award contracts - san ramon canyon stormwater ...€¦ · consultant agrees to maintain in force at...

29
Attachment C CITY OF RANCHO PALOS VERDES PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT ("Agreement") is made and entered into this 5 th 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 RFls, 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 ATTACHMENT 5-35

Upload: others

Post on 11-Jul-2020

4 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: AWARD CONTRACTS - SAN RAMON CANYON STORMWATER ...€¦ · CONSULTANT agrees to maintain in force at all times during the performance of work under this Agreement worker's compensation

Attachment C

CITY OF RANCHO PALOS VERDESPROFESSIONAL SERVICES AGREEMENT

THIS AGREEMENT ("Agreement") is made and entered into this 5th day of March, 2013by 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 heretoagree as follows:

ARTICLE 1SCOPE OF SERVICES

1.1 Project Description

The project (hereinafter "Project") is described as follows: CONSULTANTshall provide Geotechnical Observation and Materials Resting services for the CITY'sSan Ramon Canyon Stormwater Flood Reduction Project.

1.2 Description of Services

CONSULTANT shall provide: geotechnical support and oversight of allland movement monitoring instrumentation, including installation and reading whenrequired and interpreting and reporting the data collected; geotechnical consultingservices, including the review of submittals and responding to RFls, mapping geologicalexposures, evaluating and documenting tunnel conditions, providing geologicaloversight during the installation of caissons and tie-back anchors and providing testingof compacted fills and concrete work; the preparation of geotechnical reports andextensive regular documentation; and submission of a final as-built geotechnical reportupon completion of the Project. These services are more fully described inCONSULTANT's Proposal, which is attached hereto as Exhibit "A" and incorporatedherein by this reference. In the event of any conflict between the terms of thisAgreement 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, CONSULTANTshall perform with due diligence the services requested by the CITY. Time is of theessence in this Agreement. CONSULTANT shall not be responsible for delay, nor shallCONSULTANT be responsible for damages or be in default or deemed to be in defaultby reason of strikes, lockouts, accidents, or acts of God, or the failure of CITY to furnishtimely information or to approve or disapprove CONSULTANT's work promptly, or delayor faulty performance by CITY, other consultants/contractors, or governmentalagencies, or any other delays beyond CONSULTANT's control or withoutCONSULTANT's fault.

Page 1 of 11

R6876-0001\1535207v2.doc Agreement for Professional Services

ATTACHMENT 5-35

Page 2: AWARD CONTRACTS - SAN RAMON CANYON STORMWATER ...€¦ · CONSULTANT agrees to maintain in force at all times during the performance of work under this Agreement worker's compensation

ARTICLE 2COMPENSATION

2.1 Fee

CITY agrees to compensate CONSULTANT an amount not to exceed twohundred 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 &Moore475 Goddard, Suite 200Irvine, CA 92618

2.3 Terms of Compensation

CONSULTANT shall submit monthly invoices for the percentage of workcompleted in the previous month. CITY agrees to authorize payment for all undisputedinvoice amounts within thirty (30) days of receipt of each invoice. CITY agrees to useits best efforts to notify CONSULTANT of any disputed invoice amounts or claimedcompletion percentages within ten (10) days of the receipt of each invoice. However,CITY's failure to timely notify CONSULTANT of a disputed amount or claimedcompletion percentage shall not be deemed a waiver of CITY's right to challenge suchamount or percentage.

Additionally, in the event CITY fails to pay any undisputed amounts dueCONSULTANT within forty-five (45) days after invoices are received by CITY then CITYagrees that CONSULTANT shall have the right to consider said default a total breach ofthis Agreement and be terminated by CONSULTANT without liability to CONSULTANTupon ten (10) working days advance written notice.

2.4 Additional Services

CITY may request additional specified work under this Agreement. Allsuch work must be authorized in writing by the CITY's Director of Public Works prior tocommencement. CONSULTANT shall perform such services, and CITY shall pay forsuch 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 ofthis Agreement.

2.5 Term of Agreement

Page 2 of 11

R6876-0001\1535207v2.doc Agreement for Professional Services

ATTACHMENT 5-36

Page 3: AWARD CONTRACTS - SAN RAMON CANYON STORMWATER ...€¦ · CONSULTANT agrees to maintain in force at all times during the performance of work under this Agreement worker's compensation

This Agreement shall commence on March 6, 2013 and shall terminateeither thirty (30) days after filing of the Notice of Completion for Project, or on October14, 2014 whichever occurs soonest, unless sooner terminated pursuant to Article 4 ofthis Agreement.

ARTICLE 3INDEMNIFICATION AND INSURANCE

3.1 Indemnification, Hold Harmless, and Duty to Defend

(a) Indemnity for Design Professional Services. In connection with itsdesign professional services and to the extent allowed by law, CONSULTANT shall holdharmless and indemnify CITY, and its officials, officers, employees, agents andindependent contractors serving in the role of CITY officials, and designated volunteers(collectively, "Indemnitees"), with respect to any and all claims, demands, causes ofaction, damages, injuries, liabilities, losses, costs or expenses, including reimbursementof attorneys' fees and costs of defense (collectively, "Claims" hereinafter), including butnot limited to Claims relating to death or injury to any person and injury to any property,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,subcontractors, or agents in the performance of its design professional services underthis Agreement.

(b) Other Indemnities. In connection with any and all claims, demands,causes of action, damages, injuries, liabilities, losses, costs or expenses, includingattorneys' fees and costs of defense (collectively, "Damages" hereinafter) not coveredby Section 3.1 (a), and to the extent allowed by law, CONSULTANT shall defend, holdharmless and indemnify the Indemnitees with respect to any and all Damages, includingbut not limited to, Damages relating to death or injury to any person and injury to anyproperty, which arise out of, pertain to, or relate to the acts or omissions ofCONSULTANT or any of its officers, employees, subcontractors, or agents in theperformance of this Agreement, except for such loss or damage arising from the solenegligence or willful misconduct of the CITY, as determined by final arbitration or courtdecision or by the agreement of the parties. CONSULTANT shall defend Indemniteesin any action or actions filed in connection with any such Damages with counsel ofCITY's choice, and shall pay all costs and expenses, including all attorneys' fees andexperts' costs actually incurred in connection with such defense. Consultant's duty todefend pursuant to this Section 3.1 (b) shall apply independent of any prior, concurrentor subsequent misconduct, negligent acts, errors or omissions of Indemnitees.

(c) All duties of CONSULTANT under Section 3.1 shall survivetermination of this Agreement.

3.2 General Liability

Page 3 of 11

R6876-0001 \1535207v2.doc Agreement for Professional Services

ATTACHMENT 5-37

Page 4: AWARD CONTRACTS - SAN RAMON CANYON STORMWATER ...€¦ · CONSULTANT agrees to maintain in force at all times during the performance of work under this Agreement worker's compensation

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 GeneralLiability Insurance, with minimum limits of one million dollars ($1,000,000) for eachoccurrence 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 allother 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 Stateof 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 liabilityinsurance with a minimum limit of one million dollars ($1,000,000) per claim andaggregate for errors and/or omissions of CONSULTANT in the performance of thisAgreement. Said policy or policies shall be issued by an insurer admitted to do businessin the State of California and rated in Best's Insurance Guide with a rating of AVII orbetter. If a "claims made" policy is provided, such policy shall be maintained in effectfrom the date of performance 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 thepost-completion period may be provided by renewal or replacement of the policy foreach 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/orpolicies have a retroactive date, that date shall be no later than the date of firstperformance of work or services on behalf of the CITY. Renewal or replacementpolicies 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,maintain, and keep in full force and effect, a policy or policies of Automobile LiabilityInsurance, with minimum of one million dollars ($1,000,000) per claim and occurrenceand two million dollars ($2,000,000) in the aggregate for bodily injuries or death of oneperson and five hundred thousand dollars ($500,000) for property damage arising fromone incident.

3.5 Worker's Compensation

CONSULTANT agrees to maintain in force at all times during theperformance of work under this Agreement worker's compensation insurance asrequired by the law. CONSULTANT shall require any subcontractor similarly to providesuch compensation insurance for their respective employees.

3.6 Notice of Cancellation

Page 4 of 11

R6876-0001 \1535207v2.doc Agreement for Professional Services

ATTACHMENT 5-38

Page 5: AWARD CONTRACTS - SAN RAMON CANYON STORMWATER ...€¦ · CONSULTANT agrees to maintain in force at all times during the performance of work under this Agreement worker's compensation

(a) All insurance policies shall provide that the insurance coverageshall not be cancelled or modified by the insurance carrier without thirty (30) days priorwritten notice to CITY, or ten (10) days notice if cancellation is due to nonpayment ofpremium. Additionally, CONSULTANT shall provide immediate notice to the City if itreceives a cancellation or policy revision notice from the insurer.

(b) CONSULTANT agrees that it will not cancel or reduce any requiredinsurance coverage. CONSULTANT agrees that if it does not keep the aforesaidinsurance in full force and effect, CITY may either immediately terminate this Agreementor, if insurance is available at a reasonable cost, CITY may take out the necessaryinsurance and pay, at CONSULTANT's expense, the premium thereon.

3.7 Certificate of Insurance

At all times during the term of this Agreement, CONSULTANT shallmaintain on file with the CITY Clerk a certificate of insurance showing that the aforesaidpolicies are in effect in the required amounts. The commercial general liability policyshall contain endorsements naming the CITY, its officers, agents and employees asadditional insureds.

3.8 Primary Coverage

The insurance provided by CONSULTANT shall be primary to anycoverage available to CITY. The insurance policies (other than workers compensationand professional liability) shall include provisions for waiver of subrogation.

ARTICLE 4TERMINATION

4.1 Termination of Agreement

(a) This Agreement may be terminated at any time, with or withoutcause, by the CITY upon thirty (30) days prior written notice. This Agreement may beterminated 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 byCONSULTANT or CITY, due to no fault or failure of performance by CONSULTANT,CONSULTANT shall be paid compensation for all services performed byCONSULTANT, in an amount to be determined as follows: for work satisfactorily donein accordance with all of the terms and provisions of this Agreement as determined bythe CITY, CONSULTANT shall be paid an amount equal to the percentage of servicesperformed prior to the effective date of termination or cancellation in accordance withthe work items; provided, in no event shall the amount of money paid under the

Page 5 of 11

R6876-0001 \1535207v2.doc Agreement for Professional Services

ATTACHMENT 5-39

Page 6: AWARD CONTRACTS - SAN RAMON CANYON STORMWATER ...€¦ · CONSULTANT agrees to maintain in force at all times during the performance of work under this Agreement worker's compensation

foregoing provisions of this paragraph exceed the amount which would have been paidto CONSULTANT for the full performance of the services described in this Agreement.

ARTICLE 5OWNERSHIP OF DOCUMENTS

5.1 Ownership of Documents and Work Product

All documents, plans, specifications, reports, information, data, exhibits,photographs, images, video files and media created or developed by CONSULTANTpursuant to this Agreement ("Written Products") shall be and remain the property of theCITY without restriction or limitation upon its use, duplication or dissemination by theCITY. All Written Products shall be considered "works made for hire," and all WrittenProducts and any and all intellectual property rights arising from their creation,including, but not limited to, all copyrights and other proprietary rights, shall be andremain the property of the CITY without restriction or limitation upon their use,duplication or dissemination by the CITY. CONSULTANT shall not obtain or attempt toobtain copyright protection as to any Written Products.

CONSULTANT hereby assigns to the CITY all ownership and any and allintellectual property rights to the Written Products that are not otherwise vested in theCITY pursuant to the paragraph directly above this one.

CONSULTANT warrants and represents that it has secured all necessarylicenses, consents or approvals to use any instrumentality, thing or component as towhich any intellectual property right exists, including computer software, used in therendering of the services and the production of all Written Products produced under thisAgreement, and that the CITY has full legal title to and the right to reproduce the WrittenProducts. CONSULTANT shall defend, indemnify and hold the CITY, and its electedofficials, officers, employees, servants, attorneys, designated volunteers, and agentsserving as independent contractors in the role of CITY officials, harmless from any loss,claim or liability in any way related to a claim that CITY's use of any of the WrittenProducts is violating federal, state or local laws, or any contractual provisions, or anylaws relating to trade names, licenses, franchises, copyrights, patents or other means ofprotecting intellectual property rights and/or interests in products or inventions.CONSULTANT shall bear all costs arising from the use of patented, copyrighted, tradesecret or trademarked documents, materials, equipment, devices or processes inconnection with its provision of the services and Written Products produced under thisAgreement. In the event the use of any of the Written Products or other deliverableshereunder by the CITY is held to constitute an infringement and the use of any of thesame is enjoined, CONSULTANT, at its expense, shall: (a) secure for CITY the right tocontinue using the Written Products and other deliverables by suspension of anyinjunction, or by procuring a license or licenses for CITY; or (b) modify the WrittenProducts and other deliverables so that they become non-infringing while remaining in

Page 6 of 11

R6876-0001\1535207v2.doc Agreement for Professional Services

ATTACHMENT 5-40

Page 7: AWARD CONTRACTS - SAN RAMON CANYON STORMWATER ...€¦ · CONSULTANT agrees to maintain in force at all times during the performance of work under this Agreement worker's compensation

compliance with the requirements of this Agreement. This covenant shall survive thetermination of this Agreement.

Upon termination, abandonment or suspension of the Project, theCONSULTANT shall deliver to the CITY all Written Products and other deliverablesrelated to the Project without additional cost or expense to the CITY. If CONSULTANTprepares a document on a computer, CONSULTANT shall provide CITY with saiddocument both in a printed format and in an electronic format that is acceptable to theCITY.

ARTICLE 6GENERAL PROVISIONS

6.1 Representation

The CITY representative shall be the Director of Public Works or his or herdesignee, and CONSULTANT shall notify CITY of CONSULTANT's designatedrepresentative. These individuals shall be the primary contact persons for the partiesregarding performance of this Agreement.

6.2 Fair Employment Practices/Equal Opportunity Acts

In the performance of this Agreement, CONSULTANT shall comply with allapplicable provisions of the California Fair Employment Practices Act (CaliforniaGovernment Code Sections 12940-48), the applicable equal employment provisions ofthe Civil Rights Act of 1964 (42 U.S.C. 200e-217), and the Americans with DisabilitiesAct of 1992 (42 U.S.C. § 11200, et seq.).

6.3 Personnel

CONSULTANT represents that it has, or shall secure at its own expense,all personnel required to perform CONSULTANT's services under this Agreement. Anyperson who performs engineering services pursuant to this Agreement shall be licensedas a Civil Engineer by the State of California and in good standing. CONSULTANTshall make reasonable efforts to maintain the continuity of CONSULTANT's staff whoare assigned to perform the services hereunder and shall obtain the approval of theDirector of Public Works of all proposed staff members who will perform such services.CONSULTANT may associate with or employ associates or subcontractors in theperformance of its services under this Agreement, but at all times shall CONSULTANTbe responsible for its associates and subcontractors' services.

6.4 CONSULTANT's Representations

CONSULTANT represents, covenants and agrees that: a) CONSULTANTis licensed, qualified, and capable of furnishing the labor, materials, and expertise

Page 7 of 11

R6876-0001 \1535207v2.doc Agreement for Professional Services

ATTACHMENT 5-41

Page 8: AWARD CONTRACTS - SAN RAMON CANYON STORMWATER ...€¦ · CONSULTANT agrees to maintain in force at all times during the performance of work under this Agreement worker's compensation

necessary to perform the services in accordance with the terms and conditions set forthin this Agreement; b) there are no obligations, commitments, or impediments of any kindthat will limit or prevent CONSULTANT's full performance under this Agreement; c) tothe extent required by the standard of practice, CONSULTANT has investigated andconsidered the scope of services performed, has carefully considered how the servicesshould be performed, and understands the facilities, difficulties and restrictionsattending performance of the services under this Agreement.

6.5 Conflicts of Interest

CONSULTANT agrees not to accept any employment or representationduring the term of this Agreement or within twelve (12) months after completion of thework under this Agreement which is or may likely make CONSULTANT "financiallyinterested" (as provided in California Government Code Sections 1090 and 87100) inany decisions made by CITY on any matter in connection with which CONSULTANThas been retained pursuant to this Agreement.

6.6 Legal Action

(a) Should either party to this Agreement bring legal action against theother, the validity, interpretation, and performance of this Agreement shall be controlledby and construed under the laws of the State of California, excluding California's choiceof law rules. Venue for any such action relating to this Agreement shall be in the LosAngeles County Superior Court.

(b) If any legal action or other proceeding, including action fordeclaratory relief, is brought for the enforcement of this Agreement or because of analleged dispute, breach, default or misrepresentation in connection with this Agreement,the prevailing party shall be entitled to recover reasonable attorneys' fees, experts' fees,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 partyother than CONSULTANT require the testimony of CONSULTANT when there is noallegation that CONSULTANT was negligent, CITY shall compensate CONSULTANTfor its testimony and preparation to testify at the hourly rates in effect at the time of suchtestimony.

6.7 Assignment

Neither this Agreement nor any part thereof shall be assigned byCONSULTANT without the prior written consent of the CITY. Any such purportedassignment without written consent shall be null and void, and CONSULTANT shall holdharmless, defend and indemnify the CITY and its officers, officials, employees, agentsand representatives with respect to any claim, demand or action arising from anyunauthorized assignment.

Page8of11

R6876-0001 \1535207v2.doc Agreement for Professional Services

ATTACHMENT 5-42

Page 9: AWARD CONTRACTS - SAN RAMON CANYON STORMWATER ...€¦ · CONSULTANT agrees to maintain in force at all times during the performance of work under this Agreement worker's compensation

Notwithstanding the above, CONSULTANT may use the services ofpersons and entities not in CONSULTANT's direct employ, when it is appropriate andcustomary to do so. Such persons and entities include, but are not necessarily limitedto, surveyors, specialized consultants, and testing laboratories. CONSULTANT's use ofsubcontractors for additional services shall not be unreasonably restricted by the CITYprovided CONSULTANT notifies the CITY in advance.

6.8 Independent Contractor

CONSULTANT is and shall at all times remain, as to the CITY, a whollyindependent contractor. Neither the CITY nor any of its agents shall have control overthe conduct of CONSULTANT or any of the CONSULTANT's employees, except asherein set forth, and CONSULTANT is free to dispose of all portions of its time andactivities which it is not obligated to devote to the CITY in such a manner and to suchpersons, firms, or corporations as the CONSULTANT wishes except as expresslyprovided 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 anagent. CONSULTANT shall not, at any time or in any manner, represent that it or any ofits agents, servants or employees, are in any manner agents, servants or employees ofCITY. CONSULTANT agrees to pay all reqUired taxes on amounts paid toCONSULTANT under this Agreement, and to indemnify and hold the CITY harmlessfrom any and all taxes, assessments, penalties, and interest asserted against the CITYby reason of the independent contractor relationship created by this Agreement.CONSULTANT shall fully comply with the workers' compensation law regardingCONSULTANT and its employees. CONSULTANT further agrees to indemnify andhold the CITY harmless from any failure of CONSULTANT to comply with applicableworkers' compensation laws. The CITY shall have the right to offset against the amountof any fees due to CONSULTANT under this Agreement any amount due to the CITYfrom CONSULTANT as a result of its failure to promptly pay to the CITY anyreimbursement or indemnification arising under this Article.

The titles used in this Agreement are for general reference only and arenot part of the Agreement.

6.10 Entire Agreement

This Agreement, including any other documents incorporated herein byspecific reference, represents the entire and integrated agreement between CITY andCONSULTANT and supersedes all prior negotiations, representations or agreements,either written or oral. This Agreement may be modified or amended, or provisions orbreach may be waived, only by subsequent written agreement signed by both parties.

Page 9 of 11

R6876-0001 \1535207v2.doc Agreement for Professional Services

ATTACHMENT 5-43

Page 10: AWARD CONTRACTS - SAN RAMON CANYON STORMWATER ...€¦ · CONSULTANT agrees to maintain in force at all times during the performance of work under this Agreement worker's compensation

6.11 Construction

In the event of any asserted ambiguity in, or dispute regarding theinterpretation of any matter herein, the interpretation of this Agreement shall not beresolved by any rules of interpretation providing for interpretation against the party whocauses the uncertainty to exist or against the party who drafted the Agreement or whodrafted that portion of the Agreement.

6.12 Non-Waiver of Terms, Rights and Remedies

Waiver by either party of anyone or more of the conditions of performance underthis Agreement shall not be a waiver of any other condition of performance under thisAgreement. In no event shall the making by the CITY of any payment toCONSULTANT constitute or be construed as a waiver by the CITY of any breach ofcovenant, or any default which may then exist on the part of CONSULTANT, and themaking of any such payment by the CITY shall in no way impair or prejudice any right orremedy 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 otherwiseunenforceable by a court of competent jurisdiction, the remaining provisions of thisAgreement shall continue in full force and effect.

6.14 Notice

Except as otherwise required by law, any notice or other communicationauthorized or required by this Agreement shall be in writing and shall be deemedreceived on (a) the day of delivery if delivered by hand or overnight courier serviceduring CONSULTANT's or CITY's regular business hours or (b) on the third businessday following deposit in the United States mail, postage prepaid, to the addresses listedbelow, or at such other address as one party may notify the other:

To CITY:Les Jones, Interim Public Works DirectorCity of Rancho Palos Verdes30940 Hawthorne Blvd.Rancho Palos Verdes, CA 90275

To CONSULTANT:James Barton,Ninyo & Moore475 Goddard, Suite 200Irvine,CA 92618

Page 10 of 11

R6876-0001\1535207v2.doc Agreement for Professional Services

ATTACHMENT 5-44

Page 11: AWARD CONTRACTS - SAN RAMON CANYON STORMWATER ...€¦ · CONSULTANT agrees to maintain in force at all times during the performance of work under this Agreement worker's compensation

IN WITNESS WHEREOF, the parties hereto have executed this Agreement as ofthe date and year first above written.

Dated: _

Dated: _

ATTEST:

City Clerk

NINYO & MOORE ("CONSULTANT")

By: _

Printed Name: _

Title: _

By: _

Printed Name: _

Title: _

CITY OF RANCHO PALOS VERDES("CITY")

By: _

Mayor

APPROVED AS TO FORM:

By: _City Attorney

R6876-0001 \1535207v2.doc

Page 11 of 11

Agreement for Professional Services

ATTACHMENT 5-45

Page 12: AWARD CONTRACTS - SAN RAMON CANYON STORMWATER ...€¦ · CONSULTANT agrees to maintain in force at all times during the performance of work under this Agreement worker's compensation

Exhibit "A":Consultant's Proposal, including Schedule of Hourly Rates

Exhibit "A"R6876-0001\1347726v1.doc

ATTACHMENT 5-46

Page 13: AWARD CONTRACTS - SAN RAMON CANYON STORMWATER ...€¦ · CONSULTANT agrees to maintain in force at all times during the performance of work under this Agreement worker's compensation

October 3, 2012Proposal No. 208342001

Mr. Ron DragooCity of Rancho Palos VerdesDepartment of Public Works30940 Hawthorne BoulevardRancho Palos Verdes, California 90275

Subject:

Reference:

Proposal for Geotechnical Observation and Materials Testing ServicesSan Ramon Canyon Storm Drain SystemRancho Palos Verdes, California

Ninyo & Moore, 2012, Geotechnical Evaluation, San Ramon Canyon, StormDrain 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

pieased to submit this proposal for geotechnical and materiais 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. Sull:e 200 • IMTlC, C>31Jtomi.l92618 • Phone /<.1491753-7070 • Fax /949/753-7071

SMlDlt';P • Irv.ne • ~N1IJe~~ • ~YJClX".4l1l(t1\lJ • QalJarI(l ~Ff~' 5.:laamffi:OlllSVl'gas • Phoer1I.o: • TlJc\otl • ff\"s(oov*, . Dl..,....., . 8PJ:,I) • HOV:WXl

ATTACHMENT 5-47

Page 14: AWARD CONTRACTS - SAN RAMON CANYON STORMWATER ...€¦ · CONSULTANT agrees to maintain in force at all times during the performance of work under this Agreement worker's compensation

San Ramon Canyon Storm Drain SystemRancho Palos Verdes, Califomia

PROJECT UNDERSTANDING

October 3, 2012Project No. 208342001

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

206342001 PJ·rev 2.doc 2

ATTACHMENT 5-48

Page 15: AWARD CONTRACTS - SAN RAMON CANYON STORMWATER ...€¦ · CONSULTANT agrees to maintain in force at all times during the performance of work under this Agreement worker's compensation

San Ramon Canyon storm Drain SystemRancho Palos Verdes, Califomia

October 3,2012Project 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 contractorscheduling 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 representa­tive 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 andconstruction of the structures. Readings of the extensometers will generally be on a weeklybasis with the exception of when the tunnel face is within 100 feet of an extensometer. Atthat 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 contrac­tor submittals and Requests for Information (RFl's).

• Field engineer/geologist services for mapping geologic exposures, evaluation and docu­mentation of tunnel conditions, observation of overexcavation bottoms, foundationexcavations, and subsurface drainage conditions, and to provide written recommendationsas appropriate.

• Field engineer/geologist services for observation of tie back anchor installations and testingof the anchors and to provide written recommendations as appropriate.

• Field soils technician services for observation, sampling, and density testing during theplacement of the canyon fill and trench backfill.

• Field technician services sampling and testing during concrete placement, including check­ing slump and temperature, and casting of concrete cylinders.

208342001 P3·rev 2 doc 3

ATTACHMENT 5-49

Page 16: AWARD CONTRACTS - SAN RAMON CANYON STORMWATER ...€¦ · CONSULTANT agrees to maintain in force at all times during the performance of work under this Agreement worker's compensation

San Ramon Canyon Storm Drain SystemRancho Palos Verdes, Califomia

October 3, 2012Project No. 208342001

• Preparation of daily reports, test data sheets, and field memoranda to document the itemsinspected.

• Pick-up and transportation of construction material sampies for testing at our laboratory.

• Laboratory testing services including proctor density, sieve analysis, sand equivalent andconcrete 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 exlen­someters and inclinometers. We understand the contractor will be installing theinstrumentation.

• Inspection of reinforcing steel (rebar) will be performed by others.

• Our services do not include sampling and testing grout associated with the tunneling. Weunderstand the contractor will have an independent Concrete and Cement Reference La­boratory perform the appropriate sampling and testing.

• Our services do not include a pre-construction survey of the structures and existing im­provements in the vicinity of the project.

• The estimated costs are based on assumed time estimates for the various constructionphases. 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 re­vised as appropriate.

• Our estimated fee does not include stand-by time or costs associated with retesting or rein­specting materiais that were found not to be in compliance with the project plans orspecifications. Our services will depend on the construction schedule and the contractor'soperations. Hours spent that exceed those in the attached table will be billed on a time-and­materials basis.

ESTIMATED FEE

We propose to provide our services on a time-and-materiais 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

ATTACHMENT 5-50

Page 17: AWARD CONTRACTS - SAN RAMON CANYON STORMWATER ...€¦ · CONSULTANT agrees to maintain in force at all times during the performance of work under this Agreement worker's compensation

San Ramon Canyon Storm Drain SystemRancho Palos Verdes, Califomia

October 3, 2012Pr~ectNo.208342001

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 seIVices on this project, and we look for­

ward to working with you.

Respectfully submitted,NINYO & MOORE

James Barton, PG, CEGSenior Geologist

JJB/LTJ/ir

Attachments: ResumesTable 1 - Breakdown of Estimated FeeScheduie of FeesScheduie of Fees for Laboratory Testing

Distribution: (1) Addressee (via e-mail)

Lawrence Jansen, PG, CEGPrincipal Geoiogist

208342001 P3·rev 2.doc 5

ATTACHMENT 5-51

Page 18: AWARD CONTRACTS - SAN RAMON CANYON STORMWATER ...€¦ · CONSULTANT agrees to maintain in force at all times during the performance of work under this Agreement worker's compensation

EDUCATIONB.A., Geology, 1977, LaSalle CollegePost Graduate Studies, Geology, 1978,San Diego Slate University

REGISTRATIONS ANDCERTIFICATIONSPG 3952 (California)CEG 1301 (California)Special Inspector of Deep Foundations,City of San Diego, No. 276Radiological Safety and Gauge UseCertificalion, No. 3288-59

EXPERIENCE HIGHLIGHTSGroundwater Recovery Plant Project forSouth Coast Water DistrictRehabilitation of the East Aliso CreekEmergency Sewer for Soulh OrangeCounty Waler DistrictEvaluation of Rose Canyon faull forResidenlial DevelopersAsilomar Landslide Evaluation for the Cityof Los Angeles Public Works DepartmentMultiple large business and residentialdevelopments for private developers

PROFESSIONALAFFILIATIONSAssociation of Engineering GeologistsSouth Coast Geological Society

JAMES BARTON, PG, CEGPROJECT MANAGER/SENIOR GEOLOGIST

Mr. Barton has extensive experience in engineering geology in southern Californiainvolving public work improvements, pipelines, business park developments, largecommercial structures, major retail centers, education facilities, hospitals, highways andbridges. His experience includes exploration of varied geologic environments to evaluategeologic and seismic hazards. He is well versed in exploration techniques includingaerial photo inlerprelation, downhole logging, hollow stem and mud rotary drilling, airpercussion, cone penetrometer, moniloring wells, fault trenching, and geophysicalsurveys. He has field conslruction experience wilh grading, blasting, landslidebuttresses, subsurface drainage systems, ground modification techniques, shoringsystems, tie-back anchors, drilled foundations, and as-graded geologicevaluation/mapping. As Senior Geologist for Ninyo & Moore, Mr. Barton managesprojects including design investigations, construction observation and testing, andforensic evaluations.

REPRESENTATIVE PROJECT EXPERIENCESan Ramon Canyon Storm Drain System, Rancho Palos Verdes, California:Project Manager and Senior Geologist for the evaluation of a proposed drainagesystem along and near the San Ramon Canyon in Rancho Palos Verdes. Theproposed drainage improvemenls include construction of canyon subdrain systems,partial canyon filling and buliressing of the Tarapaca Landslide, conslruclion of 4,000feet of 54-inch storm drain, nearly 2,000 feet of tunneling, construction of a mid-canyoniniet structure, construction of a sea-bluff outlet struclure and construction of accessroads in the relatively steep landslide and canyon terrain. Mr. Barton was responsiblefor coordinating with the City of Rancho Palos Verdes representatives and the designteam and managing the geotechnical evaluation which included field geologicmapping, exploratory borings to depths up to 131 feet, continuous core sampting,optical televiewer and suspension logging of boreholes, backhoe test pits, laboratorytesting and engineering analysis. Multiple geologic cross sections were prepared toevaluate the planned construction activities and slope stability. Mr. Barton co-authoredthe geolechnical report which included design recommendations for the canyongrading, tunneling, material engineering properties, trenching, and inlet and outletfoundation systems. Inlet and outlet structures involved temporary excavations utilizingsoldier piles and tie-back anchors. Soldier piles were also designed to stabitizeplanned access road slopes.

Asilomar Boulevard Landslide, Pacific Pafisades, California: Senior Geologist forthe evaluation of an active landslide complex beneath Asilomar Boulevard in PacificPalisades, California. The landslide extends from Asilomar Boulevard down a 200-foot­high slope 10 Pacific Coast Highway. The active movement of the landslide threalenedto undermine the City-owned Asilomar Boulevard and impact lower propertiesoccupied by two mobile home parks. The hillside terrain facing the ocean is underlainby tilted siltstone and shale beds of the Modelo Formation. The hillside includesseveral landslides and periodic slope movement has been documented since 1958.Mr. Barton coordinated with the design team and developed an exploration program toevaluate the slope slability and subsurface conditions for the repair of the landslide.The exploration Included geologic mapping, large and small diameter borings up to 90feet, slope inclinometers and groundwater monitoring wells. Mr. Barton preparedgeologic cross sections for stability analysis. Mr. Barton co-authored the geotechnicalreport that included geologic interpretation of the landstide complex, slope stabilityanalysis and recommendations to mitigate the potential for additional movement of theslope benealh Asilomar Boulevard.

Experience I Qual1ty I Commitment

ATTACHMENT 5-52

Page 19: AWARD CONTRACTS - SAN RAMON CANYON STORMWATER ...€¦ · CONSULTANT agrees to maintain in force at all times during the performance of work under this Agreement worker's compensation

JAMES BARTON, PG, CEGPAGE20F2

REPRESENTATIVE PROJECT EXPERIENCE (continued)Ellis Avenue Pump Station, Fountain Valley, California: As Senior Geologist, Mr. Barton was responsible for managing thedesign of the project. The project was part of a significant groundwater replenishment program in Orange County. Theproject consisted of a new pump station that extended to depths of approximately 75 feet. A 66-inch-diamter gravity trunksewer 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 10 evaluate the subsurface conditions. Twenty-two boring and two conepenetrometer tests (CPT) were drilled up to depths of approximately 75 feet. Piezometer and monitoring wells were installedalong several localions along the alignment to evaluate the groundwater conditions. Mr. Barton and his team provided theinterpretation of the underlying soil stratigraphy to aid in the design of the means and methods for the TBM. Geotechnicaldesign parameters were also provided for the construction of the new pump station. Mr. Barton also provided consultationsduring construction regarding the as-built conditions of the project.Stone Canyon Pumping and Filtration Plant, Stone Canyon Reservoir, Los Angeles, California: Project Manager andSenior Geologist during the construction phase of the pumping and fillration plant at the DWP Stone Canyon Reservoir in LosAngeles, California. The project consisted of a partially below grade facility with structural floor slabs situated in anenvironmentally 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 wassupported 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 whichincluded 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. Bartonalso interacled with Department representatives, attended construction meetings, and reviewed compaction data provided byCity's representatives. Mr. Barton supervised the collection of field data throughout the project including observation anddocumentation of contractor perfonmance, 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 earthworkwas authored by Mr. Barton in an as-built geotechnical report.

Rehabilitation of the East Atiso Creek Emergency Sewer, Laguna Niguel, California: As Senior Geologist, Mr. Bartoncoordinated and planned a geologic study of the existing underground sewer line adjacent to one of the largest active creeksin Orange County, California. Mr. Barton led a team of geologists to map the geology and features of concern along the creekembankment for approXimately 2 miles. The purpose of the study was to evaluate slope stability and erosion as well as thefulure impact to the alignment from geologic hazards. The mapping also included analyzing an extensive amount of low­angle infrared and stereographic aerial photographs of the creek and adjacent hillsides. Mr. Barton prepared a geotechnicalreport highlighting areas of concern to the future perfonmance of the existing sewer system.

Replacement of the Rocky Point Pump Station, Orange County Sanitation District, Newport Beach, California: ProjectManager and Senior Geologist for the evaluation of the geotechnical and environmental conditions for the replacement of anexisting pump station along the Coast Highway in Newport Beach, California. The project consists of a new pump station at thebase of a relatively steep natural hillside up to approximately 73 feet in height bordering the Lower Newport Bay. Expensiveresidential structures are present along the top of the slope. The pump station will have an underground we~dry well extendingto depth up to 28 feet deep, The site geology includes terrace deposits overlying interbedded sandstone, siltstone and claystoneof the Niguel and Capistrano Fonmations with some natural decaying hydrocarbons. Mr. Barton coordinated with the design teamand environmental consultants and developed an exploration program to evaluate slope stability, subsurface conditions forfoundations and contamination. The exploration included manual test pits and continuous coring up to 80 feet within the slopearea to evaluate the geologic structure and slope stability. Hollow stem auger drilling and installation of groundwater moniloringwells was perfonmed at the pump station site to evaluate the geologic and groundwater conditions for foundations, excavationand dewatering. In-situ penmeability testing was perfonmed to evaluate construction dewalering and to aid in selection of shoringsystems. Mr. Barton prepared geologic cross sections for stability analysis. Mr. Barton co-authored the geotechnical report thatincluded slope stability analysis and recommendations to mitigate the potential for surficial instability.

experience I Quality I Comm[tm~llt

ATTACHMENT 5-53

Page 20: AWARD CONTRACTS - SAN RAMON CANYON STORMWATER ...€¦ · CONSULTANT agrees to maintain in force at all times during the performance of work under this Agreement worker's compensation

EDUCATIONPh.D., Geotechnical Engineering, 2006,University of California, Los AngelesM.S., Geotechnical Engineering, 1981,Utah State UniversityB.S., Civil Engineering, 1978, NationalCentral University, Chungli, Taiwan

REGISTRATIONSRCE 37991 ( California)GE 2096 (California)

EXPERIENCE HIGHLIGHTSSlope StabilityllandslidesPavement DesignTunnels & Underground StructuresSeismic Hazards

PROFESSIONALAFFILIATIONSAmerican Society of Civil EngineersCalifornia Geotechnical EngineersAssociation

PUBLICATIONSCyclic So~ening of Low·Plasticity Clayand its Effect on Seismic FoundationPerformance

DANIEL CHU, PhD, GE, PECHIEF GEOTECHNICAL ENGINEER

As Chief Geotechnical Engineer for Ninyo & Moore, Dr. Chu is responsible for the qualityof engineering, technical approach, training of staff, and engineering assignments for theIrvine office. Dr. Chu has extensive experience providing geotechnical engineering forreservoirs, water treatment plants, pump stations, pipelines, tunnels, bridge structures,highways, and commercial developments. Dr. Chu has expertise in soil mechanics,dynamic soil behavior, seismic hazard risk assessment, static and dynamic earthloading, liquefaction, design of deep and shallow foundations, shoring systems, slopestability, erosion control, and pavement design. Dr. Chu has direct project involvementincluding evaluation of exploration/sampling protocol, analysis of laboratory test results,direction of engineering tasks, review of calculations, and report preparation.

REPRESENTATIVE PROJECT EXPERIENCESan Ramon Canyon Storm Drain System, Rancho Palos Verdes, California: ChiefGeotechnical Engineer for the evaluation of a proposed drainage system along andnear the San Ramon Canyon in Rancho Palos Verdes. The proposed drainageimprovements include construction of canyon subdrain systems, partial canyon fillingand buttressing of the Tarapaca Landslide, construction of 4,000 feet of 54·inch stormdrain, nearly 2,000 feet of tunneling, construction of a mid-canyon inlet structure,construclion of a sea·bluff outlet slructure and construction of access roads in therelatively steep landslide and canyon terrain. Dr. Barton was responsible for thegeotechnical evaluation which included field geologic mapping, exploratory borings todepths up to 131 feet, continuous core sampling, optical televiewer and suspensionlogging of boreholes, backhoe test pits, laboratory testing and engineering analysis.Multiple geologic cross sections were prepared to evaluate the planned constructionactivities and slope stability. Dr. Chu co-authored the geotechnical report whichincluded design recommendations for the canyon grading, tunneling, materialengineering properties, trenching, and inlet and outlet foundation systems. Inlet andoutlet structures involved temporary excavations utilizing soldier piles and tie-backanchors. Soldier piles were also designed to stabilize planned access road slopes.Asilomar Boulevard Landslide, Pacific Palisades, California: Chief GeotechnicalEngineer for the evaluation of an active landslide complex beneath Asilomar Boulevardin Pacific Palisades, Califomia. The landslide extends from Asilomar Boulevard down a200·foot·high slope to Pacific Coast Highway. The active movement of the landslidethreatened to undemnine the City-owned Asilomar Boulevard and impact lowerproperties occupied by two mobile home parks. The hillside terrain facing the ocean isunderlain by tilled siltslone and shale beds of the Modelo Formation. The hillsideincludes several landslides and periodic slope movement has been documented since1958. Dr. Chu was responsible for the overall geotechnical engineering designincluding laboratory testing, slope slability modeling, foundation engineering, tie-backanchors and earthwork specifications.

Experienc.e I Quality 1 Commitment

ATTACHMENT 5-54

Page 21: AWARD CONTRACTS - SAN RAMON CANYON STORMWATER ...€¦ · CONSULTANT agrees to maintain in force at all times during the performance of work under this Agreement worker's compensation

DANIEL CHU, PhD, GE, PEPAGE 2 OF 2

REPRESENTATIVE PROJECT EXPERIENCE (continued)

Ocean Trails Golf Course Landslide Evaluation, Rancho Palos Verdes, California: Chief Geotechnical Engineer responsible forconducting aforensic evaiuation of landsliding at the Ocean Trails golf course in Rancho Palos Verdes, California. An approximately16-acre ancient landslide on the coastal bluff was reactivated, sliding approximately 50 feet toward the ocean. The ancient landslidedestroyed much of the 18th fairway and green along with adjacent improvements, including an active County sewer line. The forensicevaluation included muitiple geotechnical firms in a group investigation. The geoiogic setting included gently to moderately tilted bedsof the Monterey Formation. The Monterey Formation at this locality included interbedded sequences of fine silty sandstone,siltstones, shales, dolomitic shaies, siliceous zones, and bentonitic ash beds. The basal rupture surface was formed along a relativelycontinuous bentonite layer at a depth of approXimately 90 feet. The geologic evaluation included detailed geologic mapping, 26 largediameter borings, 2 rotary wash continuous core borings, 12 inclinometers, and the excavation and evaluation of buried sewer linesand artificial lakes. The analysis included preparation of multiple geologic cross sections, slope stability analysis, and evaiuation ofpotential reactivation causes including seismic activity, precipitation, wave erosion, irrigation, construction activities, iake leakage, andsewer line leakage.

North Outfall Sewer· East Central Interceptor Sewer Project, Los Angeles, Catifornia: Technical Reviewer for geotechnicalinstrumentation and monitoring during construction of the North Outfall Sewer - East central Interceptor Sewer (NOS-ECIS) in the City ofLos Angeles, Califomia. The project included an 18.5 kilometer tunnel, 5 meters in diameter, constructed at depths of 30 meters with aTBM. Mr. Chu worked on the design and planning of the instrumentation system and supervised engineering slaft during collection andinlerpretation of monitoring data.

City of Los Angeles, Echo Park Lake Rehabilitation Project City of Los Angeles, California: Principal-in-Charge during thegeotechnical consulting services for the Echo Lake Rehabilitation project located in Los Angeles, California. The 13-acre Echo Park Lakeis part of the existing storm drain system and provides hydraulic relief during storms. The water quality of the lake is impaired and theoverall objective of the project is to improve water quality in both the lake and the Los Angeles River Watershed. Another objective is toreduce 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, Catifornia: Project Engineer duringthe geotechnical and seismic hazards evaluation and construction for planned improvements at the LADWP Stone Canyon Reservoir inLos Angeles, California. The site is situated in a canyon area in-filled by deep alluvium and surrounded by steep slopes of the SantaMonica Mountains. The major geotechnical consideration is the differential settlement caused by earthquake-induced dynamicsettlement. Drilled piers up to 60-inclh 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 bearingcapacity of the drilled piers. Because shallow groundwater seepage was encountered during construction, some drilled piers wereinstalled by !remie concrete method and followed by across-hole sonic logging test to check the integrity of the pier. Construction defectssuch as concrete necking, exposure of rebars to soil and cold joint were detected in few drilled piers and those were repairedaccordingly.

LADWP/Owens Lake Dust Control Project, Owens Lake, Inyo County, California: Technical Reviewer during the geotechnicalevaluation for the design of a 13.5-square-mile shallow flooding irrigation system in the northeasterly part of the dry lakebed of OwensLake for dust control. Dr. Chu reviewed exploration and sampling plans, provided technical input regarding in-situ testing hydraulicconductivity, and reviewed design recommendations.

Efftuent Pump Station Annex - Job No. J·n, Orange County Sanitation District Plant No.2, Brookhurst Stree~ HuntingtonBeach, Catifornia: Chief Geotechnical Engineer during the geotechnical evaluation for the planned Effluent Pump Station Annex andNew Power Building at the existing OCSD Plant No.2 in Huntington Beach, Califomia. Dr. Chu collaborated on the design of explorationand sampling and supervised the engineering for the project. The analysis included evaluation of liquefaction and dynamic settlement forvarious 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, Catifornia: Project Engineer during the design and construction of the PetersCanyon Channel Facility F06. The project involved the improvement of the existing Peters Canyon Wash for the Orange County FloodControl District. Improvements included construction of a concrete trapezoidal channel, subsurface drainage systems, retaining walls,and levees.

Experience I Quality I Commitm~nt

ATTACHMENT 5-55

Page 22: AWARD CONTRACTS - SAN RAMON CANYON STORMWATER ...€¦ · CONSULTANT agrees to maintain in force at all times during the performance of work under this Agreement worker's compensation

25

EDUCATIONMS, Civil Engineering, 1994, University ofCalifornia at BerkeleyBS, Geology, 1993, University of California alSanta Barbara

REGISTRATIONSGE 2730 (California)RCE 60085 (California)Permit-Required Conlined SpaceCertificationTunnel Safety and Underground SafetyCertification, 2001Railroad Safety Trained, 2003Self RescuerfTunnel Evacuation Training30 Hour OSHA Construction Site TrainingCPN Nuclear Gauge Operator CertificationRadialion Safety Officer Certification

EXPERIENCE HIGHLIGHTLA Metro Gold Line Eastside Extension TwinBore Subway Tunnel Project.Various LA Metro Mainlenance Facililies andParking StructuresCity of Los Angeles Sewer ReplacementTunnel Projects (ECIS, NElS, & NElS 2).Pacific Gas & Electric Penstock Evaluations.Los Angels Department of Water and PowerWind Farm Transmission Line Project.Southern California Edison's TehachapiRenewable Energy Project.FEMA Levee Certificalion for the IrvineRanch Water District.

PROFESSIONALAFFILIATIONSAmerican Society for Civil EngineersSociety for Mining and Exploration

TUNNEL PUBLICATIONSMoniloring Earth Pressure Balance Tunnelsin Los Angeles - Proceedings 7thInternational Symposium on FieldMeasurements in Geomechanics, ASCE,Boston, Massachusetts, September 2007

MICHAEL T. PEARCE, PE, GETECHNICAL ADVISOR

As a Principal Engineer for Ninyo & Moore, Mr. Pearce has provided full timeprojecVconstruction management for on-call material testing and inspection contracts,coordinates and conducts geotechnical evaluations for tunnels, transmission lines,highways, tunnel, railroads, pipe-lines, pUblic and private buildings, and bridges. Hesupervises the installation, data collection, and analysis of geotechnical monitoringsystems; performs slope stability analyses, flexible and rigid pavement design, shoringdesign and underground pipeline design; prepares and reviews geotechnical reports;provides geo-technical design parameters and recommendations for shallow and deepfoundations, retaining structures, in-situ ground remediation and earthwork; reviewslaboratory results, project plans and specifications; provides supervision and technicalsupport to staff-level engineers, geologists, inspectors, and technicians; and performsproject administration and management.

REPRESENTATIVE PROJECT EXPERIENCE

Metro Gold Line Eastside Extension, Los Angeles, California: Project Manager andProject Engineer providing full-time geotechnical support as a part 01 the MetropolitanTransportation Authority's integrated project management team. The $600 millionconstruction project included, the construction of two 25-feet diameter subway tunnels,utiliZing two EPB TBMs, and three underground stations. Working direcUy under Metro'sDirector of Construction Management, Mr. Pearce collaborated daily with the ChiefResident Engineer (RE) and Tunnel RE while implementing and managing geotechnicalmonitoring, survey data, and TBM data collection and analysis through undergroundconstruction to evaluate the contractors conformance to project specifications, In additionhis responsibility included participating in weekly progress meetings, review and approvecontractor submittals, review and respond to project RFl's, review portions of Contractorinvoices, co-author and co-presenter of the owner's position paper to the DisputeResolution Board in response to a contractor claim, prepared project documents for theFTA, provided weekly reports to the Technical Advisory Panel, provided geotechnicalsupport for grouting, station construction, dewatering, mitigation of ground loss, and as­needed engineering consultation.

East Central Interceptor Sewer Project, Los Angeles, California: Project Managerassigned to the integrated project management team providing full time geotechnicalsupport supervising the instrumentation monitoring during construction of the NorthOutfall Sewer - East Central Interceptor Sewer (NOS-ECIS), for the City of Los Angeles,Califomia, Tunnel construction included 4 EPB TBMs working simultaneously throughresidential and urban Los Angeles. The tunnel was constructed under several buildings,freeways, utilities, and the Los Angeles River in alluvial soils above and below the watertable. Responsibilities included coordinating survey crews and inslrumentationtechnicians to implement geotechnical monitoring program along the tunnel alignment,provide detailed analysis and data compilation for construction team. Otherresponsibilities included investigation and supervision of compaction grouting formitigation of ground loss, and engineering consultation.

Tunnel Rehabilitation, White Sands Missile Range, New Mexico: GeotechnicalEngineer for the repair of a damaged tunnel in remote mountainous terrain in the NewMexico desert, Ninyo &Moore provided geologic mapping and geotechnical engineeringanalysis of the damaged portal area of a600 foot long rock tunnel, The scope of servicesincluded design and oversight during repairs to the tunnel walls and ceiling using rockdowels and sholcrete.

ATTACHMENT 5-56

Page 23: AWARD CONTRACTS - SAN RAMON CANYON STORMWATER ...€¦ · CONSULTANT agrees to maintain in force at all times during the performance of work under this Agreement worker's compensation

MICHAEL T. PEARCE, PE, GEPAGE 2 OF 2

REPRESENTATIVE PROJECT EXPERIENCE (continued)Northeast Interceptor Sewer Project, Los Angeles, Califomia: Project Engineer retained to perform geotechnicalinslrumenlation monitoring during construction of lhe Northeast Interceptor Sewer (NElS) in the City of Los Angeles, California.Tunnel conslruction included 3 EPB TBMs working simultaneously through residential and urban Los Angeles.Responsibilities included coordinating survey crews and instrumenlation technicians to implement geotechnical monitoringprogram along lhe tunnel alignment, provide detailed analysis and dala compilalion for conslruction team. Otherresponsibililies included review and respond to project submittals and RFl's and engineering consultation.Northeast Interceptor Sewer II & Glendale Burbank Interceptor Sewer, Los Angeles, California: Project Engineerrelained to provide geotechnical support for the preliminary design of the Northeasl Interceptor Sewer II (NElS 2) and theGlendale Burbank Interceptor Sewer (GBIS) in the City of Los Angeles, California. The NElS 2 and GBIS projecl is theextension of the NElS project previously construcled. This phase includes the preliminary design of 11.5 miles of g5-inchdiameter 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 geotechnicaland instrumentation design parameters.Colorado Ocean Relief Sewer, Santa Monica, California: Project Engineer retained to supervise construction supportservices provided during construction of the Colorado Ocean Relief Sewer Project located in lhe City of Santa Monica,California. The projecl consisted of 1000 feet of new pipeline that included 250 feel of an 8.5 feet diameter lunnel. The tunnelwas excavated with an open shield in soft ground conditions beneath Pacific Coast Highway. Responsibilities includedsupervising and review of face logging provided by our Certified Engineering Geologist, material testing and sample collectionalong the cut and cover portions of Ihe alignment, reviewing inspectors daily reports, and providing environmental testing ofcollected samples.Armstrong Avenue and McGaw Trunk Sewer, (IRWD) Irvine, California: Project Manger providing geotechnical consultingservices for the general contractor to evaluate a differing site condition claim for the completed micro-tunnel project. Originallydesign as a cut and cover sewer project the Contractor proVided a micro-tunnel alternative for the approximately 10,500 feet ofnew 28-inch and 48-inch diameter sewer. Significant delays in schedule concluded with a differing site condition claim by thetunneling subcontractor against the general contractor. Responsibilities included reviewing contract documents, inspector'sdaily reports, project schedule, geotechnical reports and the plans and specifications. Using the available data a detailedanalysis 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 On­Call geotechnical services contract. Services included material testing and inspection during micro tunneling and pump stationexcavalion. Responsibilities included coordinating inspeclion, review and report laboratory testing results and consultation withOCSD slaff.Los Angeles Metropolitan Transportation Authority (Metro), Hollywood, California: Project Engineer providinggeolechnical consulting services for the documentation and evaluation of lunnel induced settlement along lhe historic Walk ofFame corridor during construction of lhe Red Une. Mr. Pearce provided bUilding inspections, surveying, subsurfaceinvesligation, monitoring of instrumentation and detailed evaluation regarding the settlement.Aliso Creek Emergency Sewer (ACES) Laguna Niguel, California: Projecl Engineer for the Aliso Creek Emergency Sewer(ACES). The project involved the design of new sewer and reclaimed water pipelines along IIJiso Creek Wilderness Park.Pipeline construction trends along an alluviated valley and crosses alluvial fan deposits, slope wash, Topanga Formation, andseveral large ancient landslides. Portions of the alignment wilt include micro-tunneling. Mr. Pearce reviewed and evaluatedlaboratory test data, performed geotechnical engineering for shoring and lateral earth pressures and provided consultationsregarding micro-tunneling techniques.Los Angeles Metropolitan Transportation Authority (Metro), Division 13 (Union Division Bus Maintenance and ParikingFacility 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, engineeringanalysis for geologic and seismic hazards, and project geotechnical recommendations. Site challenges included for remediationof liquefiable soils and foundation options. Our findings and recommendations were provided in a geotechnical report andpresented during a project design charrelle.

25

ATTACHMENT 5-57

Page 24: AWARD CONTRACTS - SAN RAMON CANYON STORMWATER ...€¦ · CONSULTANT agrees to maintain in force at all times during the performance of work under this Agreement worker's compensation

EDUCATIONB.S., Geology, 2005University of California, Santa Barbara

REGISTRATIONS ANDCERTIFICATIONSProfessional Geologist, PG 886140-Hour HazardOUS Waste OperationCertification, 2008Radiation Safely and Use of NuclearGauges Certification, 2005Railroad Safety Trained, 2006

EXPERIENCE HIGHLIGHTSAsilomar Landslide Evaluation for theCity of Los Angeles Public WorksDepartmentSoulhern California Edison'sTehachapi Renewable Energy Project.Transmission Project, EnvironmentalImpact ReportMultiple large business and residentialdevelopments for private developers

PROFESSIONAL AFFILIATIONSMember, Association of EngineeringGeologistsMember, South Coast GeologicalSociety

EVAN PRICE, PGFIELD GEOLOGIST

As A Senior Staff Geologist for Ninyo & Moore, Mr. Price researches and compilesgeologic data for investigations. He coordinates and supervises subsurface drillingactivities, and performs geologic mapping and logging of exploratory borings and testpits. Mr. Price coordinates with support staff including technical illustrators and fieldand laboratory technicians, and prepares correspondence, permit requests, andgeotechnical reports. He has experience wilh downhole logging, hollow stem and mudrotary drilling, coring, air percussion, cone penetrometer, monitoring wells, inclinometers,piezometers, fault lrenching, and geophysical surveys. He has field constructionexperience with grading, landslide buttresses, subsurface drainage systems, groundmodification techniques, shoring systems, tie-back anchors, soil nail walls, drilledfoundations, driven pile foundations, stone column soil improvements, micropilefoundations, compaction testing, and as-graded geologic evaluation/mapping

REPRESENTATIVE PROJECT EXPERIENCESan Ramon Canyon Storm Drain, Rancho Palos Verdes, California: Senior StaffGeologist for City of Rancho Palos Verdes project that would improve drainageconditions along the San Ramon Canyon, which traverses the South Shores Landslideto the ocean. The drainage improvements include construction of canyon subdrainsystems, partial canyon filling and buttressing of the Tarapaca Landslide, constructionof 4,000 feet of 54-inch storm drain, nearly 2,000 feet of tunneling, construction of amid-canyon inlet structure, construction of a sea-bluff outlet structure and constructionof access roads in the relatively steep landslide and canyon terrain. The project isintended 10 improve drainage along lhe canyon and reduce the potential for futurelandslide movement. Mr. Price was the lead field geologist for the project. Hecoordinated with subcontractors and directed field exploration activities. He wasresponsible or geologic mapping and logging continuous core borings and exploratorytest pils. He prepared geologic cross-sections, assisted with slope stability analysis,and prepared technical data.

North East Interceptor Sewer and Glendale Burbank Interceptor Sewer (NElS21GBIS), Los Angeles, California: Field Geologist during the geolechnical evaluationfor the design and construction of two new 96-inch-diameter sewer pipelines to beinstalled using tunnel boring machines (TBMs) 180 feet below grade. Performed nineexploratory borings to depths of up to 195 feel to collect preliminary data regarding thegeologic and geotechnical conditions, geologic slructure, and rock strengthcharacteristics of quartz diorite and Modelo Formation along the alignments. Theborings were advanced using continuous rock coring methods and rock cores werecollected, logged, sampled, and prepared for storage. Services also included packertesting to evaluate strength and hydrogeologic conditions of the bedrock at theproposed pipeline invert elevations and installation of groundwater monitoring wells inthe borings.North East Interceptor Sewer Project Phase II (NElS 2), Los Angeles, California:As Staff Geologist assisted in a subsurface exploration program for the preliminarydesign of the Northeast Interceptor Sewer II (NElS 2) in the City of Los Angeles,California. The NElS 2 project phase includes the preliminary design of 11.5 miles of96-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 fielddata, and project coordination.

Experlellce I Quality I Commitment

ATTACHMENT 5-58

Page 25: AWARD CONTRACTS - SAN RAMON CANYON STORMWATER ...€¦ · CONSULTANT agrees to maintain in force at all times during the performance of work under this Agreement worker's compensation

EVAN PRICEPAGE20F2

REPRESENTATIVE PROJECT EXPERIENCE (CONTINUED)Five Coves and Lincoln Basins Bypass Pipeline Project, Anaheim, California: As Senior Staff Geologist assisted in thegeotechnical consulting services for the design of the Orange County Water Dislrict Five Coves and Uncoln Basins BypassPipeline project in Anaheim, California. Mr. Price look part in the subsurface exploration which included small diameterborings and test pits to evaluate the geologic conditions at the site. Helped prepare geologic models to evaluate the slopestability and design recommendations.Mira Loma Recharge Basin, Anaheim, California: Staff Geologist retained to perform a geotechnical study to evaluate thegeologic conditions at the Orange County Water District's planned Mira Loma Recharge Basin in Anaheim, California. Ourstudy was perfonned in support of planning and environmental documents for the project.MRCAIWestridge Overlook, Los Angeles, Santa Monica Mountains: Ninyo & Moore performed a geologic evaluation atthe Westridge Overlook site in the Santa Monica Mountains for the planned nature park facility. The project was located insteep mountainous terrain in the southeast portions of the Santa Monica Mountains. The park development included anovertook area with graded parking areas, a paved access road, retaining walls and restoration of vegetated slopes andconstruction of trails. Our services included geologic mapping on site, including evaluation of a previously mapped landslideon slopes flanking the ridgeline for Ihe overtook park. Our geologic evaluation included research and review of publishedgeologic maps, review of previous geotechnical reports, geologic interpretation topographic maps and aerial photographs,and subsurface exploration. Laboratory testing was perfonned to classify materials and evaluate strength characteristics ofgeologic units for stability analysis. Stability analysis was perfonned for proposed cut slopes in Santa Monica Slate bedrock.The results of our geologic evaluation were presented in an illustrated report presenting our conclusions andrecommendations. Our recommendations included geolechnical criteria for earthwork and slope stability, retaining wallconstruction and pavements. Our report included logs of exploratory borings, laboratory test resulls, geologic map andgeologic cross sections.LADWP Barren Ridge Renewable Transmission Project, Los Angeles and Kern Counties, California: As StaffGeologist took part in a geotechnical study to be included in the Environmental Impact Report for a proposed new 230kVtransmission line from the Barren Ridge substation in the Mojave Desert area to the new Haskell s~tching station in theSanta Clarita area. Mr. Price perfonned extensive data inventory of the geologic resources and potential geologic andseismic hazards affecting more than 200 miles of altemative route alignments for the transmission project. Extensive GIS­based analysis was conducted to evaluate and present the potential projecl impacts. He took part in the assessment of thepotential impacts of Ihe project and developed mitigation measures to reduce the impacts. Significant geologic fealures ofthe study included potential surface fault ruplure due to the San Andreas and other active faults, potential liquefaction hazardzones, and the steep, landslide-prone terrain of the Angeles National Forest and Sierra Pelona.

bperience I Quality I CommItment

ATTACHMENT 5-59

Page 26: AWARD CONTRACTS - SAN RAMON CANYON STORMWATER ...€¦ · CONSULTANT agrees to maintain in force at all times during the performance of work under this Agreement worker's compensation

San Ramon Canyon Storm Drain SystemRancho Palos Verdes, California

TABLE 1 - BREAKDOWN OF ESTIMATED FEE

PROJECT COORDINATION AND MANAGEMENT

October 3, 2012Pr~ectNo.208342001

Principal Engineer/GeologisVEnvironmental Scientist 40 hours @ $154.00

Senior Engineer/GeologisVEnvironmental Scientist 72 hours @ $148.00

Senior Staff Engineer/GeologisVEnvironmental Scientist 40 hours @ $128.00Subtotal

INSTRUMENTATION AND TUNNELING MONITORING

/hour $ 6,160.00

Ihour $ 10,656.00

Ihour $ 5,120.00--'$'--2-"1'"',9'::'3S=-'-.0;:':0'

Principal Engineer/GeologisVEnvironmental Scientist 30 hours @ $154.00 Ihour

Senior Engineer/GeologisVEnvironmental Scientist 60 hours @ $148.00 Ihour

Inclinometer Usage 400 hours @ $ 32.00 Ihour

Senior Staff Engineer/GeologisVEnvironmental Scientist 800 hours @ $128.00 IhourSubtotal

$ 4,620.00

$ 8,880.00

$ 12,800.00

$ 102,400.00$ 128,700.00

FIELD SERVICES (EARTHWORK)

Principal Engineer/GeologisVEnvironmental Scientist 12 hours @ $154.00 Ihour $ 1,848.00

Senior Engineer/GeologisVEnvironmental Scientist 40 hours @ $148.00 Ihour $ 5,920.00

Geologic Mapping

Senior Staff Engineer/GeologisVEnvironmental Scientist 96 hours @ $128.00 Ihour $ 12,288.00

Earthwork and Trench Backfill

Field/Laboratory Technician 296 hours @ $ 79.00 Ihour $ 23,384.00

Field Vehicle Usage 444 hours @ $ 10.00 /hour $ 4,440.00Subtotal $ 47,880.00

FIELD SERVICES (CIDH AND TIE-BACK ANCHORS)

Principal Engineer/GeologisVEnvironmental Scientist 6 hours @ $154.00 /hour $ 924.00

Senior Engineer/GeologisVEnvironmental Scientist 12 hours @ $148.00 /hour $ 1,776.00

Geologic Mapping

Senior Staff Engineer/GeologisVEnvironmental 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 $ 1,780.00Subtotal $ 21,040.00

FIELD SERVICES (CONCRETE SAMPLING)

Field/Laboratory Technician

Field Vehicle Usage

208342001 PJ Fce·re....2 xisC8

Subtotal

1 of2

80 hours @ $ 79.00

80 hours @ $ 10.00

/hour $ 6,320.00

/hour....:$c-- 8;:.:0~0~.0~0~

$ 7,120.00

ATTACHMENT 5-60

Page 27: AWARD CONTRACTS - SAN RAMON CANYON STORMWATER ...€¦ · CONSULTANT agrees to maintain in force at all times during the performance of work under this Agreement worker's compensation

San Ramon Canyon Storm Drain SystemRancho Palos Verdes, California

TABLE 1· BREAKDOWN OF ESTIMATED FEE

October 3, 2012Project No. 208342001

LABORATORY TESTING

Chloride and Sulfate Content, CT 417 & CT 422 8 tests @ $135.00 /test $ 1,080.00pH and Resistivity, CT 643 8 tests @ $140.00 /test $ 1,120.00Proctor Density - D 1557 & D 698, CT 216 & AASHTO T-

8 tests @ $180.00 /test $ 1,440.00180 (Rock corrections add $80)Sand Equivalent, D 2419, CT 217 4 tests @ $ 90.00 /test $ 360.00Compression Strength Test, C39 80 tests @ $ 22.00 /test $ 1,760.00

Subtotal $ 5,760.00

REPORT PREPARATION

Principal Engineer/Geologist/Environmental Scientist

Senior Engineer/Geologist/Environmental Scientist

Senior Staff Engineer/Geologist/Environmental Scientist

Technical Illustrator/CAD Operator

Data Processing, Technical Editing, or Reproduction

Subtotal

TOTAL ESTIMATED FEE

8 hours @ $154.00 /hour $ 1,232.00

16 hours @ $148.00 /hour $ 2,368.00

40 hours @ $128.00 /hour $ 5,120.00

40 hours @ $ 78.00 /hour $ 3,120.00

40 hours @ $ 58.00 /hour $ 2,320.00

$ 14,160.00

$ 246,596.00 I

208342001 ?3 Fee-rev2 xisC. 20f2

ATTACHMENT 5-61

Page 28: AWARD CONTRACTS - SAN RAMON CANYON STORMWATER ...€¦ · CONSULTANT agrees to maintain in force at all times during the performance of work under this Agreement worker's compensation

San Ramon Canyon Storm Drain SystemRancho Palos Verdes, California

SCHEDULE OF FEES

HOURLY CHARGES FOR PERSONNEL

October 3, 2012Project No. 208342001

Principal Engineer/Geologist/Environmental Scientist " $ 154Senior Engineer/Geologist/Environmental Scientist.. $ 148Senior Project Engineer/Geologist/Environmental Scientist $ 145Project Engineer/Geologist/Environmental Scientist. $ 142Senior Slaff Engineer/GeologisUEnvironmental Scientist $ 128Staff Engineer/GeologisUEnvironmental Scientist. $ 120GIS Analyst $ 120Field Operations Manager $ 95Supervisory Technician $ 86Nondestructive Examination Technician, UT, MT, LP $ 85Senior FieldlLaboratory Technician.. $ 79FieldlLaboratory Technician $ 79ACI Concrete Technician $ 79Concrele/Asphalt Balch Plant Inspector $ 79Special Inspector (Concrete, Masonry, Steel, Welding, and Fireproofing) $ 79Technicallllustrator/CAD Operalor $ 78GeolechnicaVEnvironmentaVLaboratory Assistant $ 66Information Specialist.. $ 66Data Processing, Technical Editing, or Reproduction $ 58

OTHER CHARGES

Expert Witness Testimony............ .. $ 400 thrConcrele Coring Equipment (inciudes one technician) . $ 160/hrPID/FID Usage........................................................................... . $ 120/dayAnchor load tesl equipmenl (inciudes technician) $ 89 thrHand Auger Equipmenl.. $ 55 tdayInclinometer Usage $ 32 /hrVapor Emission Kits $ 30 /kitLevel D Personal Prolective Equipment (per person per day) $ 25/p1dRebar Locator (Pachomeler) $ 22 /hrNuclear Density Gauge Usage $ 12/hrField Vehicie Usage $ 10/hrDirect Project Expenses....................................................................................................................... Cost plus 15 0/0

Laboratory testing. geophysical equipment. and other special equipmenl provided upon request.

NOTES (Field Services)For field and laboratory technicians and special inspectors, regular hourly rates are charged during normal weekdayconstruction hours. Overtime rates at 1.5 times the regUlar rates will be charged for work performed outside normal con­struction hours and all day on Saturdays. Rates at twice the regUlar rates will be charged for all work in excess of 12hours in one day or on Sundays and holidays. Lead time for any requested service is 24 hours. Field Technician ratesare based on a 4-hour minimum. Special inspection rates are based on a 4-hour minimum for the first 4 hours and an 8­hour minimum for hours exceeding 4 hours. Field personnel are charged portal to portal.

INVOICESInvoices will be submitted monthly and are due upon receipt. A service charge of 1.0 percent per monlh may be chargedon accounts not paid within 30 days.

TERMS AND CONDITIONSThe terms and conditions of proViding our consulting services include our limitation of liability and indemnities as pre­sented in Ninyo & Moore's Work Aulhorization and Agreement.

208342001 P3·rev 2.doc

ATTACHMENT 5-62

Page 29: AWARD CONTRACTS - SAN RAMON CANYON STORMWATER ...€¦ · CONSULTANT agrees to maintain in force at all times during the performance of work under this Agreement worker's compensation

San Ramon Canyon storm Drain SystemRancho Palos Verdes, Califomia

October 3,2012Project No. 208342001

SCHEDULE OF FEES FOR LABORATORY TESTINGLaboratory Test, Test Designation, and Price Per Test

7055

3535

100120140130130'SO275

55390

90'OSlOS1607585

55SO

'2095

'40'20

SO

2,200'SO2'5'00'9521512016590

. $. $

AggregatesAbsorption. Coarse, C 127 $Absorption. Fine, C 128.. ..$Clay Lumps and Friable Particles, C 142. .. $Oeanness Value. CT 227 $Crushed Particles, CT 205.... . $Durability. Coarse, CT 229....... . SDurability, Fine, CT 229. . $Los Angeles Abrasion, C 131 or C 535... . $Mortar making properties of fine aggregate, C 87 .. $Organic Impurities, C 40 $Potential Reactivity of Aggregate (Chemk::al Melhocl), C 289 $Sand Equivalent, CT 217 . $Sieve Anatysis. Coarse Aggregate, C 136 $Sieve Analysis, Fine Aggregate (irduding wash), C 136 . $Sodium Sulfate Soundness (per size fraction), C 68 $Specific: Gravity. Coarse, C 127 $Specific Gravity. FlIle, C 128 $

Asphalt ConcreteAsphalt Mix Design, CalLrans.. . $Asphalt Mix Design Review, Job Spec . $Extraction, % Asphalt. including Gradation, D 2172, CT 310 $Film Stripping, CT 302.......... .. $Hveem Stability and Unit Weight CTM or ASTM. CT 366... .. $Marshall Stability, Flow and Unit Weight, T-245 $Maximum Theoretical Unit Weight, D 2041 $Swell, CT 305. . $UnitWeighl sample or core, 0 2726, CT 308 $

ConcreteCement Analysis Chemical and Physical, C 109....... .$ 1.650Compression Tests, 6x12 Cylinder, C 39 $ 22Concrete Mix Design Review. Job Spec........ ..... ..$ 140Concrete Mix Design, perTnal Balch, 6 cy1illCfer, ACI $ 750Concrete Cores, Compression (excludes sampling), C 42 .. $ 55Drying Shrinkage, C 157 .•.. ...$ 250Flexural Test, C 78.. . $ 50Flexural Test, C 293 $ 55Flexural Test, CT 523.. . $ 60GuniteJSholerete, Panels, 3 cut cores per panel and test, ACI $ 250Jobsite Testing Laboratory QuoteLightweight Concrete Fill, Compression, C 495 $ 40Petrographic Analysis, C 656 $ 1,100Splitting Tensile Strength. C 496 ..$ 80

Reinforcing and Structural SteelFireproofing Density Test, UBC 7-6 $Hardness Test, Rockwell, A-370.... . . SHigh Strength Bolt, Nut & Washer Confonnance, sel, A-325 $MechanicaUy Spliced Reinforcing Tensile Test, ACI....... .$Pre-Stress Strand rr 'Wire), A416 . $Chemical Analysis, A-36, A-615....... . .. $Reinforcing Tensile or Bend up to No. 11, A 615 & A 706 $Structural Steel Tensile Test: Up to 200,000 Ibs.(machining extra), A 370 .

Welded Reinforcing Tensile Test: Up to No. 11 bars, ACI ...

25090

1109090

800390330190'4010090

'65500'90190

'45440'35275

702902SO'SO1651451451653001901103039

230'40lSO

RoofingBuilt·up Roofing, cut-out samples, 0 2829..... . $RooflOQ Materials Analysis. 0 2829............. . $RooflllQ Tile Absorplion, (sel of 5), UBC 15-5...... .. $RooflllQ Tile Strength Test (set of 5), UBC 15-5.......... .. $

SoilsAtterbefg Limits, 0 4318. CT 204 ...$Ca~fomia Bearing Ratio (caR), 0 1883 $Chloride and Sulfate Content, CT 417 & CT 422 . $Consolidation, 0 2435. CT 219....................................... . SConsolidation - Tme Rate. 0 2435, CT 219 ... ..$Direct Shear- Remolded, 03080............................... ..$Direct Shear - UndistUrbed, 0 3080 ..$Durability Index, CT 229.......... . . $Expansion Index, 0 4829, UBC 18-2 . $Expansion Potential (Melhod A). 0 4546 $Expansive Pressure (Method C). 0 4546............... .........•..$Geofabric Tensile and Elongation Tes~ 0 4632 $Hydraulic Conductivity, 0 5084 $Hydrometer Analysis. 0 422, CT 203 ................•. .. $Moisture. Ash, & Organic Matter of PeaVOrganic Soils $Moisture Only. D 2216. CT 226. ...$Moisture and Density, D 2937 . $Penneability. CH, D 2434, CT 220 .. $pH and Resistivity, CT 643 .... .. $Proctor Density D 1557, D 698, CT 216, &.. . $AASHTQ T-180 (Rock corrections add S80)

R-value,D 2844, CT 301 . $Sand Equivalent, D 2419. CT 217... . . $Sieve Analysis, 0 422, CT 202.... . $Sieve Analysis, 200 Wash, 0 1140, CT202 $Specific Gravity, 0 854 $Thermal Resistivity (ASTM 5334, IEEE 442) $Triaxial Shear, C.D, 0 4767, T 297 $Triaxial Shear, C.U., w/pore pressure, 04767, T 2297 per pl..STriaxial Shear. C.U.. wlo IXlre pressure, 04767, T 2297 per pt..$Triaxial Shear. U.U., 0 2850 .. $Unconfined Compression, 0 2166, T 208.. .. $Wax Oensity, 0 1188 $

MasonryBrick Absorption, 24-hour submersion, C 67 $ 45Brick Absorption, 5-hour boiling. C 67 .... . $ 55Brick Absorption, 7-day, C 67..... . $ 60Brick Compression Test, C 67 $ 45Brick Efflorescence, C 67 . $ 45Brick Modulus 0( Rupture. C 67 . S 40Brick Moisture as received, C 67 $ 35Brick Saturaoon Coefficient, C 67 $ 50Concrete Block Compression Test, 8x8x16, C 140.. .. $ 60Concrete Block Conformance Package, C 90 $ 440Concrete Block Linear Stvinkage, C 426 S 120Concrete Bock Unil Weight and Absorption, C 140.. . $ 55Cores, Compression or Shear Bond, CA Code $ 55Masonry Grout, 3x3x6 prism compression, UBC 21-18 $ 30Masonry Mortar, 2x4 cylinder compression, UBC 21-16 $ 30Masonry Prism, half size, compression, UBC 21·17 $ 110

Special preparation of standard lest specimens will be charged at the technician's hour1y rate.

Ninyo & Moore is accredited to penonn Ihe AASHTQ equivalent of many ASTM test procedures.

208342001 P3.rev 2 doc:C.

ATTACHMENT 5-63