HILL

PA

GE2

1

(Baroid) or approved equivalent to assist with well development.

Costs associated with clearing the drilling mud from the well and

diverting the discharge are the responsibility of the Contractor and

shall be considered incidental to the project. The Contractor shall air

lift liquid from each well until clear water is produced, and as

approved by the Engineer. The Contractor shall air lift and purge at

least four PVC wells simultaneously. The Contractor shall contain or

divert all water discharged, as approved by the Engineer. The

Contractor shall remove all materials from inside each well following

well development. Any well development product used to enhance

well development shall be approved by the Engineer. Contractor shall

comply with all applicable permits related to containing, diverting, or

removing and disposing of discharge water or other materials from

well development. The Contractor shall keep a detailed record of well

development activities, as approved by the Engineer.

B. The cost of discharging water on site, into the ditch near the site, or

hauling the water off site is considered incidental to the project and

shall be included in other bid items in the Bid Schedule (such as

mobilization or well development).

3.09 WELL SAMPLING

A. Following well development, the Contractor shall provide and install

a submersible pump in each PVC well (one pump, used to sample

each well, one at a time). This pump shall be disinfected prior to

installation, and shall be cleaned to the satisfaction of the Engineer

prior to being installed in each PVC well. The Contractor shall

provide power to operate the pump, and shall provide any assistance

the Engineer requires in order to collect representative groundwater

samples from each PVC well, including purging each well and

running the pump until field water quality parameters (temperature,

pH, and specific conductance) are stable. The Engineer will provide

field water quality meters and sampling containers. This item is

considered incidental to the Contractor’s bid, and the Contractor shall

include all costs associated with this activity in his bid. No additional

payment will be made for this activity.

3.10 DISINFECTION

A. Following development and cleanout of the wells, the Contractor shall

disinfect each PVC well, complying with all applicable sections of

AWWA A100 (Water Wells) and AWWA C654 (Disinfection of

Wells). The Contractor shall pour liquid sodium hypochlorite solution

into the well’s water column, leaving a concentration of sodium

MERIDIAN MONITORING WELL 32 671927

FEBRUARY 29, 2016

©COPYRIGHT 2016 CH2M HILL

PA

GE2

2

hypochlorite in the well of 200 ppm. The Contractor shall complete

well disinfection while the Engineer is on site.

B. Following disinfection, the Contractor shall assist the Engineer in

collecting coliform samples, per AWWA A100 (Water Wells) and

AWWA C654 (Disinfection of Wells).

C. After completion of all work associated with this contract, the

Contractor shall clean up the work site and any property used by his

operations to the satisfaction of the Owner. The Contractor shall

remove and dispose of all excess materials resulting from his work,

and shall repair, replace, or restore all property of any type or nature

which has been moved, damaged, or altered in any way by his

operations, to the satisfaction of the Owner. The Contractor shall

return all landscape, roadway, and adjoining surfaces to their original

condition and appearance as soon as reasonably feasible.

3.11 FINAL WELL CAPPING

A. The Contractor shall cap the well using a 0.375-inch wall thickness,

mild steel well cap, as approved by the Owner and Engineer. The

steel cap must be equipped with a lock and must match the design of

other City well caps, including paint. The Contractor shall coordinate

with the Owner and Engineer to obtain approval of the well cap prior

to purchasing or machining the cap.

4 PART 4 MEASUREMENT AND PAYMENT

4.01 The quantities of work or material stated in unit price items of the Bid are supplied

only to give an indication of the general scope of the work The Owner does not

expressly or by implication agree that the actual amount of work or material will

correspond therewith, and reserves the right after award to increase or decrease the

quantity of any unit price item of the work without a change in the unit price, and

shall include the right to delete any Bid item in its entirety. Payment for materials

and labor will be based on actual quantities furnished, installed, or constructed in

accordance with the prices bid for unit price items.

4.02 The Owner may terminate work on the project at any point if, in the Owner’s

judgment, the Owner’s best interests are not served by continuation. Conditions

which may lead to project termination include, but are not limited to, indications of

low groundwater development potential as determined during drilling. In such an

event, the Contractor shall be paid for the value of work completed at that time on

the basis of the unit price and lump sum items listed on the Bid Schedule. In

addition, if well construction is terminated by decision of the Owner, the Contractor

may be required to properly abandon the borehole. Abandonment procedures in

excess of those explicitly required in these specifications must comply with current

MERIDIAN MONITORING WELL 32 671927

FEBRUARY 29, 2016

©COPYRIGHT 2016 CH2M HILL

PA

GE2

3

Idaho State regulations. Materials used in abandonment shall be paid at invoice cost

plus 10 percent to cover handling. Payment for rig time shall be at the bid unit price.

4.03 No payment shall be made for tests of borehole and well casing plumbness and

alignment; it shall be the responsibility of the Contractor to ensure that the hole

remains within plumbness and alignment specifications.

4.04 No payment shall be made for drilling fluid materials used during normal drilling

operations. All such costs shall be considered to be included in the unit prices listed

on the Bid Schedule.

4.05 No payment shall be made for time or expenses incurred in the recovery or

replacement of tools or equipment lost during the drilling phase or any other phase

of the work.

4.06 No payment shall be made for time, materials, or labor costs incurred during

remedial measures or operations in the event the well is of unacceptable plumbness

or alignment.

4.07 No payment shall be made for time, materials, or labor costs incurred in abandoning

the well in the event the well is of unacceptable plumbness or alignment following

remedial measures, or if lost tools or equipment cannot be recovered from the

borehole. The costs incurred for construction of the abandoned well shall be applied

to construction of a replacement well.

4.08 No payment shall be made for costs associated with providing Aqua-Clear PDF

(Baroid) or an approved equivalent.

4.09 BID ITEMS

ITEM DESCRIPTION

Permitting/Mobilization/

Demobilization/

Cleanup

Work under this item shall include preparatory operations,

including, but not limited to, those necessary for the

movement of personnel, equipment, materials and

incidentals to the project site, safety training, site access

coordination with the Owner and Engineer, securing a

temporary construction yard, installing the gravel pad, and

maintaining the project site in a safe and orderly manner.

This item also includes costs incurred for securing bonds,

permits (including the Erosion and Sediment Control Plan

for the City), insurance, and financing prior to beginning

work. Mobilization and temporary facility costs shall not

exceed 10 percent of the total bid amount. Payment shall

be at the lump sum bid price.

MERIDIAN MONITORING WELL 32 671927

FEBRUARY 29, 2016

©COPYRIGHT 2016 CH2M HILL

PA

GE2

4

ITEM DESCRIPTION

Cable Tool Rig

Mobilization and

Utilization

Work under this item shall include all costs associated

with bringing a cable tool rig on site in order to advance

the steel surface casing beyond the shallow gravel on site.

This bid item shall include all costs for labor, materials,

and associated equipment to advance the casing using the

cable tool rig. Payment shall be at the lump sum bid price.

Steel Surface Casing

and Seal

Work under this item shall include, but not be limited to,

drilling the minimum 16-inch diameter borehole,

installation of the 12-inch diameter steel surface casing

and seal as described in the specifications. Payment shall

be at the unit price (Linear Foot) detailed in the bid table.

Payment will be based on the actual footage installed as

determined by the Engineer.

12-inch Diameter Drive

Shoe

Work under this item shall include the materials and work

required to install a 12-inch drive shoe on the 12-inch

diameter steel surface casing, as described in the

specifications. Payment shall be at the lump sum bid price.

Pilot Hole Drilling Work under this item shall include, but not be limited to,

drilling the 8.5-inch pilot borehole to a depth of up to

1,000 feet bgs as described in the specifications. This item

shall also include the work and materials required to fill

the pilot borehole with ¼-inch gravel prior to reaming.

Payment shall be at the unit price (Linear Foot) detailed in

the bid table. As part of this bid item, the Contractor shall

coordinate with Materials Testing & Inspection or other

laboratory and pay for up to fifteen (15) sieve analyses.

Payment will be based on the actual footage drilled as

determined by the Engineer.

Geophysical Logging Work under this item shall include, but not be limited to,

completing geophysical logging in the pilot borehole as

described in the specifications, including a caliper survey

of the pilot borehole. Payment shall be at the unit price

(Each Survey) detailed in the bid table. Payment will be

based on the number of surveys completed as determined

by the Engineer.

Borehole Reaming Work under this item shall include, but not be limited to

reaming the 8.5-inch pilot borehole to a diameter of 12-

inches as described in the specifications. Payment shall be

at the unit price (Linear Foot) detailed in the bid table.

Payment will be based on the actual footage drilled as

determined by the Engineer.

Caliper Survey Work under this item shall include, but not be limited to

completing caliper logging in the reamed borehole as

MERIDIAN MONITORING WELL 32 671927

FEBRUARY 29, 2016

©COPYRIGHT 2016 CH2M HILL

PA

GE2

5

ITEM DESCRIPTION

described in the specifications. Payment shall be at the

unit price (Each Survey) detailed in the bid table. Payment

will be based on the number of successful surveys

completed as determined by the Engineer.

PVC Well Casing Work under this item shall include, but not be limited to

furnishing and installing approximately 5,200 feet of 2-

inch diameter PVC casing and well caps as described in

the specifications. Payment shall be at the unit price

(Linear Foot) detailed in the bid table. Payment will be

based on the actual footage installed as determined by the

Engineer.

PVC Well Screen Work under this item shall include, but not be limited to

furnishing and installing approximately 200 feet of 2-inch

diameter PVC screen as described in the specifications.

Payment shall be at the unit price (Linear Foot) detailed in

the bid table. Payment will be based on the actual footage

installed as determined by the Engineer.

Sand Filter Pack Work under this item shall include, but not be limited to

furnishing and installing sand filter pack into the annular

space between the well casing and the reamed borehole as

described in the specifications. Payment shall be at the

unit price (Linear Foot) detailed in the bid table. Payment

will be based on the actual footage installed as determined

by the Engineer.

Grout Seals Work under this item shall include, but not be limited to

furnishing and installing grout seal into the annular space

between the well casing and the reamed borehole as

described in the specifications. Payment shall be at the

unit price (Linear Foot) detailed in the bid table. Payment

will be based on the actual footage installed as determined

by the Engineer.

Well Development Work under this item shall include, but not be limited to

air lifting development of the well as described in the

specifications. Payment shall be at the unit price (Hour)

detailed in the bid table. Payment will be based on the

actual hours of productive development completed as

determined by the Engineer.

Disinfect and Cap Well Work under this item shall include disinfection of the well

and wellhead completion. Payment shall be at the lump

sum bid price.

All Other Work Work under this item shall include Contractor’s submittal

of final project documentation, final site cleanup, and all

other incidental work required to complete the installation

MERIDIAN MONITORING WELL 32 671927

FEBRUARY 29, 2016

©COPYRIGHT 2016 CH2M HILL

PA

GE2

6

ITEM DESCRIPTION

of the improvements complete in place. Payment shall be

at the lump sum bid price.

Standby (Rig) Time Work under this item shall be limited to standby (rig) time

and shall only be utilized as directed and approved by the

Engineer. Payment shall be at the hourly bid price.

Payment will be based on the actual hours of standby time

completed as determined by the Engineer.

MERIDIAN MONITORING WELL 32 671927

FEBRUARY 29, 2016

©COPYRIGHT 2016 CH2M HILL

PA

GE2

7

Attachment 1.

Driller’s logs for select nearby Meridian Heights and City wells (3 wells in the Meridian

Heights area, City Well 25, City Well 28, and City Well 30)

Office Use Only -7 (Inspected by I w

Form 238-7 IIIAHO DEPARTMENT OF WATER RESOURCES 3/9s-c96 WELL DRILLER'S REPORT

Pa e l o f 2 -PERMIT NO. Kenturkr Ridye #3 Test Bore 1 1 . WELL TESTS:

Other IDWR No. 898866-845592 Pump Bailer Air Flowing Artesian

City ~ e y i d i a n State ID Zip 83680 I I 4

-- 'water Temp. 60'F @, 493' Bottom hole temp. Not C h e c k d 3. LOCATION OF WELL by legal description: Water Quality test or comments: pH=8.04. Cond = 832pS - Sketch map location must agree with writlen location

mr TDS = 578 mg/L Depth first Water Encountered NIA

2. OWNER: Name Meridian Heights Water &; Sewer Assoc., Inc. Address PO Box 472

17 12. LITHOLOGIC LOG: (Describe repairs or abandonment)

I I I

I I

Twp 3 North [XI or South

C Rge I East or West

L.

Sec 25 NE 114 10 acres G e s PA! l4

Time Performed

Gov't lot -- County Ada

Lat: 43 :34' :25.19'. Long: 116O :24' :19.37" --- Address of Well Site W. Riodosa Dr., off S. Kentucky Way

Pumping Level Tests

Yield pallmin. No

Ciity Meridian &we at least name ot road + Ulstance to ~ o a d or Landmark)

Drawdown Pump

Lt. 2 Blk. 5 Sub. Name Meridian Heights / Kentucky Ridge Subdivision

4. USE: . 1 -

Domestic Thermal Injectio

5. TYPE OF (XI ~ e w ~ e l l q Modify (XI ~ b a n d o n m k ; ; ~ Other' 6. DRILL METHOD

Air Rotary Cable Mud R'otary Other 7. SEALING PROCEDURES

SEALIFILTER PACK Material

Was drive shoe used? [7 Y IXI N Shoe Depth(s) Was drive shoe seal tested? [7 Y 1V How? 8. CASINGILINER:

Length of Headpipe NIA Length of Tailpipe NIA 9. PERFORATIONSISCREENS

Perforations Method NONE Screens Screen Type - NONE

Water sore 1 ~ r o m I To I~emarks:Lithology, Water Quality & Temp. I . T I

130'' 138' 1 105' I ~ i n e l ~ e d . 13an Sand I I I

n i ~ 30" 30" 30" - - - - -.-

8" 1 105' 1 1 1 I ' lTan Siltstone

8 ( 1 18' ( 129' (Tan Clay & Sand I I I i t l

0 5' 32'

8" 294' 308' Sand 8" 308' 3 16' Baked Brown Sand & Sand 8" 316' 324' Tan Sticky Clay 8" 324' 333' Sand & Little Clav Tan

5' 32' 38'

- - I

8" 1333' 1341' l ~ a n Sticky ClayISandy

Top Soil Gravel Tan Clay

8" 1341' 1351' lTan Sticky Clay 1 11 I 8" 8" 8" 8"

I I - - I I Continued-

Completed Depth: 553'

8" 8"

] Date: Started 311312007 Completed 4 1 3 1 2 0 0 7 1

351' 354' 377' 424' 436' 444'

354' 377' 424' 436'

- - Brown Sand Sticky Sandy Clay Medium Grained Brown Sand Grav Clav & Sand

444' 463'

From

, - Coarse Sand Gray Clay

13. DRILLER'S CERTIFICATION IIWe certify that all minimum &el\ construction standards were complied with at the time the rig Mias removed. Firm Name Treasure VAley Ilrilling / Firm No. 560 Firm Official fl /- Date

10. STATIC WATER LEVEL O:R ,4RTESIAN Supervisor or operaor Date

PRESSURE: 84.1 ft. below ground Artesian Pressure 177 Ib psi

Depth flow encountered 493 ft. Describe access port or control devices: Abandoned

Slot Size To Number Diamete Material Casin Liner ""'mi

T ~ P Rge Sec

Office Use Only Inspected by

Form 238-7 IDAHO DEPARTMENT OF WATER RESOURCES WELL DRILLER'S REPORT

1. DRILLING PERMIT NO Kentuckv Ridee Well 3-B Test Bore 1 1 . WELL TESTS: Other IDWR No. 898866-845592 Pump Bailer Air Flowing Artesian

Gov't

2. OWNER: Name Meridian Heights Water &; Sewer Assoc., Inc. Address PO Box 472

2 5

lot

North or

IEast or NE 114

10 acres 4 U e s

City Meridian State ID Zip 83680 'water Temp. 60'F @ 493' Bottom hole temp Not Known- 3. LOCATION OF WELL by 1 ~ ~ c r i p t i o n : Water Quality test or comments: Water samples obtained from 493 Sketch map location must agree with written location

N Depth first Water Encountered NIA

12. LITHOLOGIC LOG: (Describe r e ~ a i r s or abandonment)

Yield pal/min. NO

County Ada

South West W NWe!

Drawdown TESTS

-- 30

Lat: 43 :34' :25.19" Long: 1 16* :24' : 19.37" --- --- Address of Well Site W. Riodosa Dr., off S. Kentucky Way

City Meridian &we at least name ot road + U~stance to Koad or Landmark)

Lt. 2 Blk. 5 Sub. N,ame Meridian Heights / Kentucky Ridge Subdivision

4. USE:

Pumving Level

- -

Domestic q Municipal q Monitor q Irrigation q Thermal q Injection IX] Other Test-Drill & Fill

5. TYPE OF WORK check all that a ~ o l v (Re~lacement etc.)

Time

IX] New Well q Modify IX] ~ b a n d o n m ' e ; l ; ~ other' 6. DRILL METHOD q Air Rotary q Cable IX] Mud Rlotary q Other

7. SEALING PROCEDURES SEALIFILTER PACK

Material

Was drive shoe used? [7 Y [XI 'N Shoe Depth(s) Was drive shoe seal tested? [7 Y IXI N How? 8. CASINGILINER:

[7 n n n n

Length of Headpipe N/A Length of Tailpipe N/A 9. PERFORATIONSISCREENS [7 Perforations Method NONE

Screens Screen Type NONE

10. STATIC WATER LEVE:L OR ARTESIAN PRESSURE:

water

] Date: Started 311 312007 Completed 4/3/2007

13. DRILLER'S CERTIFICATION [/We certify that all minimum ucll construction standards were complied with at the time the rig uas removed._ ~ i r m Name Treasure k l l e y D: 1- Firm No. 560 Firm Official // Date Supervisor or Opefitor Date

84.1 ft. below ground Adesian Pressure 177 Ib psi D e ~ t h flow encountered 493 ft. Describe access ~ o r t or control de;ices: Abandoned

w Form 238-7 6/07

IDAHO DEPARTMENT OF WATER RESOURCES WELL DRILLER'S REPORT

1. WELL TAG NO. D 0053401 PAGE 1 OF 4 12. STATIC WATER LEVEL and WELL TESTS: orillins permit NO. 90671 8-8541 24 Depth first water encountered (ft) 6 feet bgl Static water level (ft) TABLE PAGE 4-

Water right or injection well # Water temp. ( O F ) TABLE PAGE 4 Bottom hole temp. (OF) 85.26 OF at 1,316 R b g ~

2. OWNER Manibf Describe access port six 2" tube wells in a locked steel well head enclosure _ Name City of Meridian - kst Well #28 Address 33 E. Broadway Ave. City Meridian s t a t e c - Zip 83642

3. WELL LOCATION: Twp. 03 North or South Rge. 01 East or West

Sec. 32 SE ti4 SW 114 NE 114 10 acres 40wes 160 aaes

Gov't Lot County Ada Lat. 043 " 33.250' (Deg. and Decimal minutes)

Long. 116 "21.620' (Deg. and Decimal minutes) Address of Wdl Site E. Taconic Dr. -112 m i l e south of Amity Rd. 8 1,600 feet west of Eagle Rd. City Meridian (Blc.madd+l lRa.Mc.-

Lot. 24 Blk. 1 Sub. N a m e y a c k r o c k Sub. No. 1 4. USE:

Domestic Municipal Monitor lmg lon Thermal Injection

rn Other MultiPiez-ter Test Well

5. TYPE OF WORK check all that apply (Replacement etc.) New Well Replacement well Modify existing well Abandonment Other - -.

6. DRILL METHOD: rn Air Rotary rn Mud Rotary Cable H Other - Direct Mud-Rotary --

7. SEALING PROCEDURES Seal material ( From (ft) ( To (R) I Quantily (lbs or f13) I Placement mehdpocedure

I I I I

314" Baroid 10 118 116.8 cubic feet

Bentonite Chip

8. CASINGILINER: I Diameter 1 From I To I Gauad I 1

Liner Threaded Welded

Was drive shoe used? Y U N Shoe Depth(s) .54 R bgl (driven into clay)

9. PERFORATIONSISCREENS: Perforations Y rn N Method NlA

Manufactured ween Y N Type Factory~lotted SCH80 PVC

Method of installation Lowered and tagged into proper depth

From (R) To(R) Sot size Numberht Fzzs Mateal Gauge a Sdleduk

147 167 0.020" 3.7XO.A. 24nch PVC SCHBO-Zone #6

252 312 0.020" 3.7X0.k 2-Inch W C SCHBO-Zone #S

352 407 0.020" 3.7XO.k 24nch W C S C H 8 0 h e #4

Length of Headpipe NIA Length of Tailpipe NIA

Padter Y N ~ y p e NIA

10. FILTER PACK: Filter Material I From (ft) 1 To (R) ( Quantity (lbs or ft3) I Placement method

I I I I 1 %-#I2 Birdseed 1 127 1 171 1 4.7 cu. R I pour and tag thru trernie

1 -12 Birdseed 1 232 1 317 1 12.7 cu. R I pour and tag thru tremie I 11. FLOWING ARTESIAN: Flowing Artesian? C] Y N Artesian Pressure (PSIG) SEE TABLE PAGE 4-

Describe control device Lockable fabricated steel enclosure

Well test: Test method:

Air

rn Drawdorm (feet)

NO PUMP

-. Flowing artesian

IR-LIFTING MD PUMPED ~ A T E R

Water Quality test or comments: TABLE PAGE 4

D i p a Y (w")

TESTS OTHER

X clay R F C F I \/ F r X

X

Test duration (minutm) 1 a

THAN

8" 1 344 1 346)Brown clay

8" 1 346 1 3601~andy gravel 1 i 3~r 377 Gavel

377 383 Blue cla

I Completed Depth (Measurable) 1,276 feet below ground ate: Started November 3.2008 Completed December 10, 2008 1 14. DRILLER'S CERTIFICATION lMle cerlify that all minimum well constnrchon standards were complied w~th at the time the rig was removed. Company Name Treasure Valley Drilling Co. No 560

*Principal Driller Date 2 - 3 3 / 'Driller

'Operator II Date

@ ~ r a t w I Date Signature of Principal Driller and rig operator are required.

Form provided by Forms On-A-Disk . (214) 340-9429 . www.FormsOnADiskmm

Form 238-7 6/07

IDAHO DEPARTMENT OF WATER RESOURCES WELL DRILLER'S REPORT

I. WELL TAG NO. D 0053401 PAGE 2 OF 4 ~r i~t ing Perma NO. 90671 8-8541 24 Water right or injection well #

2. OWNER Name City of Meridian -Test Well #28 Address 33 E. Broadway Ave. City Meridian ~ t a t e E - Zip 83642

3. WELL LOCATION: Twp. 03 North or South q ~ g e . 01 East rn a w s t q ~ e c . 32 SE 114 SW 114 NE 114

10 a m s 40 acres 1N) a m 6

att ~ o t county Ada Lat. 043 " 33.250' @kg. and bcinral minutes)

b g . 116 "21.620' @kg. and bc ina l minutes)

Pddress ofwknsite E. Taconic Dr. -112 mile south of Amity Rd. 8 1,600 feet west of Eagle Rd. cty Meridian iu"*unnrdmd+-bIbd--

r o t 2 4 & I sub. tkm Blackrock Sub. No. 1 4. USE: O b s t i c o ~ r m n p a ~ 0- o h a t a n o & m r a ~ Objection

&r Multi-Piezometer Test Well

5. TYPE OF WORK checkall that appiy (Repkicemnt etc.)

rn &W*R q Rephcenentwen q hrbdify exishg en 0-nt m o t h e r - -.

6. DRILL METHOD: rn &Rotary hid Rotary q Cabk rn Other Direct Mudaotary -_

7. SEALING PROCEDURES Seal mtelidl b(&) To (&) Quatdty (bs aft3) Ptacernent lnetbllpmxdure

SEE TABLE PAGE 3

I I I I I I

8. CASINGILINER: Balneter Frwn To Gauge/ (wminal) (fl) (it) !k4eduk Mted Casng Liner b a d e d Mkkd

.24nch +3 352 SCH80 PVC -ZONE f i

24nch +3 577 SCHBO W C -ZONE #3 a 124nch 1 +3 1 759 1 SCH~O 1 PVC -ZONE #2) rn Was d r k shoe used? Y N Shoe &pth(s) 54 ft bgl (driven into clay)

1-1 2 Birdseed 1 536 1 700 1 29.4 cu. ft 1 pour and tag thru tremie 1 I I. FLOWING ARTESIAN: Flowing Artesian? q Y rn N Artesian Pressm (PS1G)SEE TABLE PAGEL-

&scribe contrd device Lockable fabricated steel enclosure

9. PERFORATIONSISCREENS: PerfomtiDns q Y N Mthod NIA

Mnuh-d screen rn Y q N m Factoryalotted SCHBO PVC

Mthod ofinstalhthn Lowered and tagged into proper depth

-(it) To (a) SSbt size NI&?D%

CH8O-rOne #3

869 0.020" .7%O.A. 24nch CHBO-Zone I 2

1,206 1,226 0.020" .7XO.A 24nch PVC CH8O-Zone #I

Length of &adpipe NIA Length of Tal- NIA

Packer q Y rn N 'I)pe NIA

10. FILTER PACK:

12. STATIC WATER LEVEL and WELL TESTS: Defi fist water encountered (a) 6 feet bgl Static water kvel (&)TABLE PAGE 4 _

Water temp. (OF) TABLE PAGE 4 Bonom hok temp. (OF) 85.26 * F a

&scrbe access pat Six 2" tube wells in a locked steel well head enclosure _

Well test: Test method:

FiterMtelidl

#6#l2 Birdseed

From(&)

335

To(&)

407

Water Quahi test or canments: ?ABLE PAGE 4

13. LI'rHOLOGIC LOG andor repairs or abandonment:

8" 1 383 1 388bemented gravel ! X I 1

1 B m 1 Dia. (in)

Quaomy(bs or@)

19.4 cu. ft

8' 1 423 1 428)Cemented gavel

8" 1 428 1 -)Cemented sangwith gravel

I-- 1

Phoernentnethod

pour and tag thru tremie

r I a 3 l 4 4 9 b h e c l a ~ i c i j 8" 1 449 1 451 klayey blue sand- _ _

Fnrm (fi)

8" 1 451 1 462)81ue sand 8" I 462 1 498klay with strips of sand

8" 1 498 1 519blw sand

8" 1 519 1 522blue-black clay

To (&)

8" 1 522 ( 541blue sand

8" 1 541 1 549~lue-brownsand

Remaks,lbhobgyordescrptionofrepairs or abandontnent wter temp.

8' 1 5491 642bluesand

8" 1 642 ( 664blue clay with wood chunks 1x1 8" 1 664 I 705blue sand with wood chunks I x ( 8" 1 705 1 714)Sand with clay seams 1x1 8" 1 7141 719blue clay

8" 1 7191 725)Bluesand

8" 1 7721 778Klay with sand I x 8" 1 7781 799bnd

8" 1 799 1 815)Green and light green clay

8" 1 815 1 817kand x

854 and --

891 1,040 lue cl

Conpkted tkfi @kasuabk) 1,276 feet below ground 1 (b te : Started November 3,2008 W t e d December 10,2008 1 14. DRILLER'S CERTIFICATION VW ce* that all minimun W O ctmhuctitm standards WE conpled with at the tifJE the rig m s removed company M Treasure Valley Drilling C0.W. 560 .

Tnncipal a i b r b t e 2-3355b' j

q e r a t a ir l s t e

operatar IBk *Signam of Princil IXilkr and ng operata are required.

Form prowdad by Fornu On-&Disk . (214) 340-9429 . -.FornuOnADisk.com

Form 238-7 6/07

IDAHO DEPARTMENT OF WATER RESOURCES WELL DRILLER'S REPORT

1. WELLTAGNO. D 0053401 PAGE3OF4 ~~.sTAxwA'IERLEVEL~~~WEK,~ESTS: orilling permit NO. 90671 8-8541 24 Depth first water encountered (ft) 6 feet bgl Static water level (ft) TABLE PAGE 4

Water right or injection well # 2. OWNER

Name City of Meridian - Test Well #28 Address 33 E. Broadway Ave. ~ i t y Meridian State Zip 83642

- -

3. WELLUXJAm. Tw. 03 North or South Rge. 01 East or West

Sec. 32 SE 114 SW 114 NE 114 10 wes 4 0 m 160 aoes

Gov't Lot County Ada Lat. 043 " 33.250' (Deg. and Decimal minutes) Long. li6 " 21.620' (Deg. and Decimal minutes) ~ddress of Well Site E. Taconic Dr. -112 mile south of Amity Rd. 8 1,600 feet west of Eagle Rd. city Meridian ( ~ n k ~ ~ n m . c u f n * J r m - r u B y l u r ~

Lot. 24 Blk. 1 Sub. Narneyackrock Sub. No. 1 4. E E :

Domestic Municipal rn Monitor lnigation Thermal Injection Other Multi-Piezometer Test Well

5. W E OF WRKcheck all that apply (Replacement etc.)

New Well Replacement well M d i existing well Abandonment Other -

6. I=RILLMEIHOD: rn Air Rotary Mud Rotary Cable Other

7. SEAUNG PRCXXDURES [ Seal material I Fmm (fl) I To (fl) I Quantity (lbs af13) I Pbcernent meEhodlwure I

8. C A S I N G I L l ~ Diameter Fmm To Gauge1 (nominal) (ft) (R) Schedule Material Cas~ng Liner Threaded Welded

2-lnch +3 1,206 SCH8O PVC -ZONE # I q 2-Inch 1,206 1,256 SCHBO W C -ZONE # I . q q q q

0 0 q q Was drive shoe used? Y N Shoe Depth(s) 54 ft bgl (driven into clay)

9. P E R W R A l l O ~ / S C R ~ : Perforations Y rn N Method NlA

Manufadured saeen Y N Type Factory-slotted SCHBO WC

Method of installation Lowered and tagged into proper depth

CH8O-Zone # I

Water temp. ("F) TABLE PAGE 4 Bottom hole temp. (OF) 85.26 OF at 1,316 ft bg!

Describe access pat Six 2" tube wells in a locked steel well head enclosure -

I I I I I I I I

Length of Headpipe MIA Length of Tailpipe - NIA --.

Padter Y N ~ y p e NIA

10. FIL'IER PACK Filter Material

116-1112 Birdseed

#6112 Birdseed

IR-LIFTING ND PUMPED ATER

1-E i

Well test: Test method:

Wter Quality test or comments: TABLE PAGE 4

13. I I l X U K Z LOG andlor re~airs or abandonment:

Orawd,,,,,, (feet)

NO PUMP

11. rnwINGARrnWV: Flowing Artesian? C] Y N Artesian Pressure (PSIG) SEE TABLE PAGE 4

Describe control device Lockable fabricated steel enclosure

Fmm (fl)

737

1,160

8" 1 1,084 1 1,096bemented very coarse sand I X I 8" 1 1,096 1 1,116bandy Mue clay 1x1

Discharge or w (gw)

TESTS OTHER

Bore Dia.

din) 8"

8"

To (fl) 883

1,305

8" 11,1161 1,143bandstone 1x1 8" 1 1,143 1 1,145)Blue clay 1x1

Test d u r a h Flowing

THAN 0 0

From (Pt)

1,040 1,059

Quanbty (lbs or C)

27.4 cu. ft

35.7 cu. ft

8" 1 1,174 1 l,208(Medium sand 1x1 8" 11,208 1 l,214~rangish-brow clay with seams of silt 1x1

8"

8"

8"

Placement method

pour and tag thru tremie

pour and tag thru tremie

8" 1 1,214 1 I ,215pine quartz sand 1x1 8" 1 1,215 1 1,279~edium-tocoarse quartz sand

To (ft)

1,059 1,084

8" 1,279 1,286 Blue clay x 8" 1,286 1,308 Medium sand x 8" 1,308 1,316 Sandy Mue clay x

SEALING PROCEDURES

1,145

1,163

1,171

I I 0 I 1 2 7 ~ m e n t grout - pumped thru tremie - 16.9 cu. ft I I

Remarks, lithology or description of repairs or abandonment, water temp.

Blue clayey gravel Sandy blue clay

14. DRILLER'S CWllFICAllON l/We cemfy that all minimum well construc%on standards were complied with at the time the rig was removed. Company Name Treasure Vally Drilling Co. No. 560 .

*Principal W r Date 3-24 - - -- - pp

1,163 1,171

1,174

'Driller --- -. .- - - - Date

Water

'Operator I1 Date

x x

Sandstone

Sand with medium quartz grains

Clayey medium sand

Operator I Date -.

' Signatwe of Principal Driller and rig operator are required.

Y N

x x x

R E C E I V E D Fonnpmvided by F'om\ Oh-&Disk. (214) 340-9420, w . F o r m s ~ A t l s k . c o r n

MAR o 2 .iO@ WATER FlESgUW i33 B WESTERN RBQI. N

Form 238-7 6/07

IDAHO DEPARTMENT OF WATER RESOLIRCES WELL DRILLER'S REPORT

1. WELL TAG NO. D 0053401 PAGE 4 OF 4 hiling Permit NO. 90671 8-8541 24 Water right w injechon well #

2. OWNER Name City of Meridian - Test Well #28 Address 33 E. Broadway Ave. city Meridian S t a t e E - Zip 83642

3. WELL LOCATION: Twp. 03 North or South Rge. 01 East rn or West Sec. 32 SE 114 SW 114 NE 114

10 acres 4 0 m lbo acres

Gov't Lot County Ada Lat. 043 " 33.250' (Deg. and Dedmal minutes) Long. 116 "21.620' (Deg. and Decimal minutes) ~ddress of Well Site E. Taconic Dr. -112 mile south of Amity Rd. & 1,600 feet west of Eagle Rd. City Meridian ( G l r . I U " . m d n d r I l B b I M ~ ~ -

Lot. 24 Blk. 1 Sub. N a m e y a c k r o c k Sub. No. 1 4. USE:

Domestic Municipal M i Irrigation Thermal Inpctm other MultiPiezometer Test Well

5. TYPE OF WORK c h d all that a m (Replacement etc.)

rn New Well Replacement well Modify existing well Abandonment Other

6. DRILL METHOD: rn Air Rotary rn Mud b f y Cable rn Other Cable-Tool Develoment

7. SEALING PROCEDURES I Seal material I From (R) I To (R) I Quanbty (lbs a R3) I Uacemml methodlprocedure ]

I SEE TABLE PAGE 3

I I I I I

8. CASINGRINER: I Diameter I From I To I Gauae/ I

(nomind) (R) (R) ~ d u l e W d Casing

Was drive shoe used? Y N Shoe Depth(s) 54 9. PERFORATIONSISCREENS:

Liner

nbsf

T M e d Welded

(driven into clay)

Perforations Y rn N Method NlA

Manufactured screen rn Y N Type Factory.arlotted SCH8O PvC

Method of installation Lowered and tagged into proper depth

Len& of Head~ i~e NIA Lenath of Tailpipe NIA

10. FILTER PACK: Filter Material I F m (R) I To (R) I Quanbty (lbs a R3) I Placement method

I I I I

S L 1 1. FLOWING ARTESIAN: Flowing Artesian? Y N Artesian Pressure (PSIG)SEE TABLE PAGE 4 _

Describe contrd device Lockable fabricated steel enclosure

12. STATIC WATER LEVEL and WELL TESTS: Depth first water encountered (ft) 6 feet bgl Static water level (fl) TABLE PAGE 4

Water temp. (OF) T A B U PAGE 4 Bottom hole temp. ( O F ) 85.26 O F at 1,316 R bgl

Describe access port Six 2" tube wells in a locked sted well head enclosure

Well test: Test method:

1 :i 1 F r 1 ", Rernarks,bthdogy LW description of repairs or 1 T; 1 abandonment, water temp.

Drawdown (feet)

NO PUMP

Water Quality test or comments: TABLE PAGE 4

13. LITHOLOGIC LOG andlor repairs or abandonment:

ARTESIAN PRESSURES I 1

l k e l

I (feet o f m above completion interval) bone #l = 1,115 fee4 of water head = 483 PSI I H

Discharge a w ( g ~ n )

TESTS OTHER

I- 1

one #2 = 689 feet of water head = 298 PSI

one W = 286 feet of water head = 124 PSI feet of water head = 79 PSI

one #6 = 78 feet of water head = 34 PSI

Test duralion (minutes)

THAN

I WATER LEVELS AND CHEMISTRY

n. I 1 1,206 1 1,276b.l. = 44.9'; T = 99.9 OF; pH = 8.53; cond.=310 US I

Flowing Pump Bailer Air artesian

0 0

Zn. 2 1 759 1 869b.l. = 48.5'; T = 99.9 OF; pH = 8.59; cond.=320 US I I Zn. 31 577 1 697)r.l. = 48.2'; T = 99.9 OF; pH = 8.54 cond.=328 US I I j Zn. 4 1 352 1 407)w.l. = 49.0'; T = 99.9 OF; pH = 8.12; cond.=640 US I I Zn. 51 252 I 312bl. = 49.0 T = 99.9 T; pH = 8.10; cond.437 US 1 I j Zn. 61 147 I 167b1. = 48.8'; T = 99.9 OF; pH = 7.93; cond.=S85 US I

I 4

WELL DESIGN BY:

( HYDRO LOGIC, INC. - Boise, Idaho

I Date: Started November 3,2008 Completed December 10,2008 1 14. DRILLER'S CERTIFICATION llWe certrfy that all minimum well consbudion standards were complied with at the time the rig was removed. Company Name Treasure Valley Drilling Co. No. 560 -

*Principal M e r &@ -- - --- Date 3- k3 - .I 'Driller -- . - . - -- Date

'Operator I1 --- Date

Operator I Date ' Signature of Prinapal Driller and rig operator are required.

Form provided by Forms On-ADisk . (214) 340-9429 . www.FmOnADisk.tm

MERIDIAN MONITORING WELL 32 671927

FEBRUARY 29, 2016

©COPYRIGHT 2016 CH2M HILL

PA

GE2

8

Well 32 Vicinity Map. There are three well logs provided from the Meridian Heights

subdivision area. Three logs from nearby City wells are also provided.

MERIDIAN MONITORING WELL 32 671927

FEBRUARY 29, 2016

©COPYRIGHT 2016 CH2M HILL

PA

GE2

9

Approximate Location of the Well 32 Site. Red line highlights a ditch that is available, as

needed (with permission from the Owner), for discharging development and purge water.

Approximate Well Site Location

MERIDIAN MONITORING WELL 32 671927

FEBRUARY 29, 2016

©COPYRIGHT 2016 CH2M HILL

PA

GE3

0

Approximate Location of the Well 32 Lot.

MERIDIAN MONITORING WELL 32 671927

FEBRUARY 29, 2016

©COPYRIGHT 2016 CH2M HILL

PA

GE3

1

Approximate Location of the Well 32 Lot.

Approximate Well Lot Location