Loading...
Ninyo & Moore (Mar 2013) • • (A'vtf Cefq CITY OF RANCHO PALOS VERDES PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT ("Agreement") is made and entered into this 5th day of March, 2013 by and between the City of Rancho Palos Verdes (hereinafter referred to as the "CITY") and Ninyo & Moore (hereafter referred to as "CONSULTANT"). IN CONSIDERATION of the covenants hereinafter set forth, the parties hereto agree as follows: ARTICLE 1 SCOPE OF SERVICES 1.1 Project Description The project (hereinafter "Project") is described as follows: CONSULTANT shall provide Geotechnical Observation and Materials Resting services for the CITY's San Ramon Canyon Stormwater Flood Reduction Project. 1.2 Description of Services CONSULTANT shall provide: geotechnical support and oversight of all land movement monitoring instrumentation, including installation and reading when required and interpreting and reporting the data collected; geotechnical consulting services, including the review of submittals and responding to RFIs, mapping geological exposures, evaluating and documenting tunnel conditions, providing geological oversight during the installation of caissons and tie-back anchors and providing testing of compacted fills and concrete work; the preparation of geotechnical reports and extensive regular documentation; and submission of a final as-built geotechnical report upon completion of the Project. These services are more fully described in CONSULTANT's Proposal, which is attached hereto as Exhibit "A" and incorporated herein by this reference. In the event of any conflict between the terms of this Agreement and any incorporated documents, the terms of this Agreement shall control. 1.3 Schedule of Work Upon receipt of written Notice to Proceed from the CITY, CONSULTANT shall perform with due diligence the services requested by the CITY. Time is of the essence in this Agreement. CONSULTANT shall not be responsible for delay, nor shall CONSULTANT be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, or acts of God, or the failure of CITY to furnish timely information or to approve or disapprove CONSULTANT's work promptly, or delay or faulty performance by CITY, other consultants/contractors, or governmental agencies, or any other delays beyond CONSULTANT's control or without CONSULTANT's fault. Page 1 of 11 R6876-0001\1535207v2.doc Agreement for Professional Services • 4110 ARTICLE 2 COMPENSATION 2.1 Fee CITY agrees to compensate CONSULTANT an amount not to exceed two hundred and forty six thousand dollars, five hundred and ninety six dollars and no cents ($246,596.00)for services as described in Article 1. 2.2 Payment Address All payments due CONSULTANT shall be paid to: Ninyo & Moore 475 Goddard, Suite 200 Irvine, CA 92618 2.3 Terms of Compensation CONSULTANT shall submit monthly invoices for the percentage of work completed in the previous month. CITY agrees to authorize payment for all undisputed invoice amounts within thirty (30) days of receipt of each invoice. CITY agrees to use notifyCONSULTANT of anydisputed invoice amounts or claimed its best efforts to completionpercentages within ten (10) days of the receipt of each invoice. However, CITY's failure to timely notify CONSULTANT of a disputed amount or claimed completion percentage shall not be deemed a waiver of CITY's right to challenge such P p g amount or percentage. Additionally, in the event CITY fails to pay any undisputed amounts due CONSULTANT within forty-five (45) days after invoices are received by CITY then CITY agrees that CONSULTANT shall have the right to consider said default a total breach of il' this Agreement and be terminated by CONSULTANT without liability to CONSULTANT upon ten (10) working days advance written notice. 2.4 Additional Services CITY may request additional specified work under this Agreement. All such work by must be authorized in writingthe CITY's Director of Public Works prior to commencement. CONSULTANT shall perform such services, and CITY shall pay for such additional services in accordance with CONSULTANT's Schedule of Hourly Rates, which is within Exhibit "A". The rates in Exhibit "A" shall be in effect through the end of this Agreement. 2.5 Term of Agreement Page 2 of 11 R6876-0001\1535207v2.doc Agreement for Professional Services • This Agreement shall commence on March 6, 2013 and shall terminate either thirtyda s after filing of the Notice of Completion for Project, or on October v 14, 2014 whichever occurs soonest, unless sooner terminated pursuant to Article 4 of this Agreement. ARTICLE 3 INDEMNIFICATION AND INSURANCE 3.1 Indemnification, Hold Harmless, and Duty to Defend (a) Indemnity for Design Professional Services. In connection with its professional n services and to the extent allowed by law, CONSULTANT shall hold harmless and indemnify CITY, and its officials, officers, employees, agents and independent contractors serving in the role of CITY officials, and designated volunteers (collectively, "Indemnitees"), with respect to any and all claims, demands, causes of action, damages, injuries, liabilities, losses, costs or expenses, including reimbursement of attorneys' fees and costs of defense (collectively, "Claims" hereinafter), including but y injury property, limited to Claims relating to death or injury to any person and injury to any p p ert y, which arise out of, pertain to, or relate to in whole or in part to the negligence, recklessness, or willful misconduct of CONSULTANT or any of its officers, employees, or agents in the performance of its design professional services under subcontractors, g this Agreement. (b) Other Indemnities. In connection with any and all claims, demands, causes of action, damages, injuries, liabilities, losses, costs or expenses, including attorneys' fees and costs of defense (collectively, "Damages" hereinafter) not covered v by Section 3.1(a), and to the extent allowed by law, CONSULTANT shall defend, hold harmless and indemnify the Indemnitees with respect to any and all Damages, including but not limited to, Damages relating to death or injury to anyjg:§ovrNirinjury to any property, which arise out of, pertain to, or relate to the acs "Or omissions of CONSULTANT or anyof its officers, employees, subcontractors, or agents in the performance of this Agreement, except for such loss or damage arising from the sole negligence or willful misconduct of the CITY, as determined by final arbitration or court decision or by the agreement of the parties. CONSULTANT shall defend Indemnitees in anyaction or actions filed in connection with any such Damages with counsel of C1TY's choice, and shall pay all costs and expenses, including all attorneys' fees and experts' costs actuallyincurred in connection with such defense. Consultant's duty to defend pursuant to this Section 3.1(b) shall apply independent of any prior, concurrent or subsequent misconduct, negligent acts, errors or omissions of Indemnitees. (c) All duties of CONSULTANT under Section 3.1 shall survive termination of this Agreement. 3.2 General Liability Page 3 of 11 R6876-000111535207v2.doc Agreement for Professional Services 110 CONSULTANT shall at all times during the term of the Agreement carry, maintain, and keep in full force and effect, a policy or policies of Commercial General LiabilityInsurance, with minimum limits of one million dollars ($1,000,000) for each occurrence and two million dollars ($2,000,000) general aggregate for bodily injury, death, loss or property damage for products or completed operations and any and all other activities undertaken by CONSULTANT in the performance of this Agreement. Said policy or policies shall be issued by an insurer admitted to do business in the State of California and rated in A.M. Best's Insurance Guide with a rating of A:VII or better. 3.3 Professional Liability CONSULTANT shall at all times during the term of this Agreement, carry, maintain, and keep in full force and effect a policy or policies of professional liability insurance with a minimum limit of one million dollars ($1,000,000) per claim and aggregate re ate for errors and/or omissions of CONSULTANT in the performance of this Agreement. Said policy or policies shall be issued by an insurer admitted to do business in the State of California and rated in Best's Insurance Guide with a rating of A:VII or better. If a "claims made" policy is provided, such policy shall be maintained in effect from the date ofP erformance of work or services on the CITY's behalf until three (3) years after the date of work or services are accepted as completed. Coverage for the post-completion letion period may be provided by renewal or replacement of the policy for each of the three (3) years or by a three-year extended reporting period endorsement, which reinstates all limits for the extended reporting period. If any such policy and/or policies have a retroactive date, that date shall be no later than the date of first performance of work or services on behalf of the CITY. Renewal or replacement policies shall not allow for any advancement of such retroactive date. 3.4 Automobile Liability CONSULTANT shall at all times during the term of this Agreement obtain, in full force and effect, a policyor policies of Automobile Liability maintain, and keep Insurance, with minimum of one million dollars ($1,000,000) per claim and occurrence and two million dollars ($2,000,000) in the aggregate for bodily injuries or death of one person and five hundred thousand dollars ($500,000) for property damage arising from one incident. 3.5 Worker's Compensation CONSULTANT agrees to maintain in force at all times during the performance of work under this Agreement worker's compensation insurance as 'I rl required by the law. CONSULTANT shall require any subcontractor similarly y to provide such compensation insurance for their respective employees. 3.6 Notice of Cancellation Page 4 of 11 86876-000111535207v2.doc Agreement for Professional Services • (a) All insurance policies shall provide that the insurance coverage shall not be cancelled or modified by the insurance carrier without thirty (30) days prior written notice to CITY, or ten (10) days notice if cancellation is due to nonpayment of premium. Additionally, CONSULTANT shall provide immediate notice to the City if it receives a cancellation or policy revision notice from the insurer, (b) CONSULTANT agrees that it will not cancel or reduce any required insurance coverage. CONSULTANT agrees that if it does not keep the aforesaid insurance in full force and effect, CITY may either immediately terminate this Agreement or, if insurance is available at a reasonable cost, CITY may take out the necessary insurance andpaY, at CONSULTANT's expense, the premium thereon. 3.7 Certificate of Insurance At all times during the term of this Agreement, CONSULTANT shall maintain on file with the CITY Clerk a certificate of insurance showing that the aforesaid policies are in effect in the required amounts. The commercial general liability policy shall contain endorsements naming the CITY, its officers, agents and employees as additional insureds. 3.8 Primary Coverage The insurance provided by CONSULTANT shall be primary to any available to CITY, The insurance policies (other than workers compensation coverage and professional liability) shall include provisions for waiver of subrogation. ARTICLE 4 TERMI NATION 4.1 Termination of Agreement (a) This Agreement may be terminated at any time, with or without cause, by the CITY upon thirty (30) days prior written notice. This Agreement may be terminated by CONSULTANT only for cause upon ninety (90) days prior written notice. Notice shall be deemed served if completed In compliance with Section 6.14. (b) In the event of termination or cancellation of this Agreement by CONSULTANT or CITY, due to no fault or failure of performance by CONSULTANT, CONSULTANT shall be paid compensation for all services performed by CONSULTANT, in an amount to be determined as follows: for work satisfactorily done in accordance with all of the terms and provisions of this Agreement as determined by the CITY, CONSULTANT shall be paid an amount equal to the percentage of services performed prior to the effective date of termination or cancellation in accordance with the work items; provided, in no event shall the amount of money paid under the Page 5 of 11 R6876-000111535207v2.doc Agreement for Professional Services • foregoing provisions of this paragraph exceed the amount which would have been paid to CONSULTANT for the full performance of the services described in this Agreement. ARTICLE 5 OWNERSHIP OF DOCUMENTS 5.1 Ownership of Documents and Work Product All documents, plans, specifications, reports, information, data, exhibits, photographs, ima es, video files and media created or developed by CONSULTANT images, pursuant to this Agreement ("Written Products") shall be and remain the property of the CITY without restriction or limitation upon its use, duplication or dissemination by the CITY. All Written Products shall be considered "works made for hire," and all Written Products and any and all intellectual property rights arising from their creation, including, but not limited to, all copyrights and other proprietary rights, shall be and remain the property of the CITY without restriction or limitation upon their use, duplication or dissemination by the CITY. CONSULTANT shall not obtain or attempt to obtain copyright protection as to any Written Products. CONSULTANT hereby assigns to the CITY all ownership and any and all intellectualro ert rights to the Written Products that are not otherwise vested in the p p Y CITY pursuant to the paragraph directly above this one. CONSULTANT warrants and represents that it has secured all necessary licenses, consents or approvals to use any instrumentality, thing or component as to which any intellectual property right exists, including computer software, used in the rendering of the services and the production of all Written Products produced under this Agreement, and that the CITY has full legal title to and the right to reproduce the Written Products. CONSULTANT shall defend, indemnify and hold the CITY, and its elected officials, officers, employees, servants, attorneys, designated volunteers, and agents servingas independent contractors in the role of CITY officials, harmless from any loss, p. CITY's • claim or liabilityin any way related to a claim that use of any of the Written Products is violating federal, state or local laws, or any contractual provisions, or any laws relating to trade names, licenses, franchises, copyrights, patents or other means of protecting intellectual property rights and/or interests in products or inventions. CONSULTANT shall bear all costs arising from the use of patented, copyrighted, trade secret or trademarked documents, materials, equipment, devices or processes in connection with its provision of the services and Written Products produced under this Agreement. In the event the use of any of the Written Products or other deliverables hereunder by the CITY is held to constitute an infringement and the use of any of the same is enjoined, CONSULTANT, at its expense, shall: (a) secure for CITY the right to continue using the Written Products and other deliverables by suspension of any injunction, or by procuring a license or licenses for CITY; or (b) modify the Written Products and other deliverables so that they become non-infringing while remaining in Page 6 of 11 R6876-000111535207v2.doc Agreement for Professional Services • compliance with the requirements of this Agreement. This covenant shall survive the termination of this Agreement. Upon termination, abandonment or suspension of the Project, the CONSULTANT shall deliver to the CITY all Written Products and other deliverables related to the Project without additional cost or expense to the CITY. If CONSULTANT a document on a computer, CONSULTANT shall provide CITY with said prepares document both in a printed format and in an electronic format that is acceptable to the CITY. ARTICLE 6 GENERAL PROVISIONS 6.1 Representation The CITY representative shall be the Director of Public Works or his or her CONSULTANT shall notify and CITY of CONSULTANT's designated representative. These individuals shall be the primary contact persons for the parties regarding performance of this Agreement. 6.2 Fair Employment Practices/Equal Opportunity Acts In theP erformance of this Agreement, CONSULTANT shall comply with all applicable provisions of the California Fair Employment Practices Act (California PP Government Code Sections 1294048), the applicable equal employment provisions of the Civil Rights Act of 1964 (42 U.S.C. 200e-217), and the Americans with Disabilities g Act of 1992 (42 U.S.C. § 11200, et seq.). 6.3 Personnel CONSULTANT represents that it has, or shall secure at its own expense, personnel required to perform CONSULTANT'S services under this Agreement. Any all q who performs engineering services pursuant to this Agreement shall be licensed as a Civil En Parson 9ineer by the State of California and in good standing. CONSULTANT shall make reasonable efforts to maintain the continuity of CONSULTANT's staff who are assigned to perform the services hereunder and shall obtain the approval of the g Director of Public Works of all proposed staff members who will perform such services. CONSULTANT may associate with or employ associates or subcontractors in the performance of its services under this Agreement, but at all times shall CONSULTANT be responsible for its associates and subcontractors' services. 6.4 CONSULTANT'S Representations CONSULTANT represents, covenants and agrees that: a) CONSULTANT islicensed, qualified, and capable of furnishing the labor, materials, and expertise P Page 7 of 11 R6876-000111535207v2.doc Agreement for Professional Services IP necessary to perform the services in accordance with the terms and conditions set forth in this Agreement; b) there are no obligations, commitments, or impediments of any kind that will limit or prevent CONSULTANT's full performance under this Agreement; c) to the extent required by the standard of practice, CONSULTANT has investigated and considered the scope of services performed, has carefully considered how the services should bep erformed, and understands the facilities, difficulties and restrictions attending performance of the services under this Agreement. 6.5 Conflicts of Interest CONSULTANT agrees not to accept any employment or representation during the term of this Agreement or within twelve (12) months after completion of the work under this Agreement which is or may likely make CONSULTANT "financially interested" (as provided in California Government Code Sections 1090 and 87100) in any decisions made by CITY on any matter in connection with which CONSULTANT has been retained pursuant to this Agreement. 6.6 Legal Action (a) Should either party to this Agreement bring legal action against the other, the validity, interpretation, and performance of this Agreement shall be controlled by and construed under the laws of the State of California, excluding California's choice of law rules. Venue for any such action relating to this Agreement shall be in the Los Angeles County Superior Court. (b) If any legal action or other proceeding, including action for declaratory relief, is brought for the enforcement of this Agreement or because of an alleged dispute, breach, default or misrepresentation in connection with this Agreement, theprevailin party shall be entitled to recover reasonable attorneys' fees, experts' fees, p 9 • and other costs, in addition to any other relief to which the party may be entitled. (c) Should any legal action about a project between CITY and a party other than CONSULTANT require the testimony of CONSULTANT when there is no allegation that CONSULTANT was negligent, CITY shall compensate CONSULTANT for its testimony and preparation to testify at the hourly rates in effect at the time of such testimony. 6.7 Assignment Neither this Agreement nor any part thereof shall be assigned by CONSULTANT without the prior written consent of the CITY. Any such purported assignment without written consent shall be null and void, and CONSULTANT shall hold g ' ' harmless, defend and indemnify the CITY and its officers, officials, employees, agents and representatives with respect to any claim, demand or action arising from any unauthorized assignment. Page 8 of 11 86876-0001\1535207v2.doc Agreement for Professional Services Notwithstanding the above, CONSULTANT may use the services of persons and entities not in CONSULTANT's direct employ, when it is appropriate and customary to do so. Such persons and entities include, but are not necessarily limited to, surveyors, specialized consultants, and testing laboratories. CONSULTANT's use of subcontractors for additional services shall not be unreasonably restricted by the CITY provided CONSULTANT notifies the CITY in advance. 6.8 Independent Contractor CONSULTANT is and shall at all times remain, as to the CITY, a wholly independent contractor. Neither the CITY nor any of its agents shall have control over the conduct of CONSULTANT or any of the CONSULTANT's employees, except as herein set forth, and CONSULTANT is free to dispose of all portions of its time and activities which it is not obligated to devote to the CITY in such a manner and to such persons, firms, or corporations as the CONSULTANT wishes except as expressly provided in this Agreement. CONSULTANT shall have no power to incur any debt, obligation, or liability on behalf of the CITY or otherwise act on behalf of the CITY as an agent. CONSULTANT shall not, at any time or in any manner, represent that it or any of its agents, servants or employees, are in any manner agents, servants or employees of CITY. CONSULTANT agrees to pay all required taxes on amounts paid to CONSULTANT under this Agreement, and to indemnify and hold the CITY harmless from any and all taxes, assessments, penalties, and interest asserted against the CITY by reason of the independent contractor relationship created by this Agreement. CONSULTANT shall fully comply with the workers' compensation law regarding CONSULTANT and its employees. CONSULTANT further agrees to indemnify and p hold the CITY harmless from any failure of CONSULTANT to comply with applicable workers' compensation laws. The CITY shall have the right to offset against the amount of any fees due to CONSULTANT under this Agreement any amount due to the CITY from CONSULTANT as a result of its failure to promptly pay to the CITY any reimbursement or indemnification arising under this Article. 6.9 Titles The titles used in this Agreement are for general reference only and are not part of the Agreement. 6.10 Entire Agreement This Agreement, including any other documents incorporated herein by specific reference, represents the entire and integrated agreement between CITY and CONSULTANT and supersedes all prior negotiations, representations or agreements, either written or oral. This Agreement may be modified or amended, or provisions or breach may be waived, only by subsequent written agreement signed by both parties. Page 9 of 11 86876-000111535207v2.doc Agreement for Professional Services • 6.11 Construction In the event of any asserted ambiguity in, or dispute regarding the interpretation of any matter herein, the interpretation of this Agreement shall not be resolved by any rules of interpretation providing for interpretation against the party who causes the uncertainty to exist or against the party who drafted the Agreement or who drafted that portion of the Agreement. 6.12 Non-Waiver of Terms, Rights and Remedies Waiver by either party of any one or more of the conditions of performance under this Agreement shall not be a waiver of any other condition of performance under this Agreement. In no event shall the making by the CITY of any payment to CONSULTANT constitute or be construed as a waiver by the CITY of any breach of covenant, or any default which may then exist on the part of CONSULTANT, and the making any such payment by the CITY shall in no way impair or prejudice any right or Y remedy available to the CITY with regard to such breach or default. 6.13 Severability If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 6.14 Notice Except as otherwise required by law, any notice or other communication authorized or required by this Agreement shall be in writing and shall be deemed received on (a) the day of delivery if delivered by hand or overnight courier service during CONSULTANT'S or CITY's regular business hours or (b) on the third business day following deposit in the United States mail, postage prepaid, to the addresses listed below, or at such other address as one party may notify the other: To CITY: Les Jones, Interim Public Works Director City of Rancho Palos Verdes 30940 Hawthorne Blvd. Rancho Palos Verdes, CA 90275 To CONSULTANT: James Barton, N i nyo & Moore 475 Goddard, Suite 200 Irvine, CA 92618 Page 10 of 11 R6876-000111535207v2.doc Agreement for Professional Services • • IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the date and year first above written. Dated: 3 � Z- //3 NINYO & MOORE (" SULTANT") By: 79-'''‘ Printed Name: �/ ""C3 647-1-Thr"/ Title: 5eAif ,cc- 6 '- s / By: /Iii.. . i'; Printed Name: LI1tU' ,V15 J/A/JEIV' Title: Ot (CFOLOG/577 Dated: *4/0 CITY OF RANCHO PALOS VERDES ("CITY") By: ayor ATTEST: APPROVED AS TO FORM: 5By: By: City Clerk City Attorney Page 11 of 11 R6876-0001\7535207v2.doc Agreement for Professional Services • 110 Exhibit "A": Consultant's Proposal, including Schedule of Hourly Rates Exhibit"A" R6876-000111347726v1.doc it **it ifi & dtlM �J iIR qt.. •4'ST . Ate. isI/ 1ngo _ r Gets •(rriwAi.4r1c f nvitonmcniA;c ef'c is Conskdrontl October 3, 2012 Proposal No. 208342001 Mr. Ron Dragoo City of Rancho Palos Verdes Department of Public Works 30940 Hawthorne Boulevard Rancho Palos Verdes, California 90275 Subject: Proposal for Geotechnical Observation and Materials Testing Services San Ramon Canyon Storm Drain System Rancho Palos Verdes, California Reference: Ninyo& Moore, 2012, Geotechnical Evaluation, San Ramon Canyon, Storm Drain System, Palos Verdes, California, dated June 28. Dear Mr. Dragoo: In accordance with the request of Mr. Alan Braadvedt of KOA Corporation, Ninyo& Moore is pleased to submit this proposal for geotechnical and materials testing services during the con- struction of the San Ramon Canyon Storm Drain project located adjacent to Palos Verdes Drive South (PVDS) and 25th Street In Rancho Palos Verdes, California. We previously performed a geotechnical evaluation for the project the results of which were presented in our referenced report dated June 28, 2012. The purposes of our geotechnical and material testing services are to aid In evaluating the site conditions during construction and to evaluate the contractor's work relative to the conformance to the project plans and specifications. PROJECT PERSONNEL. We have attached resumes of key personnel who will be involved in the project. Jim Barton will be the project manager and will coordinate with the Contractor, representatives of the City of Rancho Palos Verdes and in-house personnel regarding monitoring and testing services as well as provide geological consulting during the project. Mr. Evan Price, registered geologist, will be the field geologist and will provide geologic mapping and monitoring the geotechnical instrumen- tation during the tunneling operations and wall construction. During the tunneling operations, Mr. Price will be on site full-time. Messrs. Michael Pearce and Daniel Chu will provide technical support for the project and periodically visit the site as appropriate. In addition to the key per- sonnel, we have several qualified professionals and field technicians who will assist in the project as appropriate. 475 Goddard,Suite 200 • Irvine.Caitt'n!r`►ia 92618 • Phone X949)753-7070 • rix 1949)75.3-7071 ...__.__.San 0iN,„ ,_ e •""'IDS Apejeles • Karg COlAttif093 • t7atian0 • 11 FtanttiSCO • Sauarrkttt0--0111111111 I,tc ,vegan • Phoet t • 1bc c n • itricrxr v ey • Denver • 8 Paso • Ncxstcan �°'�eaeM San Ramon Canyon Storm Drain System October 3,2012 Rancho Palos Verdes,California Project No.208342001 PROJECT UNDERSTANDING The project involves improving the drainage conditions within the existing the San Ramon Can- yon and along 25th Street as well as improving the stability of the slopes east of Palos Verdes Drive East (PVDE). The drainage improvements for the project will generally include the follow- ing: 1) a mid-canyon storm drain inlet with a 54-inch-diameter, steel pipe that extends approximately 4,050 lineal feet in the southwesterly direction to the sea bluff, 2) an inlet access road and drainage improvements extending from the upper switchback PVDE to the inlet, 3) grading a portion of the canyon with a subsurface drainage system, and 4) a maintenance ac- cess road traversing the hillside below PVDS. The steel pipe (storm drain)will be installed with a tunneling operation utilizing "rib and lagging" supports placed behind a fully shielded excavator for approximately 1,783 feet,jack and bore for approximately 279 feet and by conventional cut and cover method for approximately 1,965 feet with cuts ranging from approximately 11 feet to approximately 20 feet deep. Launching pits for the tunneling and jack and bore operation will be constructed with plan dimensions ranging from approximately 50 to 85 feet in length by 15 feet wide and up to approximately 22 feet deep. The inlet and outlet structures will involve reinforced concrete headwalls and warped wing walls supported on cast-in-drilled-hole piles with tie-back anchors. Fill soils up to approximately 40 feet will be placed behind the spillway of the inlet structure and above the canyon floor. A sub- drain system will be placed below the fill materials within the canyon. The project site is located within the South Shores Landslide. The South Shores landslide has been characterized as a relatively large block glide type failure and is currently considered dormant. The bedrock exposed within the landslide generally consists of large remnant blocks of highly fractured, sheared and discontinuous siltstone and siliceous siltstone of the Monterey Formation. Bedding is generally oriented to the west and south with the exception of the area near the inlet structure where folding has occurred. A separate landslide (Tarapaca Landslide) has been mapped below the inlet structure along the east side of the canyon. This landslide is considered active. In order to monitor potential slope movement and potential ground subsidence above the tunnel portion of the alignment, four slope inclinometers and four extensometers will be installed. In addition, an array of survey points will be established to evaluate shallow ground movement. The slope inclinometers will be installed above the sea bluff, adjacent to the launching pit for the tunnel operation, adjacent to the sewer easement east of the upper switchback PVDE and at 208342001 P3-rev 2.doc 2 #j/n,qo /4trinv San Ramon Canyon Storm Drain System October 3,2012 Rancho Palos Verdes, California Project No.208342001 the south end of Tarapaca Road along a sewer easement. The extensometers will be installed at the south side of PVDS, south side of the lower switchback PVDE, north side of the lower switchback PVDE and above the existing sewer line east of the upper switchback PVDE. We understand that the selected contractor will install the instrumentation. Monitoring of the instru- mentation will be performed by the geotechnical consultant. SCOPE OF SERVICES Based on our review of the project specifications, and our understanding of the proposed con- struction,we propose to provide the following scope of services: Geotechnical Monitoring • Project coordination, technical support, and management, including review of the contractor scheduling and submittals for survey data and instrumentation. • Observation of the Installation of the inclinometers and extensometers. • Initial readings of the inclinometers and extensometers will be obtained by our representa- tive and then two readings of the inclinometers prior to the start of construction. Subsequently, weekly readings of the inclinometers will be obtained during the grading and construction of the structures. Readings of the extensometers will generally be on a weekly basis with the exception of when the tunnel face is within 100 feet of an extensometer. At that point, daily readings will be obtained. • Data compilation and analysis of the monitoring data. Geotechnical and Materials Testing Services • Engineering consultations, including assistance during project bid phase, review of contrac- tor submittals and Requests for Information (RFI's). • Field engineer/geologist services for mapping geologic exposures, evaluation and docu- mentation of tunnel conditions, observation of overexcavation bottoms, foundation excavations, and subsurface drainage conditions, and to provide written recommendations as appropriate. • Field engineer/geologist services for observation of tie back anchor installations and testing of the anchors and to provide written recommendations as appropriate. • Field soils technician services for observation, sampling, and density testing during the placement of the canyon fill and trench backfill. • Field technician services sampling and testing during concrete placement, including check- ing slump and temperature, and casting of concrete cylinders. 208342001 P3-rev 2 doc 3 /yJngo&/ oore • San Ramon Canyon Storm Drain System October 3,2012 Rancho Palos Verdes,California Project No.208342001 • Preparation of daily reports, test data sheets, and field memoranda to document the items inspected. • Pick-up and transportation of construction material samples for testing at our laboratory. • Laboratory testing services including proctor density, sieve analysis, sand equivalent and concrete compressive strength testing. • Preparation of an as-built geotechnical report. ASSUMPTIONS Based on our experience with similar projects, the following assumptions have been made in the preparation of our scope of services: • Our services are subject to prevailing wage requirements. • Our services do not include the drilling and installation of the instrumentation of the exten- someters and inclinometers. We understand the contractor will be installing the instrumentation. • Inspection of reinforcing steel (rebar)will be performed by others. • Our services do not include sampling and testing grout associated with the tunneling. We understand the contractor will have an independent Concrete and Cement Reference La- boratory perform the appropriate sampling and testing. • Our services do not include a pre-construction survey of the structures and existing im- provements in the vicinity of the project. • The estimated costs are based on assumed time estimates for the various construction phases.A construction schedule was not available at the time of this proposal. Accordingly, the estimated costs should be reviewed when a construction schedule is available and re- vised as appropriate. • Our estimated fee does not include stand-by time or costs associated with retesting or rein- specting materials that were found not to be in compliance with the project plans or specifications. Our services will depend on the construction schedule and the contractor's operations. Hours spent that exceed those in the attached table will be billed on a time-and- materials basis. ESTIMATED FEE We propose to provide our services on a time-and-materials basis in accordance with the at- tached Schedule of Fees and Schedule of Fees for Laboratory Testing. We estimate that our fees for the above scope of work will be approximately $246,600 (two hundred forty-six thou- sand and six hundred dollars). 208342001 P3-rev 2.doc 4 Ningod.ffisore San Ramon Canyon Storm Drain System October 3,2012 Rancho Palos Verdes,California Project No.20834200/ Our estimate is partly based on the preliminary estimated schedule for the project of 250 calen- dar days, Including five months of full time monitoring and inspection during the tunneling operations. Based on the estimated project schedule, a review of our referenced report and the project specifications,we have prepared the attached Table 1 including our estimated hours and fees for the scope of work described above. Ninyo & Moore appreciates the opportunity to provide services on this project, and we look for- ward to working with you. Respectfully submitted, NINYO & MOORE /1James Barton, PG, CEG Lawrence Jansen, PG, CEG Senior Geologist Principal Geologist JJB/LTJ/lr Attachments:Resumes Table 1 --Breakdown of Estimated Fee Schedule of Fees Schedule of Fees for Laboratory Testing Distribution: (1) Addressee(via e-mail) 208342001 P3-new 2.doc 5 /'Ingo ,4not'e JAMES BARTON, PG, CEG PROJECT MANAGER/SENIOR GEOLOGIST EDUCATION Mr. Barton has extensive experience in engineering geology in southern California B.A.,Geology,1977,LaSalle College involving public work Improvements, pipelines, business park developments, large Post Graduate Studies,Geology,1978, commercial structures, major retail centers, education facilities, hospitals, highways and San Diego State University bridges. His experience includes exploration of varied geologic environments to evaluate geologic and seismic hazards. He is well versed in exploration techniques including REGISTRATIONS AND aerial photo interpretation, downhole logging, hollow stem and mud rotary drilling, air CERTIFICATIONS percussion, cone penetrometer, monitoring wells, fault trenching, and geophysical surveys. He has field construction experience with grading, blasting, landslide y � p •g shoring 3952(California) buttresses, subsurface drainage systems, ground modification techniques, shoring CEG 1301(California) systems, tie-back anchors, drilled foundations, and as-graded geologic Special inspector of Deep Foundations, evaluation/mapping. As Senior Geologist for Ninyo & Moore, Mr. Barton manages City of San Diego,No,276 projects including design investigations, construction observation and testing, and Radiological Safety and Gauge Use forensic evaluations. Certification,No.3288-59 REPRESENTATIVE PROJECT EXPERIENCE EXPERIENCE HIGHLIGHTS San Ramon Canyon Storm Drain System, Rancho Palos Verdes, California: Groundwater Recovery Plant Project for Project Manager and Senior Geologist for the evaluation of a proposed drainage South Coast Water District system along and near the San Ramon Canyon in Rancho Palos Verdes. The Rehabilitation of the East Aliso Creek proposed drainage improvements include construction of canyon subdrain systems, Emergency Sewer for South Orange partial canyon filling and buttressing of the Tarapaca Landslide, construction of 4,000 County Water District feet of 54 inch storm drain,nearly 2,000 feet of tunneling,construction of a mid-canyon Evaluation of Rose Canyon fault for inlet structure, construction of a sea-bluff outlet structure and construction of access Residential Developers roads in the relatively steep landslide and canyon terrain. Mr. Barton was responsible Asilomar Landslide Evaluation for the City for coordinating with the City of Rancho Palos Verdes representatives and the design of Los Angeles Public Works Department team and managing the geotechnical evaluation which included field geologic Multiple large business and residential mapping, exploratory borings to depths up to 131 feet, continuous core sampling, developments for private developers optical televiewer and suspension logging of boreholes, backhoe test pits, laboratory testing and engineering analysis. Multiple geologic cross sections were prepared to PROFESSIONAL evaluate the planned construction activities and slope stability. Mr. Barton co-authored AFFILIATIONS the geotechnical report which included design recommendations for the canyon grading, tunneling, material engineering properties, trenching, and inlet and outlet Association of Engineering Geologists foundation systems. Inlet and outlet structures involved temporary excavations utilizing South Coast Geological Society soldier piles and tie-back anchors. Soldier piles were also designed to stabilize planned access road slopes. Asilomar Boulevard Landslide, Pacific Palisades, California: Senior Geologist for the evaluation of an active landslide complex beneath Asilomar Boulevard in Pacific Palisades,California.The landslide extends from Asilomar Boulevard down a 200-foot- high slope to Pacific Coast Highway.The active movement of the landslide threatened to undermine the City-owned Asilomar Boulevard and impact lower properties occupied by two mobile home parks.The hillside terrain facing the ocean is underlain by tilted siltstone and shale beds of the Modelo Formation. The hillside includes several landslides and periodic slope movement has been documented since 1958. Mr. Barton coordinated with the design team and developed an exploration program to evaluate the slope stability and subsurface conditions for the repair of the landslide. The exploration included geologic mapping,large and small diameter borings up to 90 feet, slope inclinometers and groundwater monitoring wells. Mr. Barton prepared geologic cross sections for stability analysis. Mr. Barton co-authored the geotechnical report that included geologic interpretation of the landslide complex, slope stability analysis and recommendations to mitigate the potential for additional movement of the slope beneath Asilomar Boulevard. /.1inhI1J sriVturtre Experience I Quality I Commitment JAMES BARTON, PG, CEG PAGE 2 OF 2 REPRESENTATIVE PROJECT EXPERIENCE (continued) Ellis Avenue Pump Station,Fountain Valley,California:As Senior Geologist,Mr. Barton was responsible for managing the design of the project. The project was part of a significant groundwater replenishment program in Orange County. The project consisted of a new pump station that extended to depths of approximately 75 feet. A 66-inch-diamter gravity trunk sewer was also installed with a Tunnel Boring Machine (TBM) along Elis Avenue for a distance of approximately one mile. Mr. Barton coordinated with the project design team to evaluate the subsurface conditions. Twenty-two boring and two cone penetrometer tests(CPT)were drilled up to depths of approximately 75 feet. Piezometer and monitoring wells were installed along several locations along the alignment to evaluate the groundwater conditions, Mr. Barton and his team provided the interpretation of the underlying soil stratigraphy to aid in the design of the means and methods for the TBM. Geotechnical design parameters were also provided for the construction of the new pump station. Mr. Barton also provided consultations during construction regarding the as-built conditions of the project. Stone Canyon Pumping and Filtration Plant, Stone Canyon Reservoir, Los Angeles, California: Project Manager and Senior Geologist during the construction phase of the pumping and filtration plant at the DWP Stone Canyon Reservoir in Los Angeles, California. The project consisted of a partially below grade facility with structural floor slabs situated in an environmentally sensitive canyon area surrounded by mature oak and magnzolia trees within the Santa Monica Mountains. The construction included temporary cuts and shored excavations up to approximately 28 feet deep. The structure was supported on ninety-five, 30 to 60-inch diameter, cast-in-drill-hole (CIDH) piles bearing on Santa Monica Slate bedrock. During construction, Mr. Barton managed and supervised our personnel involved in the testing and inspection services which included mapping geologic features, inspection of temporary excavations and tie-backs, and the inspection of the CIDH piles. Mr. Barton was involved in the geologic evaluation of foundation test piles,including the pile dynamic load testing.Mr.Barton also interacted with Department representatives,attended construction meetings, and reviewed compaction data provided by City's representatives. Mr. Barton supervised the collection of field data throughout the project including observation and documentation of contractor performance, evaluation of suitable bedrock bearing material, and evaluation of groundwater, caving or other non-conforming issues.Documentation of the as-built conditions of the foundation construction and earthwork was authored by Mr.Barton in an as-built geotechnical report. Rehabilitation of the East Aliso Creek Emergency Sewer, Laguna Niguel, California:As Senior Geologist, Mr. Barton coordinated and planned a geologic study of the existing underground sewer line adjacent to one of the largest active creeks in Orange County,California. Mr. Barton led a team of geologists to map the geology and features of concern along the creek embankment for approximately 2 miles. The purpose of the study was to evaluate slope stability and erosion as well as the future impact to the alignment from geologic hazards. The mapping also included analyzing an extensive amount of low- angle infrared and stereographic aerial photographs of the creek and adjacent hillsides. Mr.Barton prepared a geotechnical report highlighting areas of concern to the future performance of the existing sewer system. Replacement of the Rocky Point Pump Station,Orange County Sanitation District,Newport Beach,California:Project Manager and Senior Geologist for the evaluation of the geotechnical and environmental conditions for the replacement of an existing pump station along the Coast Highway in Newport Beach,California.The project consists of a new pump station at the base of a relatively steep natural hillside up to approximately 73 feet in height bordering the Lower Newport Bay. Expensive residential structures are present along the top of the slope.The pump station will have an underground wetldry well extending to depth up to 28 feet deep.The site geology includes terrace deposits overlying interbedded sandstone,siltstone and claystone of the Niguel and Capistrano Formations with some natural decaying hydrocarbons.Mr.Barton coordinated with the design team and environmental consultants and developed an exploration program to evaluate slope stability, subsurface conditions for foundations and contamination.The exploration included manual test pits and continuous coring up to 80 feet within the slope area to evaluate the geologic structure and slope stability. Hollow stem auger drilling and installation of groundwater monitoring wells was performed at the pump station site to evaluate the geologic and groundwater conditions for foundations, excavation and dewatering. In-situ permeability testing was performed to evaluate construction dewatering and to aid in selection of shoring systems. Mr. Barton prepared geologic cross sections for stability analysis. Mr. Barton co-authored the geotechnical report that included slope stability analysis and recommendations to mitigate the potential for surficial instability. /.fin,o& aure Experience I Quality I Commitment 11110 DANIEL CHU, PhD, GE, PE CHIEF GEOTECHNICAL ENGINEER EDUCATION As Chief Geotechnical Engineer for Nino&Moore,Dr.Chu is responsible for the quality Y P q tY Ph.D.,Geotechnical Engineering,2006, of engineering,technical approach,training of staff,and engineering assignments for the University of California,Los Angeles Irvine office. Dr. Chu has extensive experience providing geotechnical engineering for M.S.,Geotechnical Engineering,1981, reservoirs, water treatment plants, pump stations, pipelines, tunnels, bridge structures, Utah State University highways, and commercial developments. Dr. Chu has expertise in soil mechanics, B.S.,Civil Engineering,1978,National dynamic soil behavior, seismic hazard risk assessment, static and dynamic earth Central University,Chungli,Taiwan loading, liquefaction, design of deep and shallow foundations, shoring systems, slope stability, erosion control, and pavement design. Dr. Chu has direct project involvement REGISTRATIONS including evaluation of exploration/sampling protocol, analysis of laboratory test results, RCE 37991 (California) direction of engineering tasks,review of calculations,and report preparation. GE 2096(California) REPRESENTATIVE PROJECT EXPERIENCE EXPERIENCE HIGHLIGHTS San Ramon Canyon Storm Drain System,Rancho Palos Verdes,California:Chief . Geotechnical Engineer for the evaluation of a proposed drainage system along and Slope Stability/Landslides near the San Ramon Canyon in Rancho Palos Verdes. The proposed drainage Pavement Design improvements Include construction of canyon subdrain systems, partial canyon filling Tunnels&Underground Structures and buttressing of the Tarapaca Landslide,construction of 4,000 feet of 54-inch storm Seismic Hazards drain, nearly 2,000 feet of tunneling, construction of a mid-canyon inlet structure, construction of a sea-bluff outlet structure and construction of access roads in the PROFESSIONAL relatively steep landslide and canyon terrain. Dr, Barton was responsible for the AFFILIATIONS geotechnical evaluation which included field geologic mapping,exploratory borings to depths up to 131 feet, continuous core sampling, optical televiewer and suspension American Society of Civil Engineers logging of boreholes, backhoe test pits, laboratory testing and engineering analysis. California Geotechnical Engineers Multiple geologic cross sections were prepared to evaluate the planned construction Association activities and slope stability. Dr. Chu co-authored the geotechnical report which included design recommendations for the canyon grading, tunneling, material PUBLICATIONS engineering properties, trenching, and inlet and outlet foundation systems. inlet and Cyclic Softening of Low-Plasticity Clay outlet structures involved temporary excavations utilizing soldier piles and tie-back and its Effect on Seismic Foundation anchors.Soldier piles were also designed to stabilize planned access road slopes. Performance Asilomar Boulevard Landslide, Pacific Palisades, California: Chief Geotechnical Engineer for the evaluation of an active landslide complex beneath Asilomar Boulevard in Pacific Palisades,California.The landslide extends from Asilomar Boulevard down a 200-foot-high slope to Pacific Coast Highway. The active movement of the landslide threatened to undermine the City-owned Asilomar Boulevard and impact lower properties occupied by two mobile home parks.The hillside terrain facing the ocean is underlain by tilted siltstone and shale beds of the Modelo Formation. The hillside includes several landslides and periodic slope movement has been documented since 1958. Dr. Chu was responsible for the overall geotechnical engineering design including laboratory testing, slope stability modeling, foundation engineering, tie-back anchors and earthwork specifications. /.jingo& our-' Experience Quality j Commitment , • • DANIEL CHU, PhD, GE, PE PAGE 2 OF 2 REPRESENTATIVE PROJECT EXPERIENCE (continued) Ocean Trails Golf Course Landslide Evaluation, Rancho Palos Verdes,California: Chief Geotechnical Engineer responsible for conducting a forensic evaluation of landsllding at the Ocean Trails golf course in Rancho Palos Verdes, California.An approximately 16-acre ancient landslide on the coastal bluff was reactivated,sliding approximately 50 feet toward the ocean.The ancient landslide destroyed much of the 18th fairway and green along with adjacent improvements,including an active County sewer line.The forensic evaluation included multiple geotechnical firms in a group investigation.The geologic setting included gently to moderately tilted beds of the Monterey Formation. The Monterey Formation at this locality included interbedded sequences of fine silty sandstone, siltstones,shales,dolomitic shales,siliceous zones,and bentonitic ash beds.The basal rupture surface was formed along a relatively continuous bentonite layer at a depth of approximately 90 feet.The geologic evaluation included detailed geologic mapping,26 large diameter borings, 2 rotary wash continuous core borings, 12 inclinometers, and the excavation and evaluation of buried sewer lines and artificial lakes.The analysis included preparation of multiple geologic cross sections, slope stability analysis, and evaluation of potential reactivation causes Including seismic activity, precipitation,wave erosion,irrigation,construction activities,lake leakage,and sewer line leakage. North Outfall Sewer • East Central Interceptor Sewer Project, Los Angeles, California: Technical Reviewer for geotechnical instrumentation and monitoring during construction of the North Outfall Sewer-East Central Interceptor Sewer(NOS-ECIS)in the City of Los Angeles,California.The project included an 18.5 kilometer tunnel,5 meters in diameter,constructed at depths of 30 meters with a TBM. Mr.Chu worked on the design and planning of the instrumentation system and supervised engineering staff during collection and interpretation of monitoring data. City of Los Angeles, Echo Park Lake Rehabilitation Project City of Los Angeles, California: Principal-in-Charge during the geotechnical consulting services for the Echo Lake Rehabilitation project located in Los Angeles,California.The 13-acre Echo Park Lake is part of the existing storm drain system and provides hydraulic relief during storms.The water quality of the lake is impaired and the overall objective of the project is to improve water quality in both the lake and the Los Angeles River Watershed.Another objective is to reduce the use of municipal water to maintain the water level in the lake. LADWP/Stone Canyon Pumping and Filtration Plant,Stone Canyon Reservoir,Los Angeles,California: Project Engineer during the geotechnical and seismic hazards evaluation and construction for planned improvements at the LADWP Stone Canyon Reservoir in Los Angeles, California.The site is situated in a canyon area in-filled by deep alluvium and surrounded by steep slopes of the Santa Monica Mountains. The major geotechnical consideration is the differential settlement caused by earthquake-induced dynamic settlement. Drilled piers up to 60-inch in diameter were recommended over the driven piles due to the environmental noise concerns. Non-destructive pile load tests using the"APPLE"drop weigh device were performed by GRL Engineers Inc,to evaluate the end bearing capacity of the drilled piers. Because shallow groundwater seepage was encountered during construction, some drilled piers were installed by tremie concrete method and followed by a cross-hole sonic logging test to check the integrity of the pier.Construction defects such as concrete necking, exposure of rebars to soil and cold joint were detected in few drilled piers and those were repaired accordingly. LADWP/Owens Lake Dust Control Project, Owens Lake, lnyo County, California: Technical Reviewer during the geotechnical evaluation for the design of a 13.5-square-mile shallow flooding irrigation system in the northeasterly part of the dry lakebed of Owens Lake for dust control. Dr. Chu reviewed exploration and sampling plans, provided technical input regarding in-situ testing hydraulic conductivity,and reviewed design recommendations. Effluent Pump Station Annex—Job No. J-77, Orange County Sanitation District Plant No. 2, Brookhurst Street, Huntington Beach, California: Chief Geotechnical Engineer during the geotechnical evaluation for the planned Effluent Pump Station Annex and New Power Building at the existing OCSD Plant No.2 in Huntington Beach,California.Dr.Chu collaborated on the design of exploration and sampling and supervised the engineering for the project.The analysis included evaluation of liquefaction and dynamic settlement for various design seismic events,evaluation of axial and lateral capacities for driven piles,mat foundation design,lateral earth pressures, and shoring parameters. Peters Canyon Channel Facility, Orange County, California: Project Engineer during the design and construction of the Peters Canyon Channel Facility F06.The project involved the Improvement of the existing Peters Canyon Wash for the Orange County Flood Control District. Improvements included construction of a concrete trapezoidal channel, subsurface drainage systems, retaining walls, and levees. ,øfinhl/oAtivoszffitittre Experience i Quality i Commitment 0 0 MICHAEL T. PEARCE, PE, GE TECHNICAL ADVISOR EDUCATION As a Principal Engineer for Ninyo & Moore, Mr. Pearce has provided full time project/construction management for on-call material testing and inspection contracts, MS,Civil Engineering,1994,University of California at Berkeley coordinates and conducts geotechnical evaluations for tunnels, transmission lines, , Geology, Universityof California at highways, tunnel, railroads, pipe-lines, public and private buildings, and bridges. He SantaBSo ogar 9 993, supervises the installation, data collection, and analysis of geotechnical monitoring Barbara systems;performs slopestability analyses,flexible and rigid pavement design,shoring design and underground pipeline design; prepares and reviews geotechnical reports; REGISTRATIONS provides geo-technical design parameters and recommendations for shallow and dee P GE 2730(California) foundations, retaining structures, in-situ ground remediation and earthwork; reviews RCE 60085(California) laboratory results, project plans and specifications; provides supervision and technical Permit-Required Confined Space support to staff-level engineers,geologists, inspectors, and technicians; and performs Certification project administration and management. Tunnel Safety and Underground Safety Certification,2001 REPRESENTATIVE PROJECT EXPERIENCE Railroad Safety Trained,2003 Self Rescuer/Tunnel Evacuation Training Metro Gold Line Eastside Extension,Los Angeles,California: Project Manager and 30 Hour OSHA Construction Site Training Project Engineer providing full-time geotechnical support as a part of the Metropolitan Transportation Authority's integrated project management team. The $600 million CPN Nuclear Gauge Operator Certification construction project included, the construction of two 25-feet diameter subway tunnels, Radiation Safety Officer Certification utilizing two EPB TBMs,and three underground stations.Working directly under Metro's Director of Construction Management, Mr. Pearce collaborated daily with the Chief EXPERIENCE HIGHLIGHT Resident Engineer(RE)and Tunnel RE while implementing and managing geotechnical LA Metro Gold Line Eastside Extension Twin monitoring, survey data, and TBM data collection and analysis through underground Bore Subway Tunnel Project. construction to evaluate the contractors conformance to project specifications.In addition Various LA Metro Maintenance Facilities and his responsibility included participating in weekly progress meetings,review and approve Parking Structures contractor submittals,review and respond to project RFI's,review portions of Contractor City of Los Angeles Sewer Replacement Invoices, co-author and co-presenter of the owner's position paper to the Dispute Tunnel Projects(ECIS,NEIS,&NEiS 2). Resolution Board in response to a contractor claim,prepared project documents for the Pacific Gas&Electric Penstock Evaluations. FTA, provided weekly reports to the Technical Advisory Panel, provided geotechnical Los Angels Department of Water and Power support for grouting,station construction,dewatering, mitigation of ground loss,and as- Windg p Project. needed engineering consultation. Farm Transmission Line Southern California Edison's Tehachapi Renewable Energy Project East Central Interceptor Sewer Project, Los Angeles, California: Project Manager assigned to the integrated project management team providing full time geotechnical FEMA Levee Certification for the Irvine support supervising the instrumentation monitoring during construction of the North Ranch Water District, p Outfall Sewer-East Central Interceptor Sewer(NOS-ECIS),for the City of Los Angeles, California. Tunnel construction included 4 EPB TBMs working simultaneously through PROFESSIONAL residential Angeles.idential and urban Los An The tunnel was constructed under several buildings, AFFILIATIONS freeways,utilities,and the Los Angeles River in alluvial soils above and below the water American Society for Civil Engineers table. Responsibilities included coordinating survey crews and instrumentation Society for Mining and Exploration technicians to implement geotechnical monitoring program along the tunnel alignment, provide detailed analysis and data compilation for construction team. Other TUNNEL PUBLICATIONS responsibilities included investigation and supervision of compaction grouting for Tunnels mitigation of ground loss,and engineering consultation. Monitoring Earth Pressure Balance in Los Angeles--Proceedings 7th Tunnel Rehabilitation, White Sands Missile Range, New Mexico: Geotechnical International Symposium on Field Engineer for the repair of a damaged tunnel in remote mountainous terrain in the New Measurements in Geomechanics,ASCE, g . Boston, Massachusetts,September 2007 Mexico desert.Ninyo&Moore provided geologic mapping and geotechnical engineering analysis of the damaged portal area of a 600 foot long rock tunnel.The scope of services included design and oversight during repairs to the tunnel walls and ceiling using rock dowels and shotcrete. 25 40,344- ' • MICHAEL T. PEARCE, PE, G.E. PAGE 2 OF 2 REPRESENTATIVE PROJECT EXPERIENCE (continued) Northeast Interceptor Sewer Project, Los Angeles, California: Project Engineer retained to perform geotechnical instrumentation monitoring during construction of the Northeast Interceptor Sewer(NEIS)in the City of Los Angeles,California. Tunnel construction included 3 EPB IBMs working simultaneously through residential and urban Los Angeles. Responsibilities included coordinating survey crews and instrumentation technicians to implement geotechnical monitoring program along the tunnel alignment, provide detailed analysis and data compilation for construction team. Other responsibilities included review and respond to project submittals and RFI's and engineering consultation. Northeast Interceptor Sewer II & Glendale Burbank Interceptor Sewer, Los Angeles, California: Project Engineer retained to provide geotechnical support for the preliminary design of the Northeast Interceptor Sewer II (NEIS 2) and the Glendale Burbank Interceptor Sewer (GBIS) in the City of Los Angeles, California. The NEiS 2 and GBIS project is the extension of the NEIS project previously constructed, This phase includes the preliminary design of 11.5 miles of 96-inch diameter tunnel through soft ground and rock up to depths of 180 feet. Responsibilities Included managing field personnel, reviewing logs,reviewing cost estimates,and as-requested engineering support during the preliminary design for geotechnical and instrumentation design parameters. Colorado Ocean Relief Sewer, Santa Monica, California: Project Engineer retained to supervise construction support services provided during construction of the Colorado Ocean Relief Sewer Project located in the City of Santa Monica, California. The project consisted of 1000 feet of new pipeline that included 250 feet of an 8.5 feet diameter tunnel. The tunnel was excavated with an open shield in soft ground conditions beneath Pacific Coast Highway. Responsibilities included supervising and review of face logging provided by our Certified Engineering Geologist,material testing and sample collection along the cut and cover portions of the alignment, reviewing inspectors daily reports, and providing environmental testing of collected samples. Armstrong Avenue and McGaw Trunk Sewer,(IRWD)Irvine,California: Project Manger providing geotechnical consulting services for the general contractor to evaluate a differing site condition claim for the completed micro-tunnel project.Originally design as a cut and cover sewer project the Contractor provided a micro-tunnel alternative for the approximately 10,500 feet of new 28-inch and 48-inch diameter sewer.Significant delays in schedule concluded with a differing site condition claim by the tunneling subcontractor against the general contractor. Responsibilities included reviewing contract documents, inspector's daily reports, project schedule, geotechnical reports and the plans and specifications. Using the available data a detailed analysis was provided illustrating tunnel rates,soil types,and construction delays. Ellis Ave Tunnel--Pump Station (OCSD) Fountain Valley, California: Project Engineer supervising the district wide On- Call geotechnical services contract. Services included material testing and inspection during micro tunneling and pump station excavation.Responsibilities included coordinating inspection,review and report laboratory testing results and consultation with OCSD staff. Los Angeles Metropolitan Transportation Authority (Metro), Hollywood, California: Project Engineer,providing geotechnical consulting services for the documentation and evaluation of tunnel induced settlement along the historic Walk of Fame corridor during construction of the Red Line. Mr. Pearce provided building inspections, surveying, subsurface investigation,monitoring of instrumentation and detailed evaluation regarding the settlement. Aliso Creek Emergency Sewer(ACES)Laguna Niguel,California: Project Engineer for the Aliso Creek Emergency Sewer (ACES). The project involved the design of new sewer and reclaimed water pipelines along Aliso Creek Wilderness Park. Pipeline construction trends along an alleviated valley and crosses alluvial fan deposits,slope wash,Topanga Formation, and several large ancient landslides. Portions of the alignment will include micro-tunneling. Mr. Pearce reviewed and evaluated laboratory test data, performed geotechnical engineering for shoring and lateral earth pressures and provided consultations regarding micro-tunneling techniques. Los Angeles Metropolitan Transportation Authority (Metro), Division 13 (Union Division Bus Maintenance and Parking Facility project, Los Angeles, California: Project Manager for the geotechnical design services for 4-story bus maintenance, parking facility with an underground level. Responsibilities included supervision of a multi-phase field evaluation, engineering analysis for geologic and seismic hazards,and project geotechnical recommendations. Site challenges included for remediation of liquefiable soils and foundation options. Our findings and recommendations were provided in a geotechnical report and presented during a project design charrette. 4111 EVAN PRICE, PG FIELD GEOLOGIST EDUCATION As A Senior Staff Geologist for Ninyo & Moore, Mr. Price researches and compiles B.S.,Geology,2005 geologic data for investigations. He coordinates and supervises subsurface drilling University of California,Santa Barbara activities, and performs geologic mapping and logging of exploratory borings and test pits. Mr, Price coordinates with support staff including technical illustrators and field REGISTRATIONS AND and laboratory technicians, and prepares correspondence, permit requests, and CERTIFICATIONS geotechnical reports. He has experience with downhole logging, hollow stem and mud Professional Geologist, PG 8861 rotary drilling,coring,air percussion,cone penetrometer,monitoring wells,inclinometers, 40-Hour Hazardous Waste Operation piezometers, fault trenching, and geophysical surveys. He has field construction p experience with grading, landslide buttresses, subsurface drainage systems, ground Certification,2008 p 9 Y Radiation Safet and Use of Nuclear modification techniques, shoring systems, fie-back anchors, soil nail walls, drilled Y. foundations, driven pile foundations, stone column soil improvements, micropile Gauges Certification,2005 foundations,compaction testing,and as-gradedraded geologic evaluation/mapping Railroad Safety Trained,2006 EXPERIENCE HIGHLIGHTS REPRESENTATIVE PROJECT EXPERIENCE A ilomar Landslide Evaluation for the San Ramon Canyon Storm Drain, Rancho Palos Verdes, California: Senior Staff s Geologist for City of Rancho Palos Verdes project that would improve drainage City of Los Angeles Public Works conditions along the San Ramon Canyon,which traverses the South Shores Landslide Department to the ocean. The drainage improvements include construction of canyon subdrain Southern California Edison's systems, partial canyon filling and buttressing of the Tarapaca Landslide, construction Tehachapi Renewable Energy Project. of 4,000 feet of 54-inch storm drain, nearly 2,000 feet of tunneling, construction of a Transmission Project,Environmental mid-canyon inlet structure,construction of a sea-bluff outlet structure and construction Impact Report of access roads in the relatively steep landslide and canyon terrain. The project is r9 Multiple large business and residential intended to improve drainage along the canyon and reduce the potential for future P developments for private developers landslide movement. Mr. Price was the lead field geologist for the project. He coordinated with subcontractors and directed field exploration activities. He was PROFESSIONAL AFFILIATIONS responsible or geologic mapping and logging continuous core borings and exploratory Member,Association of Engineering test pits. He prepared geologic cross-sections, assisted with slope stability analysis, g g Geologists prepared p p ared technical data. Member,South Coast Geological North East Interceptor Sewer and Glendale Burbank Interceptor Sewer (NEIS g Society 210815), 9 Los Angeles,California: Field Geologist during the geotechnical evaluation for the design and construction of two new 96-inch-diameter sewer pipelines to be installed using tunnel boring machines(TBMs)180 feet below grade. Performed nine exploratory borings to depths of up to 195 feet to collect preliminary data regarding the geologic and geotechnical conditions, geologic structure, and rock strength characteristics of quartz diorite and Modelo Formation along the alignments. The borings were advanced using continuous rock coring methods and rock cores were collected, logged, sampled, and prepared for storage. Services also included packer testing to evaluate strength and hydrogeologic conditions of the bedrock at the proposed pipeline invert elevations and installation of groundwater monitoring wells in the borings. North East Interceptor Sewer Project Phase II (NETS 2), Los Angeles, California: As Staff Geologist assisted in a subsurface exploration program for the preliminary design of the Northeast Interceptor Sewer Il (NEIS 2) in the City of Los Angeles, California. The NEIS 2 project phase includes the preliminary design of 11.5 miles of 96-inch diameter tunnel through soft ground and rock up to depths of 180 feet. Responsibilities included field logging of soils and rock cores, reviewing logs and field data,and project coordination. I.jingo&ft/ ors Experience I Quality I Commitment • r EVAN PRICE PAGE 2 OF 2 REPRESENTATIVE PROJECT EXPERIENCE (CONTINUED) Five Coves and Lincoln Basins Bypass Pipeline Project,Anaheim,California:As Senior Staff Geologist assisted in the geotechnical consulting services for the design of the Orange County Water District Five Coves and Lincoln Basins Bypass Pipeline project in Anaheim, California. Mr. Price took part in the subsurface exploration which included small diameter borings and test pits to evaluate the geologic conditions at the site. Helped prepare geologic models to evaluate the slope stability and design recommendations. Mira Loma Recharge Basin,Anaheim,California: Staff Geologist retained to perform a geotechnical study to evaluate the geologic conditions at the Orange County Water District's planned Mira Loma Recharge Basin in Anaheim, California. Our study was performed in support of planning and environmental documents for the project. MRCAIWestridge Overlook, Los Angeles, Santa Monica Mountains: Ninyo & Moore performed a geologic evaluation at the Westridge Overlook site in the Santa Monica Mountains for the planned nature park facility.The project was located in steep mountainous terrain in the southeast portions of the Santa Monica Mountains. The park development included an overlook area with graded parking areas, a paved access road, retaining walls and restoration of vegetated slopes and construction of trails. Our services included geologic mapping on site, including evaluation of a previously mapped landslide on slopes flanking the ridgeline for the overlook park. Our geologic evaluation included research and review of published geologic maps, review of previous geotechnical reports, geologic interpretation topographic maps and aerial photographs, and subsurface exploration. Laboratory testing was performed to classify materials and evaluate strength characteristics of geologic units for stability analysis. Stability analysis was performed for proposed cut slopes in Santa Monica Slate bedrock. The results of our geologic evaluation were presented in an illustrated report presenting our conclusions and recommendations. Our recommendations included geotechnical criteria for earthwork and slope stability, retaining wall construction and pavements. Our report included logs of exploratory borings, laboratory test results, geologic map and geologic cross sections, LADWP Barren Ridge Renewable Transmission Project, Los Angeles and Kern Counties, California: As Staff Geologist took part in a geotechnical study to be included in the Environmental Impact Report for a proposed new 230kV transmission line from the Barren Ridge substation in the Mojave Desert area to the new Haskell switching station in the Santa Clarita area. Mr. Price performed extensive data inventory of the geologic resources and potential geologic and seismic hazards affecting more than 200 miles of alternative route alignments for the transmission project. Extensive GIS- based analysis was conducted to evaluate and present the potential project impacts. He took part in the assessment of the potential impacts of the project and developed mitigation measures to reduce the impacts. Significant geologic features of the study included potential surface fault rupture due to the San Andreas and other active faults,potential liquefaction hazard zones,and the steep,landslide-prone terrain of the Angeles National Forest and Sierra Pelona. 4,/np7 ours Experience f Quality j Commitment San Ramon Canyon Storm Drain System October 3, 2012 Rancho Palos Verdes, California Project No. 208342001 TABLE 1 - BREAKDOWN OF ESTIMATED FEE PROJECT COORDINATION AND MANAGEMENT Principal Engineer/Geologist/Environmental Scientist 40 hours @ $154.00 /hour $ 6,1 60.00 Senior Engineer/Geologist/Environmental Scientist 72 hours @ $148.00 /hour $ 10,656.00 Senior Staff Engineer/Geologist/Environmental Scientist 40 hours @ $128.00 /hour $ 5,120.00 Subtotal $ 21,936.00 INSTRUMENTATION AND TUNNELING MONITORING Principal Engineer/Geologist/Environmental Scientist 30 hours @ $154.00 /hour $ 4,620.00 Senior Engineer/Geologist/Environmental Scientist 60 hours @ $148.00 /hour $ 8,880.00 Inclinometer Usage 400 hours © $ 32.00 /hour $ 12,800.00 Senior Staff Engineer/Geologist/Environmental Scientist 800 hours @ $128.00 /hour $ 102,400.00 Subtotal $ 128,700.00 FIELD SERVICES(EARTHWORK) Principal Engineer/Geologist/Environmental Scientist 12 hours @ $154.00 /hour $ 1,848.00 Senior Engineer/Geologist/Environmental Scientist 40 hours @ $148.00 /hour $ 5,920.00 Geologic Mapping Senior Staff Engineer/Geologist/Environmental Scientist 96 hours @ $128.00 /hour $ 12,288.00 Earthwork and Trench Backfill Field/Laboratory Technician 296 hours @ $ 79.00 /hour $ 23,384.00 Field Vehicle Usage 444 hours @ $ 10.00 /hour $ 4,440.00 Subtotal $ 47,880.00 FIELD SERVICES (CIDH AND TIE-BACK ANCHORS) Principal Engineer/Geologist/Environmental Scientist 6 hours @ $154.00 /hour $ 924.00 Senior Engineer/Geologist/Environmental Scientist 12 hours @ $148.00 /hour $ 1,776.00 Geologic Mapping Senior Staff Engineer/Geologist/Environmental Scientist 80 hours @ $128.00 /hour $ 10,240.00 Tie-Back Inspections Field/Laboratory Technician 80 hours @ $ 79.00 /hour $ 6,320.00 Field Vehicle Usage 178 hours @ $ 10.00 /hour $ 1,780.00 Subtotal $ 21,040.00 FIELD SERVICES (CONCRETE SAMPLING) Field/Laboratory Technician 80 hours © $ 79.00 /hour $ 6,320.00 Field Vehicle Usage 80 hours @ $ 10.00 /hour $ 800.00 Subtotal $ 7,120.00 208342001 P3 Fa-T�Z x)s I of 2 Mayo&Ntoors C8 San Ramon Canyon Storm Drain System October 3, 2012 Rancho Palos Verdes, California Project No.208342001 TABLE 1 BREAKDOWN OF ESTIMATED FEE LABORATORY TESTING Chloride and Sulfate Content, CT 417 &CT 422 8 tests @ $135.00 /test $ 1,080.00 pH and Resistivity, CT 643 8 tests @ $140.00 /test $ 1,120.00 Proctor Density- D 1557& D 698, CT 216 &AASHTO"r- 8 tests@ $180.00 /test $ 1,440.00 180(Rock corrections add $80) Sand Equivalent, D 2419, CT 217 4 tests @ $ 90.00 /test $ 360.00 Compression Strength Test, C39 80 tests @ $ 22.00 /test $ 1,760.00 Subtotal $ 5,760.00 REPORT PREPARATION Principal Engineer/Geologist/Environmental Scientist 8 hours @ $154.00 /hour $ 1,232.00 Senior Engineer/Geologist/Environmental Scientist 16 hours @ $148.00 /hour $ 2,368.00 Senior Staff Engineer/Geologist/Environmental Scientist 40 hours @ $128.00 /hour $ 5,120.00 Technical I llustrator/CAD Operator 40 hours @ $ 78.00 /hour $ 3,120.00 Data Processing, Technical Editing, or Reproduction 40 hours @ $ 58.00 /hour $ 2,320.00 Subtotal $ 14,160.00 TOTAL ESTIMATED FEE $246,596.00 208342001 P3 Pre-rcv2 xis 2 of 2 Afingoqykaure C8 San Ramon Canyon Storm Drain System October 3,2012 Rancho Palos Verdes,California Project No.208342001 SCHEDULE OF FEES HOURLY CHARGES FOR PERSONNEL Principal Engineer/Geologist/Environmental Scientist $ 154 Senior Engineer/Geologist/Environmental Scientist. $ 148 Senior Project Engineer/Geologist/Environmental Scientist $ 145 Project Engineer/Geologist/Environmental Scientist $ 142 Senior Staff Engineer/Geologist/Environmental Scientist $ 128 Staff Engineer/Geologist/Environmental Scientist $ 120 GIS Analyst $ 120 Field Operations Manager $ 95 Supervisory Technician ... $ 86 Nondestructive Examination Technician,UT,MT,LP $ 85 Senior Field/Laboratory Technician $ 79 Field/Laboratory Technician $ 79 ACI Concrete Technician $ 79 Concrete/Asphalt Batch Plant Inspector .. $ 79 Special Inspector(Concrete,Masonry,Steel,Welding,and Fireproofing) $ 79 Technical Illustrator/CAD Operator ,.. $ 78 GeotechnicaVEnvironmental/Laboratory Assistant $ 66 Information Specialist. $ 66 Data Processing,Technical Editing,or Reproduction $ 58 OTHER CHARGES Expert Witness Testimony $ 400/hr Concrete Coring Equipment(includes one technician) ... $ 160/hr PID/FID Usage $ 120/day Anchor load test equipment(includes technician) $ 89/hr Hand Auger Equipment $ 55/day Inclinometer Usage $ 32/hr Vapor Emission Kits $ 30/kit Level D Personal Protective Equipment(per person per day) $ 25/p/d Rebar Locator(Pachometer) $ 22/hr Nuclear Density Gauge Usage $ 12/hr Field Vehicle Usage $ 10/hr Direct Project Expenses .. Cost plus 15% Laboratory testing,geophysical equipment,and other special equipment provided upon request. NOTES(Field Services) For field and laboratory technicians and special inspectors, regular hourly rates are charged during normal weekday construction hours.Overtime rates at 1.5 times the regular rates will be charged for work performed outside normal con- struction hours and all day on Saturdays. Rates at twice the regular rates will be charged for all work in excess of 12 hours in one day or on Sundays and holidays.Lead time for any requested service is 24 hours. Field Technician rates are based on a 4-hour minimum.Special inspection rates are based on a 4-hour minimum for the first 4 hours and an 8- hour minimum for hours exceeding 4 hours.Field personnel are charged portal to portal. INVOICES Invoices will be submitted monthly and are due upon receipt.A service charge of 1.0 percent per month may be charged on accounts not paid within 30 days. TERMS AND CONDITIONS The terms and conditions of providing our consulting services include our limitation of liability and indemnities as pre- sented in Ninyo&Moore's Work Authorization and Agreement. 208342001 P3•rev 2.doC )y'n1qo&is$oore A . f II ill San Ramon Canyon Storm Drain System October 3,2012 Rancho Palos Verdes,California Project No.208342001 SCHEDULE OF FEES FOR LABORATORY TESTING Laboratory Test,Test Designation,and Price Per Test §shi Concrete Atterberg Limits,D 4318,CT 204 $ 145 Cement Analysis Chemical and Physical,C 109... $ 1,650 California Bearing Ratio(CBR),D 1883 $ 440 Compression Tests,6x12 Cylinder,C 39..,. $ 22 Chloride and Sulfate Content,CT 417&CT 422.,... $ 135 Concrete Mix Design Review,Job Spec $ 140 Consolidation,D 2435,CT 219 $ 275 Concrete Mix Design,per Trial Batch,6 cylinder,ACI ..........,$ 750 Consolidation--Time Rate,0 2435,CT 219 ,....,..$ 70 Concrete Cores,Compression(excludes sampling),C 42. $ 55 Direct Shear—Remolded,D 3080 $ 290 Drying Shrinkage,C 157 $ 250 Direct Shear—Undisturbed,0 3080 .....$ 250 Flexural Test,C 78 $ 50 Durability index,CT 229 $ 150 Flexural Test,C 293 $ 55 Expansion Index,D 4829,UBC 18-2 ,.$ 165 Flexural Test,CT 523 $ 60 Expansion Potential(Method A),D 4546 $ 145 Gunite&Shotcrete,Panels,3 cut cores per panel and test, ACI.,.. $ 250 Expansive Pressure(Method C),0 4546 $ 145 Jobsite Testing Laboratory Quote Geofabric Tensile and Elongation Test,D 4632 $ 165 Lightweight Concrete Fill,Compression,C 495 $ 40 Hydraulic Conductivity,D 5084 $ 300 Petrographic Analysis,C 856 $ 1,100 Hydrometer Analysis,D 422,CT 203 $ 190 Splitting Tensile Strength,C 496 $ 80 Moisture,Ash,&Organic Matter of Peal/Organic Soils $ 110 Reinforcing and Structural Steel Moisture Only,D 2216,CT 226, $ 30 Moisture and Density,D 2937 $ gg Fireproofing Density Test,UBC 7-6 $ 55 Permeability,CH,D 2434,CT 220 $ 230 Hardness Test,Rockwell,A-370 $ 50 pH and Resistivity,CT 643 $ 140 High Strength Bolt,Nut&Washer Conformance,set,A-325 $ 120 Proctor Density 0 1557,D 698,CT 218,& $ 180 Mechanically Spliced Reinforcing Tensile Test,ACI $ 95 AASHTO T-180(Rock corrections add$80) Pre-Stress Strand(7 wire),A 416 $ 140 R-value,D 2844,CT 301 $ 250 Chemical Analysis,A-36,A-615 $ 120 Sand Equivalent,D 2419,CT 217 $ S0 Reinforcing Tensile or Bend up to No.11,A 615&A 706 $ 50 Sieve Analysis,D 422,CT 202 $ 110 Structural Steel Tensile Test:Up to 200,000 lbs. Sieve Analysis,200 Wash,D 1140,CT 202 $ 90 (machining extra),A 370 $ 70 Specific Gravity,0 854 $ g0 Welded Reinforcing Tensile Test:Up to No.11 bars,ACI $ 55 Thermal Resistivity(ASTM 5334,IEEE 442) $ 800 Asphalt Concrete Triaxial Shear,C.D,D 4767,T 297 $ 390 Asphalt Mix Design,Caltrans $ 2,200 Triaxial Shear,C.U.,w/pore pressure,D 4767,T 2297 per pt..$ 330 Triaxial Shear,C.U.,w/o pore pressure,0 4767,T 2297 per pt..$ 190 Asphalt Mix Design Review,Job Spec $ 150 Triaxial Shear,U.U.,D 2850 $ 140 Extraction,%Asphalt,including Gradation,D 2172,CT 310 $ 215 Unconfined Compression,D 2166,T 208..., $ 100 Film Stripping,CT 302 $ 100 Wax Density,D 1188 $ g0 Hveem Stability and Unit Weight CTM or ASTM, CT 366 $ 195 Marshall Stability,Flow and Unit Weight,T-245 $ 215 Roofing Maximum Theoretical Unit Weight,D 2041 $ 120 Built-up Roofing,cut-out samples,D 2829 $ 165 Swell,CT 305 $ 165 Roofing Materials Analysis,D 2829..,..., $ 500 Unit Weight sample or core,D 2726,CT 308., $ 90 Roofing Tile Absorption,(set of 5),UBC 15-5 $ 190 Aggregates Roofing Tile Strength Test,(set of 5),UBC 15-5 $ 180 Absorption,Coarse,C 127 $ 35 Absorption,Fine,C 128 $ 35 Masonry, Clay Lumps and Friable Particles,C 142 $ 100 Brick Absorption,24-hour submersion,C 67.............................$ 45 Cleanness Value,CT 227 $ 120 Brick Absorption,5-hour boiling,C 67 $ 55 Crushed Particles,CT 205 $ 140 Brick Absorption,7-day,C 67 $ 60 $ 130 Brick Compression Test,C 67 $ 45 Durability,Coarse,CT 229.,....., Brick Efflorescence,C 67 $ 45 Durability,Fine,CT 229 $ 130 Brick Modulus of Rupture,C 67 $ 40 Los Angeles Abrasion,C 131 or C 535 $ 180 Brick Moisture as received,C 67 $ 35 Mortar making properties of fine aggregate,C 87 $ 275 Brick Saturation Coefficient,C 67 $ 50 Organic Impurities,C 40 $ 55 Concrete Block Compression Test,8x8x16,C 140 $ 60 Potential Reactivity of Aggregate(Chemical Method),C 289 $ 390 Concrete Block Conformance Package,C 90 $ 440 Sand Equivalent,CT 217 .... $ 90 Concrete Block Linear Shrinkage,C 426 $ 120 Sieve Analysis,Coarse Aggregate,C 138 $ 105 Concrete Block Unit Weight and Absorption,C 140.................$ 55 Sieve Analysis,Fine Aggregate including wash),C 136 $ 105 Cores,Compression or Shear Bond,CA Code $ 55 Sodium Sulfate Soundness(per size fraction),C 88 $ 160 Masonry Grout,3x3x6 prism compression,UBC 21-18 $ 30 Specific Gravity,Coarse,C 127............... ..$ 75 Masonry Mortar,2x4 cylinder compression,UBC 21-16 $ 30 Specific Gravity,Fine,C 128 $ 85 Masonry Prism,half size,compression,UBC 21-17 $ 110 Special preparation of standard test specimens will be charged at the technician's hourly rate. Ninyo&Moore is accredited to perform the AASHTO equivalent of many ASTM test procedures. 208342001 P3.rev 2 doc ca