STATE OF CALIFORNIA NATURAL RESOURCES AGENCY DEPARTMENT OF CONSERVATION 16 CORPORATE AVENUE, SUITE CYPRESS, CA 90630 53066132 ceived? In? 19 2011 I 5 I I Efi?fr} NEOPOST 06122017 3. . PM I: 1 0?33: 5 'l 2.1.1.: .. on u; 4. .a.1 jag. -rnx..1m iv Jhl?uh.\ hym'w s\ iv 3 HUI UMASLE 3'9 .15 {39? '41 I: HIM ?Hil'i,' Is DEPARTMENT OF CONSERVATION DIVISION OF OIL, GAS GEOTHERMAL RESOURCES 5816 Corporate Ave. Suite 100 Cypress. CA 90630-4731 Phone:(714) 816-6847 Fax:(714) 816-6853 REPORT OF WELL ABANDONMENT OIL. GAS 8: GEOTHERMAL Cypress, California February 10, 2017 John R. Walton Manley Energy Resources, LLC (M1525) 520 West Ash Street, Suite 200 San Diego, CA 92101 Your report of abandonment of well ?Patel" 1, No. 037-18960, Section 21, T. 018, R. 13W, SB Los Angeles City ?eld, Los Angeles County, dated 1/10/2016, received 1/24/2017. has been examined in conjunction with records filed in this office. We have determined that the requirements of this Division have been ful?lled relative to plugging and abandonment of the well, and filing of well records. The plugging and abandonment of the well is approved. The determination of this well plugging and abandonment is based on the following information, consistent with California Public Resources Code (PRC), and the California Code of Regulations (COR): 1. Surface plugging completed on 8/30/2016. 2. Site inspection made and approved on 10/18/2016. Blanket Bond Kenneth A. Harris Jr. State Oil and Gas Supervisor By 4a? Fons?, Daniel J. Dudak, District Deputy cc: Los Angeles City Fire Department Los Angeles City Office of Petroleum and Natural Gas Administration Rival Well Service OG159 DIVISION OF OIL, GAS, AND GEOTHERMAL RESOURCES SITE RESTORATION MEMO Operator : Manley Energy Resources API No. 037-18960 Field Los Angeles City Mr. / Ms. Abdulmageed (AB) Abdulrahman There were also present: Well 21 "Patel" 1 Sec. T. 01S R. 13W Los Angeles , County representative of the supervisor, was present Contact Number: Joe Jose (Mr. Fence Company) , Date SB B&M 10/18/2016 0800 to 1230 (714) 928-7398 Email: Surface location description: 324 Firmin Street, Los Angeles, CA 90026 __________________________________________________________________________ Date of Abandonment/Re-Abandonment: 10/18/2016 Approved Not Approved Corrected Comments Well Accessibility X ____________________________ Oil & Gas Field Equipment Removed x ____________________________ Oil Field Related Waste/Refuse Removed X ____________________________ Well Cellar Removed X ____________________________ Operation Sumps Removed Not Applicable ____________________________ Visible Surface Oil Contamination Removed X ____________________________ Oil Field Related Power Pole(s) Removed X ____________________________ Tank(s) Removed No tank on site ____________________________ Surface Pipeline(s) Removed x ____________________________ Pad(s) Removed X ____________________________ Photos Taken For the Final Inspection: See the following photos. Number of deficiencies: N/A ____ Photos attached to well file: Yes Deficiency Letter Date: No The inspection as witnessed and reported is approved. By: _____ Deficiency Letter Number: Yes No Date: Abdulmageed G. Abdulrahman ___________________________________ Dist 1, Rev 5/2014 1 01/4//2017 ________________________ Wood casing and junk were removed from the site. All liquid wastes were removed and properly disposed. Excavations filled with earth and compacted. A vent cone was installed on the well and connected to a vent pipe. Concrete work, new fencing and a gate were completed at the well property site. Additional description of site restoration: __________________________________________________________________ Discription: Dist 1, Rev 5/2014 2 4..2, "52$ mg WI 1w 111 11111111113? 10/13 016 DIVISION OF OIL, GAS, AND GEOTHERMAL RESOURCES CHECKLIST – RECORDS RECEIVED AND WELL STATUS Operator: Manley Energy Resources, LLC API #: 03718960 County Los Angeles Permit #: 116-0179 RV ☐ ☒ ☐ ☐ ☐ ☐ ☐ ☐ RECORDS RECEIVED Well Summary (Form OG100) History (Form OG103) Core Record Directional Survey Sidewall Samples Pressure Test Chart RA Survey Other: Well Logs (List Below): Date 01/24/2017 Well: Patel 1 Sec. 21 T. 01S Field: Los Angeles City ☐ ☐ ☐ ☐ ☐ ☐ ☐ ☐ ☐ ☐ ☐ ☐ ☐ ☐ SB B&M STATUS ☐ Drilling ☒ Idle ☐ Other: WELL TYPE Active Abandoned Re-abandoned Air Injection Cyclic Steam Dry Gas Gas Disposal Gas Storage R. 13W Ground Monitoring Liquefied Gas Observation Oil & Gas Pressure Maintenance ☐ ☐ ☐ ☒ ☐ ☐ ☐ ☐ Steamflood Water Disposal Water Flood Water Source Other: ☐ ☐ ☐ ☐ ☐ EFFECTIVE DATE: 9/8/2016 REMARKS: Plug and abandon AREA ENGINEER’S CHECKLIST RQ RV ☐ ☐ ☐ ☐ ☐ ☐ ☐ ☐ ☐ ☐ ☐ ☒ ☒ ☒ ☐ ☐ ☐ ☐ ☒ ☐ ☐ ☐ Operator’s Name Well Designation Location Elevation Notices Casing Record Plugs Production/Injection FAP Codes: 422 00 -Notice of Records Due Date(s): CalWIMS Updated Other: RQ RV Test ☐ ☒ ☒ ☐ ☐ ☐ ☐ ☒ ☐ ☒ ☒ ☐ ☐ ☐ ☐ ☒ If Waived ☒ ☐ # of Tests T-RPT BOPE ☐ BOPI ☒ CEM ☒ RA ☐ SAPT ☐ Lap Test (WSO Form) ☐ Other: ☐ Surface Inspection Date(s): 10/18/2016 Island ☐ Platform ☐ Drill Site ☐ Common Final Letter (OG159) AB: ☒ REAB: ☐ # of Reports 116-1094 116-1095 Cellar ☐ CLERICAL CHECKLIST WellStat Updated CalWIMS Updated Final Letter (OG159) 2/7/2017 vm 2/7/2017 vm 2/7/2017 vm RECORDS NOT APPROVED (Reason) Date(s): *RQ – Required, RV - Reviewed Date & Initial Verify FAP codes Moved to Public Access Date & Initial 2/7/2017 vm 2/7/2017 vm RECORDS APPROVED Signature Barry Irick Date 2/1/2017 OGD2 2/7/2017 Cypress RESOURCES AGENCY OF CALIFORNIA DEPARTMENT OF CONSERVATION DIVISION OF OIL, GAS, AND GEOTHERMAL RESOURCES HISTORY OF OIL 0R GAS WELL Operator Rival Well Services Inc. Field Los Angeles City County Los Angeles Well Patel #1 Sec. 21 T. 15 R. 13w No. 037-18960 Name Bob Grayson Jr Title President (Person submitting report)" ?1 (President. Secretary. or Agent) Date 1-10-16 (Month. day. veer) Signature Address PO. Box 12620, Bakersfield, CA 93389 eiephon Numbe 661 392?1700 History must be complete in all detail. Use this form to report all operations during drilling and testing of the well or during redrilling or altering the casing, plugging, or abandonment, with the dates thereof. Include such items as hole size, formation test details, amounts of cement used, top and bottom of plugs, perforation details, sidetracked junk, bailing tests, and initial production data. Date 2016 7?30 Prepared location. MIRU. Removed wellhead and found a 4? piece of 2 3/8? tubing below the tubing hanger. RIH with wireline and tagged down 660?. POOH with wireline and found fluid level 373?. Ran a camera in well to 40? on a rope. Secured weII. 8?1 Moved in work string. Moved in remaining equipment from Rogalske #10. Cut off casing head from Rogalske #10. MU 7? Impression block. RIH with LB. and tagged down 273?. POOH and found I.B. indicated 1 tubing in hole 273?. MU 2 7/8? tubing collar on the bottom of the work string. RIH with collar and sat down 273?. Worked collar past 273? and continued running in hole to 803?. Unable to work pipe any deeper. MU overshot and bumper?sub on work string. RIH with overshot and engaged fish 719?. Pulled up hole with overshot, (pulling 8,000# over string weight for POOH slowly. Did not recover anything in overshot. Secured well. SDFN. 8?2 MU 7 3/8? cut lip on overshot. Unable to work overshot through surface casing. Replaced 7 3/8? cut lip with 5 cut lip. RIH with overshot and tried working over fish 273?, continued down to 719?. Sat down 719?. POOH and recovered nothing. MU LB. and RIH with LB. and sat down 664?. Did not hit anything 273?. POOH with IE. and LB. indicated 1 1/4? tubing on one side and 2 3/8? tubing on the other side. Los Angeles City shut down job. 8?3 thru 8-11 Shut down installing sound proofing and submitting comprehensive Site Safety Plan. 8-12 Held JSA. Removed wellhead and cement block around wellhead. Installed I-beams across cellar. MU 9? Impression block. RIH with IE and sat down 616?. POOH and found nothing on impression block. MU overshot. RIH and stopped 362?. Tried working over fish, made Unable to engage fish. POOH. MU 2 3/8? grapple with 10? skirt. RIH and worked overshot to 623?. Unable to engage fish. POOH with overshot. Secured well. OG1D3 SUBMIT IN DUPLICATE Printed on recycied paper. Page 2 Patel #1 (037?18960) 8?1 3 8?15 8-16 8-17 8?18 8?19 8-22 06103 Printed on recycled paper. RESOURCES AGENCY OF CALIFORNIA DEPARTMENT OF CONSERVATION OF OIL, GAS, AND GEOTHERMAL RESOURCES HISTORY OF OIL OR GAS WELL Held JSA. MU overshot with 7 Mt? skirt and 2.375? grapple. RIH with overshot and worked it down to 768?. POOH with overshot, pipe dragging for 200?, (no recovery). MU overshot with 7 skirt and 1 grapple. RIH with overshot and worked down to 768?. POOH with overshot and recovered two small pieces of pipe (1?x1 W). Reran overshot to 768?. POOH and recovered nothing. MU 10? skirt on overshot. RIH with overshot to 230? to make sure casing wouldn?t hang up. POOH. Secured well. Held JSA. Laid down all tubing and prepared to run 8 5/8? casing. Welded on guide shoe and 2 cement baskets. Cut 4 1 1/2" holes above top cement basket. Installed float collar on top of first joint. MIH with 8 5/8? casing to 220?. Loaded out casing tools. Secured well. Held JSA. Installed wellhead. RU cementing equipment. Pumped 45 water ahead of cement, (no returns). Mixed and pumped 82 cu.ft. Class cement with 1A per sack Celloflake. Displaced with 11 water and bumped plug with 500 psi. Removed slips. Secured well. Held JSA. Ran 1 1/2? pipe down the backside of 8 5/8? casing and stopped 30 feet. POOH and found formation plugging the end of the pipe. Removed wellhead. Ran 1 1/2? pipe down casing annulus to 40 feet. Unable to work past first centralizer. Reinstalled wellhead. RU wireline and ran a CBL log and found no cement from 167? to surface. MU perforating gun and shot 4 holes fro 167? to 168z?. RD wireline. Pumped fluid down casing annulus and fluid fell as soon as the annulus filled. Secured well. Held JSA. RU cementing equipment. Pumped 26 water to fill hole. Mixed and pumped 201 cu.ft. Class cement, (lost circulation after pumping 1 of cement of cement out of perfs). Displaced with 9 water. RD cementing equipment. Secured well. Held JSA. Pressured up on casing to 200 psi and pressure dropped to 0 psi. Ran 1 1/2? pipe in annulus to 40 feet. Unable to work past first centralizer 40 feet. RU cementing equipment. Mixed and pumped 52 cu.ft. Class cement with 2% CaCl. Down casing annulus. Cement was falling slowly. WOC. Cement had fallen 10 feet. Topped off annulus with 3 cu.ft. Class cement. RD cementing equipment. Secured well. Held JSA. MU 7 3/8? bit. RIH and tagged TOC 167?. RU power swivel and drilled out cement to the float collar 186?. Drilled on the float collar for 3 hours. POOH. Secured well. SUBMIT IN DUPLICATE Page 3 Patel #1 (037?1 8960) 8-23 8-24 8-25 8-26 8?27 8-29 8-30 OG103 Printed on recycled paper. RESOURCES AGENCY OF CALIFORNIA DEPARTMENT OF CONSERVATION DIVISION OF OIL, GAS, AND GEOTHERMAL RESOURCES HISTORY OF OIL OR GAS WELL Held JSA. RIH with 7 3/8? bit to 186?. RU power swivel and drilled out float collar 186?. Continued drilling out slowly to 262?. Circulated clean 262?- POOH to 200?. Secured well. Held JSA. RIH and continued drilling out cement from 262? to 426?. Fell through cement 426?. Circulated hole clean 426?. RD power swivel. RIH with bit to 500?, did not hit anything. POOH to 200?. Secured well. Held JSA. RIH with 7 3/8? bit and tagged down 600?. Worked bit down to 654?. RU power swivel and started drilling out 654?, (heavy solids and rocks plugging return hoses. Cleaned out return lines and circulated into cellar until all of the rocks were out). Drilled down to 670? and dropped through a bridge to 684?, continued cleaning out alongside fish to 873?. Circulated hole clean. POOH to 200?. Secured well. Held JSA. Cleaned out pump. RIH with bit and tagged down 818?. RU power swivel. Cleaned out to 874? and plugged bit. POOH and cleaned out plugged bit sub. RIH and tagged fill 768?, cleaned out to 905?. Circulated clean 905?. POOH to 200?. Secured well. Held JSA. POOH and removed the 7 3/8?bit. MU sawtooth collar on RIH and tagged 835?. Circulated through a bridge and cleaned out to 905?. RU cementer. Mixed and pumped 200 cu.ft. Class cement with 2% CaCl and 1A per sack Celloflake. Displaced with fresh water. POOH. WOC. RIH and tagged TOC 729?. RU cementer. Mixed and pumped 190 cu.ft. with 2% CaCl and 1A per sack Celloflake. Displaced with fresh water. POOH. Secured well. Held JSA. Opened well. RU wireline and ran a CBL log from 220? to surface. (Bond log showed good cement from 220? to surface). RD wireline. RIH with work string and tagged TOC 625?. RU cementer. Mixed and pumped 200 cu.ft. Class cement with 2% CaCl and per sack Celloflake. Displaced with water. POOH. WOC. RIH and tagged TOC 422?. RU cementer. Mixed and pumped 200 cu.ft. Class cement with 2% CaCl and ?Mr per sack Celloflake. Lost circulation. Tubing became stuck. Pumped an additional 70 cu.ft. cement slurry trying to circulate tubing free. Unable to work tubing free. Displaced with 1 fresh water. RD cementer. Secured well. Held JSA. RU wireline. Ran feeler inside tubing and tagged TOC 150?. Ran free point indicator and found tubing 100% free 100 feet. Backed off tubing 100 feet. Tagged outside tubing 115?. RIH with 63? of 1 tubing on the work string. RIH and tagged TOC inside the tubing 150?. RU cementer. Mixed 50 cu.ft. Class cement. Pumped 40 cu.ft. and filled hole with cement. POOH with tubing and topped off casing with cement. RD cementer. Laid down all of the tubing. Secured well. SUBMIT IN DUPLICATE Page 4 Patel #1 (037?18960) 8-31 9-8 9-9 9-9 thru 9?26 0G103 Printed on recycled paper. RESOURCES AGENCY OF CALIFORNIA DEPARTMENT OF CONSERVATION DIVISION OF OIL, GAS, AND GEOTHERMAL RESOURCES HISTORY OF OIL OR GAS WELL Held JSA. Loaded out equipment. RDMO. Cleaned pump. Moved all equipment off of location. Excavated around wellhead. Held JSA. Cut off casing 5 feet below grade. Tacked on steel plate with required information. Installed vent cone and filled vent cone with gravel. DOGGR and LAFD witnessed capping and vent cone installation. Secured well site. Install Vent Cone cover and install vent piping. Backfill well excavation with 1 sack Sand/Cement slurry. Complete front yard, fencing and concrete restoration. Complete SUBMIT IN DUPLICATE From: To: Cc: Subject: Date: Attachments: McCullough, Chris@DOC DOGGR Dist1@DOC Irick, Barry@DOC; Abdulrahman, Abdulmageed@DOC FW: Final Invoices for Firmin Street Wells Rogalske 10 and Patel 1 Friday, January 20, 2017 4:21:23 PM DOGGR Patel #1 037-18960 Well History.pdf DOGGR H. Rogalske #10 037-25662 Well History.pdf Please process the attached well histories.   Thank you,   Chris McCullough Area Supervising Engineer Department of Conservation Division of Oil, Gas, and Geothermal Resources Southern District   From: bobgrayson@rivalwellservices.com [mailto:bobgrayson@rivalwellservices.com] Sent: Friday, January 20, 2017 4:13 PM To: McCullough, Chris@DOC Cc: Irick, Barry@DOC ; Abdulrahman, Abdulmageed@DOC Subject: RE: Final Invoices for Firmin Street Wells Rogalske 10 and Patel 1 Chris, I've attached the well histories for Patel #1 and H. Rogalske #10. We are trying to finalize the billing and hope to get it to you by mid week. Thanks, Bob Bob W. Grayson, Jr.  President / Owner Office: (661) 392-1700 - Cell: (661) 978-1461 P.O. Box 12620 Bakersfield, California 93389 bobgrayson@rivalwellservices.com www.rivalwellservices.com -------- Original Message -------Subject: RE: Final Invoices for Firmin Street Wells Rogalske 10 and Patel 1 From: "McCullough, Chris@DOC" Date: Thu, January 19, 2017 9:16 am To: "bobgrayson@rivalwellservices.com" Bob,   It’s been 15 days since your email below, and I still haven’t received the invoices.  Can you please provide me an update?   Thank you,   Chris McCullough Area Supervising Engineer Facilities and Environmental Unit   Department of Conservation Division of Oil, Gas, and Geothermal Resources Southern District 5816 Corporate Avenue, Suite 100 Cypress, CA  90630-4731 (714) 816-6847   Every Californian should conserve water.  Find out how at: SaveOurWater.com · Drought.CA.gov       From: bobgrayson@rivalwellservices.com [mailto:bobgrayson@rivalwellservices.com] Sent: Wednesday, January 4, 2017 4:30 PM To: McCullough, Chris@DOC Subject: RE: Final Invoices for Firmin Street Wells Rogalske 10 and Patel 1 Chris, Sorry for the delay getting back to you. I am working on the invoice and Well Histories and will do my best to get them done. I am taking them home with me to work on tonight. My accounts receivable girl is sick and I'm hoping she feels well enough to get this invoice out to you, since its quite large, as I know you are aware. I'll keep you posted. Thanks, Bob Bob W. Grayson, Jr.  President / Owner Office: (661) 392-1700 - Cell: (661) 978-1461 P.O. Box 12620 Bakersfield, California 93389 bobgrayson@rivalwellservices.com www.rivalwellservices.com -------- Original Message -------Subject: Final Invoices for Firmin Street Wells Rogalske 10 and Patel 1 From: "McCullough, Chris@DOC" Date: Tue, January 03, 2017 11:51 am To: "Bob Grayson Jr. (bobgrayson@rivalwellservices.com)" Cc: Gary Cowan Bob, I have not received a final invoice from you for the Patel and Rogalske wells. The final invoice should include the total Rival direct charges (per price sheet), total third party charges (see attached invoice list for missing invoices), and Rival’s total third party fees. Please submit a copy of the detailed third party invoices with your final invoice. As the Division would like to close out this contract, can you please provide the above documents by this Friday, January 6th? Thank you, Chris McCullough Area Supervising Engineer Facilities and Environmental Unit Department of Conservation Division of Oil, Gas, and Geothermal Resources, Southern District Every Californian should conserve water. Find out how at: SaveOurWater.com · Drought.CA.gov NATURAL RESOURCES AGENCY OF CALIFORNIA DEPARTMENT OF CONSERVATION NO. 116-1095 DIVISION OF OIL, GAS GEOTHERMAL RESOURCES ., 5816 Corporate Ave., Suite 100 Cypress, CA 90630-4731 Phone:(714) 816-6847 Fax:(714) 816-6853 GEOTHERMAL REPORT ON OPERATIONS John R. Walton Manley Energy Resources, LLC (M1525) 520 West Ash Street, Suite 200 San Diego, CA 92101 Cypress, California September 08, 2016 Your operations at well ?Patel? 1, No. 037-18960, Sec. 21, T. 018, R. 13W, 88 Los Angeles City field, in Los Angeles County. were witnessed on 8/30/2016, by Barry Irick, a representative of the supervisor. The operations were performed for the purpose of plugging and abandonment. DECISION: APPROVED Notes: None Bl/Bl cc: well file Los Angeles City Fire Department E. I E. CANCELLED MAILED EMAILED Kenneth A. Harris Jr. State Oil and Gas Supervisor By A 6&4 For jaw. Dudak, District Deputy i Operator 7 API No. (37? ~/ch/?6?C7 DIVISION OF OIL GAS AND GEOTHERMAL RESOURCES ?033 MEMO Well No. 1 Sec. 2/ T. R. S.B. 10} 244? 14/ Cr'fxf County 40; An? A, 'g?ur-?y representative of the supervisor, was present from There were also present Dita-? 'T?Cw?wa (/(xcmD Casing record of well: .On 3/30/30/6 to Gen) 5223,: ?was; r? I 70571390:" The operations were performed for the purpose The plugging/cementing operations as witnessed and reported are approved. The location and hardness of the cement plug are approved. Hole size: fr. Casing Size Wt. Top Bottom Date to to Cemented Top of Fill Annulus Casing Squeezed Away Final Pressure Perforation Casing/tubing recovered: Shot/cut at Shot/cut at Pulled fr. Pulled fr. Junk (in hole): Hole fluid (bailed to) at Witnessed by Mudding Date Displaced Poured Fill Engineer Note: Cement Plugs Placing Placing Witnessed Top Witnessed Date Sx./cf MO Depth Time Engineer . Depth Wt/Sample Date Time Engineer ?or? 729 Avv ?57; L9 was? :95" MM 5? 4? 224/ Mae/fa; we a rer' x203 vzz? 41* maize AU arm/w 2 am of 422 AU 2/5? 2:1 t/ 0 or- Mr 3,2: 0 mm! g/Jz/xgz 73.: ?nnln rm tn'h NATURAL RESOURCES AGENCY OF CALIFORNIA DEPARTMENT OF CONSERVATION NO. 116-1094 DIVISION OF OIL, GAS GEOTHERMAL RESOURCES ., 5816 Corporate Ave., Suite 100 Cypress, CA 90630-4731 Phone:(714) 816?6847 Fax:(714) 816-6853 REPORT ON OPERATIONS Cypress, California September 08, 2016 John R. Walton Manley Energy Resources, LLC (M1525) 520 West Ash Street, Suite 200 San Diego, CA 92101 Your operations at well ?Patel? 1, A.P.I. No. 037-18960, Sec. 21, T. 018, R. 13W, SB Los Angeles City field, in Los Angeles County, were witnessed on 8I20I2016, by Barry lrick, a representative Of the supervisor. The operations were performed for the purpose of inspecting the blowout prevention equipment and installation. DECISION: APPROVED Notes: None EXPIRED CANCELLED uw-i MAILED EMAILED Kenneth A. Harris Jr. State Oil and Gas Supervisor cc: well file Los Angeles City Fire Department By Q4 For Dani?kf Dudak, District Deputy NO. 037-18960 DIVISION OF OIL. GAS. AND GEOTHERMAL RESOURCES Operator Manley Energy Resources Well Patel 1 Sec. 21 T. 018 R. 13W Field Los Anoeles Citv County Los Anueles Spud Date VISITS: Date Engineer Time Operator?s Reg. 1st 82012016 ?rtmot Ivr?totg 1000 to 1015 2nd to Contractor Rival Rig 3 Contractor's Rep. it Title Dean Thomas Casing record Of well: 8 5/8" cem 220'. 1!.le OPERATION: Testing@the blowout prevention equipment and installation. Critical well? DECISION: The blowout prevention equipment and its installation on the 8 5/8 casing are approved. Proposed Well Opns: . MACP: psi EQUIRED BOPE CLASS: Hole size: fr. to to to CASING RECORD OF BOPE ANCHOR STRING Cement Details Top Of Cement Size Weight(s) Grade(s) Shoe at CP at Casing Annulus BOP STACK TEST DATA Ram Vert. Date Gal. Recov. Calc. psi Secs. API Size Model Bore Press. Last tO Time GPM Drop to to Test Test Symb. (in) Manufacturer or Type Size (in) Rtg. Overhaul Close (Min.) Output Close Close Date Press. RD 2 7/8 Shaffer LWP 9 3M 1 RD 080 Shaffer LWP 9 3M 1 ACTUATING SYSTEM TOTAL: 2 AUXILIARY EQUIPMENT Accumulator Unit(s) Working Pressure 1500 psi Connections Total Rated Pump Output Fluid Level Size gated Test Distance from Well Bore 30 ft. full No. (in) ress Weld Flange Thread Press. Accum. Manufacturer Capacity Precharge Fill-up Line 1 Koomey type 409al. 1500psi Kill Line 2 gal. psi Control Valve(s) 2 CONTROL STATIONS Elec. Hyd. Pneu. Check Valve(s) Manifold at accumulator unit Aux. Pump Remote at Driller?s station Choke Line Other: Control Valve(s) EMERG. BACKUP SYSTEM Press. Wkg.FIuid Pressure Gauge N2 Cylinders 1 L: 51 2500 Sgal. Choke(s) Other: 2 L: 51 2150 Sgal. Bleed Line 3 L: gal. Upper Kelly Cock 4 L: gal. Lower Kelly Cock 5 gal. Standpipe Valve 6 gal. Pres. Gau. 1 TOTAL: gal. Pipe Safety Valve 2M HOLE FLUID Alarm Type Internal Preventer EQUIPMENT Audible Visual Class Hole Fluid Type Weight Storage Pits (Type 8. Size) Calibrated Mud Pit Pit Level Indicator Pump Stroke Counter REMARKS AND DEFICIENCIES: Pit Level Recorder Flow Sensor Mud Totalizer Calibrated Trip Tank Other: OGDQ (aloe) NH RESOURCES AGENCY OF CALIFOR DEPARTMENT OF CONSERVATION NO. 11643179 DIVISION OF OIL, GAS GEOTHERMAL RESOURCES 5816 Corporate Ave.. Suite 100 Cypress. CA 90630 - 4731 5.8! FIELDCODE mm" PERMIT TO CONDUCT WELL OPERATIONS 00 00 RREACODE 00 -- CRITICAL WELL POOL CODE Cypress. California July 13. 2016 John R. Walton Manley Energy Resources, LLC (M1525) 520 West Ash Street. Suite 200 San Diego, CA 92101 Your proposal to Abandon well "Patel" 1. No. 037-18960. Section 21. T. 018. R. 13W. SB B. M.. (Lat: 34.06393 Long: 418254343 Datum283). Los Angeles City field. -- area. -- pool, Los Angeles County. dated 7I1112016. received 711112016 has been examined in conjunction with records filed in this of?ce. THE PROPOSAL IS APPROVED PROVIDED: 1. Blowout prevention equipment (BOPE). as defined by this Division's publication No. M07. shall be installed and maintained in operating condition and meet the following minimum requirements: a. Class with hydraulic controls. on the 11? casing. All casing annuli control valves must meet, or exceed. the same minimum pressure rating as the blowout prevention equipment. The pipe safety valve must be suitable for all pipe in use. including casing. b. A 2M lubricator for wireline operations. 2. This well is designated a CRITICAL WELL and as such. the Notice to Operators. dated May 21. 2001, specifying additional BOPE requirements for critical wells. shall be in effect (attached). 3. Blowout prevention practice drills are conducted at least weekly and recorded on the tour sheet. A practice drill may be required at the time of the test/inspection. 4. Hole fluid of a quality and in sufficient quantity to control all subsurface conditions in order to prevent blowouts shall be used. 5. Sufficient material to control lost circulation of hole fluid shall be available for immediate use at the well site. 6. If it is determined that the existing casing has been degraded or is no longer suitable to be used for abandonment purposes. the Division will be immediately notified for further instructions. 7. Prior to shooting any perforations cement squeezes. a pressure test of the 11" casing shall be made to ensure casing integrity. If casing integrity is not demonstrated. a retainer or packer is required for squeeze operations. 8. The 11" casing shall be perforated and squeezed with cement as necessary to fill annulus with suf?cient cement to fill behind the casing from the shoe to the surface. 9. A diligent effort shall be made to clean out to natural formation material at bottom of original hole. (Continued on Page 2) cc: Rival Well Service Los Angeles Fire Department Kenneth Harris Jr' Bennet B. Greenwald. Manley Energy Resources LLC State Oil and Gas Supervrs AB Abdulmageed Abdulrahman. Cypress Engineer Barglrick Of?ce (714! 816-6847 1 Daniel J. Dudak. Dis/mot Deputy Bl/bi .1 I A ?2115* A copy of this permit and the proposal must be posted a theIhN or to commencing operations. Records for work done under this permit are due within 60 days after the work has been completed or the operations have been suspended. Issuance of this permit does not affect the Operator?s responsibility to comply with other applicable state, federal. and local laws, regulations, and ordinances. OG111 (revised 6/2011) Page 2 Well "Patel" 1 API 037-18960 Permit: 116-0179 Date: July 13, 2016 10. 11. 12. 13. 14. 15. 16. 17. The well is plugged with cement from total depth cleaned out to surface. All casing must be removed from between 5' and 10' below ground level. After plugging with cement, and prior to placement of the cap. the well shall be tested to confirm that the well is sealed and is not leaking any methane or H28. A steel plate, at least as thick as the outer well casing and bearing the last five digits of the API number, shall be tack welded around the top circumference of the outer casing. The well location shall be surveyed prior to burying the well. and the survey shall be ?led with this of?ce. Latitude and longitude shall be in decimal degrees, to six decimal places, in NADB3. Well site restoration shall be completed within 60 days following the completion of plugging operations. No program changes are made without prior Division approval. THIS DIVISION SHALL BE NOTIFIED T0: Review the results of the radial cement evaluation tool prior to perforating operations. Witness the cement squeeze of the 11" casing. Witness a function test of the installed blowout prevention equipment prior to drilling below 200?. Witness a pressure test of the 11" casing. Witness the clean?out depth. Witness the placing, location, and hardness of the cement plug from cleaned out depth to 300' i (100' above top of hydrocarbon zone based on logs). Witness the placement, location. and hardness of cement from 300? to 5'1, including all annular spaces. Witness the gas leak detection test. I. Inspect the restored well site. ?eeces NOTE: 1 . 2. 3 Hydrogen sulfide gas (H28) is known to be present in this area, adequate safety precautions shall be taken prior to and during well operations. The base of the freshwater zone is at150'1. Failure to achieve adequate zonal isolation may have negative impacts on current and future operations. In addition. failure to achieve adequate zonal isolation will also be noted on the Report of Operations (OG 109). No operation shall be undertaken or continued that will contaminate or otherwise damage the environment. The Division recommends that no structure be placed in a manner that will impede future access to the well. Report on Operations (form OG109) and Report of Well Plugging and Abandonment (form 06159) will ?be released until all records and histories are on ?le with this Division. Upon completion of the proposed work, a Well Summary Report (form 06100), a History of Oil or Gas Well (form OG103), and copies of all logs. tests, and surveys shall be submitted to this office. The operator shall give the Division district of?ce a minimum of 24 hour notice for scheduling any inspection, observation, or witness of any operations. The operator shall give detailed information to the Division as to the nature and purpose of the operation to be inspected. observed. or witnessed. Notice to Los Angeles Basin Operators and Contractors Class II BOPE Requirements for Critical Wells May 21. 2001 In addition to the Class II BOPE requirements set forth in Division of Oil.'Gas and Geothermal Resources publication No. M07. the following are also required for critical wells in the Los An geles Basin: cu (3) (4i (5) Any and all control lines common to the BOPE and installed within 25 feet of the well bore must be shielded properly and insulated so the temperature rating is equal to or greater than 450 degrees Fahrenheit. Separate controls must be connected to each preventer in the BOPE stack. All control stations must be capable of providing complete opening and closure of each preventer in the BOPE stack. A minimum of one control station must be located at least 25 feet from the well bore. An emergency backUp system must be installed that utilizes an independent, explosion-safe source of actuating energy. The source of energy and all controlling mechanisms associated with the backup system must be located at least 25 feet from the well bore. and in close proximity to the control station described in (3) above. An access line of 2-inch minimum outside diameter must be installed below the preventer(s). In addition to the control valve installed at the wellhead, the access line must have a minimum of one control valve located at least 10 feet outside of the cellar. The valve outside of the cellar will be the primary control valve for well work operations. The part of the access line located between the well bore and'the control valve outside of the well cellar must be shielded preperly and insulated so the temperature rating is equal to or greater than 450 degrees Fahrenheit. Definition of a critical well As de?ned in the California Code of Regulations, Title 14, Division 2, Chapter 4, Section 1720(a), ?critical well" means a well within: (1) 300 feet ofthe following: (A) Any building intended for human occupancy that is not necessary to the operation of the well; or (B) Any airport runway. (2) 100 feet of the following: (A) Any dedicated public street, highway, or nearest rail of an Operating railway that is in general use; (B) Any navigable body of water or watercourse perennially covered by water; (C) Any public recreational facility such as a golf course. amusement park. picnic ground, campground. or any other area of periodic high?density population; or (D) Any officially recognized wildlife preserve. Exceptions or additions to this definition may be established by the supervisor upon his or her own judgment or upon written request of an operator. This written request shall containjustification for such an exception. The effective date of this Notice is July 31, 2001. R. K. Baker District Deputy Williams, Toinye@DOC From: Irick, Barry@DOC Sent: Friday, July 15, 2016 12:34 PM To: Williams, Toinye@DOC Subject: RE: 037-18960 and 037-25662 Send them out to addressee and at least we can say we attempted to notify them. From: Williams, Toinye@DOC Sent: Friday, July 15, 2016 11:34 AM To: Irick, Barry@DOC Subject: RE: 037-18960 and 037-25662 So they don?t receive a copy? Just addressed to them because no operator change? From: Irick, Barry@DOC Sent: Friday, July 15,2016 11:32 AM To: Williams, Toinye@DOC Subject: RE: 037?18960 and 037?25662 They are defunct operators. But still are operator of record. Chris wanted to keep them as addressee. From: Williams, Toinye@DOC Sent: Friday, July 15, 2016 11:21 AM To: Irick, Barry@DOC Cc: Martinez, Valerie@DOC Subject: 037-18960 and 037-25662 There is no contact information for the wells in Calwims, what the last email addresses? Will have to send US postal NATURAL RESOURCES AGENCY OF CALIFORNIA DEPARTMENT OF CONSERVATION N0. DIVISION OF OIL, GAS GEOTHERMAL RESOURCES 5816 Corporate Ave., Suite 100 Cypress, CA 90630 4731 5% 422 422 me? 01 GA PERMIT TO CONDUCT WELL OPERATIONS 00 00 CRITICAL WELL POOL CODE Cypress, California July 13, 2016 Mr. Bob Grayson, Jr. Rival Well Services, Inc. PO. Box 12620 Bakersfield, CA 93389 Your proposal to Abandon well ?Rogalske? 10, No. 037-25662, Section 21, T. 015, R. 13W, SB B. 8: M., (Lat: 34.06391 Long: -118.254634 Datumz83), Los Angeles City field, -- area, -- pool, Los Angeles County, dated 7/11/2016, received 7/11/2016 has been examined in conjunction with records filed in this office. THE PROPOSAL IS APPROVED PROVIDED: 1. Blowout prevention equipment (BOPE), as defined by this Division's publication No. M07, shall be installed and maintained in operating condition and meet the following minimum requirements: a. Class with hydraulic controls, on the 10 3/4? casing. All casing annuli control valves must meet, or exceed, the same minimum pressure rating as the blowout prevention equipment. The pipe safety valve must be suitable for all pipe in use, including casing. b. A 2M lubricator for wireline operations. 2. This well is designated a CRITICAL WELL and as such, the Notice to Operators, dated May 21, 2001, specifying additional BOPE requirements for critical wells, shall be in effect (attached). 3. Blowout prevention practice drills are conducted at least weekly and recorded on the tour sheet. A practice drill may be required at the time of the test/inspection. 4. Hole fluid of a quality and in sufficient quantity to control all subsurface conditions in order to prevent blowouts shall be used. 5. Sufficient material to control lost circulation of hole fluid shall be available for immediate use at the well site. 6. The 10 3/4? casing is cemented with sufficient cement to fill behind the casing from the shoe to the surface. 7. A diligent effort shall be made to clean out to natural formation material at bottom of original hole. 8. The well is plugged with cement from total depth cleaned out to surface. 9. All casing must be removed from between 5' and 10' below ground level. 10. After plugging with cement, and prior to placement of the cap, the well shall be tested to confirm that the well is sealed and is not leaking any methane or H28. 11. A steel plate, at least as thick as the outer well casing and bearing the last five digits of the API number, shall be tack welded around the top circumference of the outer casing. (Continued on Page 2) Kenneth A. Harris Jr. State Oil and Gas er i? cc: Los Angeles Fire Department Engineer Barry Irick EXPIRED Office 714 816-6835,? NCEIJED Bl/bi MAILED . . EMAILED A copy of this permlt and the proposal must done under this permit are due within 60 days after the work has been completed or the operations have been suspended. Issuance of this permit does not affect the Operator's responsibility to comply with other applicable state, federal, and local laws, regulations, and ordinances. OG111 (revised 6/2011) Page 2 Well ?Rogalske? 10 API 037-25662 Permit 116-0178 Date: July 13, 2016 12. 13. 14. 15. The well location shall be surveyed prior to burying the well, and the survey shall be filed with this office. Latitude and longitude shall be in decimal degrees, to six decimal places, in NAD83. Well site restoration shall be completed within 60 days following the completion of plugging operations. No program changes are made without prior Division approval. THIS DIVISION SHALL BE NOTIFIED TO: Witness the cementing operations of the 10 3/4" casing. Witness a function test of the installed blowout prevention equipment prior to drilling below 200'. Witness a pressure test of the 10 3/4" casing. Witness the clean?out depth. Witness the placing, location, and hardness of the cement plug from cleaned out depth to 300'. Witness the location, placement, and hardness of cement plug from 300? to 5?1, including all annular spaces. 9. Witness the gas leak detection test. Inspect the restored well site. ?eeces NOTE: 1. Hydrogen sulfide gas (H28) is known to be present in this area, adequate safety precautions shall be taken prior to and during well operations. The base of the freshwater zone is at 150': Failure to achieve adequate zonal isolation may have negative impacts on current and future operations. In addition, failure to achieve adequate zonal isolation will also be noted on the Report of Operations (GO 109). No operation shall be undertaken or continued that will contaminate or otherwise damage the environment. The Division recommends that no structure be placed in a manner that will impede future access to the well. Report on Operations (form 0G109) and Report of Well Plugging and Abandonment (form 06159) will no_tbe released until all records and histories are on file with this Division. Upon completion of the proposed work, a Well Summary Report (form 06100), a History of Oil or Gas Well (form OG103), and copies of all logs, tests, and surveys shall be submitted to this office. The operator shall give the Division district office a minimum of 24 hour notice for scheduling any inspection, observation, or witness of any operations. The operator shall give detailed information to the Division as to the nature and purpose of the operation to be inspected, observed, or witnessed. P?zl I6 (I FOR DIVISION USE ONLY NATURAL RESOURCES AGENCY OF CALIFORNIA pom DEPARTMENT OF Bond 060114 060121 DIVISION OF OIL. GAS. AND GEOTHERMAL RESOURCES - . Ii,.1h in II 1_ 1h 1? NOTICE OF INTENTION TO ABANDON I RE-ABANDON WELL Detailed instructions can be found at: In compliance with Section 3229. Division 3, Public Resources Code. notice is hereby given that it is our intention to abandon re-abandon well Patel #l . API No. 037?18960 . {Check oneS.B. Los Angeles City Field. Los Angeles County. The complete casing record of the well (present hole). Including plugs and perforations, is as follows: (Attach wellbore schematics diagram also.) Unknown The total depth is: 17? feet. The effective depth is: feet. Present completion zone(s): First Zone . Present zone pressure: 7? psi. (Nam) Oil or gas shows: 890' feet. Depth to base of fresh water: 195' feet. rm and depth) Top of uppermost hydrocarbon zone (which may be behind unperforated easing): 300' feet. (Depth or new) Is this a critical well as de?ned in the California Code of Regulations. Title 14. Section 1720(a) (see next page)? Yes. NOD The proposed work Is as follows: (A complete program is preferred and may be attached.) See Attached Program The Division must be noti?ed immediately of changes to the proposed operations. Failure to provide a true and accurate representation of the well and proposed operations may cause rescission of the permit. Name of Operator Rival Well Services Inc. Address CityIState Zip Code PO. Box 12620 Bako??g?ldhCA 93389 Name of Person Filing Notice Telephone Number: Slayer Date Bob Grayson Jr 661 392- I 700 Individual to contact for technical questions: Telephone Number: Emu Add 1 Bob Grayson Jr 661 978-1461 bobgrayWeecom This notice must be ?led. and approval given. before plugging and abandonment operations begin. If operations have not commenced within one year of the Division's receipt of the notice. this notice will be considered cancelled. 06103 (1:09) In H?s?llr?lh callir?illiti Derra?nient of Conservation RFP r1277 Pin; and Atari-jar Cii - Leis Ange?eg, e-a I 1 Project Details The California Department of Conservation is soliciting proposals from businesses with the resources, experience, and abilities to plug and abandon oil well. "Patel? 1 (API #037-18960), located within the predominantly residential area at 324 Firmin Street. Los Angeles. CA. This Primary RFP seeks a narrative describing the approach which will be used to abandon 'Patel' 1 and a cost proposal. to be submitted in two separate envelopes. The Department intends to award one service contract from this solicitation. 1.1. Description of Work According to Division records. the present condition of the well is as follows: Location: 324 Firmin Street, Los Angeles . Accessibility: See map Exhibit A - Attachment ill . oil; deserted Total Depth: 1100'+l? Effective Depth: Unknown DF: Unknown Casing: Unknown Tubing: Yes Rods: Unknown Base of Fresh Water (BFW): I - Top of Upper Hydrocarbon Zone: 300? Producing Zone(s): First Zone: 890' . l-lole Fluid: Oil, water. gas 10. Junk: Unknown 11. Plugs: Unknown 12. Comments: No casing record available. 13. There is no injection project associated with this field wenswewwe The Contractor shall provide all labor. equipment. materials, travel. and services necessary to perform all tasks required to plug and abandon ?Patel? 1 and fully restore the site. Contract requirements to be considered when preparing a proposal: 1. A Notice of Intention to Abandon (Form 0G 108) shall be ?led with this Division at least 10 days prior to commencing work. Work shall not begin until a Permit to Conduct Well Operations (Form OG 111) and a City of Los Angeles Fire Permit has been issued. All well operations are to be witnessed by a representative of this Division as directed in the Permit to Conduct Well Operations. The operator or the Division?s authorized agent shall enter the property and the following program, or such necessary operations as determined by this Division from engineering and geological data, shall be performed. Prior to commencing well operations. the abandonment contractor is responsible for having any utility lines, overhead powertines and all fencing that prevent access to working on the well. temporarily moved. Any utility lines. overhead powerlines and/or fencing removed for accessibility shall be returned to its original position and condition upon completion of well abandonment. Storm water runoff shall be properly planned for and implemented. 10. 11. 12. 13. 14. 15. Cal-ion r'a Deparnnenr of Conservalm". PFP #2015430101 this. Oil Well L08 Angaies Page I2 (.0 r\I? l" .4 The abandonment contractor will review Job Safety Programs (JSP) with all crewmembers prior to work startup and/or if conditions change. Monitor well for any leaking gas. Position gas monitors and ventilation fans. if warranted. before moving in any other equipment or personnel. Adequate blowout prevention equipment (BOPE), as de?ned in Division publication M07 and the Notice to Los Angeles Basin Operators and Contractors dated May 21, 2001. shall be installed and maintained in operating condition at all times. The minimum requirements are: a. Class ll2M, with hydraulic controls. during abandonment operations. b. A 2M lubricator for wireline operations. All portions of the well not plugged with cement shall be ?lled with inert mud fluid having a minimum density of 72 ft and a minimum gel shear strength of 25 I100 sq ft. All cement plugs are to have a minimum compressive strength of 1000 psi and maximum liquid permeability of 0.1 md. All depths noted are from ground level. Hole ?uid of a quality and in suf?cient quantity to control all subsurface conditions in order to prevent blowouts shall be used. Naturally occurring methane and H28 is known to be present in this area. Appropriate measures shall be taken to monitor and prevent the release of gas and/or oil. Should bad casing be encountered that prevents further downhole access into the wellbore. or if removal of the junk is unsuccessful, the Division shall be noti?ed for further instruction. If needed, additional methods may be required to determine the nature of obstruction. such as the use of a downhole camera, impression block, etc. Should any junk be encountered in the hole, a diligent effort shall be made to remove the junk from the wellbore. The well cellar shall be excavated. exposing all well casing valves, flanges andlor annuli. Install and function test Class l12M (or higher) BOPE (function test BOPE every day thereafter). Pull out all production tubing, rods, and pump. Use appropriate combination tools and circulating ?uid to clean out to full diameter, to TD (1100' A vacuum truck must be present during cleanout should ?uid come to surface during operations. If no casing is present at surface for BOPE installation. or the casing is degraded, proceed to item 14. If casing is present and in good condition skip to item 17. if no casing is present at surface for BOPE installation, or the casing is degraded. surface casing shall be run into the well no shallower than to 120'. and cemented to surface. Clean out well to TD. 16. 17. 18. 19. 20. 21 22. 23. 24. 25. 26. 27. 28. 29. California Department of Conservation RFP Plug and Abandon Oil Well L05 Aixgeies a 3 Plug well with cement from clean-out depth to surface'. Proceed to Item 23. Run in with full bore scraper to TD. Plug well with cement from clean-out depth to 300'. Shoot perforations from 300' to at least 290'. Breakdown and circulation shall be established prior to cementing. . Squeeze cement from 300? to 190? outside casing. Plug well with cement from 300 feet to 5 feet. All well casings shall be cutoff at least 5 feet below the surface of the ground, or ?nal grade. and removed. Any open annular spaces shall be ?lled with cement from 30 feet to 5 feet. A steel plate. at least as thick as the outer well casing and bearing the last ?ve digits of the API number, shall be tack welded around the top circumference of the outer casing. Cellar. production pads and pipelines shall be removed and the resulting excavations ?lled with clean soil and compacted properly to the existing grade, to prevent settling. If the existing soil material removed during excavation. is stained or contaminated with oil, the stained and contaminated soil shall be transported to an appropriate facility and the existing hole shall be replaced with clean earth material. suitable for compaction. Remaining buried pipelines that cannot be removed shall be purged with clean water and ?lled with an inert ?uid. Each line segment shall have a steel cap welded on both ends. Toxic or hazardous materials shall be removed and disposed of in accordance with Department of Toxic Substances Control requirements. All equipment. casing. orjunk that requires removal to implement restoration to lawful conditions shall be removed and properly disposed of in accordance with all applicable environmental laws, and in accordance with instructions from the Division. All liquid wastes shall be removed and properly disposed. The wellsite shall be restored. Planters. landscaping and structures, including sidewalks and patios that are damaged from abandonment operations. shall be restored to original condition. Any utility lines, overhead powerlines and property fencing removed for accessibility shall be returned to their original position. A Well History (Form 06 103) shall be ?led with the Division within 60 days of completing the work and must include a description of the removal or abandonment of the well flow line and any associated piping. Step 1 Step 2 Step 3 Step 4 Step 5 Step 6 Step 7 Step 8 Step 9 Step 10 Step 11 Step 12 Patel #1 Well Abandonment API ll 037-18960 Remove concrete and Install well cellar ring. Install API wellhead. Move in work string and equipment. MIRU. Install BOPE. POOH with existing tubing. Run feeler and locate bottom of well. Rig up wireline and run video camera and logs, as directed. Clean out to 1100', or as deep as possible. Plug with cement from clean out depth to 300 feet. Perforate casing from 300 feet to 290 feet. Plug with cement from 300 feet to surface. Squeeze cement outside casing from 300' to 190'. Remove BOPE. RDMO. Move out equipment. Excavate around well casing. Cut off casing 5 feet below grade. Tack on steel plate. Back ?ll and wheel roll excavation. NATURAL RESOURCES AGENCY EDMUND (3. BROWN JR.. GOVERNOR DEPARTMENT OF CONSERVATION Mow/Wong? Wonk/wig? candy DIVISION OF OIL, GAS, 8. GEOTHERMAL RESOURCES 5816 CORPORATE AVENUE . SUITE 200 . CYPRESS. CALIFORNIA 90630-4731 PHONE 714/816-6847 FAX 7I4f816-6853 WEB SHE conservationcqgov TO: Rogalske 10 and Patel 1 well ?les FROM: Barry Irick, AOGE Department of Conservation DATE: May 13, 2016 SUBJECT: ?Patel 1 (037-18960) and "Rogalske? 10 (037-25662) On May 13, 2016 I arrived on site at 1330 to meet with Rival Well Services (Bob Grayson) and LAFD (Captain Luke Milick, Chief Andrew Wordin) and LADWP (Gary Carivau) to go over the abandonment projects, address LAFD concerns, and go over needed temporary relocation of utility lines for the abandonment operations. AB and Chris McCullogh from DOGGR were also present. LAF brought up concerns about having access for emergency vehicles to get to the end of the cuI-de-sac if needed during abandonment operations. How equipment will be situated to accommodate LAF and allow enough access for emergency vehicles to pass will be addressed and a solution provided to LAFD. Mr. Carivau has said that he had been in contact with Mr. Wilke (who had visited the site previously to go over temporary relocation of LADWP lines). Again it was discussed how to temporarily relocate the LADWP power lines to accommodate the needs to abandon the wells and maintain service to the nearby residents. Mr. Carivau took notes and pictures to bring back to their of?ce. The Department of Conservation '3 mission is to balance today '5 needs with tomorrow '3 challenges andfoster intelligent. sustainable, and e?icienr use of California '5 energy, land, and mineral resources. NATURAL RESOURCES AGENCY EDMUND (3. BROWN JR., GOVERNOR DEPARTMENT OF CONSERVATION Ma/rmgq?ny [Wild/1? DIVISION OF OIL, GAS, 8. GEOTHERMAL RESOURCES 58l6 CORPORATE AVENUE 0 sums 200 . CYPRESS. CALIFORNIA 90630-473l PHONE 7 4l816-6847 FAX 714/816-6853 WEBSITE conservationcogov TO: Rogalske 10 and Patel 1 well files FROM: Barry lrick, AOGE Department of Conservation DATE: May 10, 2016 SUBJECT: ?Patel 1 (037-18960) and ?Rogalske? 10 (037-25662) On May 10, 2016 I arrived on site at 1130 with AB, Chris McCullough, and Dan Dudak to conduct brief and inspection of both well relocations prior to meeting with Los Angeles City Mayor?s Office. Both well locations appear to remain in same condition and undisturbed since previous site inspections. Odors still detected around Rogalske 10. The. Department of Conservation ?5 mission is to balance today '5 needs with tomorrow ?5 challenges andfoster intelligent. sustainable. and efficient use of California '5 energy, land, and mineral resources. NATURAL RESOURCES AGENCY EDMUND G. BROWN JR.. GOVERNOR DEPARTMENT OF CONSERVATION Mat/Wang Wm; Lat/Mir DIVISION OF OIL, GAS, 8. GEOTHERMAL RESOURCES CALIFOINIA 5816 CORPORATE AVENUE . SUITE 200 CYPRESS. CALIFORNIA 90630-4731 PHONE 7l4I816-6847 FAX 714/816-6853 WEBSITE conservationcqgov T0: Rogalske 10 and Patel 1 well ?les FROM: Barry lrick, AOGE Department of Conservation DATE: May 2, 2016 SUBJECT: ?Patel 1 (037-18960) and ?Rogalske? 10 (037-25662) On May 2, 2016 AB and I arrived at 1100 to meet with potential cement contractors to provide services for demolition and repair of concrete ?atwork associated with the well abandonments. Contractors were encouraged to ask questions, take measurements, and take pictures. Work is to include replacement of front patio concrete, walkways, and driveway aprons as needed. Cost estimates to provide services and requirements are to be submitted to the Division for review prior to granting a contract to conduct work. Contractors present: 0 Garcon Construction (Raphael) The Department of Conservation '5 mission is to balance today '5 needs with tomorrow '3 chailenges and foster intelligent. sustainable. and efficient use ofCaliform'a ?5 energy, (and. and mineral resources. From: Lima, Sent: Monday, April 25, 2016 3:09 PM To: McCullough, Chris@DOC Subject: RE: Rogalske Well Please Mr. McCullough, At approximately 1030 today I met with Firmin St. property owner Roger Majano. The purpose of the site visit was to take gas readings, speci?cally H28 and Methane from the abandoned "Rogalske" well that is located in the front yard of the Majano property and also the Patel well located East, across the street, of the Majano property. The Rogalske well is located East of the house structure and West of Firmin Street. Readings were taken in the following manner for both wells. Note; there was a breeze and wind gusts were up to approximately 10 blowing South by South East. Using a measuring tape, a distance of approximately 30 feet was measured from each well to the Southern prOperty boundary of each property. A 4-way gas meter (CH4, 02 set at 20.0%, C0, and H28) was used to take readings in S-foot intervals from the property boundary to the wells. The gas meter scans for all 4 parameters simultaneously. Rogalske Well: Readings were taken around the cement cap that is placed over the well as well as the soil mounds near the well prior to removing the cement slab covering the well opening: CO 0.0ppm, 02 20.0%, CH4 0.0 LEL, and H28 0.0 ppm. Despite the readings, the ?rotten- egg? odor was present near the well. The cement cap was raised just enough to insert the gas meter tubing into the well from the surface. The meter was equipped with soft tubing approximately 10 feet long of which approximately 9 feet of the tube was lowered into the opening. This was performed twice with a 15 minute interval between readings. The meter alarm indicated the LEL of CH4 both times and H28 measured a high of 29.5 ppm. 02 dropped to 19.5% each time and CO measured 0.0 The well was then covered with the cement slab and readings were taken around the concrete slab again: CO 0.0ppm, O2 20.0%, CH4 0.0 LEL, and H28 0.0 ppm. The rotten egg odor was still present S-feet from the covered well. I also performed a walked through of the house with the gas meter. Closets, cabinets, all rooms were checked. The results were: CO 0.0ppm, O2 20.0%, CH4 0.0 LEL, and H28 0.0 Patel Well: The readings were CO 0.0ppm, 02 20.0%, CH4 0.0 LEL, and H28 0.0 around the well, near the house structure, and the driveway. LAFD Captain Milick arrived as I was ?nishing up the Patel well. I discussed my ?ndings with him. I departed the site at approximately 129m. NATURAL RESOURCES AGENCY EDMUND G. BROWN JR.. GOVERNOR DEPARTMENT OF CONSERVATION Mar/Wong? Caz/Wm} Ila/My DIVISION OF OIL, GAS, 8. GEOTHERMAI. RESOURCES CALIFORNII 58l6 CORPORATE AVENUE 0 SUITE 200 CYPRESS, CALIFORNIA 90630-4731 PHONE 7141?816-6847 - FAX 7l4l816-6853 WEBSITE conservationcogov TO: Rogalske 10 and Patel 1 well ?les FROM: Barry lrick, AOGE Department of Conservation DATE: April 22, 2016 SUBJECT: ?Patel 1 (037-18960) and "Rogalske" 10 (037-25662) On April 22, 2016 AB and I arrived at 1000 to meet with wireline service companies to conduct a at Patel 1. Purpose of meeting is for wireline companies to review the site and to discuss services that the Division would like to be conducted on the well to determine condition of well and to gather any casing and formation information. Cost estimates to provide services and requirements are to be submitted to the Division for review prior to granting a contract to conduct work. Wireline contractors present: 0 Halliburton 0 Tiger 0 Schlumberger The Department of arisen-anon 's mission is to balance today '5 needs with tomorrow '5 challenges and foster intelligent. sustainable. and efficient use of California '5 energv. land. and mineral resources. From: Lacey, Brian@DOC Sent: Wednesday, April 6, 2016 4:16 PM To: Cc: Haas, Clayton@DOC; Curry, DOC Subject: Contract cancellation Mr. Olson, Due to the concerns raised by the MMI Services, the Department of Conservation has opted to cancel the contract for the ?Patel" 1 and ?Rogalske? 10 well abandonments. Regards, Brian Lacey Contracts Analyst (916) 324-4962 very Laliiorman should. viewer-r. out how at: Save Our Water SaveOurWater.com - Drought.CA.gov McCullough, Chris@DOC From: Abdulrahman, Abdulmageed?DOC Sent: Monday, April 4, 2016 11:32 AM To: McCullough, Chris@DOC Cc: Geroch, Dudak, Daniel@DOC; lrick, Barry@DOC; Chen, Weiru@DOC; Glau, Melissa@DOC; Lacey, Brian@DOC Subject: FW: MMI Services RE: Patel 1 and Rogalske 10 Contract Agreement Chris, Please see the email below as a response from MMI to the proposed well abandonment agreement. Thanks, AB Every Californian should conserve water. Find out how at: Save Our Water SaveOurWater.com - Drought.CA.gov From: Eric Olson Sent: Monday, April 4, 2016 11:26 AM To: Abdulrahman, Abdulmageed@DOC Subject: MMI Services RE: Patel 1 and Rogalske 10 Contract Agreement To whom it may concern, MMI Services submitted a bid to the State of California for the abandonment of two oil wells. Bid ff 2015-007. The proposal was for a total of $766,126.55. MMI then receives a Standard Agreement form from the state in the amount of $476,126.55. A difference of $290,000.00. The state contends that the overhead utility line cost is over estimated. MMl's concerns, not all listed are (listed below) on this project have made us adjust our pricing. This adjustment was included in the "overhead utility line cost? line item. To make this cost clear, we would like to move this difference of $290,000.00 to the well cost (514500000) each. Potential cost concerns: The traffic controls cost is an estimation. Security costs. Gang activity in the worksite area (threats, extortion, time loss, tagging of equipment, violence, physical harm to employees etc.) Accidental spill or release of fluids and/or gases. Charges arising from residents being shut out of their homes due to work activity. (Motel, food, transportation, parking etc.) Residents seeing an easy way to collect money from "oil company activities?. Possible litigation. Stolen equipment, equipment damage or sabotage. Personal injury to public. (slips trips and falls, vehicle interaction etc.) Damage to dwellings. (foundations, unforeseen conditions etc.) Damages from possible loss of utilities for residents. Damaged company reputation from negative publicity if an unforeseen condition arises, or upset residents feel they are being intruded upon. Any unforeseen cost associated with a ?lack of careful examination of work sites and speci?cations". MMI Services contends that if the original bid of $766,126.55 is not agreed upon, we will have no other choice than to decline this project. Eric Olson Sr. VP Ops General Manager MMI Services Of?ce (661)-589-9452 Cell (661) 978?5209 Fax (661) 589-9451 From: Abdulrahman, Abdulmageed@DOC Sent: Wednesday, March 30, 2016 9:13 AM To: Cc: Irick, Barry@DOC; McCullough, Chris@DOC; Glau, Melissa@DOC Subject: Patel 1 and Rogalske 10 Contract Agreement Dear Mr. Olson Please find the attached well abandonment contract agreement (?Patel" 1 and Rogalske? 10). If you are content, please provide the following: STD 213 Two copies bearing original signature. Signature at the bottom of the 213. STD 204 - One copy. - One copy. DARFUR One copy. Please mail all the contract information to Melissa Glau at: Department of Conservation 801 Street, MS 22-11 Sacramento, CA 95814 916-323-2958 Should you have any questions, please feel free to contact me Sincerely, AB Abdulrahman, P.E. Associate Oil and Gas Engineer California Division of Oil, Gas and Geothermal Resources, District 1 5816 Corporate Avenue, Suite 200 Cypress, CA 90630-4731 (714) 816-7824 Every Californian should conserve water. Find out how at: Save Our Water SaveOurWagercom . Drought.CA.gov STATE OF CALIFORNIA STANDARD AGREEMENT STD 213 (Rev 05/03} AGREEMENT NUMBER 201 5-007 REGISTRATION NUMBER 1. This Agreement is entered into between the State Agency and the Contractor named below: STATE NAME Degrtment of Conservation Division of Oil, Gas, Geothermal Resources CONTRACTORS NAME MMI Services. Inc. 2_ The term of this April 1, 2016 thru August 31. 2016 Agreement is: or upon DGS approval. whichever is later 3. The maximum $456,126.55 of this Agreement is: Four hundred Fifty Six thousand. One hundred Twenty Six Dollars and Fifty Five cents. 4. The parties agree to comply with the terms and conditions of the following exhibits which are by this reference made a part of the Agreement. Exhibit A Scope of Work 1 page(s) Attachment I Special Considerations 1 page(s) Attachment II Well Conditions and Abandonment Speci?cations 8 page(s) Attachment - Lease Restoration Guidelines 1 page(s) Exhibit Budget Detail and Payment Provisions 4 page(s) Exhibit - General Terms and Conditions GTC 610 Exhibit Division Special Terms and Conditions 5 page(s) items shown with an Asterisk are hereby incorporated by reference and made part of this agreement as if attached hereto. These documents can be viewed at IN WITNESS WHEREOF. this Agreement has been executed by the parties hereto. CONTRACTING ENTITY CONT NAME {if other than an indiwduai. state whethera corporation, partnership. etc.) MMI Services, Inc. BY {Authon'zed Signature) DATE SIGNEDIDO not type} g. PRINTED NAME AND TITLE OF PERSON SIGNING Eric Olson, V.P. Operations ADDRESS 4042 Patton Way, Bakersfield, CA 93308-5030 STATE OF CALIFORNIA AGENCY NAME Department Of Conservation California Department of General Services Use Only BY (Authon'zed Signature) DATE not type) ?5 PRINTED NAME AND TITLE OF PERSON SIGNING Clayton Haas, Assistant Director ADDRESS 801 Street, MS 22-11, Sacramento. CA 95814 Exempt per: Department of Conservation MMI Services, Inc. Agreement it 2015-007 Page 2 of 21 EXHIBIT A (Standard AgLeemenLi SCOPE OF WORK 1. Contractor agrees to provide to Division of Oil. Gas, and Geothermal Resources (DOGGR) well plugging and abandonment services as described herein: Contractor agrees to supply all materials. equipment. labor and services to plug and abandon oil wells. "Patel? 1 and Rogalske" 10. The services shall be performed on Fim'iin Street in Los Angeles County. Performance shall start not later than 30 days. or on the express date set by the Department of Conservation, DOGGR. and the Contractor. after all approvals have been obtained and the agreement is fully executed. Should the Contractor fail to commence work at the agreed upon time. the Department of Conservation. DOGGR. upon five (5) days written notice to the Contractor. reserves the right to terminate the agreement. If it becomes evident that additional work will be required in order to complete all necessary work under the terms of the agreement, written permission will need to be obtained from the Department of Conservation?s (DOC) project manager. Please refer to the detailed process in Exhibit of this agreement. The project representatives during the term of this agreement will be: State Agency: Department of Conservation Contractor: MMI Services. Inc. Attention: Barry lrick Name: Eric Olson Phone: (714) 816-6804 Phone: (661) 589-9366 Email: Email: Direct all inquiries to: State Agency: Department of Conservation Contractor: MMI Services. Inc. Section/Unit: Div. of Oil. Gas. Geothermal Res. Section/Unit: Attention: Abdulmageed Abdulrahman Attention: Eric Olson Phone: (714) 816-7824 Phone: (661) 589-9366 Email: Email: Address: 5816 Corporate Avenue. Suite 100 Address: 4042 Patton Way Cypress. CA 90630 Bakersfield. CA 93308-5030 6. See Exhibit(s) A. Attachment Well Conditions and Abandonment Specifications and Exhibit 0 Division of Oil. Gas. and Geothermal Resources Special Terms and Conditions. Department of Conservation Ml Services, Inc. Agreement if 2015-007 Page 3 of 21 ATTACHMENT SPECIAL CONSIDERATIONS The following considerations are specific to this agreement and are made a part of this agreement: All work is to be performed in accordance with the written abandonment specifications included with this agreement. Payments will be made in accordance with Exhibit B. Well heads will be relieved of compression due to subsidence before down-hole work commences. All cement plugs shall have a minimum compressive strength of 1000psi and a maximum liquid permeability of 0.1 md as outlined in the Supervisor's Notice to Operators dated January 8. 1990. All cement plugs shall be thermally stable when set. Remove surface facilities and cleanup oilfield refuse. Refuse and facilities removal includes, but is not limited to, removal of surface ?owlines and removal of production facilities and equipment. Buried flow lines shall be ?ushed with clean water and capped. All concrete on all well locations shall be broken up and hauled to a concrete recycling facility. All ?uid returns and water used for washing out equipment shall be contained in return tanks or Baker tanks. In ground pits will not be allowed in this contract. Disposal of all fluids shall be the responsibility of the contractor. Water for well bore cleanout. mixing cement and mud, and for washing out equipment shall be supplied by the contractor. Department of Conservation Ml Services, Inc. Agreement it 2015-007 Page 4 of 21 ATTACHMENT II WELL CONDITIONS AND ABANDONMENT SPECIFICATIONS WELL EXHIBIT 1 According to Division records, the present condition of the well is as follows: 1. Location: 324 Firmin Street, Los Angeles 2. Accessibility: See Photo 2 below. mwsewew Status: Idle oil; deserted Total Depth: Effective Depth: Unknown DF: Unknown Casing: Unknown Tubing: Yes Rods: Unknown Base of Fresh Water (BFW): - Top of Upper Hydrocarbon Zone: 300? Producing Zone(s): First Zone: 890' Hole Fluid: Oil, water, gas 10.Junk: Unknown 11.P ugs: Unknown 12.Comments: No casing record available. 13.There is no injection project associated with this field The following operations are necessary to plug and abandon the well: 1. A Notice of Intention to Abandon (Form OG 108) shall be filed with this Division at least 10 days prior to commencing work. Work shall not begin until a Permit to Conduct Well Operations (Form 0G 111) and a City of Los Angeles Fire Permit has been issued. All well operations are to be witnessed by a representative of this Division as directed in the Permit to Conduct Well Operations. 3. The operator or the Division's authorized agent shall enter the property and the following program. or such necessary operations as determined by this Division from engineering and geological data, shall be performed. b. Prior to commencing well operations, the abandonment contractor is responsible for having any utility lines, overhead powerlines and all fencing that prevent access to working on the well. temporarily moved. Any utility lines, overhead powerlines and/or fencing removed for accessibility shall be returned to its original position and condition upon completion of well abandonment. Storm water runoff shall be properly planned for and implemented. 2. The abandonment contractor will review Job Safety Programs (JSP) with all crewmembers prior to work startup and/or if conditions change. Monitor well for any leaking gas. Position gas monitors and ventilation fans, if warranted, before moving in any other equipment or personnel. 10. 11. 12. 13. 14. Department of Conservation MMI Services, Inc. Agreement if 2015-007 Page 5 of 21 Adequate blowout prevention equipment (BOPE), as de?ned in Division publication M07 and the Notice to Los Angeles Basin Operators and Contractors dated May 21. 2001. shall be installed and maintained in operating condition at all times. The minimum requirements are: a. Class ll 2M. with hydraulic controls. during abandonment operations. b. A 2M lubricator for wireline operations. All portions of the well not plugged with cement shall be ?lled with inert mud ?uid having a minimum density of 72 lbs/cu ft and a minimum gel shear strength of 25 1100 sq ft. All cement plugs are to have a minimum compressive strength of 1000 psi and maximum liquid permeability of 0.1 md. All depths noted are from ground level. Hole fluid of a quality and in suf?cient quantity to control all subsurface conditions in order to prevent blowouts shall be used. Naturally occurring methane and H28 is known to be present in this area. Appropriate measures shall be taken to monitor and prevent the release of gas and/or oil. Should bad casing be encountered that prevents further downhole access into the wellbore. or if removal of the junk is unsuccessful. the Division shall be noti?ed for further instruction. If needed. additional methods may be required to determine the nature of obstruction. such as the use of a downhole camera. impression block. etc. Should any junk be encountered in the hole. a diligent effort shall be made to remove the junk from the wellbore. The well cellar shall be excavated. exposing all well casing valves, ?anges and/or annu? Install and function test Class (or higher) BOPE (function test BOPE every day thereafter). Pull out all production tubing. rods. and pump. Use appropriate combination tools and circulating fluid to clean out to full diameter, to TD (1100' A vacuum truck must be present during cleanout should fluid come to surface during operations. If no casing is present at surface for BOPE installation. or the casing is degraded. proceed to item 14. If casing is present and in good condition skip to item 17. If no casing is present at surface for BOPE installation. or the casing is degraded. surface casing shall be run into the well no shallower than to 120'. and cemented to surface. 15. 16. 17. 18. 19. 20. 21. 22. 23. 24. 25. 26. 27. 28. 29. Department of Conservation MMI Services, Inc. Agreement it 2015-007 Page 6 of 21 Clean out well to TD. Plug well with cement from clean-out depth to surface'. Proceed to Item 23. Run in with full bore scraper to TD. Plug well with cement from clean-out depth to 300'. Shoot perforations from 300' to at least 290'. Breakdown and circulation shall be established prior to cementing. Squeeze cement from 300' to 190? outside casing. Plug well with cement from 300 feet to 5 feet. All well casings shall be cut off at least 5 feet below the surface of the ground, or ?nal grade, and removed. Any open annular Spaces shall be filled with cement from 30 feet to 5 feet. A steel plate, at least as thick as the outer well casing and bearing the last ?ve digits of the API number, shall be tack welded around the top circumference of the outer casing. Cellar, production pads and pipelines shall be removed and the resulting excavations filled with clean soil and compacted properly to the existing grade, to prevent settling. If the existing soil material removed during excavation, is stained or contaminated with oil, the stained and contaminated soil shall be tranSported to an appropriate facility and the existing hole shall be replaced with clean earth material, suitable for compaction. Remaining buried pipelines that cannot be removed shall be purged with clean water and ?lled with an inert ?uid. Each line segment shall have a steel cap welded on both ends. Toxic or hazardous materials shall be removed and disposed of in accordance with Department of Toxic Substances Control requirements. All equipment, casing, orjunk that requires removal to implement restoration to lawful conditions shall be removed and properly disposed of in accordance with all applicable environmental laws, and in accordance with instructions from the Division. All liquid wastes shall be removed and properly disposed. The wellsite shall be restored. Planters, landscaping and structures, including sidewalks and patios that are damaged from abandonment operations, shall be restored to original condition. Any utility lines, overhead powerlines and property fencing removed for accessibility shall be returned to their original position. A Well History (Form 06 103) shall be filed with the Division within 60 days of completing the work and must include a description of the removal or abandonment of the well flow line and any associated piping. Department of Conservation MMI Services, Inc. Agreement 2015-007 Page Inuit-3?eiwan; 'vr? - Photo 1: Address of the ?Patel" 1 oil well is located at 324 Firmin Street, Los Angeles. CA 90026. (SE of Temple St. Firmin St.) AGA 5-17-2012 Photo 2: The oil well, ?Patel" 1, is located behind the gated fence, next to the tree in front of the house on the front porch. Department of Conservation MMI Services, Inc. Agreement ti 2015-007 Page 8 of 21 WELL EXHIBIT 10 According to Division records, the present condition of the well is as follows: Location: 323 Firmin Street, Los Angeles Accessibility: See Photo 2 below. Status: Buried Idle Well Total Depth: Unknown Effective Depth: Unknown DF: Unknown Casing: Redwood slats to 8' Tubing: No. Rods: Unknown Base of Fresh Water (BFW): Top of Upper Hydrocarbon Zone: 300? Producing Zone(s): First Zone: 890? . Hole Fluid: Unknown. H28 Methane present .Junk: Unknown . Plugs: Unknown . Comments: The hole appears to be lined with vertical redwood boards to 8 +l-feet. 14.There is no injection project associated with this field. The following operations are necessary to plug and abandon the well: 1. 2. 3. A Notice of Intention to Abandon (Form OG 108) shall be filed with this Division at least 10 days prior to commencing work. Work shall not begin until a Permit to Conduct Well Operations (Form OG 111) and a City of Los Angeles Fire Permit has been issued. All well operations are to be witnessed by a representative of this Division as directed in the Permit to Conduct Well Operations. a. The operator or the Division's authorized agent shall enter the property and the following program, or such necessary operations as determined by this Division from engineering and geological data. shall be performed. b. Prior to commencing well operations. the abandonment contractor is responsible for having any utility lines, overhead powerlines and all fencing that prevent access to working on the well, temporarily moved. Any utility lines. overhead powerlines and/or fencing removed for accessibility shall be returned to its original position and condition upon completion of well abandonment. Storm water runoff shall be properly planned for and implemented. The abandonment contractor will review Job Safety Programs (JSP) with all crewmembers prior to work startup and/or if conditions change. Monitor well for any leaking gas. Position gas monitors and ventilation fans, if warranted, before moving in any other equipment or personnel. Adequate blowout prevention equipment (BOPE), as de?ned in Division publication M07 and the Notice to Los Angeles Basin Operators and Contractors dated May 21, 2001, shall be installed and maintained in operating condition at all times. The minimum requirements are: 10. 11. 12. 13. 14. 15. 16. Department of Conservation MMI Services, Inc. Agreement if 2015-007 Page 9 of 21 a. Class ll2M. with hydraulic controls, during abandonment operations. b. A 2M lubricator for wireline operations. . All portions of the well not plugged with cement shall be ?lled with inert mud fluid having a minimum density of 72 lbs/cu fl and a minimum gel shear strength of 25 I100 sq ft. All cement plugs are to have a minimum compressive strength of 1000 psi and maximum liquid permeability of 0.1 md. All depths noted are from ground level. Hole fluid of a quality and in sufficient quantity to control all subsurface conditions in order to prevent blowouts shall be used. Naturally occurring methane and H28 is known to be present in this area. Appropriate measures shall be taken to monitor and prevent the release of gas and/or oil. Should bad casing be encountered that prevents further downhole access into the wellbore, or if removal of the junk is unsuccessful, the Division shall be notified for further instruction. If needed. additional methods may be required to determine the nature of obstruction, such as the use of a downhole camera, impression block, etc. Should any junk be encountered in the hole, a diligent effort shall be made to remove the junk from the wellbore. The well cellar shall be excavated. exposing all well casing valves, flanges and/or annu? A drilling auger shall be used to clean out the wellbore to 120' (three joints of casing (120? with a diameter large enough to open the wellbore to the formation (12" and also to remove the redwood casing boards. A vacuum truck must be present during all operations should ?uid come to surface. 10 3/4? surface casing shall be run into the well to 120' (three joints of casing (120? and cemented to surface for BOPE installation. Note: auger to 120', installation and cementing of surface casing, and installation of BOP must be accomplished the same day. Once excavation commences, hole is NOT to be left open overnight. Install and function test Class ll2M (or higher) BOPE (function test BOPE every day thereafter). Clean out the hole to the virgin (original) formation depth. Division approval is required Plug well with cement from the approved depth to 5 feet. All well casings shall be cut off at least 5 feet below the surface of the ground, or ?nal grade. and removed. Any open annular spaces shall be filled with cement from 30 feet to 5 feet. A steel plate. at least as thick as the outer well casing and bearing the last five digits of 17. 18. 19. 20. 21. Department of Conservation Services, Inc. Agreement lt 2015-007 Page 10 of 21 the API number, shall be tack welded around the top circumference of the outer casing. Cellar, production pads and pipelines shall be removed and the resulting excavations filled with clean soil and compacted properly to the existing grade. to prevent settling. if the existing soil material removed during excavation. is stained or contaminated with oil, the stained and contaminated soil shall be transported to an apprOpriate facility and the existing hole shall be replaced with clean earth material, suitable for compaction. Remaining buried pipelines that cannot be removed shall be purged with clean water and filled with an inert fluid. Each line segment shall have a steel cap welded on both ends. Toxic or hazardous materials shall be removed and disposed of in accordance with Department of Toxic Substances Control requirements. All equipment, casing, orjunk that requires removal to implement restoration to lawful conditions shall be removed and properly disposed of in accordance with all applicable environmental laws. and in accordance with instructions from the Division. All liquid wastes shall be removed and properly disposed. The wellsite shall be restored. Planters, landscaping and structures. including sidewalks and patios that are damaged from abandonment operations. shall be restored to original condition. Any utility lines, overhead powerlines and property fencing removed for accessibility shall be returned to their original position. A Well History (Form 06 103) shall be ?led with the Division within 60 days of completing the work and must include a description of the removal or abandonment of the well flow line and any associated piping. Department of Conservation Services, Inc. Agreement 2015-007 Page manly?I! a, 3 115Yank?--.. .0-4 "I-m bl Eh? Photo 1: Address of the "Rogalske" 10 oil well is located at 323 Firmin Street Los Angeles. CA 90026. AGA 12-17-2015 ?ling! I I Photo 2: The oil well, "Rogalske" 10, is located in the front yard of the house. AGA 12-17-2015 Department of Conservation Ml Services, Inc. Agreement it 2015-007 Page 12 of 21 ATTACHMENT Ill LEASE RESTORATION GUIDELINES The following guidelines are provided to assist a contractor in planning and completing a ?nal lease restoration. A successful lease restoration leaves the site in a condition that blends with and is compatible with the surrounding land. It involves the plugging and abandonment of wells, closure of sumps (see enclosed Oil?eld Impoundment Closure Guidelines), and the removal of all surface facilities and oilfield related refuse from the property. Unless required speci?cally in Exhibit A, Attachment 1, the Division does not require the re-grading of well sites to match surrounding land contours, reseeding, or removal of roads. Restoration may involve: l. 10. Construction, with minimum practicable surface disturbance, of temporary vehicle access to all wells and facilities. Removal of any identifiable drums of chemicals that may be on the lease. Note: Manufacturers or distributors of identi?able and un0pened chemical containers may remove them at no cost. Sampling and running sufficient tests on unknown ?uids remaining in tanks, sumps and other containers, as directed, to categorize their contents as hazardous or nonhazardous as de?ned in Section 251 17, Division 20, Chapter 6.5, ofthe Califomia Health and Safety Code. Sampling and running agricultural geochemical water analysis of produced water in tanks/sumps, as directed, if the water will not be disposed of on site. Proper disposal of all produced water. (Sell/ship all oil, retain invoices.) Sampling of sump sludge, tank bottoms, unknown ?uid ?lled drums, and facilities, as directed, for hazardous materials. Contractor may be required to open a tank cleanout after a tank is drained if the laboratory technician is unable to sample the tank bottoms by any other means. Analysis results may take up to 10-20 working days. Note: this sampling cannot be done until after free liquids are removed from the sump/tank being sampled. The performance of subsurface well work, removal of surface facilities not requiring the results of the laboratory analysis, and cleanup of oil?eld refuse. Refuse and facilities removal includes but is not limited to removal of all surface and shallow buried ?owlines, removal of electrical lines and power poles to the utility company meter, and removal of all production facilities and equipment. Dispose or road mix tank bottoms and sump sludge if laboratory results show wastes are nonhazardous. Hazardous wastes must be disposed of in an apprOpriate manner. Removing/closing remaining tanks, facilities, and sumps. Back?lling sumps with clean soil and compacting to prevent major settling. Complete the restoration and contact the Division for approval of work. Note: It is the respon- sibility of the contractor to complete a satisfactory lease restoration. 1. Department of Conservation MMI Services, Inc. Agreement if 2015-007 Page 13 of 21 EXHIBIT (Standard Agreement) BUDGET DETAIL AND PAYMENT PROVISIONS Contract and Additional Work (if necessary) The State agrees to compensate the Contractor for actual expenditures incurred up to the maximum amount of the contract in accordance to the itemization outlined in Exhibit B, Budget Detail. The Contractor shall be paid in arrears upon receipt and acceptance of an invoice which properly details all charges. expenses. and costs. Approved Contractor's invoices will be paid pursuant to the California Prompt Payment Act (California Government Code section 927 et seq.) All invoices must be submitted to the DOC project manager prior to the end of the contract, allowing suf?cient time for the work to be examined, and the invoices to be approved and processed by the DOC. All work under the terms of this agreement must be completed within the term of this agreement. No work shall be performed after the term of this agreement or after funding has been exhausted. a. ADDITIONAL WORK If it becomes evident that additional work will be required in order to complete all necessary work under the terms of the agreement, Contractor shall immediately notify the Department of Conservation?s project manager of the need for additional work. The initial notice shall be by telephone. followed up with an email providing the project manager a detailed description of the necessary additional work (see step 2). No additional work shall be started until the DOC project manager has: Step 1. Approved the need for the additional work. Step 2. Received an email from the contractor briefly justifying the need for additional work and containing a firm estimate that clearly itemizes and describes all costs associated with the additional work, totaling the amount being requested. Step 3. Supplied the DOC contract specialist with the email from step (2) in order to start an amendment to the original agreement for the additional work. The noti?cation to begin the additional work shall be in writing from the DOC project manager to the contractor. The DOC project manager will follow up with an emergency contract amendment within five (5) days of the initial notice from the Contractor of the additional work. If the Contractor has not received an emergency contract within this five (5) day period, all work under this contract shall cease until an amendment is completed. Failure to follow this process will require the Contractor to submit for payment of work through the Victim Compensation and Government Claims Board. Department of Conservation MMI Services, Inc. Agreement it 2015-007 Page 14 of 21 2. Contract Services a_r19_l Additional Work (if necessary) For services satisfactorily rendered. and upon receipt and approval of the invoices, the State agrees to compensate the Contractor for actual expenditures incurred in accordance with the itemization outlined in Exhibit B, Budget Detail. Invoices shall be submitted upon completion of each well (or if well abandonment is not completed within 30 days) and include: Agreement Number Billing address of DOC of?ce Contractor?s name and address Date (or Date range) that the work was performed. cost and description in accordance with the Budget Detail Original invoices shall be submitted in arrears to: Department of Conservation Division of Oil, Gas. and Geothermal Resources 5816 Corporate Avenue, Suite 100 Cypress, CA 90630 ATTN: Abdulmageed Abdulrahman Any additional work performed under this agreement will require a contract amendment. Invoices for additional work performed, in compliance with the terms of this agreement, can only be submitted after a contract amendment has been fully executed and approved by both the Department of Conservation and the Department of General Services. 3. Budget Contingencv Clause a. It is mutually agreed that if the Budget Act of the current year and/or any subsequent years covered under this Agreement does not appropriate suf?cient funds for the program, this Agreement shall be of no further force and effect. In this event, the State shall have no liability to pay any funds whatsoever to contractor or to furnish any other considerations under this Agreement and contractor shall not be obligated to perform any provisions of this Agreement. b. If funding for any ?scal year is reduced or deleted by the Budget Act for purposes of this program, the State shall have the option to either cancel this Agreement with no liability occurring to the State. or offer an agreement amendment to contractor to reflect the reduced amount. c. Should suf?cient funding to complete all work required under this agreement not be available, the State reserves the right to sever portions of the work from this agreement as it deems necessary. Department of Conservation MMI Services, lnc. Agreement it 2015-007 Page 15 of 21 4. Promgt Payment Clause Payment will be made in accordance with, and within the time speci?ed in, Government Code Chapter 4.5, commencing with Section 927. Department of Conservation MMI Services, Inc. Agreement 2015-007 Page 16 of 21 Budget Detail Description Total Cost Patel 1 #037-18960 195,925.20 Rogalske 10 #037-25662 164,501.35 Traf?c Controls" 65,700.00 Overhead Utility Lines" 30,000.00 TOTAL 456,126.55 The Department of Conservation will reimburse the Contractor for actual costs incurred. The Contractor must provide copies of invoices from the subcontractors and the City to support charges to the Department. Department of Conservation MMI Services, Inc. Agreement 2015-007 Page 17 of 21 EXHIBIT DIVISION OF OIL. GAS. AND GEOTHERMAL RESOURCES (DIVISION) SPECIAL TERMS AND The Contractor must possess a current General Engineering contractor license (A. and may be required to possess. at the time of the bid opening. a Hazardous Substance Removal Certi?cate issued by the Contractor's State License Board. Note: If hazardous material is encountered during any operations covered by this agreement. the Contractor or subcontractor performing the operations must possess a valid Hazardous Substance Removal Certi?cate issued by the State Contractors' License Board. The Division reserves the right to cancel. halt. or temporarily su3pend operations at any time and to change details of the proposed work. as necessary, to properly and effectively perform the work required. In the event of such stoppage. the Division shall be under no obligation to the Contractor except to pay for all work completed by the Contractor and otherwise satisfy the Division's obligations in accordance with the term of this Agreement as of the time of such stoppage. In well-to-well agreements. the Division shall have the right to terminate the performance of the work covered by the Agreement for any reason at any point it may desire. This includes the right to delete as many wells as desired from a multiple-well plugging/abandonment agreement. The Contractor agrees, after receipt of a copy of the fully executed agreement. to start and complete work under the terms of this Standard Agreement. Should the Contractor fail to commence or complete work within said time after receipt of the fully executed agreement. or suspend work for a period of ?ve (5) continuous working days after work has begun. the State may provide five (5) days written notice, posted at the job site or mailed to the Contractor. to timely prosecute and complete the work or the agreement. The Contractor may be liable to the State for the difference between the Contractor's bid price and the actual cost of performing the work foilowing subsequent rebidding. Insurance Rguirements Contractor shall comply with all requirements outlined in the (1) General Provisions section and (2) Contract Insurance Requirements outlined in this section. No payments will be made under this contract until contractor fully complies with all requirements. a. General Provisions Apnlvinq to All Policies (1) Coverage Term Coverage needs to be in force for the complete term of the contract. If insurance expires during the term of the contract. a new certi?cate must be received by the State at least thirty (30) days prior to the expiration of this insurance. Any new insurance must comply with the original contract terms. (2) Policy Cancellation or Tenningtion Notice of Non-Renewal Insurance policies shall contain a provision stating coverage will not be cancelled without 30 days prior written notice to the State. New certi?cates of insurance are subject to the approval of the Department of General Services and the Contractor agrees no work or services will be performed prior to obtaining such approval. In the event Contractor fails to keep in effect at all times the speci?ed insurance coverage. the State may. in addition to any other remedies it may have, terminate this Contract upon the occurrence of such event. subject to the provisions of this Contract. (3) (4) (8) Department of Conservation MMI Services, Inc. Agreement fl 2015-007 Page 18 of 21 Premiums Assessments and Deductibles Contractor is responsible for any premiums, policy assessments, deductibles or self-insured retentions contained within their insurance program. Primau Clause Any required insurance contained in this contract shall be primary. and not excess or contributory. to any other insurance carried by the State. lnsgance Carrier Required Ratino All insurance companies must cargy an AM Best rating acceptable to the Office of Riak and Insurange management. If the Contractor is self- insured for a portion or all of its insurance. review of fin?al information includinq a letter of credit may be required. Endorsements Any required endorsements requested by the State must be physically attached to all requested certificates of insurance and not substituted by referring to such coverage on the certificate of insurance. Inadequate Insurance - Inadequate or lack of insurance does not negate the contractor?s obligations under the contract. Use of Subcontractors - The contractor?s insurance must state that there is blanket coverage while work is being performed under the contract. b. Contract Insurance Raguirements Contractor shall display evidence of the following on an Acord certi?cate of insurance evidencing the following coverages: (1) (2) (3) Commercial General Liability - Contractor shall maintain general liability on an occurrence form with limits not less than $1,000,000 per occurrence for bodily injury and property damage liability combined with a $2,000,000 annual policy aggregate. A ?per project aggregate" endorsement is required. The policy shall include coverage for liabilities arising out of premises. operations, independent contractors, products, completed operations, personal advertising injury. and liability assumed under an insured contract. The policy shall also include coverage for losses arising out of explosion, underground. or collapse, known as hazards. This insurance shall apply separately to each insured against whom claim is made or suit is brought subject to the Contractor's limit of liability. The policy must name The Department of Conservation, Division of Oil, Gas. and Geothermal Resources, The State of California, its officers, agents, employees and servants as additional insureds, but only with respect to work performed under the contract. This endorsement must be supplied under form CGZO101185 or 0620371001 Form (B) or its equivalent and attached separately to the certificate of insurance. Busineas Automobile Liability Contractor shall maintain business automobile liability insurance for limits not less than $1,000,000 combined single limit. Such insurance shall cover liability arising out of a motor vehicte including owned, hired and non-owned motor vehicles. Should the scope of the Contract involve transportation of hazardous materials, evidence of an MOS-90 endorsement is required. Workers Comgensation ang Employers Liability; Contractor shall maintain statutory worker?s compensation and employer?s liability coverage for all its employees who will be engaged in the performance of the Contract. A waiver of subrogation is required to be attached to the workers compensation certificate of insurance. In addition, employer's liability limits of $1,000,000 are required. 10. 11. 12. 13. 14. Department of Conservation MMI Services, Inc. Agreement if 2015-007 Page 19 of 21 (4) Environmental Liabiliy If the scope of work during the contract changes and involves remediation of contaminated soil. asbestos. or hazardous materials. Contractor shall ensure the hazardous materials removal subcontractor is licensed with the Department of Toxics to handle and dispose of hazardous waste. Subcontractor must provide to the Contractor and the State copies of their pollution liability insurance covering their liability for bodily injury, property damage and environmental damage resulting from pollution and related cleanup costs for both work performed on site as well as proper disposal of hazardous materials. Limits of not less than $1 ,000.000 shall be provided on this environmental liability policy. In addition, subcontractor shall secure an MCSQO endorsement to cover liability in the transportation and disposal of hazardous materials. Subcontractor shall also show evidence and maintain general liability. automobile liability and workers compensation during the term of this subcontract agreement. The Contractor must provide the State the required Certi?cate of Insurance within ?fteen (15) calendar days after notice of agreement award from the State. If the Contractor fails to provide the certi?cate within the speci?ed time. the State may. at its option, determine that the Contractor is in default and annul the award of the agreement. Assessment for damages will be made. The Division shall secure for the Contractor rights of ingress and egress to the work location. The Division shall advise the Contractor of any limitations or restrictions affecting ingress and egress. and the Contractor shall abide by and shall have its employees or subcontractors abide by such limitations or restrictions. If the Contractor is denied free access to the location for any reason not within the control of the Contractor, time lost by such denial shall be paid for at a reasonable rate in keeping with the stage of operations at the time. The Contractor must maintain suf?cient safeguards against occurrence of accidents. injuries or damages to any person or property at any time, whether employed in the work or otherwise. and must be responsible for same if such occur. The Contractor shall maintain all its equipment in good safe operating condition at all times. Well control equipment shall be checked by the Contractor. who will use all reasonable means to control and prevent ?res and blowouts and to protect the hole. The Contractor shall locate sources of ignition a safe distance from the well(s) and shall prohibit use of open flames (except welding under controlled conditions) or smoking on the rig floor or other hazardous areas by its own personnel or other parties. If the well or equipment should catch ?re from use of open ?ames or from smoking in hazardous areas. this will be considered as negligence on the part of the Contractor. The Contractor shall observe State, and local laws. rules. and regulations relative to safety and health. The Contractor shall permit no employee or other party on the rig that is under the in?uence of alcohol or drugs. No alcohol. illegal drugs or ?rearms shall be allowed by the Contractor on the job site. The Contractor shall have a formal safety program and shall provide suitable equipment and personnel properly and adequately trained in the safe performance of their duties. The Contractor's supervisor at the location shall have sole and ?nal responsibility to issue orders to the Contractor?s personnel to evacuate the rig for reasons of weather or emergency. The Contractor shall utilize its equipment to its maximum capacity as rated by the manufacturer thereof. if the State so requests. The Contractor's equipment shall be capable of rotating and circulating. if required. to meet agreement speci?cations. The Contractor agrees to notify the Division in case of any failure of equipment, materials. or supplies. 15. 16. 17. 18. 19. 20. 21. 22. 23. 24. Department of Conservation MMI Services, Inc. Agreement 2015-007 Page 20 of 21 The Division may. at its option. terminate the Agreement on written notice if the Contractor's abandonment equipment fails to meet the reQUirements for which it has been designed due to a de?ciency in construction and/or design. and Contractor is unable to show that corrective work can be accomplished within thirty- (30) days. No day work rate will be payable during the period when such de?ciencies are being corrected. Upon completion of pluggingiabandonment operations. the Contractor shall remove its equipment from the location and clean up the well site as speci?ed. If clean up at the well site is not accomplished to the Division's satisfaction, the Division may retain an amount sufficient to accomplish such clean up out of the last invoice submitted to the Division. This shall not limit the Division's right to recover the full amount of cleanup costs. The Contractor agrees that the Division shall not be liable for or responsible for any damage. loss. or repair to the Contractor?s equipment, including. but not limited to. damage. loss. or repair of the equipment during movement to. from or between locations. whatsoever the cause whether through the Division's sole or joint negligence or fault during existence of the Agreement but the bene?ts of this paragraph shall not. under any circumstance. inure to the bene?t of any third party. The State is not responsible for damage to. or loss of equipment used. including normal wear and tear. or damage resulting from negligent operations. The State reserves the right of approval for any subcontractor used by the Contractor. Section Title 14. Division 2. of the California Code of Regulations requires that any explosives used in well plugging and abandonment operations are handled only by a licensed handler with the required permits. This agreement requires a competent blaster. possessing a current. valid California Blaster?s License. to be physically present at the well site to accomplish the blasting operation and/or direct and supervise others in such operation. It shall be the duty of the Contractor to see that all subcontractors commence their work at the proper time. and carry it on with due diligence so they do not delay the completion of the project. All damage caused by subcontractors or their employees must be made good by them or the Contractor. The Contractor will be fully responsible for the acts or omissions of the Contractor's subcontractors and/or other employees. If sump removal or lease restoration is required in this agreement. the enclosed Oil?eld Surface lmpoundment Guidelines and Lease Restoration Guidelines are made a part of this agreement. The Contractor shall adhere to these guidelines for sump closure and lease restoration. Categorization. handling and disposing of hazardous wastes shall only be performed by a Contractor or subcontractor possessing a Hazardous Substance Removal Certi?cate issued by the State Contractors' License Board. Handling and disposal of all hazardous wastes shall be in accordance with all Federal. State. and local regulations. The agreement amount is based upon appropriate testing to categorize all waste materials as hazardous or nonhazardous as defined in Section 25117. Division 20. Chapter 6.5. of the California Health and Safety Code. The agreement amount provides for the handling and disposal of all nonhazardous wastes. All oil and lease equipment associated with the well(s) is the property of the State. The State shall be properly compensated for all oil and equipment removed by the Contractor. The Contractor shall provide an itemized list of subsurface salvage including tubing and rods removed from the well(s) with the ?nal invoice. 25. 26. 27. 28. 29. 30. 31. Department of Conservation Services, inc. Agreement ii 2015-007 Page 21 of 21 The Contractor shall itemize the salvage value of surface equipment. exclusive of pumping units at individual wells, used in common by an individual operator and apportion the value equally to all wells serviced by said equipment. The Contractor shall itemize the salvage value of pumping units and subsurface equipment by well when requested by the Division. The Contractor?s final compensation shall be calculated as follows: Total Cost Surface Salvage Value - Subsurface Salvage Value Costs for Unanticipated Conditions (Note: A Time and Materials agreement, if needed, requires a separate amendment and separate invoice). The State may at its discretion. require a payment of salvage on an individual well basis by separate instrument or as a deduction to the final invoice. The Contractor shall itemize the salvage value of surface equipment, exclusive of pumping units at individual wells, used in common by an individual operator and apportion the value equally to all wells serviced by said equipment. The Contractor shall itemize the salvage value of pumping units and subsurface equipment by well. The State may, at its discretion, require the payment of salvage on an individual well basis by separate instrument or as a reduction to the final invoice. The Contractor's performance in providing services stated hereunder may be evaluated at the conclusion of said agreement. Unsatisfactory performance will be reported to the Contractor's State License Board. Force Majeure. The obligations of the parties, except for the payment of money and the furnishing and maintaining of any security required by either party, shall be suspended while any party is prevented from complying, in whole or in part, by strikes; lockouts; fire; war; civil disturbances; acts of God; federal, state, county or municipal laws, orders. rules or regulations; inability to secure materials; unavoidable accidents; or other causes beyond its reasonable control, whether or not similar to the matters specifically enumerated above. Performance shall be resumed when the State determines that such cause has been removed. No party shall be required against its will to adjust or settle any labor dispute. Settlement of Disputes: In the event of a dispute, Contractor shall file a ?Notice of Dispute" with Department of Conservation, Division of Oil, Gas, and Geothermal Resources, State Oil and Gas Supervisor or Designee within ten (10) days of discovery of the problem. Within ten (10) days. the State Oil and Gas Supervisor or Designee shall meet with the Contractor and Project Manager for purposes of resolving the dispute. The decision of the State Oil and Gas Supervisor or Designee shall be final. In the event of a dispute, the language contained within this Agreement shall prevail over any other language including that of the bid proposal. After this Agreement is executed by the Contractor and the State, the Bid Summary and Well List (Turnkey Agreement) or Rate and Price Schedule (Time and Materials Agreement), shall be considered a part of this Agreement and not a bid proposal. Potential Subcontractors: Nothing contained in this Agreement or otherwise. shall create any contractual relation between the State and any subcontractors, and no subcontract shall relieve the Contractor of his responsibilities and obligations hereunder. The Contractor agrees to be as fully responsible to the State for the acts and omissions of its subcontractors and of persons either directly or indirectly employed by any of them as it is for the acts and omissions of persons directly employed by the Contractor. The Contractor's obligation to pay its subcontractors is an independent obligation from the State's obligation to make payments to the Contractor. As a result, the State shall have no obligation to pay or to enforce the payment of any moneys to any subcontractor NATURAL RESOURCES AGENCY EDMUND G. BROWN JR.. GOVERNOR DEPARTMENT OF CONSERVATION Mar/Wong, Crow/97W} Worb?ng? and; DIVISION OF OIL, GAS, 8: GEOTHERMAL RESOURCES A I. I I I I CONSEWAWN 5816 CORPORATE AVENUE . SUITE 200 CYPRESS, CALIFORNIA 90630-473] PHONE 7 4t816-6847 FAX 7i4tBi6-6853 . WEB conservation.co.gov TO: Rogalske 10 and Patel 1 well files FROM: Barry Irick, AOGE Department of Conservation DATE: March 23, 2016 SUBJECT: ?Patel 1 (037-18960) and ?Rogalske? 10 (037-25662) On March 23, 2016 I arrived at 1200 to meet with TWC (Jimmy Morgan and Ben Monasseri) to conduct a and go over temporary relocation of utility lines. Mr. Monasseri was agreeable to the plan of lowering their lines and running them through a pipe in the street, laid along the curb across the area where the work is to be performed. ATT and TWC would share the same pipe conduit. The. Department ofConservation ?5 mission is to balance today ?5 needs with tomorrow '5 challenges and foster intelligent, sustainable. and ef?cient use ofCalifornia '5 energy, land, and mineral resources. NATURAL RESOURCES AGENCY EDMUND (3. BROWN JR.. GOVERNOR DEPARTMENT OF CONSERVATION Mann/glen? Wm} Moria/mgr [oz/My DIVISION OF OIL, GAS, 8. GEOTHERMAL RESOURCES CILIFOINIA 5816 CORPORATE AVENUE . SUITE 200 . CYPRESS, 90630-4731 PHONE 714/816?6847 FAX WEB SITE conservation.co.90v TO: Rogalske 10 and Patel 1 well files FROM: Barry lrick, AOGE Department of Conservation DATE: March 21 2016 SUBJECT: ?Patel 1 (037-18960) and "Rogalske" 10 (037-25662) On March 21, 2016 I arrived at 1300 to meet with MMI (Harvey Howard), ATT (Rocky Flora). and TWC (Jimmy Morgan) to conduct combined and go over temporary relocation of utility lines. ATT suggested lowering their lines to run through a pipe in the street, laid along the curb across the area where the work is to be performed. TWC could not commit to that plan without going through his supervisor. The Department ofConservation ?3 mission is to balance Today ?5 needs with tomorrow ?5 challenges and foster intelligent. sustainable. and e?icient use of California ?5 energy, land, and mineral resources. NATURAL RESOURCES AGENCY EDMUND (3. BROWN JR.. GOVERNOR DEPARTMENT OF CONSERVATION Max/Wang Cme/iy Wart/any A and)? DIVISION OF OIL, GAS, 8. GEOTHERMAL RESOURCES CALIFOINIA 58l6 CORPORATE AVENUE . SUITE 200 . CYPRESS. CALIFORNIA 90630-473l PHONE 714/8l6-6847 FAX 714i816-6853 WEB SITE conservationcogm TO: Rogalske 10 and Patel 1 well files FROM: Barry lrick, AOGE Department of Conservation DATE: March 14, 2016 SUBJECT: ?Patel 1 (037-18960) and "Rogalske" 10 (037-25662) On March 14, 2016 I arrived at 1300 to meet with MMI (bidding contractor), LAFD (Captain Milick), and LADWP (Michael Wilke) to conduct combined and go over temporary relocation of utility lines. LADWP informed us that the lower lines belonged to Time Warner Cable (TWC) and ATT. LADWP outlined a plan for temporary relocation of the power lines to allow access for the contractor to have enough room for his drill rig and to supply power to those residents of the abandonment work. The Department of Conservation 's mission is to balance today ?5 needs with tomorrow ?5 challenges and foster intelligent, sustainable. and e?iciem? use of California ?5 energy, land, and mineral resources. NATURAL RESOURCES AGENCY EDMUND G. BROWN JR., GOVERNOR DEPARTMENT OF CONSERVATION Mat/Wang? Ca/aa/?Evrmiw? Work/army (and; DIVISION OF OIL, GAS, GEOTHERMAL RESOURCES CALIFOINIA 5816 CORPORATE AVENUE . SUITE 200 . CYPRESS, CALIFORNIA 90630-4731 PHONE mums-6847 FAX 714181543853 . WEBSITE consewoiion.co.gOv TO: Rogalske 10 and Patel 1 well ?les FROM: Barry Irick, AOGE Department of Conservation DATE: February 29, 2016 SUBJECT: ?Patel 1 (037-18960) and ?Rogalske? 10 (037-25662) On February 29, 2016 I arrived at 1000 with AB to meet with several potential contractors bidding on the abandonments for Patel 1 and Rogalske 10. This meeting is a pre-requisite for bidding on the abandonment projects. This is the second to be held for bidding contractors. No bids were received after the first round for bidding was posted. Abandonment operations were discussed with each operator, and each operator representative was free to ask questions, take pictures, and address concerns so that they could take that information back to prepare a cost estimate proposal for consideration. Contractors present: . MMI Services Inc a Key Energy . Pro Tool Services a Energy (Nabors) . Andersen Environmental - EFI Global - AllenCO Rival Well Services . Basic Energy Services 0 Oil Well Services The Department of Conservation ?5 mission is to balance today '5 needs with tomorrow 's challenges and foster intelligent. sustainable. and ef?cient use of California '5 energy. [and and mineral resources. State of California - Natural Resources Agency G. Brunt, Goya/77w Department of Conservation Dr. Simon R- Bull-n, State 017 and Gas Simon/Jar Division ofOil. Gas. and Geomermal Reeom 801 KStreet - MS 18-05 Sacramento. CA 95814 (9 16) 445-9686 - FAX (916) 323-0424 REQUEST FOR PROPOSAL February 12, 2016 BID N0.: 2015-007 TITLE: Well Abandonment and Site Restoration of: Manley Energy Resources, LLC, Well ?Patel? 1 (037-18960), Los Angeles, California The Department of Conservation has extended the submission deadline until to March 9, 2016 at 1:00pm. You are invited to review and respond to this Request for Proposal (RFP), pursuant to Public Contract Code sections 10340 10345 (See State Contract Manual, Volume 1, Section 5.20) at In submitting your proposal, you must comply with the instructions contained in this RFP. Note that all agreements entered into with the State of California will include by reference General Terms and Conditions and Contractor Certi?cation Clauses that may be viewed and downloaded at Internet site: If you do not have Internet access, a hard copy can be provided by calling (916) 324-4962. In the opinion of the Department of Conservation, this RFP is complete and without need of explanation. However, potential bidders may submit questions regarding intent, expectations, or other topics pertaining to the actual bid by emailing Please note that no verbal information given will be binding upon the State unless such information is issued in writing as an of?cial addendum. Sincerely, Brian Lacey Department Contract Administrator Table of Contents 1. Project Details 1 1.1. Description of Work 1 1.2. Access 5 1 .3. Commencement of Work 5 1.4. Safety 5 2. Administrative Content Requirements 5 3. Technical Content Requirements 6 4. Submission Requirements and information 7 4.1. Time Schedule 7 4.2. Mandatory Pre-Proposal 7 4.3. Submission of Preposals 7 4.4. Evaluation Process 9 4.4.1. Eligible Proposals - Administrative Content Evaluation 11 4.4.2. Narrative - Technical Content Requirement Evaluation 11 4.4.3. Cost Evaluation 12 4.4.4. Application of Small Business Preference 12 4.5. Award and Protest 13 4.6. Disposition of Proposals 14 4.7. Standard Conditions of Service . 14 4.8. Payment Terms or Restrictions 14 5. Package Submittai Items 15 Attachment 1: Bid/Bidder Certi?cation Sheet 16 Attachment 2: Proposer References 18 Attachment 3: Cost Breakdown Sheet 22 California Department of Conservation RFP #2015-007-01 Plug and Abandon Oil Well Los Angeles Page 1 Project Details The California Department of Conservation is soliciting proposals from businesses with the resources, experience, and abilities to plug and abandon oil well, ?Patel" 1 (API #037-18960), located within the predominantly residential area at 324 Firmin Street, Los Angeles, CA. This Primary RFP seeks a narrative describing the approach which will be used to abandon ?Patel" 1 and a proposal, to be submitted in two separate envelopes. The Department intends to award one service contract from this solicitation. 1.1. Description of Work According to Division records, the present condition of the well is as follows: 9. 10. 11. 12. 13. Location: 324 Firmin Street, Los Angeles Accessibility: See map Exhibit A - Attachment Status: Idle oil; deserted Total Depth: 1100'+l? Effective Depth: Unknown DF: Unknown Casing: Unknown Tubing: Yes Rods: Unknown Base of Fresh Water (BFW): I - Top of Upper Hydrocarbon Zone: 300? Producing Zone(s): First Zone: 890? Hole Fluid: Oil, water, gas Junk: Unknown Plugs: Unknown Comments: No casing record available. There is no injection project associated with this field The Contractor shall provide all labor, equipment, materials. travel, and services necessary to perform all tasks required to plug and abandon ?Patel" 1 and fully restore the site. Contract requirements to be considered when preparing a proposal: 1. A Notice of Intention to Abandon (Form 06 108) shall be filed with this Division at least 10 days prior to commencing work. Work shall not begin until a Permit to Conduct Well Operations (Form OG 111) and a City of Los Angeles Fire Permit has been issued. All well operations are to be witnessed by a representative of this Division as directed in the Permit to Conduct Well Operations. 1' The operator or the Division?s authorized agent shall enter the property and the following program, or such necessary operations as determined by this Division from engineering and geological data, shall be performed. Er Prior to commencing well operations, the abandonment contractor is responsible for having any utility lines, overhead powerlines and all fencing that prevent access to working on the well, temporarily moved. Any utility lines. overhead powerlines and/or fencing removed for accessibility shall be returned to its original position and condition upon completion of well abandonment. Storm water runoff shall be properly planned for and implemented. 10. 11. 12. 13. 14. 15. California Department of Conservation RF #2015-007-01 Plug and Abandon Oil Well Los Angeles Page 2 The abandonment contractor will review Job Safety Programs (JSP) with all crewmembers prior to work startup and/or if conditions change. Monitor well for any leaking gas. Position gas monitors and ventilation fans, if warranted, before moving in any other equipment or personnel. Adequate blowout prevention equipment (BOPE). as de?ned in Division publication M07 and the Notice to Los Angeles Basin Operators and Contractors dated May 21, 2001, shall be installed and maintained in operating condition at all times. The minimum requirements are: a. Class ll2M, with hydraulic controls, during abandonment operations. b. A 2M lubricator for wireline operations. All portions of the well not plugged with cement shall be filled with inert mud fluid having a minimum density of 72 lbs/cu ft and a minimum gel shear strength of 25 I100 sq ft. All cement plugs are to have a minimum compressive strength of 1000 psi and maximum liquid permeability of 0.1 md. All depths noted are from ground level. Hole ?uid of a quality and in suf?cient quantity to control all subsurface conditions in order to prevent blowouts shall be used. Naturally occurring methane and H28 is known to be present in this area. Appropriate measures shall be taken to monitor and prevent the release of gas and/or oil. Should bad casing be encountered that prevents further downhole access into the wellbore, or if removal of the junk is unsuccessful. the Division shall be notified for further instruction. If needed, additional methods may be required to determine the nature of obstruction, such as the use of a downhole camera, impression block, etc. Should any junk be encountered in the hole, a diligent effort shall be made to remove the junk from the wellbore. The well cellar shall be excavated. exposing all well casing valves, ?anges and/or annuli. Install and function test Class (or higher) BOPE (function test BOPE every day thereafter). Pull out all production tubing, rods, and pump. Use appropriate combination tools and circulating fluid to clean out to full diameter, to TD (1100' A vacuum truck must be present during cleanout should fluid come to surface during operations. If no casing is present at surface for BOPE installation. or the casing is degraded, proceed to item 14. If casing is present and in good condition skip to item 17. if no casing is present at surface for BOPE installation. or the casing is degraded. surface casing shall be run into the well no shallower than to 120?. and cemented to surface. Clean out well to TD. 16. 17. 18. 19. 20. 21. 22. 23. 24. 25. 26. 27. 28. 29. California Department of Conservation RFP #2015-007-01 Plug and Abandon Oil Well Los Angeles Page 3 Plug well with cement from clean-out depth to surface'. Proceed to Item 23. Run in with full bore scraper to TD. Plug well with cement from clean-out depth to 300?. Shoot perforations from 300' to at least 290'. Breakdown and circulation shall be established prior to cementing. Squeeze cement from 300' to 190? outside casing. Plug well with cement from 300 feet to 5 feet. All well casings shall be cut off at least 5 feet below the surface of the ground, or ?nal grade, and removed. Any open annular spaces shall be ?lled with cement from 30 feet to 5 feet. A steel plate, at least as thick as the outer well casing and bearing the last five digits of the API number, shall be tack welded around the top circumference of the outer casing. Cellar, production pads and pipelines shall be removed and the resulting excavations filled with clean soil and compacted properly to the existing grade, to prevent settling. If the existing soil material removed during excavation, is stained or contaminated with oil, the stained and contaminated soil shall be transported to an appropriate facility and the existing hole shall be replaced with clean earth material. suitable for compaction. Remaining buried pipelines that cannot be removed shall be purged with clean water and ?lled with an inert fluid. Each line segment shall have a steel cap welded on both ends. Toxic or hazardous materials shall be removed and disposed of in accordance with Department of Toxic Substances Control requirements. All equipment, casing, or junk that requires removal to implement restoration to lawful conditions shall be removed and properly disposed of in accordance with all applicable environmental laws, and in accordance with instructions from the Division. All liquid wastes shall be removed and properly disposed. The wellsite shalt be restored. Planters, landscaping and structures, including sidewalks and patios that are damaged from abandonment operations, shall be restored to original condition. Any utility lines, overhead powerlines and property fencing removed for accessibility shall be returned to their original position. A Well History (Form 06 103) shall be ?led with the Division within 60 days of completing the work and must include a description of the removal or abandonment of the well ?ow line and any associated piping. California Department of Conservation RFP #201 5007-01 Plug and Abandon Oil Well Los Angeles a 4 4 . . 4 ll? Note: The oil well, "Patel" 1, is located behind the gated fence. next to the tree in front of the house on the front porch. Address ofthe "Patel" 1 oil well is located at 324 Firmin Street, Los Angeles, CA 90026. (SE of Temple St. Firmin St.) AGA 5-17-2012 California Department of Conservation RFP #2015-007-01 Plug and Abandon Oil Well Los Angeles a 5 1.2. Access ?Patel? 1 is located in the City of Los Angeles metropolitan area in a densely populated, residential community, and within extremely close proximity to a heavily trafficked residential entrance. The well is on private property. on the front patio, in close proximity to an occupied residence. Power lines are also located overhead. Submissions much clearly detail measures which will be taken to ensure public safety and the protection of properties in the vicinity of the well. 1.3. Commencement of Work . Contract has been awarded, executed and approved by the Department of Conservation (DOC) and the Department of General Services (DGS). . All permits have been obtained by the contractor and made available to the Department of Conservation, DOGGR upon request. 1.4. Safety Safety and security must be treated as the foremost concern during abandonment activities. It is the contractor's responsibility to take all necessary safety and security precautions. Where abandonment services are conducted, the contractor shall prepare, and communicate to all applicable personnel, the Site Safety and Security Plan which address all potentially applicable hazards, hazard mitigation and avoidance. Administrative Content Requirements Each proposer shall demonstrate (defined as providing required or requested information) in their proposal package that they meet each of the following Administrative Content Requirements. Submission of the items listed in this section is mandatory. It is the proposer?s re5ponsibility to read, understand, comply with, precisely follow and submit ALL of the information required by Section 2, Administrative Content Requirements in this RFP. Failure to demonstrate compliance with each and every one of these Administrative Content Requirements may deem your proposal to be non-responsive. . Documentation in the proposal of a current and active California General Contractor License (Type A). Documentation means providing a copy of your current Contractor License Card and/or a copy of the State Contractor License Board webpage showing current active status. It is to your advantage to make sure that the license has not expired and that any outstanding investigations or complaints filed with the California State Contractors License Board have been resolved or that you address the status in your proposal. . Documentation in the proposal of general aggregate liability insurance with limits of not less than $2,000,000 and single occurrence liability with limits of not less than $1 ,000,000. A current Acord Certificate of Insurance is acceptable for meeting this requirement, or an insurance binder may be submitted with the proposal for the specified amount; however, a copy of the Acord Certificate of Insurance must be provided upon award of the contract. The primary contractor will need to maintain the required insurance coverage for any subcontractors. California Department of Conservation RFP #2015?007?01 Plug and Abandon Oil Well Los Angeles Pagels The policy(ies) must provide additional insurance language as follows: ?State of California, its officers, employees, and servants are included as additional insureds, but only with respect to work performed under this contract.? Documentation in the proposal of a current certificate of automobile liability insurance with limits not less than $1,000,000 combined single limit per accident. Such insurance shall cover liability arising out of a motor vehicle including owned, hired and non-owned motor vehicles; therefore, the Certi?cate of Liability document for automobiles MUST have either the owned, hired, and non-owned motor vehicle boxes checked, or the ?Any Auto" box checked. The same additional insured designation and endorsement required for general liability is to be provided for this coverage. Documentation in the preposal of Workers Compensation and Employers Liability. Contractors shall maintain statutory worker?s compensation and employer's liability coverage for all its employees who will be engaged in the performance of the Contract. Employer's liability limits of $1,000,000 are required. When work is performed for the State the workers' compensation policy shall contain a waiver of subrogation in favor of the State. The waiver of subrogation endorsement shall be provided. Participate in a mandatory pre-proposal at the proposed job site. Technical Content Requirements The core of the proposal submittal should be a concise demonstration of an understanding of the work to be done, a detailed work plan and schedule for completion of the services specified in the RFP. The proposal shall address each of the following: A detailed narrative which includes: - A comprehensive assessment of the site detailing potential risks pertaining to public safety and protection of property. Assessment must include: identification of potential hazards and unique challenges 0 Appropriate steps to adequately address all hazards and challenges. 0 Identify any subcontractors to be used traffic controls, equipment staging, fencing, etc.). Include a brief description of why the subcontract is needed and the service(s) they will provide. . A description of the well plugging and abandonment. The description must address: 0 Space limitations 0 Special equipment to be used 0 Any procedures unique to the well plugging and abandonment in a residential area. 4. Submission Requirements and Information 4.1. Time Schedule Below is the time schedule for this RFP. California Department of Conservation Event 9a_te Time* RFP Available 02/09/2016 4:00 pm. Mandatory Pre Proposal 0212912016 10:00 am. Final Date for Proposal Submission 0310912016 1:00 pm. Proposal Opening (informal) 0311412016 11:00 am. Notice of Intent to Award 0311512016 8:00 am. Proposed Award Date 0312312016 NIA Proposed Start Date 04/25/2016 NIA All times are in Paci?c Standard Time. 4.2. Mandatory Pre-Proposal RFP #2015-007-01 Plug and Abandon Oil Well Los Angeles Page)? Proposers wishing to submit proposals for this RFP are reguired to attend a pre?proposal site visit on February 29, 2016. All prospective proposers shall meet at the well location by 10:00 am. Plug and abandonments are inherently dangerous. Recognition of safety hazards and the demonstrated use of appropriate worker safety hazard are critical to a safe job walk site and are the responsibility of the contractor. In the event a potential prime contractor is unable to attend the mandatory pro-proposal an authorized representative may attend on their behalf. The representative may only sign-in for one 1) company. Subcontractors may not represent a potential prime contractor at a mandatory ore-proposal 4.3. Submission of Proposals . Bids are due by 1:00 pm on March 9, 2016. Each proposal must be received (not postmarked) at the below address by this time. Upon receipt, the Department of Conservation will stamp each submission with the Division name and time it was received. Any submission bearing a time after the 1:00 pm cutoff on March 9, 2016 will be considered a late entry and will not be accepted for consideration. Individuals. organizations and businesses submitting proposals have the burden of proof to con?rm that their proposal was actually received in accordance with this announcement should there be any dispute about meeting the filing deadline. . All proposals must be submitted by mail or handvdeliv?red to: RFP #2015-007-01 Department of Conservation Attention: Brian Lacey, Administration 801 Street, #2236 Sacramento, CA 95814-3500 DO NOT OPEN California Department of Conservation RF #2015-007-01 Plug and Abandon Oil Well Los Angeles Page 8 A minimum of three (3) copies of the proposal must be submitted. - Proposals must include: Narrative addressing the requirements described in Section 3. Technical Content Requirements. 0 Cost proposal (Attachment 3) in a sealed envelope. clearly labeled, ?Cost Proposal?. 0 Documents requested in Section 2, Administrative Content Requirements. The original proposal must be marked All documents contained in the original proposal package must have original signatures and must be signed by a person who is authorized to bind the proposing party. All additional proposal sets may contain photocopies of the original package All proposals shall be submitted in two (2) envelopes. One (1) envelope will contain the narrative and all requested items. The second (2) envelope will be sealed and contain Attachment 3 ?Cost Proposal". Both envelopes may be placed into one (1) large envelope and sent to the DOC by the dates and times shown in Section 4, Proposal Submission Requirements and Information, Item 1) Time Schedule. above. The envelope shall be plainly marked with the RFP number and title and shall show your ?rm name and address. The cost sheets from eligible submissions (see section 4.4 below) will be opened publicly at the Sacramento of?ce listed below on March 14, 2016 at 11:00 am Division of Oil, Gas, and Geothermal Resources 801 Street. 18m Floor Sacramento, CA 95814-3500 Faxed proposals will not be accepted. All proposals shall include all items identified in Section 5, Package Submittal Items. Proposals not including the proper "required attachments" shall be deemed non-responsive. A non- responsive proposal is one that does not meet the basic proposal requirements. All documents requiring a signature shall bear an original signature of a person authorized to bind the proposing ?rm. Proposals shall be submitted for the performance of the services described herein. Any deviation from the work specifications will not be considered and will cause a proposal to be rejected. All documents submitted with this proposal are considered public documents; therefore proprietary designs or information cannot be withheld from public review upon request. A proposal may be rejected if it is conditional or incomplete, or if it contains any alterations of form or other irregularities of any kind. The State may reject any or all proposals and may waive any immaterial deviation in a proposal. The State's waiver of immaterial deviation shall in no way modify the RFP document or excuse the proposer from full compliance with all requirements if awarded the agreement. California Department of Conservation RFP #2015-007-01 Plug and Abandon Oil Well Los Angeles Page 9 . Costs incurred for developing proposals and in anticipation of award of the agreement are entirely the responsibility of the proposer and shall not be charged to the State of California. . An individual who is authorized to bind the proposer contractually shall sign the Bid/Bidder Certification Sheet (Attachment 1). The signature shall indicate the title or position that the individual holds in the ?rm. An unsigned proposal may be rejected. 0 A proposer may modify a proposal after its submission by withdrawing the original proposal and resubmitting a new proposal prior to the proposal submission deadline. Proposer modi?cations offered in any other manner, oral or written, will not be considered. . A proposer may withdraw its proposal by submitting a written withdrawal request to the State. signed by the proposer or an authorized agent. A proposer may thereafter submit a new proposal prior to the proposal submission deadline. Proposals may not be withdrawn without cause subsequent to proposal submission deadline. . The awarding agency may modify the RF prior to the date ?xed for submission of proposals by the issuance of an addendum to all parties who received a proposal package. . The State does not accept alternate contract language from a prospective contractor. A bid with such language will be considered a counter proposal and will be rejected. The State's General Terms and Conditions (GTC) are not negotiable. . The Department of Conservation reserves the right to reject all bids. The agency is not required to award an agreement. 0 Before submitting a response to this solicitation. proposers should review, correct all errors and confirm compliance with the RFP requirements. . No oral understanding or agreement shall be binding on either party. . Disabled Veteran Business Enterprises (DVBE) will not be given preference on this RFP. 4.4. Evaluation Process Based on the State?s evaluation. issuance of an award will be made to the responsible bidder offering the lowest cost to the government. As described herein. the Primary RFP method is being used because the services requested may require varying methods or approaches due to the location of the well. The methods and approaches used may not differ signi?cantly from one proposer to another, which allows costs to be used as the deciding factor for making the award. Proposals and Proposers must meet all of the requirements stated in the RFP at the time of the proposal opening, each preposal will ?rst be reviewed to ensure the following items: . Proposal is received by date and time specified; . Proposal contains all the required documents (see Section 5, Required Attachment Checklist); . Proposal meets the format requirements speci?ed. A responsive proposal from a responsible Proposer is one that meets the de?nitions as stated below. California Department of Conservation RFP #2015-007-01 Plug and Abandon Oil Well Los Angeles a 10 De?nition of ResoonsiveICompliant Proposal: A Proposer?s solicitation response must be compliant with solicitation requirements without material deviation from the terms and conditions of the proposed contract. A non-responsive pr0posa is one that does not meet the requirements stated in the fails to provide all required documents! attachments or deviates substantially from requirements. A proposal that changes the terms and conditions of the RFP or the proposed contract provisions will be considered as a counterproposal and will be rejected as non-responsive. De?nition of Responsible Bidder/Proposer: The question of whether a particular Proposer is responsible involves an evaluation of the Proposer and other factors existing at the time of evaluation. If it is determined that you are not a responsible Proposer. your proposal will be rejected. in determining whether a Proposer is a qualified responsible proposer. DOC requires Pr0poser(s) to submit evidence of their qualifications at such times, and under such conditions. as required. See Section 5, Required Attachment Check List. Eligible proposals those filed on time and in the manner prescribed) will be reviewed to determine which ones meet format requirements and the standards speci?ed in the RFP. Proposals meeting the minimum standards and format requirements will be evaluated and scored according to the criteria indicated below. A minimum of seventy (70) points must be achieved to be considered a quali?ed responsible bidder. A minimum of ?ve (5) points must be achieved for each rating/scoring criterion. All proposers with a score of seventy (70) points or higher will have their cost submissions opened and evaluated. The contract will be awarded to the quali?ed responsible proposer submitting the lowest cost bid. The following criteria will be reviewed by the State's evaluation team: MINIMUM MAXIMUM RatingIScoring Maximum POINTS POINTS Past performance on oil well abandonment contracts 5 20 Past experience providing services similar in nature to those described in this RFP, specifically services provided in con?ned spaces where assurances had to be made to ensure public safety and property. 5 50 Quality and content of the site safety plan. speci?cally pertaining to ensuring public safety and property. 5 30 Total Possible Points 100 Proposers will be evaluated on the basis of their responses to this RFP. The DOC reserves the right to terminate the selection proceedings at any time prior to the award of contract. Proposals that contain false or misleading statements, or which provide references that do not support an attribute or condition claimed by the proposer, may be rejected. California Department of Conservation RFP #2015?007-01 Plug and Abandon Oil Well Los Angeles a 11 4.4.1. Eligible Proposals - Administrative Content Evaluation The Department will evaluate each proposal to determine its responsiveness to the published administrative content requirements contained in this RFP. The proposer is responsible for ensuring that all administrative content requirements has been adequately documented in the submitted proposal. The administrative content requirement evaluation criteria will be scored pass/fail. Failure to adequately document the administrative content requirements listed in Section 2, Administrative Content Requirements, of this RFP may cause the proposal to be rejected. Administrative Content Reguirements Evaluation Criteria YES No Proposal received by submission deadline Documentation of current and active California Contractors License Documentation of general aggregate liability insurance with the stipulated limits and endorsement statements Documentation of current automobile liability insurance with stipulated limits, endorsement statements and boxes checked Documentation of Workers Compensation and Employers Liability insurance with a waiver of subrogation Participation on mandatory pre-proposal Those proposals that meet the administrative content requirements shall then be submitted to an evaluation committee. The evaluation committee may contain one or more members from the Division of Oil, Gas, and Geothermal Resources. 4.4.2. Narrative - Technical Content Requirement Evaluation Please refer to Section 3, Technical Content Requirements. DOC will conduct an evaluation of the Technical Content Requirements by an evaluation panel consisting of Division of Oil, Gas, and Geothermal Resources staff. The evaluation team shall determine a consensus score for each criterion, based on the team?s verbal discussion of each Proposer's responses. To determine the consensus score, evaluators will meet either in person or by teleconference to discuss in detail the weaknesses, and ratings of each proposal to determine scores. The evaluation team will carefully review and discuss the completeness of the Proposer's response, as well as clarity of documentation presented in the proposals submitted in response to this RFP. NOTE: There will be no individual sheets, no written scores, and no written notes. There will be one ?nal score sheet for each bidder. California Department of Conservation RFP #2015-007-01 Plug and Abandon Oil Well Los Angeles a 12 Technical Re uirements Evaluation Criteria 100 oints ossible . Pm?? Available Awarded Demonstrated successful experience in oil well plugging and abandonments - Evaluation based on detailed information from at least three (3) projects with similar scope and complexity performed in the State of California within the last 5 years or demonstrated out of state equivalency and experience of the person(s) who will manage and 20 oversee this award. References should specifically address services provided in con?ned spaces where measures were taken to ensure public safety and protection of property. Site assessment and safety plan Evaluation of quality and content of the comprehensive site assessment and safety plan. 50 Plug and abandonment process Evaluation will assess the use of personnei and equipment to achieve the objectives described in this 30 RFP. 4.4.3. Cost Evaluation Cost proposals will be submitted in a sealed envelope separate from the narrative proposal. Pr0posers achieving seventy (70) points or more on the Technical Evaluation will have their cost proposals opened and evaluated. Small Business Preference will be applied at this time. The contract will be awarded to the qualified responsible bidder with the lowest cost proposal. 4.4.4. Application of Small Business Preference A Small Business Preference of five percent will be granted in accordance with Government Code Section 14835, and as contained in Title 2, California Administrative Code Section 1896 et. seq. To claim the Small Business Preference, which may not exceed $50,000 for any bid, your firm must have its principal place of business located in California and you must have an approved small business certification form and proof of annual receipts on file with the Department of General Services, Office of Small Business and Disabled Veteran Business Services (OSDS). Questions and requests for copies of the regulations should be directed to 0808 at (916) 375-4940. Bidders requesting the Small Business Preference must complete the certification on the attached Bid/Bidder Certification Sheet (Attachment 1, Item 16) and include a copy of the certification. The Small Business Preference and Certi?cation Request must be signed in the same style in which the bidder is licensed by the Contractor?s State License Board. The application ofthe five percent Small Business bidding preference is now extended to non-small businesses that commit to subcontracting at least twenty-five percent of its net bid price to California Certified Small Businesses and/or Micro-businesses when the non? small business: Has included in its bid a noti?cation to the DOC that it commits to subcontract at least twenty- 4.5. California Department of Conservation RFP #2015-007-01 Plug and Abandon Oil Well Los Angeles a 13 ?ve percent of its net bid price with one (1) or more small businesses; and has submitted a timely. responsive bid; and is determined to be a responsible bidder; and submits a Bidder Declaration GSPD-05-105 listing the small businesses it commits to subcontract with for a commercially useful function in the performance of the Agreement. The GSPD-05-105 is available at: The DOC will grant small businesses a ?ve percent Small Business preference on a bid evaluation when a responsible non-small business has submitted the lowest-priced, reSponsive bid pursuant to the evaluation of a solicitation method when a small business: - Includes in its bid a noti?cation to the DOC that it is a small business or that it has submitted to the Department of General Services, Of?ce of Small and Disabled Veteran Business Services (OSDS) a complete application no later than 5:00 pm. on the bid due date. and is subsequently certi?ed by the Department of General Services as a small business; and - Submits a timely, responsive bid; and - Has been determined to be a responsible bidder. Bidders having pending Small Business or DVBE Certification applications under review by the Department of General Services concurrent with the bid time frame should contact OSDS to request an expedite review/approval of their application in order to be considered for the small business preference during the evaluation of this bid. Contact OSDS at (916) 375-4940 to obtain information about the application expedite process. Bidders must notify the DOC, in writing, at the time of bid submission that they have an application for Small Business or DVBE Certification under review at the OSDS, and that they wish to be considered for the Small Business Preference Calculation. Award and Protest The Intent to Award letter will be posted in the Division of Oil, Gas. and Geothermal Resources Cypress of?ce, located at 5816 Corporate Ave, Suite 200, on January 15. 2016 by 8:003m for five (5) working days prior to awarding the agreement. If any proposer, prior to the award of agreement. ?les a written protest with the Department of General Services, Office of Legal Services, 707 Third Street, 7th Floor, Suite 7-330. West Sacramento. CA 95605 and the Department of Conservation, the agreement shall not be awarded until either the protest has been withdrawn or the Department of General Services has decided the matter. Within ?ve (5) days after ?ling the written protest, the protesting proposer shall file with the Department of General Services and the awarding agency. a detailed written statement specifying the grounds for the protest. The written protest shall be sent to the Department of General Services (see address above). A copy of the detailed written statement should be mailed to the awarding agency. It is suggested that you submit any protest by certified or registered mail. 4.6. 4.7. 4.8. California Department of Conservation RFP #2015-007-01 Plug and Abandon Oil Well Los Angeles a 14 Upon resolution of the protest and award of the agreement. the successful proposer(s) are hereafter referred to as the Contractor. Disposition of Proposals Upon proposal opening, all documents submitted in response to this RFP will become the property of the State of California, and will be regarded as public records under the California Public Records Act (Government Code Section 6250 et seq.) and subject to review by the public. Proposal packages may be returned only at the proposer's expense, unless such expense is waived by the awarding agency. Standard Conditions of Service Work shall mcommence until: 0 The contract has been awarded. executed and approved by the Department of Conservation (DOC) and the Department of General Services (DGS). The DOC project manager has given the contractor written approval to begin work. All performance under the agreement shall be completed on or before the termination date of the agreement. The State does not accept alternate contract language from a prospective contractor. A proposal with such language will be considered a counter proposal and will be rejected. The State's General Terms and Conditions (GTC) are not negotiable. Where applicable. proposers should carefully examine work sites and specifications. Proposers shall investigate conditions, character, and quality of surface or subsurface materials or obstacles that might be encountered. No additions or increases to the agreement amount will be made due to a lack of careful examination of work sites and specifications. No oral understanding or agreement shall be binding on either party. Payment Terms or Restrictions Payment will be made in accordance with, and within the time speci?ed in, Government Code Chapter 4.5. commencing with Section 927. Invoices shall be submitted upon completion of the contract (or if well abandonment is not completed within 30 days) All work will be inspected and approved prior to payment being made. If work is deemed to be inadequate or does not conform to the stated contract terms, the Contractor will need to correct the inadequacies in a timely manner and at their own cost. If corrections are not made, the State may not make payment due to non-conformance with the contract. 5. California Department of Conservation RFP #2015-007-01 Plug and Abandon Oil Well Los Angeles a 15 Package Submittal Items A complete proposal package will consist of the items identi?ed below. Complete this checklist to confirm that the following required items are included in your proposal. For your proposal to be reSponsive. all required attachments shall be included in the submitted proposal. [3 Bid/Bidder Certification Sheet (Attachment Proposer References (Attachment Administrative Content Requirements (Section 2). Narrative - Technical Content Requirements (Section 3). Cost Breakdown Sheet (Attachment This document shall be signed and submitted with the proposal. California Department of Conservation RF #2015-007?01 Plug and Abandon Oil Well Los Angeles a 16 Attachment 1: Bid/Bidder Certi?cation Sheet This Bid/Bidder Certification Sheet shall be signed (original signature) and returned along with all the required attachments as stated in Section 5 of this RFP. By signing this Certification Sheet, the bidder is declaring that: All required attachments are included with this certification sheet. . The signature af?xed hereon and dated certifies compliance with all the requirements ofthis RFP. . The signature below is the authorized signer and authorizes the veri?cation of this certification. 1. Company Name 2. Telephone Number 2a. Fax Number 2b. Contact Email 3. Address Indicate your organization type: 4. Sole Proprietorship I 5. Partnership 6. Corporation Indicate the applicable employee and/or corporation number: 7. Federal Employee ID No. (FEIN) 8. California Corporation Indicate applicable license and/or certi?cation information: 9. Contractor?s State Licensing 10. PUC License Number 11. Other Licenses! Board Number Certifications 12. Bidder's Name (Print) 13. Title 14. Signature 15. Date 16. Are you, or a subcontractor that is providing at least 25% (twenty five percent) of the work on this contract. certified with the Department of General Services. Office of Small Business Certification and Resources (OSBCR) as: a. California Small Business b. Disabled Veteran Business Enterprise Yes No Yes El No [j if yes, enter your service code below: If yes, enter certification number: NOTE: A copy of your Certification is required to be included if either of the above items is pending. AN UNSIGNED BIDIBIDDER CERTIFICATION SHEET MAY BE CAUSE FOR REJECTION California Department of Conservation RFP #2015?007-01 Plug and Abandon Oil Well Los Angeles a 17 Completion Instructions for BidIBidder Certification Sheet Complete the numbered items on the Proposal/Proposer Certification Sheet by following the instructions below. Item Numbers Instructions 1, 2, 2a, 3 Shall be completed. These items are self-explanatory. 4 Check if your firm is a sole proprietorship. A sole proprietorship is a form of business in which one person owns all the assets of the business in contrast to a partnership and corporation. The sole proprietor is solely liable for all the debts of the business. 5 Check if your firm is a partnership. A partnership is a voluntary agreement between two or more competent persons to place their money, effects, labor, and skill, or some or all of them in lawful commerce or business, with the understanding that there shall be a proportional sharing of the pro?ts and losses between them. An association of two or more persons to carry on, as co-owners, a business for profit. Check if your firm is a corporation. A corporation is an arti?cial person or legal entity 6 created by or under the authority of the laws of a state or nation, composed, in some rare instances, of a single person and his successors, being the incumbents of a particular of?ce, but ordinarily consisting of an association of numerous individuals. 7 Enter your federal employee tax identi?cation number. Enter your corporation number assigned by the California Secretary of State's Office. 8 This information is used for checking if a corporation is in good standing and quali?ed to conduct business in California. 9 Complete if your firm holds a California contractor?s license. This information will be used to verify possession of a contractor?s license, when required. 10 Complete if your ?rm holds a PUC license. This information will be used to verify possession of a PUC license, when required. 11 Complete, if applicable, by indicating the type of license and/or certi?cation that your firm possesses and that is required for the type of services being procured. 12, 13, 14, 15 Shall be completed. These items are self-explanatory. If certified as a California Small Business, place a check in the "Yes" box, and enter 16 your certification number on the line. If certified as a Disabled Veterans Business Enterprise, place a check in the "Yes" box and enter your service code on the line. If you are not certified to one or both, place a check in the "No" box. if your certi?cation is pending, enter the date your application was submitted to OSBCR. California Department of Conservation RFP #2015-007-01 Plug and Abandon Oil Well Los Angeles a 18 Attachment 2: Proposer References Submission of this attachment is mandatory. Faiture to complete and return this attachment with your bid may cause your bid to be rejected and deemed nonresponsive. List at least three (3) references for any well plugging and abandonment services performed in the last five (5) years. if three (3) references cannot be provided for the type of service. please explain why on an attached sheet of paper. Include a description of past performance on contracts with government agencies and private industries in terms of cost control, quality of work, and compliance with performance schedules. Inclusion of reference letters, emails or other similar documentation in the bid package that address these topics is also appreciated. References may be checked by the Department. California Department of Conservation RFP #2015-007-01 Plug and Abandon Oil Well Los Angeles a 19 REFERENCE 1 Name of Firm Street Address City State Zip Code Contact Person Telephone Number Dates of Service Value or Cost of Service Brief site speci?c description of service provided including type of closure. method of construction. special issues encountered during construction. and photos. California Department of Conservation RFP #2015-007-01 Plug and Abandon Oil Well Los Angeles a 20 REFERENCE 2 Name of Firm Street Address City State Zip Code Contact Person Telephone Number Dates of Service Value or Cost of Service Brief site speci?c description of service provided including type of closure. method of construction. special issues encountered during construction. and photos. California Department of Conservation RFP #2015-007-01 Plug and Abandon Oil Well - Los Angeles Page m REFERENCE 3 Name of Firm Street Address City State Zip Code Contact Person Telephone Number Dates of Service Value or Cost of Service Brief site Speci?c description of service provided including type of closure. method of construction. special issues encountered during construction. and photos. Attachment 3: Cost Breakdown Sheet "Patel" 1 (API #037-18950) California Department of Conservation RFP #2015-007-01 Plug and Abandon Oil Well Los Angeles Page [22 The Contractor shall provide all labor. equipment, materials. travel, and services necessary to perform all tasks required to plug and abandon ?Patel" 1 and fully restore the site. Contract will take all necessary precautions to ensure public safety and protect property. Operator Name Lease Name Well API Total Bid Manley Energy Resources Patel 1 037-18960 Please identify, from the above 'Total Bid?. how much is allocated towards: Traffic Controls 5 Overhead Utility Lines 5 Well surface and subsurface salvaged equipment value shall be credited by the contractor to the ?nal invoice. Tubing Credit Rod Credit 2 3/8" [joint 2 7/8? I joint ljoint Signature Date NATURAL RESOURCES AGENCY EDMUND (3. BROWN JR., GOVERNOR DEPARTMENT OF CONSERVATION Mam/agony Caz/Mew} Working Land/y DIVISION OF OIL, GAS, GEOTHERMAL RESOURCES A I. I I I A 5816 CORPORATE AVENUE . sums 200 . CYPRESS, CALIFORNIA 90630-4731 PHONE 714t8i64847 I FAX 7I4l816-6853 WEBSITE conservationcogov TO: Rogalske 10 and Patel 1 well files FROM: Barry Irick, AOGE Department of Conservation DATE: January 5, 2016 SUBJECT: ?Patel 1 (037-18960) and "Rogalske" 10 (037-25662) On January 5, 2016 I arrived at 0900 with AB to meet with several potential contractors bidding on the abandonments for Patel 1 and Rogalske 10. This meeting is a pre-requisite for bidding on the abandonment projects. Abandonment operations were discussed with each operator. and each operator representative was free to ask questions, take pictures, and address concerns so that they could take that information back to prepare a cost estimate proposal for consideration. Contractors present: . Rival Well Services . Key Energy Services 0 WYR Engineering The Department of Conservation ?3 mission is to balance today '3 needs with tomorrow ?5 challenges and foster intelligent. sustainable, and e?lcient use ofCalzfornt?a '3 energy. (and, and mineral resources. State at California - Natural Resources Agency Edmuni (i 8min, Gar/arm! Department at Conserva?on Division of Oil, Gas, and Geothemid Resources - District 1 5816 CorporateAvenue - Suite 100 Cypress, CA 90630 OIL I sternum (714) 316-6847 14) 316-6853 December 24. 2015 Carlos 8. Alicia Velasco 324 Firmin Street Los Angeles CA 90026-5609 Re: Manley Energy Resources. LLC. ?Patel" 1 Dear Carlos Alicia Velasco: California Department of Conservation has posted Request for Proposal (RFP) for plugging and abandoning well "Patel" 1 on the State website. Registration is free and the website is located at the following link: by clicking on the "Access eProcurement". Please note that the pre-proposal job walk-through of the wellsite with the prospective contractors is scheduled on January 5. 2015. would appreciate if on that date, you would grant us access to the well. I anticipate we will be visiting the site between 9:00 am and noon. Please contact AB Abdulrahman at (714) 816-7824. and let him know if this is acceptable. Thank you again for your support of the State of California as we attempt to access and eliminate these orphan wells. Sincerely, ?r Kenneth Carlson Environmental and Facilities Unit Supervisor cc: Jennifer Boscoe. Los Angeles Fire Department Well file REPORT OF OCCURRENCE TVPE MONA) DATE 4-15-15 LOCATION Los Angeles Operator Manley Energy Resources Representallve NIA Phone NIA Ooctlnenoe Detected amlpm marlin arr Occurrence Ended 4/1919L9t7m ant/pm me on Field Los Angeles Clly Sec. T. R. 21 at s. 13w Lease and Well Patel. "Pale!" 1 API lOJ7-Ifi96m other Location Desenption - Street. Los Angeles. CA 90026 Notified? No nurnoer 50055277550) DOGGR Notified by (Marne. Mutation. Phone Number. and Tune) Volume ol Spill no spill ools otl. ools water Areal Extent no Pmpeny or Waterways Damaged or Threatened none Weather and Sea Conditions (Oflshore Spills Only) hot. sunny lnluries none Source and Cause or Occurrence Rollen ego smell previously raponed tn the or 324 Flr'mln Street Sealant previously applied to wall 'Paial" is reponedly orealung down Containment and cleanup NIA Operator Plans to Pment Reocourrence Esllmale oi Property Damage (dollar loss) unknown or Cleanup Cost unknown lntorrnation On April 15. 2015 the Dtviston reoetvad a telephone all irorn Rosalinda Morales-- a nelghpor oi the 'Patel' site At tool) on Apnl 15,2015, Divisron representatives Grayion Canton and Paula Maat visited the site in response to Ms. Morales cornplarnl or rotten egg odors at-Finnln Street and across the street at- Firmin Street Upon anival. Carlton rnet Ms Morales and Carlos Velasoo who stated he is the owner oi the house at- Flrmin Street. Maat met with the owner at street property and results of that lnspeotton are filed to a separate report. Mr. Velason spoke no out was translated by Ms. Morales She that she ondtnallv reported strong odors oornlne iron the -Flm\ln Street property last year. She also identitied a Socal Gas lnspectron at the well last week The 'Patel' well. at least one other active well, and two houses adtaoent to the. Street property to the south are reponedly owned and maintained by Mr Valu Patel whose phone number Mr. Velaaco reponedly has contacted Mr Patel in the past Mr. Velaaco reponed a rnarntenanoe worker employed oy Mr Patel applied a green sealant around the base at production tuning and valve (cont on iollowlng pages) (use reverse sue-laddntorol space a needed Report Prepared by Paula Meat and Grayson Carlton Dole 446-15 (3 and IncrdentslAElioRTs or occuRRENcElzolslodor comptalnt- 324 Firm-n street dour Report of Occurance. 4-15-15. Firmin Street. continued 324 Firmin Street ?Patel" 1 037-18960 associated with the well. Ms. Morales reported that the pump jack was to be removed in June. During their recent visit. SoCal Gas reportedly informed them that the sealant was breaking down. No odors were noted during an inspection of the front and back yards of the 324 Firmin Street property. An old concrete surface with one patched area covered most of the backyard area. The small pump jack in the front yard was not operating and the 2-inch production tubing. while shut off, was not capped or visibly locked and was surrounded by an un-locked chain-link fence. Ms. Morales was advised to consult the DOGGR website and that the inspection data would be communicated with the DOGGR management. Picture 1 below presents the location of the "Patel" 1 well and neighboring properties. Several additional pictures presented below? were taken of the above-noted structures and adjacent properties. Picture 1 - Aerial Photoraph.of iFrmin Street, Los Anoeles. well ?Patel" 1 and surroundin- wells v. and ncidents\REPORTS OF Complaint - 324 Firmin Street .docx 06184 (3198) De?nition of and Coding for Occurrences of Damage or Loss Resulting from Oil and Gas Resource Exploration. Development. or Production Accidents A. Personal injury - fatal or nonfatal 1. Persons employed by the petroleum industry, including contractors 2. General public B. Property damage or destruction, such as buildings. equipment. vehicles. crops. material. land (restricted in this category to general degradation of utility, or public nuisance. eyesore; other land damage. such as by contamination. should be considered environmental. Category C). 1. Property directly involved in exploration. development. or production of oil and gas 2. Other private property 3. Public property (government owned) C. Environmental damage to or loss of resources other than oil and gas 1. Contamination or pollution of atmosphere soil surface waters. including the ocean subsurface fresh water 2. Injury to ?sh wildlife trees plants 99.65? D. Resource loss 1. Damage to oil and gas reservoirs resulting in lost or reduced recoverability a. blowouts b. ?res 0. other accidents 2. Waste of recovered oil and gas resources spills ?res explosions other accidents 99579) and Incidents\REPORTS OF Complaint - 324 Finnin Street .docx 1.. Picture 2 - 324 Firmin Street front ard location of ?Patel" 1 037-18960 04/15/2015 4:37 PM Picture 3 - "Patel? 1 and Incidents\REPORTS OF Complaint - 324 Firrnin Street .docx Picture 4- ?fPatel"? detail '7 Picture 5 Back yard of 324 Firmin Street and incidents\REPORTS OF Complaint - 324 Firmin Street .docx sxgojs 4:35 ?0 Picture 6 - Concrete catch in 324 Firmin Street back ard and OF Complaint - 324 Firmin Street .docx REPORT OF OCCURRENCE PE (010%) DATE 9/1712014 LOCATION Los Angeles Operator Manley Energy Resources Representative NIA Phone NIA (previous operator>> orphan well) -- Occurrence Detected Qua 23:13 1939 amlpm a" Occurrence Ended gag 211:1} 1mg amlpm mi. Field Los Angeles City sec 21' to s. 13w Lease and Well. Patel Lease. 'Palel' API 03 am Other Location Desaimnn - Flrmin Slreel, Los Angeles, CA 90026 O.E.S Nolrfied? No (toll-tree number 300352-7550) DOGGR Notified try (Name, Affiliation, Phone Number, and Time- No) See Additional lntormatron section hetow thuma ol Spill NIA oil. obls water Areal Extent All impac1 only Not measurable Property or Waterways Damaged or Threatened' Weather and Sea Condnlons (offshore Spills Only) Injuries, No Source and Cause 0' Occurrenoe' A notable 'rollen egg' smell was detected in the lmmedtate VlCIrll|y of well 'Patel' 1 This smell sirongly suggests tugitive emission or hydrogen sulfide (H281 Containment and cleanup. Operator Plans to Prevent Reowurrence Well Patel 1 is a candidate tor the Slate Abandonment program tor Fv 2014/2015. Estimate ol Property Damage (dollar loss) or Cleanup Cast NIA Additional Intonation On September 16' 20" at I036 Division representatives Bill Flores and AB Ahdulrahman, accompanied by Mr Dan Reyes visited the Patel lease and well 'Patel' at 03743960 lor the purpose oi assessing the well tor the state Abandonment program At that time a strong hydrogen sullide tst) (rotten egg) smell was detected in the immediate vicinity ol the 'Palel" I well All three visitors agreed the source ot the odor was lroirr this well (Patel 1) The Division did not have monitoring equipment to determine the concentration oi the fugitive however the concentration was apparently insulticient to activate a H25 personal safely meter when placed directlv adiacenl to the wellhead Patel 1 is a potential candidate lor the state Abandonment program lor Fv zen/2015 See Photos below. Addendum t: On 09/19/20" the Dwtsion received a telephone call trom Ms Rosa Linda Morales who said she 15 a near the Patel site, She mlormed the Division that SoCal gas had been on the site the day belore and had measured methane gas liorn the well (continued) (use met" one it additional rows ir needed. Report Prepared by AB Abdulrahman/Eill Flores Date 9/17/2014 54>> Continued 9/19/14 Addendum to repo. t ••om Additional Information section, page :hi$ report Ms. Morales said she and her neighbors have been noticing odors from the well vicinity for a "very long time." She added that she will forward her contact information and the SoCal contact information to Division representative William Flores via email ASAP. M- 0Cie4 (3/98) Definition of and Coding for Occurrences of Damage or Loss Resulting from Oil and Gas Resource Exploration, Development, or Production Accidents A. Personal injury - fatal or nonfatal 1. 2. B. 0. Persons employed by the petroleum industry, including contractors General public Properly damage or destruction, such as buildings, equipment, vehicles, crops, material, land (restricted in this category to general degradation of utility, or public nuisance, i.e., eyesore; other land damage, such as by contamination, should be considered environmental. Category C). 1. Property directly involved in exploration, development, or production of oil and gas 2. Other private property 3. Public property (government owned) Environmental damage to or loss of resources other than oil and gas 1. Contamination or pollution of a. 2. soil c. surface waters, including the ocean d. subsurface fresh water Injury to a. D. atmosphere b. fish b. wildlife c. trees d. plants Resource loss 1. 2. Damage to oil and gas resen/oirs resulting in lost or reduced recoverability a. blowouts b. fires c. other accidents Waste of recovered oil and gas resources a. spills b. fires c. explosions d. other accidents 5^ QOUgl^ 324fim»nSttMi losAngetes CA V.'.f 221FkMit$«((l ^^.41 'jM;" »4F]nnlnSt IttAnMi CAK42t 9 a DiKtm SimnUf^ 'ntfl* Note: The oil well, "Patel" 1, is located behind the gate and below the flag in front of the house. immm okW v ^ v •' 7iftLJ2k.'LL m Photo: The oil well, "Patel" 1, is located at 324 Firmin Street, Los Angeles, CA 90026 >/ NATURAL RESOURCES AGENCY EDMUND G, BROWN. JR., GOVERNOP Department of Conservation HCoylCfo-rn^ua/y Wation s mission is lo balance loday's needs wiih lomorroM- 's challenges and foster infelUgeni, sustainable. and efficient use of California's energ)\ land, and mineral resources. STATE OF CALIFORNIA STANDARD AGREEMENT STD 213 (Rev 06/03) AGREEMENT NUMBER i REGISTRATION NUMBER 1. This Agreement is entered into between the State Agency and the Contractor named below: STATE NAME Department of Conservation Division Of Oil, Gas, and Geothem?tal Resources NAME Wd? 2% inc). License Numberm Expiration Date: 1' 3 l3 2, The term of this through Agreement is: 3. The maximum amount of this Agreement is: 4. The parties agree to comply with the terms and conditions of the following exhibits which are by this reference made a part of the Agreement. Exhibit A Scope of Work 1 page Attachment I Special Considerations 2 pages Attachment Il Well Conditions and Abandonment Specifications 2 pages Attachment Ill Location Map 2 pages Exhibit - Budget Detail and Payment Provisions 1 page Attachment I Bid Summary and Well List 1 page Exhibit State of California General Terms and Conditions GTCG10 (June 2010) Exhibit Division Special Terms and Conditions 5 pages Exhibit - Darfur Act Certification 1 page Exhibit F-lran Contracting Act 1 page Items shown with an Asterisk are hereby incorporated by reference and made part of this agreement as if attached hereto. These documents can be viewed at IN WITNESS WHEREOF, this Agreement has been executed by the parties hereto. CONTRACTOR California Department of General Services Use Only NAME (if other than an individual, state whether a corporation, partnership, etc.) for I sing. BY (Authorized Signature) DATE not type) I ME DTTL NSGN PR NTED NA AN FP I 030i? bragsonU?Preeiden?i AD REss 77.0. Box 121020,. STATE OF CALIFORNIA AGENCY NAME Department of Conservation BY (Authorized Signature) DATE not type) .6 PRINTED NAME AND TITLE OF PERSON SIGNING Exempt per: Tim Kustic, State Oil and Gas Supervisor ADDRESS 801 Street. MS 18-00. Sacramento. CA 95814-3530 Rival Well Service Inc. Contractor: Agreement No. 20] 1?012 Page 1 of1 EXHIBIT A (Standard Agreement) SCOPE OF WORK 1. Contractor agrees to provide to Division of Oil, Gas, and Geothermal Resources (Division) well plugging and abandonment services as described herein: Contractor agrees to supply all materials, equipment, labor and services to abandon Manley Resources LLC, "Patel? 1 ?according to specifications listed in Exhibit A, Attachment ll, pages 1 through 2. 2. The services shall be performed in the Los Angeles City Oil Field, Los Angeles County. See location map in Exhibit A, Attachment page 1 through 2. 3. Contractor agrees to start work within 30 days after receiving an approved contract and shall have all work completed, inspections made and approved, and records and invoices submitted within 120 days of the contract notification date, unless delayed by mutual agreement. 4. In the event that unanticipated conditions are discovered, the district Deputy may temporarily permit operations to proceed under a Time and Materials agreement until all well work dealing with the unanticipated conditions(s) is completed. At that time, the work will continue as agreed in this Turnkey contract. 5. The project representatives during the term of this agreement will be: State Agency: Division of Oil, Gas Geothermal Contractor?waj We? Inch Resources Name: AB GorashiAbdulrahman Name: Bob @mqgon Phone: (714)816-7824 Phone: at.) 473441;?! Fax: (714)816-6853 Fax: but 394-3521 Direct all inquiries to: State Agency: Department of Conservation Contractor: Riyal We,? 52mins Inc." Section/Unit: Div. of Oil, Gas, Geothermal Res. Section/Unit: Attention: AB Gorashi Abdulrahman Attention: Bob Gmson - Address: 5816 Corporate Ave, Suite 200, Cypress Address: 7.0, 13mg Phone: (714) 816-7824 Phone: can 942- Woo Fax: (714) 816-6853 Fax: [pip] 3'44 952?] 6. Detailed description of work to be performed and duties of all parties. See Exhibit A, Attachment ll, Well Conditions and Abandonment Specifications and Exhibit - Division of Oil, Gas, and Geothermal Resources Special Terms and Conditions. NOTE: THE EFFECTIVE CONTRACT START DATE IS OR ON DEPARTMENT OF GENEERAL SERVICES APPROVAL, WHICHEVER IS LATER. NO WORK SHALL BEGIN BEFORE THAT TIME. Rival Well Service Inc. Contractor: Agreement No. 2011-012 Page lof2 EXHIBIT A ATTACHMENT I SPECIAL CONSIDERATIONS The following considerations are specific to this contract and are made a part of this contract: 1 . '10. 11. 12. Contractors are encouraged to visit the well site. The well is located at 324 Firmin Street, Los Angeles, CA 90026 (see Exhibit A Attachment A voluntary job walk-thru will be conducted on Monday, June 04, 2012. Please contact AB Gorashi Abdulrahman at (714) 816-6847, to receive directions for the meeting time and place. All work is to be performed in accordance with the written specifications included withthis agreement (Exhibit A Attachment ll, pages 1 through 2). The bid required under this agreement shall be summarized as required in the Invitation for Bid cover letter that accompanied this agreement. You must use the enclosed Bid Summary (Exhibit Attachment l) in submitting your bid. This is a Turnkey contract. If bids exceed the amount budgeted for this agreement, bid award will be based on completion of the most line items on the bid summary, starting at the top, without exceeding the budgeted amount. The contractor shall list any salvage value, if any, for equipment removed from the project site and will credit the final invoice to the Division an amount equal to their bid for salvage (see Exhibit Attachment I). The contractor is responsible for the removal and disposal of all oil field debris, fluids, sludge/solids and visible contamination in compliance with all applicable Local, State and Federal Laws. The removal and disposal of these materials is an integral part of this contract and is not subject to time and material charges. While the Division will secure the rights for the contractor to ingress and egress the wellsite, it is ultimately the contractor?s responsibility to make sure adequate access is available at the wellsite for all of the contractor?s necessary equipment. The building of roads, digging out of well cellar and the removal of debris and obstructions are all considered integral parts of this Turnkey agreement and the contractor is encourage to evaluate the site carefully. Temporary vehicle access to the well and facilities shall be constructed with minimum practicable surface disturbance. The contractor is responsible for obtaining fresh water. The contractor is responsible for providing clean fill dirt (free of debris and contamination) for the backfilling of all excavations. Drop bins or other fluid containment methods will be used to ensure fluid is not spilled on the ground. Return ?pits? or ?sumps? will _l'lO_t be allowed. A vacuum truck shall be on site and available for fluid collection during all flowline abandonments. Hard hats and safety boots must be worn at all times while at the wellsite. Trash bins must be used and the site free of trash at the end of each work day. Rival Well Service inc. Contractor: Agreement No. 2011-012 Page 20f 2 EXHIBIT A ATTACHMENT I SPECIAL CONSIDERATIONS (CONTINUED) 13. The abandonment contractor must designate one individual as a contact person regarding all operations specified in this contract. 14. I have read Exhibit D, pages through 5. Contractor Signature: gr' Dated: (g I IZ- Name: Bob WLIIQDA Rival Well Service Inc. Contractor: Agreement No. 2011-012 Pagel 0f2 EXHIBIT A ATTACHMENT II WELL CONDITIONS AND ABANDONMENT SPECIFICATIONS Manley Energy Resources, Well ?Patel? 1 (037-18960) According to Division records, the present condition of the well is as follows: Location: See map Exhibit A - Attachment Accessibility: 324 Firmin Street, Los Angeles Status: Idle oil; deserted Total Depth: Effective Depth: Unknown DF: Unknown Casing: Unknown Tubing: Yes Rods: Unknown Base of Fresh Water (BFW): Producing Zone(s): First Zone Hole Fluid: Unknown Junk: Unknown Plugs: Unknown iamm? The following operations are necessary to plug and abandon the well and restore the well site: 1. A Notice of Intention to Abandon (Form 06 108) shall be filed with this Division within 10 days prior to commencing work. 2. The operator or the Division's authorized agent shall enter the property and the following program, or such necessary operations as determined by this Division from engineering and geological data, shall be performed. a. Blowout prevention equipment conforming to Class II 2M shall be installed and maintained at all times. b. Hole fluid of a quality and in sufficient quantity to control subsurface conditions, in order to prevent blowouts shall be used. c. The well shall be cleaned out to at least 1100+l? feet, or as deep as possible. d. All portions of the well not plugged with cement are filled with inert mud fluid having a minimum gel-shear strength (10 min.) of 25 lbs/100 sq. ft. The well shall be circulated with heavy mud to surface. 9. The well shall be plugged from clean?out to f. 10? of perforations shall be made at 300 feet. 9. The well shall be plugged with cement from 300 feet to 5 feet. h. All well casings shall be cutoff at least 5 feet below the surface of the ground and removed. Any open annular spaces shall be filled with cement from 30 feet to 5 feet. i. A steel plate, at least as thick as the outer well casing and bearing the last five digits of the API number, shall be tack welded around the top circumference of the outer casing. Rival Well Service Inc. Contractor: Agreement No. 20] 1-012 Page 1 of2 EXHIBIT A, ATTACHMENT LOCATION MAP 8k" 324 Palm Street L08 Angees CA Getdarmmn Myplaes a 3 324 Fi-rmin St geles cmoze Note: The oil well, ?Patel? 1, is located behind the gated fence, next to the tree in front of the house on the front porch. Rival Well Service Inc. Contractor: Agreement No. 2011-012 Page 1 of 1 EXHIBIT STANDARD AGREEMENT AND PAYMENT PROVISIONS 1. Invoicing?td Payment A. For Fixed Cost (Turnkey) contracts, invoices submitted by the Contractor must be itemized by well (when the contract requires the abandonment of more than one well) and submitted in triplicate. In the event that this contract shall require a Time and Materials amendment, invoices submitted by the Contractor must be itemized by supplier, by item, by hour or amount, and by well (when the contract requires the abandonment of more than one well) and submitted in triplicate. Where third-party services are expected to exceed 10 percent of the total cost, the contractor may submit a preliminary invoice immediately upon job completion for payment of costs that can be invoiced at that time, subject to a final invoice adjustment. B. For services satisfactorily rendered, and upon receipt and approval of the invoices, the State agrees to compensate the Contractor for actual expenditures incurred in accordance with the rates specified herein, which is attached hereto and made a part of this Agreement. C. Invoices shall include the Agreement Number and shall be submitted in triplicate and in arrears to: Department of Conservation Division of Oil, Gas, and Geothermal Resources 5816 Corporate Ave., Suite 200 Cypress, CA 90630 2. Budget Contingency Clause A. It is mutually agreed that if the Budget Act of the current year and/or any subsequent years covered under this Agreement does not appropriate sufficient funds for the program, this Agreement shall be of no further force and effect. In this event, the State shall have no liability to pay any funds whatsoever to Contractor or to furnish any other considerations under this Agreement and Contractor shall not be obligated to perform any provisions of this Agreement. B. If funding for any fiscal year is reduced or deleted by the Budget Act for purposes of this program, the State shall have the option to either cancel this Agreement with no liability occurring to the State, or offer an agreement amendment to Contractor to reflect the reduced amount. C. Should sufficient funding to complete all work required under this agreement not be available, the State reserves the right to sever portions of the work from this agreement as it deems necessary. 3. Prompt Payment Clause Payment will be made in accordance with, and within the time specified in, Government Code Chapter 4.5, commencing with Section 927. Rival Well Service inc. EXHIBIT - BUDGET DETAIL AND PAYMENT PROVISION BUDGET CONTINGENCY It is mutually agreed that if the State Budget Act of the current year and/or any subsequent years covered under this Contract does not appropriate suf?cient funds for the program, this Contract shall be of no further force and effect. In this event, the State i shall have no liability to pay any funds whatsoever to Contractor or to furnish any other i considerations under this Contract and Contractor shall not be obligated to perform any provisions of this Contract. PROMPT PAYMENT CLAUSE Payment will be made in accordance with, and within the time speci?ed in, Government Code Chapter 4.5, commencing with Section 927. Exhibit}; Contrekctor' . 11?012 Page 1 ofl EXHIBIT ATTACHMENT I TURNKEY BID SUMMARY AND LIST OF WELLS OPERATOR TOTAL COST SALVAGE NET COST VALUE Manley Energy Resources LLC, ?Patel? 1 2 37 05/00 a #237?5/ 00 1 Sum Total 237, 55/, 00 #237, 00 Agreement award will be determined based upon the lowest Total Cost bid for all work. If the Total Cost exceeds the district's abandonment budget, the contractor who is able to abandon the most ?Operator" well groups from top to bottom in the prioritized list shown above, without exceeding the district?s abandonment budget, will be awarded the agreement. Note: Total Cost does not include credit for subsurface salvage. Subsurface salvage value will be credited by the contractor to the final invoice at the conclusion of the agreement. Subsurface salvage value will be calculated by the Division and considered for bid award when Net cost Sum total bids covering the same work are within $500. Tubing credit: 2 3/8" 2 /joint 2 7/8? /joint Rod credit: /joint Are you claiming preference as a SMALL VETERAN Yes No If yes, attach a copy of your small business/disabled veteran business certification to this bid. Contractor Signature: Date: - - IZ Printed Name: Bob (kw?liar)? Phone Number: 0th SCIZZLWOO Rival Well Service Inc. GTC 61 0 EXHIBIT GENERAL TERMS AND CONDITIONS 1. APPROVAL: This Agreement is of no force or effect until signed by both parties and approved by the Department of General Services, if required. Contractor may not commence performance until such approval has been obtained. 2. AMENDMENT: No amendment or variation of the terms of this Agreement shall be valid unless made in writing, signed by the parties and approved as required. No oral tmderstanding or Agreement not incorporated in the Agreement is binding on any of the parties. 3. ASSIGNMENT: This Agreement is not assignable by the Contractor, either in whole or in part, without the consent of the State in the form of a formal written amendment. 4. AUDIT: Contractor agrees that the awarding department, the Department of General Services, the Bureau of State Audits, or their designated representative shall have the right to review and to copy any records and supporting documentation pertaining to the performance of this Agreement. Contractor agrees to maintain such records for possible audit for a minimum of three (3) years after ?nal payment, unless a longer period of records retention is stipulated. Contractor agrees to allow the auditor(s) access to such records during normal business hours and to allow intervieWs of any employees who might reasonably have information related to such records. . Further, Contractor agrees to include a similar right of the State to audit records and interview staff in any related to performance of this Agreement. (Gov. Code ?8546.7, Pub. Contract Code ?10115 et seq., CCR Title 2, Section 1896). - - 5. INDEMNIFICATION: Contractor agrees to indemnify, defend and save harmless the State, its of?cers, agents and employees from any and all clainim and losses accruing or' resulting to any and all contractors, subcontractors, suppliers, laborers, and any other person, ?rm or corporation furnishing or supplying work services, materials, or supplies in connection with the performance . of this Agreement, and from any and all claims and losses accruing or resulting to any person, ?rmor corporation who may be injured or damaged by Contractor in the performance of this Agreement. - 6. DISPUTES: Contractor shall continue with the responsibilities under this Agreement during any dispute. - 7. TERMINATION FOR CAUSE: The State may terminate this Agreement and be relieved of any payments should the Contractor fail to perform the requirements of this Agreement at the timeand in the manner herein provided. In the event of such termination the State may proceed with the work in any manner deemed proper by the State. All costs to the State shall be deducted from any sum due the Contractor under this Agreement and the balance, if any, shall be paid to - the Contractor upon demand. Rival Well Service Inc. 8. INDEPENDENT CONTRACTOR: Contractor, and the agents and employees of Contractor, in the performance of this Agreement, shall act in an independent capacity and not as officers or employees or agents of the State. 9. RECYCLING CERTIFICATION: The Contractor shall certify in writing under penalty of perjury, the minimum, if not exact, percentage of post consumer material as de?ned in the Public Contract Code Section 12200, in products, materials, goods, or supplies offered or sold to the State regardless of whether the product meets the requirements of Public Contract Code Section 12209. With respect to printer or duplication cartridges that comply with the requirements of Section 12156(e), the certi?cation required by this subdivision shall specify that the cartridges so comply (Pub. Contract Code ?l2205). 10. NON-DISCRIMINATION CLAUSE: During the performance of this Agreement, Contractor and its subcontractors shall not unlawfully discriminate, harass, or allow harassment against any employee or applicant for employment because of sex, race, color, ancestry, religious creed, national origin, physical disability (including HIV and AIDS), mental disability, medical condition cancer), age (over 40), marital status, and. denial of family care leave. Contractor and subcontractors shall insure that the evaluation and treatment of their employees and applicants for employment are free ?om such discrimination and harassment. Contractor and subcontractors shall comply with the provisions of the Fair Employment and Housing Act (Gov. Code ?12990 et seq.) and the applicable regulations promulgated thereunder (California Code of Regulations, Title 2, Section 7285 et seq) The applicable regulations of the Fair Employment and Housing Commission implementing Government Code Section 12990 set forth in Chapter 5 of Division 4 of Title 2 of the California Code of Regulations, are incorporated into this Agreement by reference and made a part hereof as if set forth in ?ill. Contractor and its subcontractors shall give written notice of their obligations under this clause to labor organizations?with which they have a collective bargaining or other Agreement. Contractor shall include the nondiscrimination and compliance provisions of this clause in all subcontracts to perform work under the Agreement. 11. CERTIFICATION The CONTRACTOR CERTIFICATION CLAUSES contained in the document 307 are hereby incorporated by reference and made a part of this Agreement by this reference as if attached hereto. 12. Time is of the essence in this Agreement 13. COMPENSATION: The consideration to be paid Contactor, as provided herein, shall be in compensation for all of Contractor' expenses incurred in the performance hereof, including travel, per diem, and tax'es, unless otherwise expressly so provided. . 14 GOVERNING LAW. This contract is governed by and shall be interpreted in accordance with the laws of the State of California Rival Well Service Inc. 15. ANTITRUST CLAIMS: The Contractor by signing this agreement hereby certi?es that if these services or goods are obtained by means of a competitive bid, the Contractor shall comply with the requirements of the Government Codes Sections set out below. a. The Government Code? Chapter on Antitrust claims contains the following de?nitions: 1) "Public purchase" means a purchase by means of competitive bids of goods, services, or materials by the State or any of its political subdivisions or public agencies on whose behalf the Attorney General may bring an action pursuant to subdivision of Section 16750 of the Business and Professions Code. 2) "Public purchasing body" means the State or the subdivision or agency making a public purchase. Government Code Section 4550. b. In submitting a bid to a public purchasing body, the bidder offers and agrees that if the bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of. action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, materials, or services by the a bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders ?nal payment to the bidder. Government Code Section 4552awarding body or public purchasing body receives, either through judgment or settlement, a monetary recovery for a cause of action assigned under this chapter, the assignor shall be entitled to receive reimbursement for actual legal costs incurred and may, upon demand, recover from the public body any portion of the recovery, including treble damages, attributable to overcharges that were paid?by'the assignor but were not paid by the public body as part of the bid price, less the expenses incurred in obtaining that portion of the recovery. Government Code a; Section 4553. - . (1. Upon demand in Writing by the assignor, the assignee shall, within one year from such demand, reassign the cause of action assigned under this part if the assignor has been or may have been injured by the violation of law for which the cause of action arose and the assignee has not been injured thereby, or the assignee declines to ?le a court action for the cause of action. See Government Code Section 4554. . - . l6. CHILD SUPPORT COMPLIANCE ACT: For any Agreement in' excess of $100,000, the contractor acknowledges in accordance with Public Contract Code 7110, that: a. The contractor recognizes the importance of child and family support obligations and shall comply with all applicable state and federal laws relating to child and family support "enforcement, including, but not limited to, disclosure of information and compliance with earnings assignment orders, as provided in Chapter 8 (commencing with section 5200) of Part 5 of Division 9 of the Family Code; and - b. The contractor, to the best of its knowledge is fully complying with the earnings assignment orders of all employees and is providing the names of all new employees to the New Hire Registry maintained by the California Employment Development Department. 'Rival Well Service Inc. 17. UNENFORCEABLE PROVISION: In the event that any provision of this Agreement is unenforceable or' held to be unenforceable, then the parties agree that all other provisions of this Agreement have force and effect and shall not be a?'ected thereby. 18. PRIORITY HIRING CONSIDERATIONS: If this Contract includes services in excess cf $200,000, the Contractor shall give priority consideration in ?lling vacancies in positions funded by the Contract to quali?ed recipients of aid under Welfare and Institutions Code Section 11200 in accordance?with Pub. Contract Code ?103 53. 19. SMALL BUSINESS PARTICIPATION AND DVBE PARTICIPATION REPORTING REQUIREMENTS: a. If for this Contract Contractor made a commitment to achieve small business participation, then Contractor must within 60 days of receiving ?nal payment under this. Contract (or within such other time period as may be Speci?ed elsewhere in this Contract) report to the awarding department the actual percentage of small business participation that was achieved. (Govt. Code 14841 .) . b. If for this Contract Contractor made a commitment to achieve disabled veteran business 3 enterprise (DVBE) participation, then Contractor must within 60 days of receiving ?nal payment under this Contract (or within such other time period as may be speci?ed elsewhere in this Contract) certify in a report to the awarding department; (1) the total amount the prime . Contractor received under the Contract; (2) the name and address of the that participated in the performance of the Contract; (3) the amount each DVBE receivedfrom the prime Contractor; (4) that all payments under the Contract have been made to the and (5) . the actual percentage of DVBE participation that was achieved. A person or entity that i knowingly provides false information shall be subject to a civil penalty for each violation. (Mil. . Vets. Code Govt. Code 14841.) . 20. LOSS LEADER: Ifthis contract involves the furnishing of equipment, materials, or supplies then the following statement is incorporated: It is unlawful for any person engaged in business within this state to sell or use any article or product as a ?loss leader? as de?ned in Section 17030 of the Business. . and Professions Code. (PCC . Rival Well Service Inc. Price List DOGGR 201 1-012 Double Rig with 3 -man crew $475.00 hour Single Rig with 3 man crew $435.00 hour Travel Time 3 - men $235.00 hour 4 - men $275.00 hour AB-60 Charges? all hours over 11 hours per day and all day Saturday $65.00 hour and Sunday Additional Labor: Operator $65.00 hour Floorhand $56.00 hour Supervisor $900.00 day Subsistence- per man $150.00 day Duplex Pump with pit and shaker $1,000.00 day Triplex Pump with pit and shaker $1,100.00 day High Pressure Hoses ?each $100.00 day Work String - 2 3/8" tubing - per day .50/foot day 3 1/2" tubing - per day .50/foot day Circulating Head $65.00 day Circulating Head Rubber $145.00 each Drill Collars - per each $55.00 day Power Swivel $850.00 day Stand-by $350.00 day Safety Clamp ?rst day $100.00 day add'l days $50.00 day Bits? 9 7/8" $1,000.00 each 3 7/8" $650.00 each Generator-15KW $125.00 day Trucking - $125.00 hour Lowbed $150.00 hour Backhoe $110.00 hour Front End Loader $200.00 hour Vacuum Truck 120 60 Third party charges BOPE 6" 4 1/2" Cementing Charges: Cementer - First 5 hours Additional hours Bulk Truck Class cement Calcium Chloride $120.00 hour $110.00 hour Cost 10% $550.00 day $400.00 da $2,550.00 $225.00 hour $95.00 hour $16.00 cu.ft. $1.00 lb. Rival Well Service Inc. Contractor: Agreement No. 2011?012 Page 1 of 5 EXHIBIT DIVISION OF OIL, GAS, AND GEOTHERMAL RESOURCES (DIVISION) SPECIAL TERMS AND CONDITIONS The Contractor must possess a current General Engineering contractor license (A, and may be required to possess, at the time of the bid opening, a Hazardous Substance Removal Certificate issued by the Contractor's State License Board. Note: If hazardous material is encountered during any operations covered by this agreement, the Contractor or subcontractor performing the operations must possess a valid Hazardous Substance Removal Certificate issued by the State Contractors' License Board. The Division reserves the right to cancel, halt, or temporarily suspend operations at any time and to change details of the proposed work, as necessary, to properly and effectively perform the work required. In the event of such stoppage, the Division shall be under no obligation to the Contractor except to pay for all work completed by the Contractor and otherwise satisfy the Division's obligations in accordance with the term of this Agreement as of the time of such stoppage. In well-to-well agreements, the Division shall have the right to terminate the performance of the work covered by the Agreement for any reason at any point it may desire. This includes the right to delete as many wells as desired from a multiple-well plugging/abandonment agreement. Note: On Fixed Cost (Turnkey) agreements, compensation for work performed will be on a pro rata basis when not specifically outlined in the bid. The Contractor agrees, after receipt of a copy of the fully executed agreement, to start and complete work within the time given on Exhibit A, Item No.3, of the Standard Agreement. Should the Contractor fail to commence or complete work within said time after receipt of the fully executed agreement, or suspend work for a period of five (5) continuous working days after work has begun, the State may provide five (5) days written notice, posted at the job site or mailed to the Contractor, to timely prosecute and complete the work or the agreement may be terminated and liquidated, and damages of $2,010.00 assessed for administrative costs for rebidding the work. In addition, the Contractor may be liable to the State for the difference between the Contractor's bid price and the actual cost of performing the work following subsequent rebidding. Insurance ReqLirements Contractor shall comply with all requirements outlined in the (1) General Provisions section and (2) Contract Insurance Requirements outlined in this section. No payments will be made under this contract until contractor fully complies with all requirements. a. General Provisions Applying to All Policies (1) Coverage Term Coverage needs to be in force for the complete term of the contract. If insurance expires during the term of the contract, a new certificate must be received by the State at least ten (10) days prior to the expiration of this insurance. Any new insurance must comply with the original contract terms. (2) Policy Cancellation or Termination Notice of Non-Renewal Insurance policies shall contain a provision stating coverage will not be cancelled without 30 days prior written notice to the State. New certificates of insurance are subject to the approval of the Department of General Services and the Contractor agrees no work or services will be performed prior to obtaining such approval. In the event Contractor fails to keep in effect at all times the specified insurance coverage, the State may, in addition to any other remedies it may have, terminate this Contract upon the occurrence of such event, subject to the provisions of this Contract. Rival Well Service Inc. Contractor: Agreement No. 2011-012 Page 2 of 5 EXHIBIT (CONTINUED) (3) Premiums, Assessments and Deductibles Contractor is responsible for any premiums, policy assessments, deductibles or self-insured retentions contained within their insurance program. (4) Primary Clause Any required insurance contained in this contract shall be primary, and not excess or contributory, to any other insurance carried by the State. (5) Insurance Carrier Re_guired Rating All insurance companies must carry an AM Best rating acceptable to the Office of Risk and Insurance management. If the Contractor is self insured for a portion or all of its insurance, review of financial information including a letter of credit may be required. (6) Endorsements Any required endorsements requested by the State must be physically attached to all requested certificates of insurance and not substituted by referring to such coverage on the certificate of insurance. (7) Inadequate Insurance Inadequate or lack of insurance does not negate the contractor's obligations under the contract. (8) Use of Subcontractors In the case of Contractor?s utilization of subcontractors to complete the contracted scope of work, contractor shall include all subcontractors as insured's under Contractor?s insurance or supply evidence of subcontractor's insurance to the State equal to policies, coverages, and limits required of Contractor. b. Contract Insurance Requirements Contractor shall display evidence of the following on an Acord certificate of insurance evidencing the following coverages: (1) Commercial General Liability Contractor shall maintain general liability on an occurrence form with limits not less than $1,000,000 per occurrence for bodily injury and property damage liability combined with a $2,000,000 annual policy aggregate. A ?per project aggregate" endorsement is required. The policy shall include coverage for liabilities arising out of premises, operations, independent contractors, products, completed operations, personal advertising injury, and liability assumed under an insured contract. The policy shall also include coverage for losses arising out of explosion, underground, or collapse, known as hazards. This insurance shall apply separately to each insured against whom claim is made or suit is brought subject to the Contractor?s limit of liability. The policy must name The Department of Conservation, Division of Oil, Gas, and Geothermal Resources, The State of California, its officers, agents, employees and servants as additional insureds, but only with respect to work performed under the contract. This endorsement must be supplied under form CG20101185 or CGZO371001 Form (B) or its equivalent and attached separately to the certificate of insurance. (2) Business Automobile Liability Contractor shall maintain business automobile liability insurance for limits not less than $1,000,000 combined single limit. Such insurance shall cover liability arising out of a motor vehicle including owned, hired and non-owned motor vehicles. Should the scope of the Contract involve transportation of hazardous materials, evidence of an endorsement is required. (3) Workers Compensation and Employers Liability Contractor shall maintain statutory worker?s compensation and employer?s liability coverage for all its employees who will be engaged in the performance of the Contract. A waiver of subrogation is required to be attached to the workers compensation certificate of insurance. In addition, employer's liability limits of $1,000,000 are required. 10. 11. 12. 13. 14. 15. Rival Well Service Inc. Contractor: Agreement No. 2011?012 Page 3 of 5 EXHIBIT (CONTINUED) (4) Environmental Liability If the scope of work during the contract changes and involves remediation of contaminated soil, asbestos, or hazardous materials, Contractor shall ensure the hazardous materials removal subcontractor is licensed with the Department of Toxics to handle and dispose of hazardous waste. Subcontractor must provide to the Contractor and the State copies of their pollution liability insurance covering their liability for bodily injury, property damage and environmental damage resulting from pollution and related cleanup costs for both work performed on site as well as proper disposal of hazardous materials. Limits of not less than $1,000,000 shall be provided on this environmental liability policy. In addition, subcontractor shall secure an MCSQO endorsement to cover liability in the transportation and disposal of hazardous materials. Subcontractor shall also show evidence and maintain general liability, automobile liability and workers compensation during the term of this subcontract agreement. The Contractor must provide the State the required Certificate of Insurance within fifteen (15) calendar days after notice of agreement award from the State. If the Contractor fails to provide the certificate within the specified time, the State may, at its option, determine that the Contractor is in default and annul the award of the agreement. Assessment for damages will be made. The Division shall secure for the Contractor rights of ingress and egress to the work location. The Division shall advise the Contractor of any limitations or restrictions affecting ingress and egress, and the Contractor shall abide by and shall have its employees or subcontractors abide by such limitations or restrictions. If the Contractor is denied free access to the location for any reason not within the control of the Contractor, time lost by such denial shall be paid for at a reasonable rate in keeping with the stage of operations at the time. For fixed-cost (turnkey) agreements, additional payment for extraordinary (unanticipated) conditions may be provided for by a Time and Materials agreement amendment. The additional payment will be calculated using the Rate and Price Schedule provided, and will be based solely upon the cost differential for alleviating the unexpected conditions. For Time and Materials agreements only, the State will pay for stand-by time necessitated by causes beyond the control of the Contractor, and when such stand-by time arises from actions or orders of the State. The Contractor must maintain sufficient safeguards against occurrence of accidents, injuries or damages to any person or property at any time, whether employed in the work or otherwise, and must be responsible for same if such occur. The Contractor shall maintain all its equipment in good safe operating condition at all times. Well control equipment shall be checked by the Contractor, who will use all reasonable means to control and prevent fires and blowouts and to protect the hole. The Contractor shall locate sources of ignition a safe distance from the well(s) and shall prohibit use of open ?ames (except welding under controlled conditions) or smoking on the rig floor or other hazardous areas by its own personnel or other parties. If the well or equipment should catch fire from use of open flames or from smoking in hazardous areas, this will be considered as negligence on the part of the Contractor. The Contractor shall observe State, and local laws, rules, and regulations relative to safety and health. The Contractor shall permit no employee or other party on the rig that is under the in?uence of alcohol or drugs. No alcohol, illegal drugs or firearms shall be allowed by the Contractor on the job site. The Contractor shall have a formal safety program and shall provide suitable equipment and personnel properly and adequately trained in the safe performance of their duties. The Contractor's supervisor at the location shall have sole and final responsibility to issue orders to the Contractor?s personnel to evacuate the rig for reasons of weather or emergency. The Contractor shall utilize its equipment to its maximum capacity as rated by the manufacturer thereof, if the State so requests. The Contractor's equipment shall be capable of rotating and circulating, if required, to meet agreement specifications. Rival Well Service lnc. Contractor: Agreement No. 2011-012 Page 4 of 5 EXHIBIT (CONTINUED) 16. The Contractor agrees to notify the Division in case of any failure of equipment, materials, or supplies. 17. For Time Materials amendments only, if it becomes necessary to shut down the Contractor's equipment for repairs or due to lack of materials or labor furnished by the Contractor while the Contractor is performing work on an hourly basis, the Contractor shall be allowed compensation for such repairs or delay at the appropriate hourly rate. The number of hours for which the Contractor is to be compensated shall be limited as follows (consider all delays of 30 minutes or greater): Hours for any one delay/repair: 4 Total hours per day: 8 Total hours in the aggregate for the agreement: 8 18. The Division may, at its option, terminate the Agreement on written notice if the Contractor's abandonment equipment fails to meet the requirements for which it has been designed due to a deficiency in construction and/or design, and Contractor is unable to show that corrective work can be accomplished within thirty- (30) days. No day work rate will be payable during the period when such deficiencies are being corrected. 19. Upon completion of plugging/abandonment operations, the Contractor shall remove its equipment from the location and clean up the well site as specified. If clean up at the well site is not accomplished to the Division?s satisfaction, the Division may retain an amount sufficient to accomplish such clean up out of the last invoice submitted to the Division. This shall not limit the Division's right to recover the full amount of cleanup costs. 20. The Contractor agrees that the Division shall not be liable for or responsible for any damage, loss, or repair to the Contractor's equipment, including, but not limited to, damage, loss, or repair of the equipment during movement to, from or between locations, whatsoever the cause whether through the Division's sole or joint negligence or fault during existence of the Agreement but the benefits of this paragraph shall not, under any circumstance, inure to the benefit of any third party. 21. The State is not responsible for damage to, or loss of equipment used, including normal wear and tear, or damage resulting from negligent operations. 22. The State reserves the right of approval for any subcontractor used by the Contractor. 23. Section Title 14, Division 2, of the California Code of Regulations requires that any explosives used in well plugging and abandonment operations are handled only by a licensed handler with the required permits. This agreement requires a competent blaster, possessing a current, valid California Blaster's License, to be physically present at the well site to accomplish the blasting operation and/or direct and supervise others in such operation. 24. It shall be the duty of the Contractor to see that all subcontractors commence their work at the proper time, and carry it on with due diligence so they do not delay the completion of the project. All damage caused by subcontractors or their employees must be made good by them or the Contractor. The Contractor will be fully responsible for the acts or omissions of the Contractor's subcontractors and/or other employees. 25. If sump removal or lease restoration is required in this agreement, the enclosed Oilfield Surface Impoundment Guidelines and Lease Restoration Guidelines are made a part of this agreement. The Contractor shall adhere to these guidelines for sump closure and lease restoration. 26. Categorization, handling and disposing of hazardous wastes shall only be performed by a Contractor or subcontractor possessing a Hazardous Substance Removal Certificate issued by the State Contractors' License Board. Handling and disposal of all hazardous wastes shall be in accordance with all Federal, State, and local regulations. 27. 28. 29. 30. 31. 32. 33. Rival Well Service Inc. Contractor: Agreement No. 2011-012 Page 5 of 5 EXHIBIT (CONTINUED) The agreement amount is based upon appropriate testing to categorize all waste materials as hazardous or nonhazardous as defined in Section 25117, Division 20, Chapter 6.5, of the California Health and Safety Code. The agreement amount provides for the handling and disposal of all nonhazardous wastes. All oil and lease equipment associated with the well(s) is the property of the State. The State shall be properly compensated for all oil and equipment removed by the Contractor. The Contractor shall provide an itemized list of subsurface salvage including tubing and rods removed from the we l(s) with the final invoice. The Contractor shall itemize the salvage value of surface equipment, exclusive of pumping units at individual wells, used in common by an individual operator and apportion the value equally to all wells serviced by said equipment. The Contractor shall itemize the salvage value of pumping units and subsurface equipment by well when requested by the Division. The Contractor's final compensation shall be calculated as follows: Total Cost - Surface Salvage Value - Subsurface Salvage Value Costs for Unanticipated Conditions (Note: A Time and Materials agreement, if needed, requires a separate amendment and separate invoice). The State may at its discretion, require a payment of salvage on an individual well basis by separate instrument or as a deduction to the final invoice. The Contractor shall itemize the salvage value of surface equipment, exclusive of pumping units at individual wells, used in common by an individual operator and apportion the value equally to all wells serviced by said equipment. The Contractor shall itemize the salvage value of pumping units and subsurface equipment by well. The State may, at its discretion, require the payment of salvage on an individual well basis by separate instrument or as a reduction to the final invoice. The Contractor's performance in providing services stated hereunder may be evaluated at the conclusion of said agreement. Unsatisfactory performance will be reported to the Contractor's State License Board. Force Majeure. The obligations of the parties, except for the payment of money and the furnishing and maintaining of any security required by either party, shall be suspended while any party is prevented from complying, in whole or in part, by strikes; lockouts; fire; war; civil disturbances; acts of God; federal, state, county or municipal laws, orders, rules or regulations; inability to secure materials; unavoidable accidents; or other causes beyond its reasonable control, whether or not similar to the matters specifically enumerated above. Performance shall be resumed when the State determines that such cause has been removed. No party shall be required against its will to adjust or settle any labor dispute. Settlement of Disputes: In the event of a dispute, Contractor shall file a "Notice of Dispute" with Department of Conservation, Division of Oil, Gas, and Geothermal Resources, State Oil and Gas Supervisor or Designee within ten (10) days of discovery of the problem. Within ten (10) days, the State Oil and Gas Supervisor or Designee shall meet with the Contractor and Project Manager for purposes of resolving the dispute. The decision of the State Oil and Gas Supervisor or Designee shall be final. In the event of a dispute, the language contained within this Agreement shall prevail over any other language including that of the bid proposal. After this Agreement is executed by the Contractor and the State, the Bid Summary and Well List (Turnkey Agreement) or Rate and Price Schedule (Time and Materials Agreement), shall be considered a part of this Agreement and not a bid proposal. Potential Subcontractors: Nothing contained in this Agreement or otherwise, shall create any contractual relation between the State and any subcontractors, and no subcontract shall relieve the Contractor of his responsibilities and obligations hereunder. The Contractor agrees to be as fully responsible to the State for the acts and omissions of its subcontractors and of persons either directly or indirectly employed by any of them as it is for the acts and omissions of persons directly employed by the Contractor. The Contractor's obligation to pay its subcontractors is an independent obligation from the State's obligation to make payments to the Contractor. As a result, the State shall have no obligation to pay or to enforce the payment of any moneys to any subcontractor. NATURAL RESOURCES AGENCY EDMUND G. BROWN. JR.. GOVERNOR .4. DEPARTMENT or CONSERVATION Mar/Worry, th??orrv?w?y Work/19W lam/a3; DIVISION OF OIL GAS, 8. GEOTHERMAL RESOURCES CALIIOINIA CONSERVATION 58I6 Corporate Avenue, Suite 200, Cypress, CA 90630?473] PHONE 714/816?6847 - FAX . WEBSITE conservationcogov May 22, 2012 Rival Well Services Incorporated PO. Box 12620 Bakersfield, CA 93389 Attn: Bob Grayson INVITATION FOR BID (IFB) No. 2011?012 FOR THE ABANDONMENT AND SITE RESTORATION OF: One well located in the Los Angeles City Oil Field LOS ANGELES COUNTY The Division of Oil, Gas, and Geothermal Resources (Division) has ordered the plugging and abandonment of one well in Los Angeles County and is requesting bids on a Turnkey basis for the well abandonment work. Special instructions or conditions, including requirements for a voluntary job walk-through, appear in the "Special Considerations" section of the contract. If you are interested in performing this work, please submit a sealed bid as follows: BIDDING INSTRUCTIONS Enclosed is an information package for your use in preparing a bid. This package will be used as the contract instrument for the successful bidder. The package includes: Standard Agreement, STD 213 (5 copies) Scope of Work, Exhibit A Special Considerations Exhibit A, Attachment Well Conditions and Abandonment Speci?cations Exhibit A, Attachment ll Location Map Exhibit A, Attachment Budget Detail and Payment Provisions, Exhibit Bid Summary and Well List - Exhibit Attachment 1 (June 2010) State of California General Terms and Conditions) (March 2007) Contractor Certi?cation and Conditions) (required to be updated every 3 years) 10. *Contractor Rate and Price Schedule 11. Division of Oil, Gas, and Geothermal Resources Special Terms and Conditions Exhibit 12. Darfur Contracting Act, Exhibit 13. Iran Contracting Act, Exhibit 14. Payee Data Record, STD 204 (under Standard Forms - required to be updated every 3 years) 9 Items shown with an asterisk(*) will be incorporated by reference and made part of the ?nal contract as if attached. NOTE: This Invitation for Bid is exempt from Disabled Veteran Business Enterprise participation requirements. The Department of Conservation ?s mission is to balance today ?s needs with tomorrow ?5 challenges and foster intelligent, sustainable, and ej?cient use of California ?s energy, land, and mineral resources. Prepare your bid as follows: 1. 10. Complete four (5) copies of the Standard Agreement, STD 213. a. Enter Contractor?s name, license number and expiration date in the space provided. b. Enter the required information in the section labeled sign and date in the space provided. Complete Exhibit A, Scope of Work, item Contractor information. Sign and date the Special Considerations page, Exhibit A, Attachment 1. For Turnkey contracts, a Rate and Price Schedule must be attached in the event that unanticipated conditions are discovered. See Exhibit A, 4 and Exhibit Attachment 1 (Bid Summary) - Contractor Certi?cation Clauses is required every 3 years. To print the form go to print, sign and return it with this package. Payee Data Record, STD 204 is required every 3 years. To print the form go to print, sign and return it with this package FOR TURNKEY CONTRACTS: Complete the enclosed Bid Summary form, summarizing your bid as follows (see Exhibit B, Attachment I): Read the Special Considerations page for requirements unique to this contract. Enter Total Cost to complete all operations, Enter Total Credit for salvage of all surface equipment, Enter Net Cost to the State after credit for all surface salvage is subtracted from the total cost of all operations. Sign and date the Special Considerations and Bid Summary forms. Attach a Rate and Price Schedule. 9.0.69: Subsurface salvage is anticipated but cannot be quanti?ed at this time. Your bid must include the net credit to the State on a per joint basis for any subsurface salvage. Subsurface salvage bids must include credit for 2 3/8" and 2 7/8" tubing and rod credit. SUBMISSION OF BID: SUBMIT A SEALED BID ON OR BEFORE 3:00 P.M., JUNE 4, 2012, TO: Mr. Daniel J. Dudak Division of Oil, Gas, and Geothermal Resources 5816 Corporate Avenue, Suite 200 Cypress, CA 90630 BIDS WILL BE OPENED ON June 4, 2012, AT 3:00 PM BIDS WILL BE EVALUATED FOR AWARDING OF CONTRACT AS FOLLOWS: 10. 11. 12. No bid will be considered if any statement in the Division of Oil, Gas, and Geothermal Resources Special Terms and Conditions of this agreement is modi?ed or deleted. Bids will be opened publicly and shall be made available for examination by interested parties after bid award. The successful bidder shall be required to submit a Certi?cate of Insurance (see Division of Oil, Gas, and Geothermal Resources Special Terms and Conditions, items rejected if it is conditional or incomplete, or if it contains any alterations of form or other irregularities of any kind. The State may reject any or all bids and may waive any immaterial deviation in a bid. The State's waiver of immaterial defect shall in no way modify the IFB document or excuse the bidder from full compliance with all requirements if awarded the agreement. All documents requiring a signature must bear an original signature of a person authorized to bind the bidding ?rm. An individual who is authorized to bind the bidding ?rm contractually shall sign the Bid Summary (for Turnkey contracts) OR Rate and Price Schedule (for Time and Materials contracts). The signature must indicate the title or position that the individual holds in the ?rm. An unsigned bid may be rejected. A bidder may modify a bid after its submission by withdrawing its original bid and resubmitting a new bid prior to the bid submission deadline. Bidder modi?cations offered in any other manner, oral or written, will not be considered. A bidder may withdraw its bid by submitting a written withdrawal request to the State, signed by the bidder or an agent authorized in accordance with number 8 above. A bidder may thereafter submit a new bid prior to the bid submission deadline. Bids may not be withdrawn without cause subsequent to bid submission deadline. The awarding agency may modify the IFB prior to the date fixed for submission of bids by the issuance of an addendum to all parties who received a bid package. The awarding agency reserves the right to reject all bids for reasonable cause. If all bids are too high, the agency is not required to award an agreement. Bidders are cautioned to not rely on the State during the evaluation to discover and report to the bidder any defects and errors in the submitted documents. Bidders, before submitting their documents, should carefully proof them for errors and adherence to the IFB requirements. Where applicable, bidder should carefully examine work sites and specifications. Bidder shall investigate conditions, character, and quality of surface or subsurface materials or obstacles that might be encountered. No additions or increases to the agreement amount will be made due to a lack of careful examination of work sites and specifications. 13. 14. For Turnkey (fixed-cost) contracts, additional payment for extraordinary (unanticipated) conditions may be provided for by a contract amendment. The additional payment will be based solely upon the cost differential for alleviating the unexpected conditions. For Time and Materials contracts only, the State will pay for stand-by time necessitated by causes beyond the control of the contractor, and when such stand-by time arises from actions or orders of the State. EVALUATION AND SELECTION 4. At the time of bid opening, each bid will be checked for the presence or absence of required information in conformance with the submission requirements of this IFB. The State will put each bid through a process of evaluation to determine its responsiveness to the State's needs. Bids that contain false or misleading statements, or which provide references, which do not support an attribute or condition claimed by the bidder, may be rejected. If, in the opinion of the State, such information was intended to mislead the State in its evaluation of the bid, and the attribute, condition, or capability is a requirement of this IFB, it will be the basis for rejection of the bid. The final selection will be made on the basis of the lowest responsible bid. CONTRACT AWARD AND PROTEST 1. The contract will be awarded to the lowest responsible bidder. The lowest responsible bidder shall be determined by the Division and shall not include any person or entity challenging the Division's well plugging and abandonment procedures. The Division reserves the right to reject any or all bids for this or for any other reason. There is nothing that compels the State to award a contract under this proposal. The State may require references from former clients or suppliers of any bidder. The contract awarded for work named herein will be of no force and effect and no work may commence, unless and until the Department of Conservation and Department of General Services have approved the contract. By signing this bid, the bidder certifies under penalty of perjury the accuracy of the representations made on the form with regard to the contractor's license number and expiration date. Whenever an agreement is awarded under a procedure which provides for competitive bidding, but the agreement is not to be awarded to the low bidder, the low bidder shall be notified by telegram, electronic facsimile transmission, overnight courier, or personal delivery ?ve (5) working days prior to the award of the agreement Upon written request by any bidder, notice of the proposed award shall be posted in a public place in the office of the awarding agency at least five (5) working days prior to awarding the agreement. If any bidder, prior to the award of agreement, ?les a protest with the awarding agency on the grounds that the (protesting) bidder is the lowest responsible bidder, the agreement shall not be awarded until either the protest has been withdrawn or the Department of General Services has decided the matter. Within five (5) days after filing the initial protest, the protesting bidder shall file with the Department of General Services and the awarding agency a full and complete written statement specifying the grounds for the protest. The written protest must be sent to the Department of General Services, Office of Legal Services, 707 Third Street, Suite 7? 330, 7t Floor, West Sacramento, California 95605. A copy of the written protest must be mailed to the Department of Conservation. It is suggested that you submit any protest by certified or registered mail. Upon award of the agreement, Contractor must complete and submit to the awarding agency the Payee Data Record (STD 204), to determine if the Contractor is subject to state income tax withholding pursuant to California Revenue and Taxation Code Sections 18662 and 26131. This form can be found on the Internet at under the heading STANDARD FORMS. No payment shall be made unless a completed STD 204 has been returned to the awarding agency. Upon award of the agreement, Contractor must sign and submit to the awarding agency, page one 1) of the Standard Contractor Certification Clauses that can be found on the Internet at This document is only required if the bidder has not submitted this form to the awarding agency within the last three (3) years. DISPOSITION OF BIDS 1. Upon bid opening, all documents submitted in response to this IFB will become the property of the State of California, and will be regarded as public records under the California Public Records Act (Government Code Section 6250 et seq.). However, the contents of all proposals, draft bids, correspondence, agenda, memoranda, working papers, or any other medium that discloses any aspect of a bidder's proposal, shall be held in the strictest con?dence until the award is made. The content of all working papers and discussions relating to a bid shall be held confidential indefinitely unless the public's interest is best served by disclosure because of its direct pertinence to a decision, agreement, or evaluation of a bid. Any disclosure of this subject by the bidder prior to the award is a basis for rejecting a bid and ruling the bidder ineligible to further participate in the bidding process. Bid packages may be returned only at the bidder's expense, unless such expense is waived by the awarding agency. STANDARD CONDITIONS OF SERVICE Service shall be available not later than 30 days, or on the expressed date set by the awarding agency and the Contractor, after all approvals have been obtained and the agreement is fully executed. Should the Contractor fail to commence work at the agreed upon time, the awarding agency, upon five (5) days written notice to the Contractor, reserves the right to terminate the agreement. In addition, the Contractor 4. shall be liable to the State for the difference between Contractor's bid price and the actual cost of performing work by the second lowest bidder or by another contractor. All performance under the agreement shall be completed on or before the termination date of the agreement. The State does not accept alternate contract language from a prospective contractor. A bid with such language will be considered a counter proposal and will be rejected. The State?s General Terms and Conditions (GTC) are not negotiable. The GTC may be viewed at Internet site No oral understanding or agreement shall be binding on either party. PREFERENCE PROGRAMS The standard contract language for the preference programs can be found at the Internet web sites listed below: 1. Small Business and DVBE Certification Section 14835, et seq. of the California Government Code requires that a ?ve percent preference be given to bidders who qualify as a small business. The rules and regulations of this law, including the definition of a small business for the delivery of service, are contained in Title 2, California Code of Regulations Section 1896, et. seq. A copy of the regulations is available upon request. To claim the small business preference, which may not exceed $50,000 for any bid, your ?rm must have its principal place of business located in California and be veri?ed by the State Of?ce of Small Business and DVBE Certi?cation. Questions regarding the preference approval should be directed to that of?ce at (916) 375- 4940. Also, additional information regarding the preference approval can be obtained from a pre-recorded message (Teletask) at (916) 327-9978. Non-Small Business Preference A ?ve percent bid preference is available to a non-small business claiming twenty-five percent California certified small business subcontractor participation. If claiming the non-small business subcontractor preference, the bid response must include a list of the small business(es) with which you commit to subcontract in an amount of at least twenty-five percent of the net bid price with one or more California certified small businesses. Each listed certified small business must perform a "commercially useful function" in the performance of the contract as defined in Government Code Section 14837(d)(4). Bidders claiming the five percent preference must commit to subcontract at least twenty-?ve percent of the net bid price with one or more California certi?ed small businesses. Completed certification applications and required support documents must be submitted to the Office of Small Business and DVBE Certification (OSDC) no later than 5:00 pm. on the bid due date, and the OSDC must be able to approve the application as submitted. Questions regarding certi?cation should be directed to the OSDC at (916) 375?4940. If claiming the non?small business preference, a list of the California certi?ed small business subcontractors must be attached to your bid response and must include the following: 1) subcontractor name, 2) address, 3) phone number, 4) a description of the work to be performed and/or products supplied, 5) and the dollar amount or percentage of the net bid price (as specified in the solicitation) per subcontractor. 4. Costs for developing bids and in anticipation of award of the agreement is entirely the responsibility of the bidder and shall not be charged to the State of California. Photographs of most wells and surface facilities are available for viewing, by prior arrangement, at this of?ce. If you have any questions or wish to view the photographs, please contact AB Gorashi Abdulrahman at (714) 816-7824. Sincerely, ?Z/?jj FM Daniel J. Dudak Acting District Deputy Enclosures EDMUND G. BROWN. JR.. GOVERNOR NATURAL RESOURCES AGENCY Department of Conservation CctA/i/fcy-ftvUn. 'j Wofhi/nff- ict-rKii Division of OH. Gas, & Geothermo! Resources CAlirOtMlA CONSiWATIOM S8!6 Corporate Avenue • Suite 200 • CYPRESS, CALIFORNIA 90630 PHONE 7)4/856-6847 • FAX 714 / 856-6653 • WEB SITE conservolion.ca.gov STATE OF CALIFORNIA NATURAL RESOURCES AGENCY DEPARTIWENT OF CONSERVATION DIVISION OF OIL. GAS, AND GEOTHERMAL RESOURCES FORMAL ORDER NO. 1018 BY Tim Kustic STATE OIL AND GAS SUPERVISOR DATED April 4, 2012 Manley Energy Resources, LLC (M1525) Pate! Lease Los Angeles City Field Los Angeles County The Department o/Conservation's mission is to balance today's needs with tomorrow's challenges andfoster intelligent, sustainable, and efficient use ofCalifornia s energy, land, and mineral resources. Formal Order #1018 Manley Energy Resources, LLC April 4, 2012 Page 2 of 3 MANLEY ENERGY RESOURCES, LLC OPERATIONS The Division of Oil, Gas, and Geothermal Resources (Division) has determined that wells "Patel" 1 (037-18960) and "Patel" 2 (037-18961) operated by Manley Energy Resources, LLC are deserted and therefore, pursuant to Public Resources Code sections 3106, 3224, 3226 and 3237, the State Oil and Gas Supervisor (Supervisor) is ordering that these wells, be plugged and abandoned and the associated production facilities be decommissioned. The Division may order the plugging and abandonment of a well that it has determined upon credible evidence to be deserted, whether or not any damage is occurring or threatened by reason of that deserted well. (Pub. Resources Code, § 3237.) The bases for the Division's determination that Manley Energy Resources has deserted its wells are as follows; Failure to designate an aqertt Public Resources Code section 3200 requires that an operator designate an agent who resides in the state to receive and accept service of orders, notices, and processes of the Supervisor. The failure of an operator to designate an agent as required by Public Resources Code section 3200 creates a rebuttable presumption of desertion of the operator's wells. (Pub. Resources Code. § 3237, subd. (a)(3)(D).) Mail sent to the agent of record for Manley Energy Resources has been returned as undeliverable and the agent's last known phone number is disconnected. As there is no designated agent for Manley Energy Resources, a rebuttable presumption exists that its wells are deserted. Failure to respond to the Division The operational history of the wells and the response or lack of response of the operator to inquiries and requests from the Division can be credible evidence of an operator's desertion of its wells. (Pub. Resources Code, § 3237, subd. (a)(2).) The Division has not received any response from Manley Energy Resources to inquiries and requests dating back to November 2006, nor has the Division been otherwise contacted by or on behalf of Manley Energy Resources. This history of non-responsiveness is credible evidence that the Manley Energy Resources wells have been deserted. Failure to pav idle well fees Public Resources Code section 3206 requires that operators pay an annual fee for each idle well, unless the idle well is covered by a bond or escrow account, as described in that section. Failure to file, for any well, the bond or fee required under Public Resources Code section 3206 is conclusive evidence of desertion of the well, permitting the supervisor to order the well abandoned. (Pub. Resources Code, § 3206, subd. (c).) An idle well is a well that has not produced oil or gas for six consecutive months in the past five years. (Pub. Resources Code, § 3008, subd. (d).) Well "Patel" 1 has not produced oil or gas since December 2003 and therefore it has been an idle well since January 2009. Well "Pate!" 2 has not produced oil or gas since December 2003 and therefore it has also been an idle well since January 2009. Manley Energy Resources did not pay idle well fees for the two wells in 2009, 2010, or 2011, and Public Resources Code section 3206 has not otherwise been complied with. The failure to comply with Formal Order #1018 Manley Energy Resources, LLC April 4. 2012 Page 3 of 3 Public Resources Code section 3206 is conclusive evidence that wells "Patel" 1 and "Patel" 2 are deserted. Failure to conduct idle well testing California Code of Regulations, title 14, section 1723.9 requires an operator to test any well that has not produced oil or natural gas or has not been used for fluid injection for a continuous six-month period during any consecutive five-year period. Manley Energy Resources has not conducted the required idle well testing for well "Patel" 1 or for well "Patel" 2. Manley Energy Resources' failure to comply with California Code of Regulations, title 14, section 1723.9 is credibleevidence that the Manley Energy Resources wells have been deserted. For the reasons stated, acting pursuant to Public Resources Code sections 3106, 3224, 3226 and 3237, the Supervisor orders that the wells "Patel" 1, and "Patel" 2 be plugged and abandoned in accordance with Public Resources Code sections 3208, 3228, 3229 and 3230; California Code of Regulations, title 14, sections 1722 through 1724.1,1760,1775, and 1776; and the requirements included on the Permits to Conduct Well Operations to be issued in accordance with Public Resources Code section 3229. The associated production facilities shall be decommissioned and the well sites and sites of the associated production facilities shall be restored. The operator may appeal this order to the Director of the Department of Conservation by filing with the Supervisor or District Deputy a written statement that the order is not acceptable, pursuant to Public Resources Code sections 3225 and 3350. If within 30 days the operator has not commenced in good faith the work ordered, or filed an appeal of this order, then the Division may contract for performance of the work, pursuant to Public Resources Code section 3226. Any costs incurred by the Supervisor to obtain compliance with this order, plus a $2,010 service fee, shall constitute a lien against real or personal property ofthe operator ofthe welts pursuant to the provisions of Public Resources Code section 3423. Tim Kustic State Oil and Gas Supervisor by_ Daniel Dudak Acting District Deputy cc: DOGGR-HQ Nathan Leah Certified Mail Receipt Number: 7005-0390-0001-2027-1964 Frpst, Paul To: Nicholas, Kendra Subject: RE: Los Angeles City Field - Manley Energy Resources - Pate! Lease Facilities Kendra: The Tank Inventory and inspection of the wells has been completed. The time needed to complete the work was less than half hourand itwas not necessary to^the state vehicle to inspect this site. There is no need to go back to the area for lease inspections for 1-1/2years. The two wells are secured in fenced "cages" and the production tank is empty and fenced. if division personal have a need to enter the area, we will notify the Los Angeles City Fire Department Petroleum Inspector to determine the climate of the neighborhood. He will be better suited to advise us and set up a LAPD escort. So, Ifeel working with the LAFD Petroleum Inspector to do joint inspections would be one avenue to approach this issue. In the Rosecrans field (Los Angeles City) we requested that local law enforcement respond to a site safety issue during an well abandonment operation. We ended up contracting with the CHP for site safety concerns. I do not know if we ever discussed with LAPD a contract agreement for a preventative measure. Paul From: Nicholas, Kendra Sent: Wednesday, July 02, 2008 10:29 AM To: Brannon, Ed; Frost, Paul Cc: Mabel, Rob; Curtis, Dave; Carlson, Ken Subject: RE: Los Angeles City Field - Manley Energy Resources - Patel Lease Facilities Definitely, if there are any activities that are occurring and staff do not feel comfortable/safe it is appropriate not to enter the site or stay at the site. If there are visible individuals displaying behaviors that are of this nature, it is appropriate to contact the LAPD immediately as it's within the LA city limits and CHP does not have jurisdiction at the Patel Lease site. i do not know how long the tank inventory and inspections take? If it is a certain number of hours, we may need to enter into a contract agreement with the LAPD for an officer to stand by while the inspections and inventory take place. This occurs occasionally and I have had to prepare agreements with various police departments and CHP. Please let me know how long the inspections and tank inventory take so that I can follow up with the LAPD concerning any type of agreement they may require. Have you checked with LAPD concerning a contract agreement as a preventative measure? Thank you for the information and 1look forward to a reply to the above questions and assisting with the coordination of any response efforts you need. Kendra Nicholas Health and Safety Officer 1 f^rost, Paul From: Brannon, Ed Sent: Wednesday, July 02. 2008 9:43 AM To: Cc: Frost, Paul Habel, Rob; Nicholas, Kendra; Curtis, Dave; Carlson, Ken Subject: RE; Los Angeles City Field - Manley Energy Resources - Patel Lease Facilities I agree. Anytime we need to visit these type of locations, we should have a law enforcement escort. Even if there is a spill or other emergency. We do not go to these places without a police escort. Ed Brannon From: Frost, Paul Sent: Tuesday, July 01, 2008 11:08 AM To: Brannon, Ed Cc: Curtis, Dave Subject: Los Angeles City Field - Manley Energy Resources - Patel Lease Facilities Ed: On June 26^^ Stacy and Iconducted a tease inspection and tank inventory on the Patel Lease in the Los Angeles City Field. The wells are idle (shut in) and securely fenced. The production tank (100 bbis) is empty, in secondary containment and fenced. The wells are located in the residential neighborhood (behind apartments) south of Temple Avenue on Bixel Street (1/4 mile west of Belmont High School. Bixel is a dead end street with the wells located at the end of the street. This neighborhood is a poor residential area with LA street gangs known to live in the neighborhood. Stacy and I drove by a group (5-8) of neighborhood male teenagers (apparently just hanging out) on Bixel on our way to inspect the wells. We finished the inspection and left the well site without incident. On our way out down Bixel, we passed the same group of teenage males. They were exhibiting gang behavior (gang hand signs, bandanas covering their faces, shirts pulled over their faces and heads). Stacy and I both expressed discomfort about being in the area until we got back on the main streets. On or about June 27*^ Dan Reyes - a contract pumper from Signal Hill, was meeting with the owner of the properties where the wells are located. He was discussing the possibility of returning the wells to production. During his meeting with the property owner, they visited the welt sites. While at the wells, they were approached by four to six male teenagers. Dan described the teenagers as shirt-less, displaying their tattoos and armed with hand guns in their waste bands. Some were resting their hands on the butt of their hand guns. Dan was instructed to "not make eye contact" with the gang members by the property owner. As Dan and the property owner were in Dan's pickup truck, they left the area. There was no additional confrontation with the teenage males. I recommend for future inspections of these wells, a request be made to have a Los Angeles police presence to accompany Division inspectors to and from the lease site. I have the utmost concern for the safety of the inspectors in this area of downtown Los Angeles. Ifeel this will be a prudent reaction to the climate in this neighborhood and for the safety of Division inspectors. Paul SI Saldivar, Christina From: Sent: To: Co: Subject: Saldivar, Christina Thursday, June 29, 2006 1:51 PM Baker, Rich; McCullough, Chris Myers, Carmen; Campion, Jim Manley wells... The following changes were made to WellStats today: "Status" for API# (037-18960) "Patel" 1 and API#(037-18961) "Patel" 2 in Los Angeles City field was changed from Plugged & Abandoned to "Idle". API# (037-23899) "Hatch" 1 was entered into WellStats as "Idle" eff. 6/29/2006. Manley Energy Resources, LLC (M1525) will remain an "Inactive" operator. If you have any questions.... contact Rich Baker :o) Good DOG! cs 1 [m1 525 037 8960 District Confidential Operator OP Code APlNumber ... jManley County Resources, LLC Status 037: Los Angeles • Status Date • Idle (5-Year) Lease Name Well Number }422;Los Angeles City jjJ jPatel Ground Etev. General Location 01/01/2005 BLM • [ 11 Entry Date Reporting Method 11 /1976 WH Location Remarks} History Well Types . WellType Status rir: GO Any A (422; Los Angeles City) # 00-NoPool Breakdown W OG . . 1WellStat 1WellType History Status; Status Date: BHjll : RESOURCES AGENCY OF CALIFORNIA DEPARTMENT OF CONSERVATION DIVISION OF OIL, GAS, AND GEOTHERMAL RESOURCES Field or County District Los Anqeles Citv District 1 (Cypress. California) Former owner B. G. Patel P1375 Date January 30, 2003 Well Name API Number Section Township Range Patel #1 037-18960 037-18961 Sec. 21 1S13W Sec. 21 1S-13W Patel #2 Description of the land uponwhich the well (s) Is (are) located. Lot 8 & 9, Block 26, Park Tract. From Intersection of c/l's of Temple St. and Firmin St., 704' SWIv alona c/l of FIrmin St anr 120' SEly at right angles. Date of transfer Manley Energy Resources, LLC New owner Type of organization 10/01/2000 (M1525) Core. 520 West Ash Street, Suite 200 Address: Tftlenhf)f^« San Diego. CA 92101 OG30A received January29, 2003 (revised) and signed by both parties Reoofted bv Confirmed bv OG30A Same as above New operator new status Designation of Agent PA Old operator new status John R. Walton III Remarks AB Agent and President Deputy Supervisor Signature OPERATOR STATUS ABBREVIATIONS PA - Producing Active R. K. Baker Floyd M. LeesonJ Operations Engineer FORM AND RECORD CHECK LIST NPA- No potential, Active Pi- Potential Inactive Form or Record NPI-No potential, Inactive Form 0GD121 AB-Abandoned or No More Wells Operator Card go: Update: Envir Dsk; File Initials Log Records Harold W. Bertholf, Inc. L.A. County Assessors WellStats, Cypress District 1 WellStats, Sacramento hck Production Reports Date Form or Record Initials Date Map and Book ' V3Uo'3 Well Records Conservation Committee OGDi56 12-2-98 Cypress 619/231-1900 (T^ Notice cancellations Bond Status EDP y Data Base aSE' ^TATE OF CALIFORNIA DEPARTMENT OF CONSERVATION DIVISION OF OIL AND GAS REPORT ON PROPOSED CHANGE OF WELL DESIGNATION Long Beach California November 2. 1981 B,. fi. Patel, Agent B. fi, Farel M/.P : ')T\'\ nPvAT-ly RIvH Lna Angeles, CA ? CARDS bond 90QS7 FORMS t'l-us 121 //ii Your request, dated-^ AuSMgt 2A, I98I welUs) in Sec.__21_, T IS ^ R 13W ^proposing to change the designation of S.B. Los Angeles R & m., County, District No. Los Angeles City ^ fjpiH ^ has been received. The proposed change in designation, in accordance with Section 3203, Public Resources Code, isauthorized as follows: Well 1 will hereafter be known as "Patel" 1 (037-18960), Well 2 will hereafter be known as "Patel" 2 (037-18961), EDP Update Center Conservation Connnlttee M. G. MEFFERD, State Oil and Gas Supervisor Ry For V , OCD157 ( 3-79-DWRR-1M) ^ F. Gaede, kcttn^eputy Supervisor RESOURCES AGENCY OF CALIFORNIA DEPARTMENT OF CONSERVATION DIVISION OF OIL AND GAS REPORT OF PROPERTY AND WELL TRANSFER Field or county DisUlct Lo8 Angeles City Date Former owner Novetnber 2, 1Q81 Estate of Mary Pletrzyk Name and location of well(s) Sec. 21-1S-13W 1 (037-18960) 2 (037-18961) Description of the land uF>on which the well(s) is (are) located Date of transfer, B. G. conveyance, or exchange Type of organization New owner sale, assignment, Patel Addr^s 2731 Beverly Blvd. Los Angeles, CA 90057 Individual Telephone No. 383-3182 2-11-81 Reported by Letter from Estate of Marv Pletrzvk dated 8-7-81. Confirmed by OGD30 from B. G. New operator new status Patel dated 8-24-81, Request designation of agent (status abbreviation) B. G. Patel PA Old operator new status Remarks (status abbreviation) PI Signature Deputy Supervisor OPERATOR STATUS ABBREVIATIONS V. F. PA — Producing Active NPA — No Potentlai.Aetlve PI .. Potential inoctive NPI .•No Potenti al,Inaeti ve Ab • Abondoned or No More Wells FORM AND RECORD CHECK LIST Form or record Initials Date initials Form or record Form 0GD121 Map and book Form 0DG14^ Notice to be cancelled New well cords Well records Eiectrl c logs Production reports OCD156 ii2-77-csat^M) Gaede. Acting lSK im jme UL Bond stolus EDP update Center 1 nn L. A, C.f f ttae County Assessor Date . 19^ Division of Oil and Gas Gentlemen: This is to inform you that effective (j 7^ ^ff . tr / (date)\ Estate of Mary Pietrzyk transferred ownership of (old operator) the following described property to B. F, Patel (new operator) 2731 Beverly Blvd., Los Angeles, CA 90057 (new operator address) **** <^FF RTHFR ATTArHFn***** (legal description of property) Sec . 21 ^ T. IS ^ R. 13W ^ S.B. B.&M., Los Angeles City field (field or countv) county) NAME QIANg^ REQUESTED: 2. No. 1 CAPI 037-18960) No. 2 (API 037-18961) (I ist of we I Is) Patel 1 Patel 2 (If additional space is needed, use back of form.) (name of operator) t?i^O i-A9oaJ"?. (address) By 0GD30 (5-77-DWRR-5C) signature .. -l '1 - p. n_ .L). [ ar 8101043 EXHIBIT I PARCEL 1; Lots 8 and 9 in Block 26 of the Park Tract, in the City of Los Angeles, County of Los Angeles, State of California, as per map recorded in Book 7 Pages 26 and 27 of Miscellaneous Records of said County. EXCEPTING therefrom the Northerly 40 feet of said Lot 8, PARCEL 2: The Northerly 40 feet, front and rear, of Lot 8 in Block 26 of the Park Tract, in the City of Los Angeles, County of Los Angeles, State of California, as per map recorded in Book 7 Pages 26 and 27 of Miscellaneous Records of said County. at? ^06 ^ m /lut- ac 77^/^ -Jc ;c^y/ A A._ ycj!^ Z"^/rT/^z / /ir // ^ /p&'^eyuj i^sf^'ttp Or /yjnt^Y t3/y aJ Zjx-'fyz s yo rU /^S /es^ 0 Pei^ri-rccBA-^- /l-i/ - t ^ ^ Z^/S y ^ (2r^ / S 700 V • 7S SM 19 T5 SECOND REQUEST Division of Oil and Gas 5199 B« Pacific Coast Highway» Suite 309"N Long Beachf CA 90804 Gentlemen: This is to Inform you that effective August 10> 1975 (date) transferred ownership of Harv Pletrzvk (old operator) the following described property to Estate of Mary Pletrzyk (new operator) ( e BB ) 1. ^.togai (Correction: legal description Is not needed for this transfer.) Sec* 21 . T. 1 8. , R. 13 W.,S.B, B & M Los Angeles City (field or county) 2. fb Ho, 1 (037«1896a) and Mo. 2 (037-18961) (list of wells) (If additional space Is needed, use back of form) Mr. Raymond Pletrzyk, Executor Estate of Mary Pletrzyk 206 SB 113 Portland, Oregon 97216 (name of operator) ' ^ I I: (address) M: ^ U«lQ-75 Form 40 (10/71) .40 .qumm 020.. mdo 024 .20 2.x; 2 as omzmomm • 0>z7^. ^9, A^-7?/^/S-/3ZJ mL. tytyy\jt^ 'tp HAZEL E. SCOTT 317 N. Boylston Street LOS ANGELES, OA. 90012 n ^jrMo A/l> V/^/R 2 SlcU S£ //3 ^^MT/ah'X) -OTi^. 97:^/^ IV T Form tOQ-X STATE OF CALIFORNIA flS9Sa-70S 2.ST 2S00 OSP DEPARTMENT OF CONSERVATION DIVISION OF OIL AND GAS Report on Test of Water Sliut-o£ No. T. or Special Report on Operations Witnessed Page -z. y/c / Weil No.. Sec. R.. 3. & M. At / fS fAJ Hns aJ^ , StJ7 fS y^ /yyc>nf$A~> ^ Off 7 hH£ CrfZCUA^ O 3. Mm P.crrttvK t*^t r'o-r /^5 A UoL^ fi'^4>>suc.-ryoK) i sk.o.J ifO fycn (^TfHsnfAJC Tf^AjK /5 E. R. MURRAY-AARON State Oil and Gas Supervisor d By .Deputy RESOURCES AGENCY OF CALIFORNIA FORM 156 • *-yA DEPARTMENT OF CONSERVATION DIVISION OF OIL AND GAS REPORT OF PROPERTY AND WELL TRANSFER •'•7^ Field or County Los Angelas City District ;•' Ton and Hary Fietrsyk Former Owner: Mareti 22, IHS Date Description of Property foe* 21, T» I S«, K* 13 V«, S« B* !• & ll« List of Wells - Bo. 1 (037-18960) Ho. 2 (037-18961) -js;- ^ 'j-' " ''mi; sf-" >^V ' " -'••y Date of Transfer January 1, 1968 New Owner: MABY PIBTIZYK Address: 324 Finaln Street -t Ina Angelea, Calif. 90026 Telephone No. Type of Organization Reported by: lodividual Mary Fletryik (Sept. thru Bee*, 1967, Production loport) Confirmed by: New Operator New Status , old Operator New Status PI Ifo Request Designation of Agent Ab Remarks: «8 cct F. B. Kaaline Production Dept. Coaaervatlon Connittee INITIALS Form 121 ,/ New Well Girds , Well Records ^ DATE // ,^ 1 PA—Producing Active t NPA—Non Potential Active ! Book PI—Potential Inactive NPI—Non Potential Inactive Form 148 Notice to be cancelled Bond status -A LEGEND <- Electric Logs Production Reports IL DeputT Supervisor Ab—Abandoned or No More Wells — /o 7ie«S-T0B 8.S6 3M (S; OSP PORM 110 d STATE OF CALIFORNIA DEPARTMENT OF CONSERVATION DIVISION OF OIL AND GAS MONTHLY OIL, WATER AIJD GAS PRSSL^CItOL' AMD GAS DlSPOSIIiOM REPORT SUBMIT IN DUPLICATE •r Division T^• • • of Oil and Gas, T0 Field Los Cminty los Ar.-'eli?3 Month coveredSeotsHiber by report through InglevvOOl. Citv December196? Pietrzvk (Namtof Oporitor} 32]i 71rr-in St.^ Los 90026 6-8QQ!> (Telephone No.) NOTE: Report actual production (NOT SALES). List gll wells except those officially abandoned. Use Form 110-B for water injection wells. WELL No. BARRELS OF CLEAN OIL BARRELS OF PRODUCED PRODUCED WATER (Title) GROSS GAS Cravitv PRODUCED j)v>. i.ii-lc .. in,.' ,, Idle or Shuc-in •V . . (.lonipliHctl during Month . Al'.uuioncd during .^^onth Gas Blown to Air. Note: Gross gas is total wcU production less any gas used for gas lift in the well itself. (' lii'luirt t ,! : '• i"!...-.-' /o V/I - h f M . 7 . -. 17, Vi, '..//V- H.-to//rrex Corff) t Form 1B6 STATE OF CAUlPORNiA i DEPARTMENT OF NATURAL RESOURCE' DIVISION OF OIL AND GAS REPORT OF PROPERTY AND WELL TRANSFER L>» An :«lC8 Clly Field or County Former Owner: 'V Description^of Property of tlmm 'iiwwvitor Curtlri, l«on 0« L^t 9» Sly 20' ZxVt 9# F*rk Tt*# and rear* Blsok 26» Park Tp» List of Wells District 1 Date Maroh 7 1956 fWUrtl lb, 1 «ld 2 0 z t ."j- « 'iis I *1 0 Z M 1! b * 4 0 r* •> z o < » 5 T 9 .'vX"'*!] Janmvy !« 1956 Date of Tmnsfer New Owner: Ibnt & Htjry Address: 32^ Tirttln torn Ang«l«t 26» CallforciLt Telephone No. Type of Organization JaiUlt VSntmW Reported by: Confirmed by: Lwjfi B. Valla (Xattari of January 1^ and Pitomary 37» 1956) Toe A M«ry (ZattoT of Jomjaiy 19* 1956) New Operator New Statxis PA , Old Operator New Status Request designation of agent for the following County. LoS An. dlaS AB Remarks: A GC- Kr K U Prod Dapt Conaarv&tion OoMdttaa DATE INITIALS Deputy Suptruiio^^ ?i ^ Form 121 New Well Cards u Well Records u- LEGEND PA—Producing Active Electric Logs Production Reporu Map and Book Form 148 Notice to be cancelled . A'" Lfi '••TX <' b w5 NPA—Nod Potential Active PI—Potential Inactive NPI—Non Potential Inactive Ab—Abandoned or No More Wells Note—If Transfer Does Not Change Overall Status Enter "No Change" I7«oo t-as e700 ® bpo ],• -tir -ft g 'ii4 *< *• M. T '-J H O Ti .-•fl . •g .1,11 •"•51- 3 r S-'l :S- - «•• - •A '>^>3/ =, "§- W- « 1'J3 J lol) aivi Kr: jd ^ n- ^ S S! FOLLOW-UP February 21 1956 Mr Leon B Valla I^cutor Estate of Ema J Curtin 51^ Horth Sycamore Street Santa Ana California Dear Sir Thank you for your letter of February 1?, 1956, giving us inforration con cerning the transfer of veils Ko, 1 and 2, Los Angeles City field, to Mr, and Mrs, Thonas Pietrskgr* We have now been informed hy the new operators that January 1, 1956, is the effective date of the transfer of the wells to them. Therefore, in view of the fact that you have filed production reports from July 1 to Deceirber 31, 1955, inclusive, and,as you say, it would simplify the reporting of future production for the next period, we shall transfer the wells using January 1, 1956, as the effective date of the transfer, unless we hear from you to the contrary. Thank you for your consideration in this matter. Tours truly Co, 0 ^ R W WALUNG Deputy S\]pervisor Mote Address reply to attention of Mr R Crowder n lib C t2r € i'f Cci/ r- c r DIVISION OF Oil AMD 6AS p ^ r O FEB 2 0 tos c*.u.-uiifiiA Santa Ana Calif^Feb,17,1956 State of California Department of Natural Resources Division of Oil and Oas Los Axigeles, California* Attention Mr*R*Crowder Dear Mr Conrder: Your letter of February 14, 1956 regarding transfer of oil wells I and 2, City of Los Angeles, to Mr.and Mrs.Thomas Pletrzyk. November 1,1955 is the correct date of the transfer- I got the wrong idea,that making my report for the period July I, 1955 to January I, 1956,to include the production for the months of November and December would simplify the reporting by the Pietrzyk's for the next period of reporting. The net production for the month of November was 170 barrels and 178 barrels for the month of December. Sorry if I caused any trouble in completing your records. Yours very truly. Leon B*Valla,Executor Estate of Emma J.Curtin OIVISION 01- OIL AHi) 6Aj B t? C 5 I V 5 » JAN 1 6 1958 Santa Ana Calif» jran»I4«X956 Stata of California Department of Natural Resources Division of Oil and Gas Oil wells Firmin Street Estate of Emma J>Curtin I0I5 West Olympic Boulevard Los Angeles 15,California- Re; Oil production Firmin St.,oil wells Dear R.W.Walling: Referring to your letter of January 13, regarding production report for the months of July through December, I965. Report delayed account waiting for production statement from the Oil Producers Association of Los Angeles buyers of the oil.for the months of November and December, 1955. The property has been sold to Thomas Pietrzyk and Mary Pietrzyk, { husband and wife living on the premises,address 324 Firmin Street,Los Angeles,Calif. I am mailing a copy of the report for the period July I,to December 31, 1955,to Thomas and Mary Pietrzyk for their information showing how the report is to be made out. Also sending them a suppjy of Form IIO for making futiire report to your office. I suggest that you inatxnict them how to make the report. Yours truly. Leon B*Valla, Executor Copy to Mr* and Mrs.Pietrzyk ^ ^ i/ Estate of Emma J.Curtin y >eyvr V, . .r:-. J DlVbJON OF Oil ANiD GAS r - ^ JAN 2 A IQ-R tos ANliCLti, w.u.c»ili«i»A January 19, 1956 Division of Oil & Gas 1015 West Olympic Blvd. Los Angeles 15, Calif. Attention: Mr. P. W. Betts Dear Sir: We received your letter and you were Informed correctly. On January 1, 1956 we acquired wells No, 1 and 2, located on Lot 9, southerly 20 feet of Lot 8, Park Tract, and the northerly 40 feet, front and rear. Lot 8, block 26, Park Tract, Los Angeles City field, from Estate of Emma J. Curtin, Leon B. Valla, Executor. Well mentioned above transfered to us on November 1955- The wells will be ran and taken care of as they were before. We have completed the enclosed questionnaire and are returning it with this reply. Yours truly. Tom & Mary Piet 1 Incls Completed Questionnaire •3 629 South Hill Street, Lot Angeles lU, California, September 23, I9U3. Mr. S. S. Bash, State Oil and Oas Saperrisor, San Brand SCO 11, California. Bear Sir: Xbraa J. Cnrtln (operator of two wells located on Lot 9 and soatherl/ 20 feet of Lot 8, Park Tract, and northerly UO feet, front and rear, of Lot 8, Block 26, Park Tract, the addresses of which are 3IS and 31^ Birmin Street, in the Los Angeles City field) died on Janoary 11, IQU3. On the sane date Leon B. Talla becane the ezseutor of the estate. This information is contained in a production report dated September 13, 1^H3, filed by Mr. Talla. Ve are therefore changing our records to show the new operator as Bstate of Bmma J. Cartin, Leon B. Talla, Bzeeator. form for the appoint* BMnt of an agent for Los Angeles County should be sent to the new operator c/o Blka Club, Santa Ana. Toura truly. Deputy Superriso ffJCiuy cc * M. Cooley Cerr»ctiDns Madt at r-'ollows: l^onn 114 II J15_ By VChom 121 148 Cartis- Productian Report. Wnll Records ( Fold.r.4 ( rN'l.n FU-ld Maps Map BccSc JC(J . -OYD Snyder Louis T. Fti iJiiyii.illji'J ^ GAS f Snyder akd Fletcher X 9 ,\. '' _ jq Attorneys at Law SLP2 Z 1124 Fair Oaks Avenue South Pasadena, California j ry^ si----; Los Anoei.es Phone FYhamid i-sioe So.Pasadena Phone SYoamore o-l7t7 ~C3 -1-JS960 September 21, 1943 Division of Oil and Gas Department of Natural Resources State Building 215 West First Los Angeles 12 California Re Estate of Emma J. Curtin, deceased Gentlemen: Here-with is original and copy of monthly Oil and Gas Production Report from January 1, to June 30, inclusive, for Emma J. Curtin, on tvjo wells located in the Los Angeles area, together with statement of Mrs. Curtin's status, the forms being signed by Leon B. Valla, executor of her estate. I trust you will find these reports in order. Very cordially yours WC3;k SNTDER AND By V. CLOYD FLETCHER