HomeMy WebLinkAboutC-2795 - Testing Services for City Seawater Desalination Transmission MainAGREEMENT
Cn Y CLERK 0XIC wAL.
PROFESSIONAL SERVICES FOR LOCATING LEAKS OM THE CITY
SEAWATER DESALIMATIOM TRAMSMISSION MAIM
THIS AGREEMENT is made and entered into this I5T'4 day of
January 1990, by and between the City of Newport Beach, a municipal
Corporation, hereinafter refer7d to as "CITY ", and NDE Environmental
Corporation, a California Corporation, hereinafter referred to as
"CONSULTANT ".
WITH ESSETN:
WHEREAS, the "CITY" is located in Southern California, an and
region, and;
4S oay5
WHEREAS, "CITY" is charged with providing a safe and reliable
public water supply for domestic consumption and fire protection to all of its
residents, and;
WHEREAS, the "CITY" has experienced a marked population growth
over the years and continual intensifying development, and;
WHEREAS, planning for such circumstances requires the "CITY" to
provide additional reliable sources of water supply in accord with its master
plan, and;
WHEREAS, the "CITY" has identified a reliable supplemental source
for its water supply, that being groundwater from the Orange County Basin,
and;
WHEREAS, the task of developing said water source includes
installation of water wells, and the conveyance of water through a large
diameter transmission main, and;
WHEREAS, the "CITY ", has decided to undertake the investigation of
the condition of an existing abandoned water transmission pipeline,
hereinafter referred to as "PIPELINE", and;
•
•
WHEREAS, the "CITY" requires assistance from "CONSULTANT" in
its investigation of the condition of the existing "PIPELINE" prior to
implementation of said project, and;
WHEREAS, the "CITY" has requested a proposal for assistance in the
testing of said "PIPELINE" from "CONSULTANT", and;
WHEREAS, "CITY" has requested a proposal for such testing services,
hereinafter referred to as "TESTING ", and;
WHEREAS, "CONSULTANT" has submitted a proposal for costs and
services as outlined herein below to perform "TESTING ", and;
WHEREAS, "CITY" desires to accept said proposal;
NOW THEREFORE, in consideration of the foregoing, it is mutually
agreed and understood that:
I. GENERAL
A. "CITY" engages "CONSULTANT" to perform the
described services for the consideration hereinafter stated.
B. "CONSULTANT" agrees to perform the described services
in accord with the terms and conditions hereinafter set forth.
C. "CONSULTANT" agrees that all services required
hereunder shall be performed under his direct supervision, and all personnel
engaged in the work shall be fully qualified and shall be authorized or
permitted under State and local law to perform such services.
"CONSULTANT" shall not sublet, transfer or assign any work except as
otherwise provided for herein or as authorized in advance by the "CITY ".
11. SERVICES TO BE PERFORMED BY CONSULTANT
"CONSULTANT" shall provide the following listed professional
services to "CITY ". A detailed explanation for said services is contained and
enumerated in the "CONSULTANT's" proposal dated December 12, 1989, "to
perform leak pinpointing of two, one -mile sections of 30 -inch water
transmission line ". "CONSULTANT" shall provide all requested services
appurtenant to preliminary engineering, design and planning, that were
enumerated or discussed during the "CITY's" verbal request for proposal.
The "CONSULTANT" shall:
2
A. Develop a detailed plan for implementation of the
proposed "TESTING" activities and coordination with the "CITY" and its
field forces to most efficiently complete the project and the associated tasks.
B. Fill each one -mile long pipe section with air as a pre -test
and pressurize the pipeline to ascertain its ability to hold pressure at all test
fittings and outlets.
C. Fill each one -mile long pipe section with a mixture of 1 % or
more of helium with air or nitrogen gas. Pressurize to approximately 15 psig.
D. Drill boreholes for tracer gas detection over the pipeline at
30 ft. intervals. Drill boreholes at 15 ft. intervals at assumed high risk areas
over the pipe and in all street areas over the pipe.
E. Check helium gas concentrations in boreholes with tracer
gas detection equipment. Analyze results to determine likely pipe leak
locations.
F. Perform acoustic emission testing using ALFDS
equipment and methods. Listen in high risk leak areas at all pipe outlets and
exposures.
G. Assist "CITY" forces in providing traffic control for testing
and operations in areas within the travelled roadway and the street right -of-
way in accord with the Public Works Encroachment Permit from the City of
Huntington Beach.
H. Meet and confer with "CITY" project manager and field
superintendent prior to commencement of work to discuss proposed plan for
accomplishing all testing operations, clean-up, traffic control and meet again
later to review the results of the testing.
I. Provide specific recommendations in written report form
regarding the location and size of all leaks found during the testing
operations.
3
III. DUTIES OF THE CITY
0
In order to assist the "CONSULTANT" in the execution of his
responsibilities under this Agreement, "CITY" agrees to provide the following:
A. Provide any background information, reports or "as- built"
drawings as may be available or are in existence, which may be germane to
the proper implementation of "TESTING ".
B. Assist "CONSULTANT" with the field test and access
planning. Meet with "CONSULTANT" as may be necessary to provide input
or direction on matters pertaining to the completion of the "TESTING"
activities.
C. Act as liaison between "CONSULTANT" and any other
jurisdiction or agency for any matters as are appurtenant to obtaining permits
for the subject "TESTING ".
D. Provide a nearly completely dewatered pipeline section
with testing bulkheads at each end of the two reaches of pipe.
E. Assist "CONSULTANT" with the implementation of
traffic control during work and testing operations within the street right -of-
way in accord with the encroachment permit.
IV. TIME OF COMPLETION
"CONSULTANT" shall complete all work pursuant to this
Agreement within thirty (30) calendar days from the date of the "CTTY's"
written notice of "authority to proceed ".
V. OWNERSHIP OF DOCUMENTS
Original drawings, reports, notes, maps and other documents
relating to the plans shall become the exclusive property of "CITY" and may be
reproduced as deemed necessary by "CITY" or its duly authorized representative.
No report, drawing, map, document or other data given to, prepared, or
assembled by "CONSULTANT" pursuant to this Agreement shall be made
available to any individual or organization by "CONSULTANT" without prior
written approval by "CITY ".
H
0 0
VI. RIGHT OF TERMINATION
A. "CITY" reserves the right to terminate this Agreement at
any time by giving "CONSULTANT' three (3) days' prior written notice.
Notice shall be deemed served when delivered personally or upon deposit in
the United States mail, postage prepaid, addressed to the "CONSULTANT's"
business office at 2909 Oregon Court, suite B1, Torrance, California 90503.
B. In the event of termination due to errors, omissions, or
negligence of "CONSULTANT', "CITY" shall be relieved of any obligation to
compensate "CONSULTANT' for that portion of work affected by such errors,
omissions, or negligence of "CONSULTANT'. If this Agreement is terminated
for any other reason, "CITY" agrees to compensate "CONSULTANT' for the
actual services performed up to the effective date of the 'Notice of
Termination ", on the basis of the fee schedule contained herein.
VII. SUBCONTRACTORS AND ASSIGNMENT
A. None of the services included in this Agreement shall be
contracted or subcontracted without prior written approval of "CITY ".
B. "CONSULTANT" shall not assign or transfer any interest
in this Agreement, whether by assignment or novation, without the prior
written consent of "CITY"; provided, however, that claims for money due or
to become due "CONSULTANT' from "CITY" under this Agreement may be
assigned to a bank, trust company or other financial institution, or to a trustee
in bankruptcy, without such approval. Notice of any such assignment or
transfer shall be promptly furnished to "CITY ".
VIII. PAYMENT AND FEE SCHEDULE
A. In consideration for the performance of the specified
services, "CITY" hereby agrees to compensate "CONSULTANT' on a lump
sum basis as set forth herein below in the "FEE SCHEDULE ". In no event
shall said amount be greater than the amount of twenty-five thousand six
hundred forty six dollars ($25,646.00) except as otherwise provided for herein.
B. FEE SCHEDULE
work item
rates
Detailed leak tracing & monitoring Q 15 ft. intervals..... 25,646.00
OR
Detailed leak tracing & monitoring @ 30 ft. intervals..... 18,522.00
5
• •
C. The contract amount shall be paid to "CONSULTANT" in
a single lump sum payment following a determination by the "CITY's"
Project Engineer that the project tasks have been 100% completed.
D. In addition to the above listed maximum fee, "CITY"
agrees to reimburse "CONSULTANT" for the actual cost plus ten percent
(10 %) for reproduction of copies of plans and related documents, as well as
filing fees, checking fees, and other material costs authorized in advance by
the Project Engineer for the "CITY" or his duly authorized representative
where such costs have been advanced by "CONSULTANT ".
IX. ADDITIONAL SERVICES
No change in character, extent, or duration of the work to be
performed by "CONSULTANT" shall be made without prior written
approval from "CITY ". In consideration for performance of additional
services authorized by "CITY" in writing, "CITY" hereby agrees to compensate
"CONSULTANT" an amount based upon the hourly rate as submitted to the
"CITY" in a "FEE SCHEDULE ", except that an increase in the total
compensation exceeding five thousand dollars ($5,000.00) shall require that an
amended Agreement for such additional services be executed by the
"CONSULTANT" and "CITY ".
X. RECORDS
"CONSULTANT" shall maintain complete and accurate records
with respect to costs, expenses, receipts and other such information required
by "CITY" that relate to the performance of the services specified under this
Agreement. All such records shall be maintained in accordance with
generally accepted accounting principles and shall be dearly identified and
readily accessible. "CONSULTANT" shall provide free access to the
representatives of "CITY" or its designees at all proper times to such books
and records, and gives "CITY" the right to examine and audit same, and to
make transcripts therefrom as deemed necessary, and to allow inspection of
all work, data, documents, proceedings and activities related to this
Agreement.
XI. INSURANCE
A. On or before the date of execution of this Agreement,
"CONSULTANT" shall furnish "CITY" with certificates showing the type,
amount, class of operations covered, effective dates and dates of expiration of
insurance policies. Such certificates which do not limit "CONSULTANT's"
indemnification, shall also contain substantially the following statement:
"The insurance covered by this certificate may not be cancelled or materially
altered, except after ten (10) days' written notice has been received by "CITY ".
R
B. "CONSULTANT" shall maintain in force at all times
during the performance of this Agreement, policies of insurance required by
this Agreement; and said policies of insurance shall be secured from an
insurance company assigned Policyholders' Rating of "B" (or higher) and
Financial Size Category XV (or larger) in accordance with an industry-wide
standard and shall be licensed to do business in the State of California.
1. An appropriate industry-wide insurance rating
standard shall be deemed "BEST'S KEY RATING GUIDE ", latest edition.
coverages:
C. CONSULTANT shall maintain the following minimum
Liability Insurance
General liability coverage shall be provided in the following
minimum limits:
Category Amount
Bodily Injury
Property Damage
$100,000 each person
$ 250,000 each occurrence
$ 500,000 aggregate
$ 250,000 each occurrence
$ 500,000 aggregate
A combined single limit policy with aggregate limits in
the amount of $1,000,000 will be considered equivalent to the required
minimum limits.
D. Subrogation Waiver
In the event of loss or claim of loss due to any of the perils
for which it has agreed to provide insurance, "CONSULTANT" shall look
solely to its insurance for recovery. "CONSULTANT' hereby grants to "CITY"
on behalf of any insurer providing insurance to either "CONSULTANT" or
"CITY" with respect to the services of "CONSULTANT", a waiver of any right
of subrogation which any such insurer of said "CONSULTANT" may acquire
against "CITY" by virtue of the payment of any loss under such insurance.
7
0 0
E. Failure to Secure
If "CONSULTANT" at any time during the term of this
Agreement, should fail to secure or maintain the foregoing insurance, "CITY" shall
be permitted to obtain such insurance in the "CONSULTANT's" name or as an
agent of "CONSULTANT" and shall be compensated by "CONSULTANT" for the
costs of the insurance premiums at the maximum rate permitted by law computed
from the date written notice is received that the premiums have been paid.
F. Additional Insured
"CITY", its City Council, boards and commissions, officers,
agents, servants and employees shall be named as an additional insured under
all insurance policies required under this Agreement. The naming of an
additional insured shall not affect any recovery to which such additional
insured would be entitled under this policy if not named as such additional
insured; and an additional insured named herein shall not be liable for any
premium or expense of any nature on this policy or any extension thereof.
Any other insurance held by an additional insured shall not be required to
contribute anything toward any loss or expense covered by the insurance
provided by this policy. Proceeds from any such policy or policies shall be
payable to "CITY" primarily, and to "CONSULTANT" secondarily, if necessary.
XII. WAIVER
A waiver by "CITY" of any breach of any term, covenant, or
condition contained herein shall not be deemed to be a waiver of any
subsequent breach of the same or, any other term, covenant, or condition
contained herein whether of the same or different character.
X M. COST OF LITIGATION
. I If any legal action is necessary to enforce any provision hereof or
for damages by reason of an alleged breach of any provisions of this,
Agreement, the prevailing party shall be entitled to receive from the losing
party all costs and expenses in such amount as the court may adjudge to be
reasonable cost of litigation.
XIV. INTEGRATED CONTRACT
This Agreement represents the full and complete understanding of
every kind or nature whatsoever between the parties hereto and all preliminary
negotiations and agreements of whatsoever kind or nature are merged herein. No
verbal agreement or implied covenant shall be held to vary the provisions hereof.
Any modification of this Agreement will be effective only by written execution
signed by both "CITY" and "CONSULTANT ".
11
0 0
XV. HOLD HARMLESS
"CONSULTANT" shall indemnify and hold harmless, "CITY ",
its City Council, boards and commissions, officers, agents, servants, and
employees from and against any and all loss, damages, liability, claims, suits,
costs and expenses, whatsoever, including reasonable costs of litigation,
regardless of the merit or outcome of any such claim or suit, arising from or
in any manner connected to "CONSULTANrs" errors, negligent acts,
omissions, or work conducted pursuant to this Agreement or arising from or
in any manner connected to persons, firms or corporations furnishing or
supplying work, services, materials, equipment or supplies thereto.
IN WITNESS WHEREOF, the parties hereto have executed this
Agreement on the first date above written:
APPROVED AS TO FORM:
City Attorney's Office
dTJ�t �
Robin Flory
Assistant City Attorney
Address and Telephone:
City of Newport Beach / Utilities Department
3300 Newport Boulevard
Post Office Box 1768
Newport Beach, California 92658 -8915
(714) 644 -3011
0
CITY OF NEWPORT BEACH,
a municipal corporation
Robert L. Wynn
City Manager
"CITY"
NDE Environmental Corporation
a California corporation
n Mastandrea
President & Chief Executive Officer
"CONSULTANT"
NDE Environmental Corporation
2909 Oregon Court
Torrance. California 90503
(800) 622 -6044
December 12, 1989
0
NDE
1R
Jeff Staneart, P.E.
Deputy Director,
Utilities Department
City of Newport Beach
3300 Newport Blvd.
Newport Beach, CA 92658 -8915
PROPOSAL NDE- P891208
Subject: NDE Environmental Corporation Proposal to Perform Leak
Pinpointing of Two One -Mile Sections of 3011 Seawater
Transmission Line for the City of Newport Beach
Dear Mr. Staneart:
NDE Environmental Corporation (NDE) is pleased to submit a Plan of
Work and Cost Proposal to provide leak pinpointing services for
two one -mile sections of 3011 Seawater Transmission Line for the
City of Newport Beach. Work will include filling the line with a
tracer gas mixture containing Helium up to about 15 psig, tracer
detection of Helium using two types of tracer gas detectors in
drilled sampling holes spaced 15 feet apart, and acoustic emission
measurements using two types of instrumentation.
The NDE Cost s based on the following
description of the wo•c, planning' of tasks, and schedule. This
is a reliable estimate..�f:.major leaks are pinpointed early., and
detailed monitoring at 15 ft. intervals is not required. If the
'detailed monitoring..is required, the work will be completed at a
',cosh -no -fo exceed $25;.646:
HELIUM TRACER TESTING
Once each line section is ready for testing, completely drained
and blinded, NDE proposes to fill the section with a mixture of
1% or more Helium in air or Nitrogen. Since the measured leak
rates are not small, the apparatus for pressurizing with tracer
gas will be mobile so that both lines may be filled from either
end. Helium will be detected at other accessible pipeline
fittings to assure distribution of tracer throughout the lines.
Drawings will be studied prior to work startup to predetermine the
most likely locations for leakage along the pipeline. Holes will
be bored at 15 ft. spacing above the line in these predetermined
"high risk" areas of the pipeline. Additional holes along the
remainder of each line will be bored at an initial spacing of
thirty feet. The holes will be 1/2 to 1 inch in diameter and 12
to 18 inches deep. Holes will be stabilized and identified by
inserting small numbered sticks. Significant readings will be
taped to the stick and recorded in data logs.
NDE ENVIRONMENTAL CORP. 2909 Oregon Court, Suite BI, Torrance, California 90503 • (213) 212 -5244 • (800) 622 -6044 (in Calif.) • FAX 213-212 -7230
Page Two
Jeff Staneart, P.E.
12 December 1989
•
elf Detection and measurement of Helium concentrations at each of the
boreholes will be accomplished using two types of instruments:
o Portable Leakgun using thermal conductivity principle
will enable rapid monitoring of pipeline fittings to
assure distribution of Helium throughout the line, and
efficient initial survey to find and quantify large leaks
o Portable mass spectrometer units will assure detection
and quantification of smaller leaks along the line
The strategy of initial rapid survey of priority "higher risk"
areas, followed by detailed monitoring of the entire line length
can minimize costs through early detection of significant leaks.
If no significant leaks were to be found using this strategy,
then additional boreholes would be drilled to reduce the spacing
to 15 ft. along the entire line length. Detailed monitoring
would be continued using all sampling holes.
ACOUSTIC EMISSION (AE) TESTING
Acoustic emission testing provides additional detection and
pinpointing capability. The planned testing strategy is similar
to that for tracer testing. Two levels of instrumentation will
be used for detection:
• Portable Acoustic Emission Leak Gun provides the most
sensitive and reliable leak detection possible in a small,
hand -held, battery- operated unit
• NDE Environmental Corporation's Acoustic Leak /Failure
Detection System (ALFDS) - state -of- the -art acoustic
emission sensors spectrum analyzers, together with real -
time computer data reduction system, allows correction of
data for background noise and attenuation. Leak location
is calculated from leak signatures at all accessible
connections to the pipeline.
The portable AE gun will be used for initial rapid survey of "high
risk" areas, "listening" through the boreholes, as well as at all
accessible fittings to the pipeline. After initial survey, the
gun will be used to provide detailed monitoring of the remaining
boreholes, augmenting the tracer detection technique.
The NDE ALFDS will be mounted in the NDE Test Van. Background and
attenuation measurements will be taken prior to pressurizing each
line section. once the line section is up to maximum pressure of
about 15 psig, acoustic emission spectra will be measured at each
accessible fitting. These will be analyzed and compared on site
to provide assessment of likely leak locations.
•
Page Three
Jeff Staneart, P.E.
12 December 1989
Y X4L4`f3
The following tasks are identified, scheduled and planned:
1. Pre -Test Logistics (compressed gases, fittings, ALFDS
acoustic emission electronics, etc.)
la) pre -test assembly as much as possible
lb) study drawings to pre - determine the "high- risk"
areas - those considered most likely to leak
2. Mobilization - set up portable tracer gas pressurization
equipment and mixing panel, check out AE instrumen-
tation, power supplies, sensors, etc. on site
3. Drill boreholes for tracer gas and AE gun detection -
3a) first in "high risk" areas
3b) then along pipeline at 30 ft. separation
3c) later at 15 ft. separation as necessary
4. ALFDS Acoustic Emission measurements:
4a) take background noise and acoustic attenuation data
4b) measure acoustic emission spectra at each accessible
pipeline fitting contact point
4c) perform analysis of measurements to determine likely
leak location(s)
5. Tracer gas pressurization of each line section:
5a) Pre -test of each line section using compressed air
only to about 15 psig
5b) Pre -mix tracer gas and compressed air to more than
2% and fill line section to about 15 psig
5c) Check He concentration at all accessible line
section fittings to assure distribution of tracer
6. Portable probe measurements in soil boreholes - He
concentration, and acoustic emission (hand -held gun):
6a) Take He concentration measurements using portable
mass spectrometer equipments (2)
6b) Take He concentration measurements using hand -held
He Leakgun
6c) Take acoustic emission measurements using hand -held
AE Leakgun
7. Post -Test Logistics and Demobilization (includes cleanup)
8. Final Report
8a) Preliminary Results reported
8b) Formal written report after completion of all tests
• •
Page Four
Jeff Staneart, P.E.
12 December 1989
SCHEDULE:
Designating the two one -mile line sections as A and-B, the
planned schedule of activities to complete leak pinpointing of
this line is as follows:
DAY 0: This day is one of mobilization, preparations and
compressed air pre -test of
each line
section.
Complete
Tasks 1 and 2.
Task
3a) for sections A and B:
[estimate
40 holes, 3mh]
Task
5a) for sections A and B
[estimate
10 hrs tot]
DAY 1: Test
Line Section A.
Tasks
5b) and 5c)
[estimate
5 -6 hrs]
Tasks
6a), (b) and (c)
(4 techs,
15 -20 min tot]
Task
4b)
[manger,
4 hrs]
Task
3b), then continue
[10m concurrent to Task 5]
tasks
6a), (b) and (c)
(4 techs,
about 4 hrs]
Tasks
3c), and repeat
[10mh concurrent to Task 6]
Task
6 as necessary
[4 techs,
about 4 hours]
DAY 2: Complete analysis
and prepare for t
Task 4c) for section
Task 8a) for section
Task 7 for section A
Task 2 for section B
DAY 3: Test Line Section
and recommendations for section A,
=_sting section B.
A
A
B.
Tasks 5b) and 5c)
Tasks 6a), (b) and (c)
Task 4b)
Task 3b), then continue
tasks 6a), (b) and (c)
Tasks 3c), and repeat
Task 6 as necessary
(estimate 5 -6 hrs]
[4 techs, 15 -20 min tot]
[manger, 4 hrs]
(10m concurrent to Task 5]
[4 techs, about 4 hrs]
(10mh concurrent to Task 6]
[4 techs, about 4 hours]
DAY 4: Complete analysis and recommendations for section A,
cleanup and demobilize.
Task 4c) for section B
Task 8a) for section B
Task 7 for section B
FINAL REPORT:
Task 8b)
0 •
Page Five
Jeff Staneart, P.E.
12 December 1989
COST ESTIMATE:
1. LABOR ESTIMATES:
Est'd Hrs
Eff Hrs
Rate
Ext.
Total
Project Manager
5
5
$150
$750
N/C
Project Engineer
50
50
100
5000
5000
Instrumentation Eng.
44
50
70
3500
3500
Manager
44
46
45
2070
2070
Foreman
16
16
40
640
640
Technician
72
76
37
2812
2812
Laborer
56
60
20
1200
1200
2. TEST VEHICLES & INSTRUMENTATION:
Pipe Test Van w. Gas Mixing
2 days @ $500 /day =
Hydro Test Van w. Acoustic
2 days @ $200 /day =
Pickup Truck:
4 days @ $50 /day =
Portable Helium detectors,
2 days @ $50 /day =
3. DIRECT MATERIAL:
$15222
Panel and Compressed Gas Trailer:
$1000
Emission equipment:
Leak Guns and AE Leak Gun
400
200
100
$1700
Helium Tracer Gas:
20 bottles @$70 /btl = $1400
Miscellaneous Fittings, Posts to mark bore holes, etc. 200
$1600
TOTAL ALL TASKS: $18522
This estimate does not include extensive fine monitoring (at 15 ft.
spacing) as detailed in Task 6c), since it should not be necessary.
Should such extensive testing be required, or other contingencies
occur, much more labor will be expended. However, we have estimated
full performance within reason, and can perform as stated with a not
to exceed price of $25,646. The design test strategy is to locate
major leaks early using efficient, reliable tools. Assurance of
tightness in other areas is provided by null indications of
sensitive instrumentation with sampling at 30 ft. intervals. Cost
control will be maintained throughout the project by discussion with
the City of Newport Beach Project Engineer at all decision points.
The work has been planned, scheduled and estimated based on the
following conditions and assumptions:
(1) The City Utilities Department will drain both pipeline
sections of water
Page Six NDE
Jeff Staneart, P.E. P,
12 December 1989
(2) Pipeline fittings at both ends of each section are
accessible for pressurizing with the Helium gas mixture
(3) Ground surface above the line is entirely accessible for
drilling small diameter holes (12 to 18 in. deep) into
the soil for tracer gas sampling
(4) Testing operations may require working long hours into
the night because of time required to fill the line
and allow for Helium tracer to rise through the soil
(5) Cost estimate does not include extensive labor to break
frozen pipe fittings, excavate identified leak areas,
make repairs to the lines, or retest lines after repair
We trust that the approach, plan of work tasks, schedule and
estimated costs as described meet your approval. If it is urgent,
we could start work within four or five days of the go- ahead.
Please call us about any questions or comments. We look forward to
meeting your leak pinpointing needs.
Very Truly Yours,
Wesley er
Project sneer
NOE ENVIRONMENTAL CORP. 2909 Oregon Court, guile 81, Torrance, Caldornia 90503 • (213) 212-5244 • (800) 622 -60x4 (in CalB.) • FAX 213-212-7230