HomeMy WebLinkAbout93-003 Terratech, A Testing Lab - School Sites 93-003 TERRATECH, A TESTING LAB -
SCHOOL SITES
CITY OF CUPERTINO
INTERDEPARTMENTAL Date FEB. 3. 1993
To CITY CLERK From ^- PUBLIC WORKS--SUMI
Information MESSAGE: AGREEMENT FOR CONSULTANT SERVICE--SOILS TESTING
❑ Implement SCHOOL STTES--TERRATECH, TESTING LAB _�—
❑ Investigate
❑ Discuss TRANSMITTED FOR YOUR FILES IS A FULLY EXECUTED COPY OF THE,
❑ See me ,AGREEMENT. (INFORMAL—_
❑ Reply
Sm
Reply:---- �_��— — ----_ -_
SIGNED: _ i DATE —Y —
Forward part l Retain part 2
AC=W NO. eta -9/0
CONTRACT AM LNT L2 --, . '
PuRcHASE cRDER ND.--" 3 2
AGUMMOU
naS AG T, made and entered into this llth day of January,
1993, by and between the CITY OF CLIPE12T M, a municipal corporation of
California, hereinafter referred to as 11CI' 11, --nd Terratech, a Testing
Lab with offices at 1365 Vander Way, San Jose, CA 95112, hereinafter
referred to as II(XNTRACIOR";
W I T N E S S E T H:
WHEREAS, CITY desires to retain services in conjunction with the Nine
School Sites Project; and
WIMMS, CITY desires to engage MNnACIOR to provide these services
by reason or its qualifications and experience for performing such
services, and OONTRACMR has offered to provide the required services an
the terms and in the manner set forth herein;
NOW, OURMM, in consideration of their nmxtual covenants, the
parties hereto agree as follows: t,
I. DEFINITIONS.
(a) The word "City" as used in this agreement shall mean and
include all the territory lying within the municipal boundaries of the
City of Cupertino, California, as presently existing, plus all territory
which may be added thereto during the term of this agreement by annexation
or otherwise.
(b) The term "City Manager" shall mean the duly appointed City
Manager of the City of Cupertino, California, or his designated
representative.
(c) The term "City Attorney" shall mean the duly appointed City
Attorney of the City of Cupertino, California, or his designated
representative.
(d) The term "City Clerk" shall min the duly appointed City
Clerk of the City of Cupertino, California, or Us designated
representative.
2. PItO= CXX)MINATION.
(a) City. The City Manager shall be representative of CITY for
all purposes under this agreement. Bert Viskovich, Director of Public
Works, hereby is designated as the PF&IJ JCT MRNAGM for the City Manager,
and he shall supervise the progress and execution of this agreement.
-1-
AOOOUNr NO.
CCTIRACr ANY-W
PURCRASE CH ER NO.
Asir
IRIS Actor, made and entered into this filth day of January,
1993, by and between the CITY OF CUPERTI O, a municipal corporation of
California, hereinafter referred to as "CITY", and Terrateah, a Testing
Lab with offices at 1365 Vander Way, San Jose, CA 95112, hereinafter
referred to as "03WIRACTCRII;
W I T N E S S E T H:
WIumm, CITY desires to retain services in conjunction with the Nine-
School Sites Project; and
WtS, CITY desires to engage CONIRA= to provide these services
by reason of its qualifications and experience for performing such
services, and CONrPACrCR has offered to provide the required services on
the terms and in the manner set forth herein;
NOW, nURM E, in consideration of their mutual covenants, the
parties hereto agree as follows:
1. DEF gMCNS.
(a) The word "City" as used in this agreement shall mean and
include all the territory lying within the municipal boundaries of the
City of o.:aertir*, California, as presently existing, plus all territory
which may be added thereto during the tern of this agroeanent by annexation
or otherwise.
(b) The tern "City Manager" shall mean the duly appointed City
Manager of the City of Cupertino, California, or his designated
representative.
(c) The term "City Attorney" shall mean the duly appointed City
Attorney of the City of Cqpertino, California, or his designated
representative.
(d) The term "City Clerk" shall mean the duly appointed City
Clerk of the City of Cupertino, California, or his designated
representative.
2. PROJECT COMIRMCN.
(a) Ci . The City Manager shall be representative of CITY for
all purposes under this agent. Bert Viskovich, Director of Public
Works, hereby is designated as the PFD= MANAGER for the City Manager,
and he shall supervise the progress and ewaxtion of this agreement.
-1-
(b) Contractor. QWnVkCIM shall assign a single PWATWT
DIRBCMR to have overall responsibility for the progress af>d execution of
this aunt for CONWAL7M. Rictord Woodard hereby is designated as
the PR#7►TDCr DIRk7(.'IM FCR aDNI1gACXR. Should circumstances or :conditions
subsequent to the execution of this art require a substitute PR+o=
DIPECrOR for any reason, the P"Ro= DIRDCTOR designee shall to subject to
the prior written acceptance and approval of the Per fCA OM.
3. DUNES OF C7?idrRAC°ICR.
(a) Services to be nnmished. CX2JrRACPOR shall provide all
specified services as set forth below:
(1) See attached Request for Proposal, addendum nos. 1 & 2 and
the Terratech proposal attached as Ddiibit "A".
(b) Laws to be Observed. OMRRACXk shall:
(1) Procure all permits and licenses, pay all charges and fees,
and give all notices which may be necessary and incident to the due and
lawful prosecution of the services to be performed by O ACICR under
this agreement;
(2) Ktr� itself fully informed of all existing and future
federal, state, and local laws, ordinances, regulations, orders, and
decrees which may affect those ergaged or cloyed under this agreement,
any materials used in OWM%CICRIs performance under this agreement, or
the conduct of the services under this ac^aement;
(3) At all times observe and comply with, and cause all of its
subcontractors and employees, if any, to observe and comply with, all of
said laws, ordinances, regulations, orders, and decrees mentioned above;
(4) Immediately report to the PRWWr MANAGM in writing any
discrepancy or inconsistency it discovers in said laws, ordinances,
regulations, orders, and degas mentioned above in relation to any plans,
drawing, specifications, or provisions of this agreement.
(c) Release of and Information. Any report.-,
information, data, or other material given to, or prepared or assembled
by, CMMRACICR or its subcontractors, if any, under this agreement shall
be the property of CTrY and shall not be made available to arry individual
or organization by c»ACMR or its subcon zactors, if any, without the
prior written approval of the City Manager.
(d) 2�Eie: of Reports and Information. If CITY requests
additional copies of reports, drawings, specifications or any other
material which OWIRA('ICR is required to furnish in limited quantities as
part of the services under this agreement, DOddrRACrOR shall provide such
additional copies as are requested and CITY shall ecmpexsate CCrUnWICR
for the costs of duplicating of such copies at OMMACMR'S cost.
(e) Final Report. coRnMMM shall provide CITY with tvo (2)
copies of the final report required under this aunt upon completion
and acceptance of the report by CITY.
-2-
(f) Qualifications of Contractor. CORM MR represents tha` it
is qualified to furnish the services described under this aunt. As
evidence thereof, OONn ACrCR warrants that one or more members -v
employees of the fin are licensed Civil ra;?neers and Geologists by the
State of California and that the services to Ire provided under this
agreement will be performed by them or under their st4pervision.
4. CCMPENSAnCN. For the full performance of the services described
herein by COiUTRAC M, CITY shall pay CONTRACTOR a total sum not to exceed
Eight Thousand Eight Hued Dollars ($8,800.CO) , payable monthly upon
submission by CON RACrCR of its itemized billings in triplicate, in
accordance with the following fee sole.
5. DUTIES OF CITY. City shall provide all specified serviies as set
forth below:
(a) See attached Request for Proposal and Addendum Nos. 1 & 2
attached as Ek ii.bit "A".
6. TERK. This aunt shall continue in full force and effect
until tern ted as provided herein.
7. TII►UUE ARY SUSPENSION. The City Manager shall have the authority
to su pend this agreement, wholly or in part, for such period as he deems
necessary due to unfavorable conditions or to the failure on the part of
the CCN'nWICR to perform any provision of this agreement.
8. EXTENSICN OF TERM. In the event that the services called for
under this agreement are not completed within the time specified above,
the City Manager shall have the option to extend the time for oanapleticn.
This paragraph does not preclude the recovery of damages for delay by
either party.
9. SUSPENSICN; NAMON.
(a) Right to Suspend or Terminate. Either party may suspend or
terminate this agreement for any reason by giving thirty (30) days written
notice. Upon receipt of such notice, CONTRACTOR shall inm►ediately
discontinue his performance under this agreement.
(b) Upon such suspension or germination, CONTRACMR
shall be paid for all services actually rendered to CITY to the date of
such suspension or termination; provided, however, if this agreement is
suspended or terminated for fault of OORMCIOR, CITY shall be obligated
to congensate CONTRACTOR only for that portion of CCNTRACICRIS services
which are of benefit to Czri'Y.
(c) Return of Materials. Upon such suspension or termination,
CONTRACICR shall turn over to the City; Manager immediately any and all
copies of studies, sketches, drawings, computations, and other data,
whether or not ocupleted, prepared by CMIrRACTOR or its subcontractors, if
any, or given to COMI4tACTOR or its , if any, in connection
with this agreement. Mudd materials shall become the permanent property
of cm. coven Z R, however, shall not be liable for CTTY°s use of
inxccWlete materials or for CTTY's use of coo plete documents if used for
other than the project contemplated by this agreement.
-3-
10. INSPE=CN. CONTRACTOR shall finish CITY witi every reasc nable
opportwzity for CI-W to ascertain that the services of OONTRAClM are
being performed in accordance with the requirements and intentions of this
mart. All work done and all materials furnished, if arry, shall be
subject to the PROJWr ma's inspection and approval. The inspection
of such work shall not relieve OONTRACTOR of any of its obligations to
fulfill its agreement as prescribed.
11. INDEPMENr JUDO. Failure of CITY to agree with CONTRACTOR'S
indepeidexrt f indin s, conclusions, or recommendations, if the same are
called for under this agreement, on the basis of difference in matters of
judgment shall not be construed as a failure on the part of CONTRACTOR to
meet the requirements of this aft.
12. ASSIC T; SUEi R!MCIORS; EMPLDYEES.
(a) Assignment. Both parties shall give their personal
attention to the faithful performance of this agreement and shall not
assign, transfer, convey, or otherwise dispose of this agreement or any
right, title, or interest in or tc the same or any part thereof without
the prior written consent of the other party, and then only subject to
such terms and conditions as the other party may require. A consent t-
one assignment shall not be deed to be a consent to any subsequent
assigrnent. Any assignment without such approval shall be void and, at
the option of the other party, shall terminate this agreement and arry
license or privilege granted herein. This agreement and any interest
herein shall not be assignable by operation of law without the prior
written consent of the other party.
(b) Subcontractors; Eftployees. CC NMCICR shall be responsible
for employing .w engaging all persons necessary to perfam the services of
MMRACIOR hereunder. No subcontractor of OOPMACTOB: will be recognized
by CITY as such; rather, all subcontractors are deemed to be employees of
CONTRACTOR, and it agrees to be responsible for their performance.
CONTRACTOR shall give its personal attention to the fulfillment of the
provisions of this aunt by all of its employees arrl subcontractors,
if any, and shall keep the work under its control. if any employee or
subcontractor of CONTRACTOR fails or refuses to carry out the provisions
of this agreement or appears to be incompetent or to act in a disorderly
or improper maruner, he shall be discharged immediately from the work under
this agreement on demand of the PRQMCT GFR.
13. NOTICES. All notices hereunder shall be given in writing and
mailed, postage prepaid, by certified mail, addressed as follows:
TO CITY: Office of the City Clerk
10300 Torre Avenue
Cupertino, CA 95014
TO CONTRACTOR: Attention of the PROJB=
DIRDCM at the address of
OM4MC°IOR recited above.
-4-
14. 1WEREST OF OOPIRACTOR. COP MCIM covenants that it presently
has no interest, and shall not acquire any interest, direct or indirect,
financial or otherwise, which would conflict in any manner or degree with
the performance of the services ham. CONTRACIC)R further covenants
that, in the performance of this agreement, no subcontractor or person
having such an interest shall be a ployed. CONTPACIOR certifies that no
one who has or will have any financial interest under this agreement is an
officer or employee of CITY. It is expressly agreed that, in the
performarx.3e of the services hereunder, CONIRAMM shall at all times be
deemed an independent contractor and not an agent cw employee of CM.
15. INDEIMNTI Y. C ACIrjR hereby agrees to is mify and save
harmless CITY 1,�tS officers, agents, and imployees of and from:
(a) Any and all claims and demands which may be made against
CITY, its officers, agents, or a ployees by reason of any injury to or
death of any person or damage suffered or sustained by any person or
corporation caused by, or alleged to have been caused by, any act or
mission, negligent or otherwise, of CONTRACT or any subcontractor under
this agent or of CCRMALIMIS or any subarctractor's employees or
agents;
(b) Any and all damage to or destruction of the property of CITY
its officers, agents, or employees occupied or used by or in the care,
custody, or control of CORMAMM, or in proximity to the site of
COYMCIC R I S work, caused by any act or amiss ion, negligent or otherwise,
of CONTRALIM or any tractor under this agreement or of CONS,'S
or any subcontractor's employees or agents.
(c) Any and all claims and demands which may be m de against
CITY, its officers, agents, or employees by reason of any injury to or
death of or damage suffered or sustained by any employee cc agent of
CONTRACTOR or any subcontractor under this agreement, however caused,
excepting, however, arty such claims and demands which are the result of
the sole negligence or willful misconduct of CITY, its officers, agents,
or employees;
(d) Any and all claims and demos which may be made against
CITY, its officers, agents, or employees by reason of any infringement or
alleged infringement of any patent rights or claims caused or alleged to
have been caused by the use of any apparatus, appliance, or materials
furnished for CONI'FiACIC3R or any subcontractor under t us agreement; and
(e) Any and all penalties imposed or damages sought on acquit
of the violation of any law or regulation or of any term or condition of
any permit.
CONIRWICR, at its own cost, expense, and risk, shall defend any
and all suits, action, or other legal proceedings that may be brought or
instituted by third persons against CTIY, its officers, agents, or
employees on any of the above claims or demands of such third persons, or
to enforce any of the above penalties, and pay and satisfy any jent or
decree that may be rendered against CITY, its officers, agents, or
employees in any such suit, action, or other legal proceedings.
-5-
16. MUUM' CM�ENSATICN. C K7RAC.'ItCR certifies that it is aware of
the provisions of the Labor Code of the State of California which require
every employes to be inm red against liability for wa kers' oaffpernsation
or to undertake self-insurance in accordance with the provisions of that
code, and it certifies that it will comply with such provisions before
oaamnencing the ornmarnce of the work of this agreement.
17. INSURANCE CONTRA.CIM, at its sole cost and expense, shall
obtain anT ma i.n in full fcuce and effect dwouqffiout the: entire term of
this aunt the insurance coverage of at least a "B" rating as
determined in accordance with the insurance industry standard, insuring
not only cwn3AC'1t0dt, but also (with the timeption of workers' compensation
ei and ployer's liability insuranoe) , CITY, its officers, agents, and
euployees, and each of them with respect to activities and services
performed by C IMMACICIR for or on behalf of cm under the provisions of
this agreement.
Certificates of mxh insurance, preferably on the farms provided
by CITY, shall be filed with CITY ca=nxently with the execution of this
agreement or, with CITY's approval., within ten (10) days thereafter. Said
certificates shall be subject to the approval of the City Attorney and
shall contain an endorsement stating that said insurance is primary
coverage and will not be cancelled or altered by the insurer amept after
filing with the City Cleric thirty (30) days' written notice cf such
cancellation or alteration, and that the City of Cupertino is named as an
additional insured. OaTent certificates of such insurance shall be kept
on file at all times during the term of this agreement with the City
Clerk.
18. AGREE1M U BINDING. The terms, covenant, and conditions of this
agreement shall apply to, and shall bind, the heirs, successors,
executors, administrators, assigns, and subooaatracr-ors of both parties.
19. WhIVERS. The waiver by either party of any breach or violation
of any term, covenant, or condition of this agreement or any provision,
ordinance, or law shall rnot be deemed to be a waiver of wny other term,
covenant, condition, ordinance, or law or of any subsequent breach or
violation of the same or of any other term, covenant, condition,
ordinance, or law. The subsequent acceptance by either party of any fee
or other money which may became due hereunder shall not be deemed to be a
waiver of any preceding breach or violation by the other party of any
term, covenant, or condition of this agreement or of any applicable law or
ordinance.
20. costs ATramEYS Fes. The prevailing party in any action
brought to enforce the terms of this agre Akent or arising out of this
agreement may recover its reasonable costs and attorneys' fees expended in
motion with such an action from the other patty.
21. H=ISC RU4ni; IcN. No discrimination shall be made in the
eaployment of persons under this agreement because Of the race, color,
national origin, ancestry, religion or sex of suodn person. If the value
of this &Weemant is, or may be, Five Thousand dollars ($5,000) or more,
cmagtA rm agrees to meet all requirements of the 04x Lino Municipal Code
pertaining to nondiscrimination in employment and to oamplete and submit
the "oamplianoe Deport - Nondiscrimination :Provisions of City of Cupertino
Contracts" on the form furnished by CM.
-6-
tl:. •1.-� -' •; y • " -'s F.l •1 �.a;_:♦ •7 �l:.:.i. - ,..�is `.}: it% •^. •'.
« tr •:
�.. -- .lam .• .dal =^-.11 �•.all Z.:' •L. C '•-- •.'I. :•:
rl.. =3 a �.�: . .,..r amens 1' =.1 T 1.•r, M - - •• `�
�.Ii' - ..I II•' 1s t •.. �.• .. •. ��. ors �. .". 411 • :• ''k..I •'1 !. �'•
:,�' �[ :• <N. '•` •�.I,i f.:,fig.^�._.. •1. - • •P. �. •�- • ••' r� •Y 1��
•'1' �7. h' •.•• lll' 11= "•'.- .:tll_i, •�=• •: •' .=:1 �..• III
iN wrrNF.-a wmwF, cm and caimamm have executed this agreement
th day ard -year first above writItAm.
ATTEST; CITY OF CUPERTIM
%ty Clerk ..........
APPFDM AS TO FCM:
'City Attorney
Name
[3VA
Address
�11 41 k
t
Telephm,vee
rh
17
4-4
oc
TATE OF CALIFORNIA
ss.
COUNTY OF v548:;�6_ �� P 4 r
On this _�4 day of , in the year 19,qj,
before me, the undersigned, a 1 Public in and to said State, personally appeared
CHARLES E LYONS It I* k� and
LJ Comm. # 964301 personally known to me
v� 14MARY PUBLIC-CAUrORNIA (or proved to me on the basis of satisfactory evidence) to be the persons who executed the
SAN iA CLARA COUNTY within instrument as _ 1/.*'G * President and Secretary.
My Commission Expire- April 15, 1996 Q respectively,of the Corporation therein named,and acknowledged to me that the Corporation
oi. a •,.,c��,�x., �' _'� ,,.c,,,_, �yti�� executed It pursuant to its by-laws or a resolution of its board of directors.
WITNESS my hand and official seal
ACKNOWIEOGMENT—Corp Pres &Sec —'.9olcous form 222CA—Pev 11-03
1983 WOI.COTTS.INC io"Ce class 8.2I Notary Public in a for said State.
04 Of Cupertbw
10300 Torre Avenue P.O.Box 5W
Cupertino,CA 95014-32.5 Cupertino,CA 95015-05W
Telephone: (400)252-4'::S
FAX:(408)252-0753
7, 1992
PUBLIC WORKS DEPARTMENT File: 92,056
Terratech, Inc.
1365 Vai»der W43y
San Jose, (A 9513.2
Re: Paquest. for Proposal. for Soils Testing
and Reporting at Nine Sites
The Public Wcew Depattment requests a proposal for the following soil
tests and reports:
1. Agricultural Suitability
2. Soil R value
3. Structural Intensity Soils Repc rt
4. Soil toxicity
Please provide a root to exceed alst and a test and report sole in your
g
Enclosed are maps of the nine situ with the test locations sh.Axim. Please
note some sanples will be taken in various types of surfaces. ,Also
include in the proposal a fee schedule for work not u cludedl in the
original scope of work. In a mlanoe with Section 1771 of the labor
code, firms must omply with prevailing wage rates.
written proposals are due prior to Decenber 3.8, 1992, 2:00 p.m. in the
Public Works Deparbwnt.
Please cat Carmen Lyrikugh, Sr. FMineering Ted,nician, at (408)
252-4505 for additional information if required.
CITY OF CUPERMV
Bert J. Viskcvich
Director of Public We7r cs
0 r4p
4t4'�� Z'r
Carman
Senior ftligirewing Tedmician
CL:sli
ends: as stated
Use this legend in conjunction with 8-1/2" x 11" rqprQ&N0tiCM of
typographic surveys for type and location for soil analysis
A - Agricultural Suitability
R - R value
S - Struchiral Intensity - Soils Report
T - Soil Tacicity
Combine - Combine soil from lomticm stun for one test
The number of soil samples, we believe, that are requJxed per site:
1e Combine saRPles for 1 test
4 R
1 S
3 T - combine samples Per ifs on plan
Hyde piwo Creek
1 A - combined 1 A
3 R
1 T
Eaton Fauria
1 A - combined 1 A combined
-
1 R 1 T
1 T 2 R
Lincoln Garden Cate
1 A - combined 1 A - combined
1 T 1 T - combined
1 R 1 R
Rag Pagnart Monta Vista
1 T - combined 1 A - combined
1 A - combined
1 R
1/� 4 ��+•fit
1 w��
urafry WJTE rt,��wc onion .r � � 1t�
M lOca/a ar.T••K hr0 f f�R. `Mw J �y -y['
r.o.to wra e.(<c 9ur.l.�fV •'� - ir1 rro.cfn 1
f V'4 ait v ier t?a'.ff wt: ! u '— l Jlt' _
�C ) -_✓✓�
- L P` i
jj
ir
' 1\ a. l++ •� �1t-12=s'Jr-- �. ppt vE No 1 ..- � t V f
All
Ti
� ; 1 . � � P� -• .i � � � 4') � �, � � _ _ --� - - � � i ���.t
i a
SUqhqMAL
t .y jrra e>•�
SiltT r ^ I
-----------
O
cm Q�. G—.1 Cut
.�..�w1p1•er•hl•W IY OOudnri0•• •..ef�kr•
Ulluty NOTE
35%SUBMITTAL
1.M.— VP
low, to ffiars ommmuno
it
.01 m A."A"Ast _f,
All J.,
' �. �. �j rya,•t yea ' - �`�� `I � �� � '1
tIA -J
it
p
1
INK
�Ii% 1pi
,001 3A.VO "O"WN j
-r.a
47it
__`..I .... __ - �..��� .. 9.•m we
r SRQ
r 9I r
firer
ornernarnsue �..-� 10OA9'J.rr.at.wow.ri.F
��- .v..wwu _.._e 9artr9r99ur rerro�
_ r.11M
WW
et••• .—. M.0
s
OR
ZVI
ww�avir�.omm t
ururr sore �� �+eo.�..s99*999sre.A.."�"om. ' w�.re1O1 ' t •�
wra9.ea�.raai..orn
M tR.1r.r OMKR9O wl O.mmOP901.R1.O Ygv0.PrO�pi r�r �.
Ro1A0 rrb r[W�.PLA r01.u9P r.t.m.Or 9nOi�slnPq WO.. •P9M.
<am..r.v rue tva...an<a.r.rmr�ow. ur..r.rrr►r9.ea. oast rs®o�® 33%$UB1Rf1TAL .._..
9.0....w v.o0r.CM.t. Warn.mnr.uw. �A.ra.o.rnrar 9�O�Ui O9@BUw.pOr
F R.9•s.p..O.Al6.w90. Mq ��_Pr9rm.w rs.r
or
° fit UTILITY r407R
► n[• teou.0 vtrb•
v.bt�rt•�MtvyJ.s wt�••q un14°....
tvM4i�f91
_•.u►.s. rw w�w�_. wMn{r•{w9! p O.r�`°wp_j'yr(� 7f
� r nor.awC..ur.ro eK•••ww ` >.n roc .vc•. 1 ' ` ��
�41±
of It
__t_ .oe�w a=am.st m a d1 — a f •a . r
ro eC
',\ \ �'• I u etr`rrfsta{t.efrn, w fss w f.o.faa sr r � ;
r+of...
1 \ \ �'-0�\ I a � �Y- oerotla M•VfG,.aaefaaweewvv Ai
•r etmr,ae• M rywo A w s:r o O
•I _"— ftlpLA 'rpp.tfMt�Af OMIp.
1 � � A•f•
\ „ rtfl.ft
�II
ra
3 „.� - �.•/.ter-�! 1 e. 0• `���/ �'
es.a' e
1 a
•®I�at{Isesna
N/.�e.��� r{O•{-M
UTILITY NOTC
r_y�«_e-
0.il...vlln..MYld.d.0ef.iw/..w.. t
.ce....a.o.. wv•.wn..nr_. .n_s.se.l.
� rs.( f .. � f e1
lb
�/ / � \�� •1 w T i i
`•..= -ill � � � �. °�
�•.� T
�.y.wwr .yn p.(M1.OT .I•.Y
;; 111NSi0RTN ONIVE 160.) -••-
1_1
x
Y�� all.
1
&Nw I
_ = �E."'a
S T 1jam1 — aerntu\ -oao.rs•+aa.�see.eaa '�°�O• !t }
ormatmormast
` .easy. w�Ia.wlamp-ra.a�s.• ws.maowesm.� 359i3Ut3filllTlU
sm
a
7'
F7
+:I \ YaaararirrlYW rr0 M
I—A
Imml
,..w
17.
7Z7 o
PEPFfR TOME LANE
LIM
35%SUSWrrAL
?Be
r
n a�
a�oa8 $
1$ c.$TIME o°lVa
ii
A� B
e f •• I
f$j� � I� i
9 I
dill
I•
f qq• +{1f
6
' �� 6' eo•ot'es•a .a a• �
r 1
a
s
i
I
E
g � I
.•a.- TOPOGPAPNC Sumv
P _ cuvmnxo uwox Etm►off mri
t � a `° � GAR�Jt GATE .... .. ... ...�•..
euwo..
o '
r,
\ \• 9 M,,.a[it'll hTa
VWANUT
r \ '•t• • CINLE N0wo
21
LNUT
I « «
i
_ t
CIRCLE 50. F i
v034 AVEroUE j
Q M
,..,P q.,Fll .ti.�••�..�•iY.4<..r.�RN� • ,..J .0 .4.�.1M V »W .J�
^ `..�irr�..�i..w�r _• .ram I r (�o.� Or W.ww l
.�.~ •.....^.w..•R.... +.�.n��..wwr��`r�^i..�r.�.. ._.p fa..M•.r..N `.-_..+.r• fir« �.SM•�i1.•...� �� .. \\ B
....n W:�niwi:�i::`w•�n..i..�t�.w• ul"Tx Noifl ••---e a..sa.rrr rw s...` /Ii� ��} ••y'+°1 1 1
a lar.m...o a+.to a a uowa.u.Nyn, --• w..•.. •••... w r.a twwr. ) ..
ttLS'trrll ROtR64lvMt4tplM,.tOnO4.®.q� a neti..•ar..... —' ,a. •••• 35%SUBMITTAL
�•m.°',wm•�0io�`iwn�na«isoeu�[owwm •• w.wo« '��. ....tw.+�•,... �>°iaL"V.'ia �� :�:� anon-,a�a�w.P w�i Ruw.��•`iP°.�.•P.` �•,•e P.aaoa „rea,s o P umow.cma.n r,uwn aweon mn1 ' �.�0
• t.•,uo.•.o.,nm wa r-o-..s p.ND w.t.rm q Ot•w,o. ••• av.rw
t
�xN�BrT '`/111
ON of C" i"o
10300 Torre Avenue P.O.Box So
Cupertino,CA 95014-3255 Cupertino,CA 9S01S4M
Telephone:(408)252-4505
FAX:(409)252.0753
PUBLIC WORKS DEPARTMENT DeaMabOr 10, 1992
File: 92,056
`I10.1-rateChe Imo
1365 Vander play
San Jose, CA 95112
Re: Addendum No. 1 to Request for Pr+aposal for Soils 70stinq and Reporting
at Nine Sites
The attached legend sheet has been charged to reflect three R value tests
at Stevens Creek, not to be combined.
Also, clarification on why the following tests are being requested;
1. R value is for areas to receive asphalt concrete or became a play
area.
2. Structural intensity is for area where buildings may be placed.
3. Soil toxicity is to determine what treatments have beery, made to
the soil.
4. Agricultural suitability is to determine what will be required as
• additives to make the soil suitable for planting.
Soil sample depths will vary to get a representative sample for each test.
If you have any questions regarding this AddencIum No. 1 please call me at
(408) 252-4505.
CI ZY OF CLdPF 'JlTO
Bert J. Viskovich
Director of Public Works
Carmen Lynaugh
Senior F7igineerirg Tedudcian
CL:slj
encl
Ott, of C",Xpro"o
10300 Torre Avenue PO.Box 580
Cupertino,CA 9501.4-3255 Cupertino,CA 9SO15-05M
Telephone:(408)252-4505
FAX: (408)252-0753
PUBLIC WORKS DEPARTMENT DSCQ bW 14, 1992File: 92,056
Ter ateC1, Inc.
1365 Vander Way
San Jose, CA 95112
Re: Addendum No. 2 to Request for Proposal for Soils
Testing and Reporting at Nine Sites
The structural intensity Soils report shall be a soils letter which
contains the following:
1. The classification of all soils for mcpansion potential.
2. The classification of the soils ao=xUng to the Unified Soils
Classification System.
3. The establishment of design bearing values and anticipated
maximum settlements.
4. Soil profiles including relevant data to depths which reflect the
nature and magnitude of the futur loading for a 1100 S.F. block
wall building on a slab.
5. Passive pies
6. Coefficient of function
7. The type of foundation system required
If you have any questions regarding this Addendum No. 2 please contact me
at (408) 252-4505.
CITY OF
Bert J. Viskovich
Director of Public Works
ram.
Carmen Lynaugh
Senior Engineering Tedinician
CL:sl j
Vii 131-r
^T
I
1,11101 1 t\k Lx��k 1%1*1-AJ N I 'i I P I, T 16 1
111 -1 fit 1:1i\N Kl).-I IT;-1 I 0:� I Ax
Decembev 17, 1992
PS300/92
Ms. Carmen Lynaugh
City of Cupertino
10300 Torre Avenue
Cupertino, California 95014-3255 PUBLIC WOI','Kf')-
Subject: Proposal for Soil Testing and Summary Report DEC 18 1992
Nine Sites TSOAM e-AU-
Cupertino, California
Dear Ms. Lynaugh:
This proposal was prepared in response to your letter dated December 7, 1992
regarding soil testing and preparation of a summary report for nine sites in
Cupertino, California.
Scope of Work
To provide the information described in your request for proposals and in the
two Addenda, we would perform the following work.
1. Collect surface soil samples described in the legend and Site
Plans provided with your request for proposals.
2. Explore, sample and classify subsurface conditions at the
designated building area on the John F. Kennedy School site.
Exploration will be by means of a backhoe if subsurface
information is available for the school site. Exploration will be
by means of small diameter borings if subsurface information is
not available in the school records.
3. Perform the following laboratory tests on collected soil samples.
a. 13, R-value tests
b. 9, agricultural suitability tests (fertility, soil
chemistry, and particle size)
C. 9, soil toxicity tests (EPA 8080 - priority pesticides)
d. Plasticity Index, Expansion Index, water content, dry
density, and unconfined compression to address "structural
intensity" report requirements.
4. Evaluation of the collected field and laboratory test data.
5. Development of recommendations for the "structural intensity"
report described in Addendum No. 2. We will also include
recommendations for site preparation, grading and compaction of
the proposed concession stand and restroom building pad.
December 17, 1992 PS300/92
6. Development of recommendations to make soil suitable for planting
(if necessary, based on the findings from item 3b above) .
7. Development of general conclusions regarding soil toxicity test
data from item 3c above (not a statistical health risk analysis) .
8. Preparation of a written report summarizing the findings and
conclusions from items 1 through 7 above, as described in the
original request for proposals, dated December 7, 1992, and in the
Addenda, dated December 10 and December 14, 1992.
Schedule
We will schedule our work immediately upon receiving your written
authorization to proceed. We expect to complete all soil sampling and
subsurface exploration within 1 to 1-1/2 weeks of receiving authorization to
proceed, weather and site access permitting. All laboratory testing should be
completed within 1-1/2 weeks of collecting the samples. Engineering analysis
and preparation of the summary report will be completed within 2 weeks of
receiving the laboratory test results. All data will be available for you and
your consultants during the course of our work.
Estimated Fee
All of our work will be performed on a "time and materials" basis in
accordance with the attached Fee Schedule. We estimate the fee for the work
described herein will range from Seven Thousand Eight Hundred Fifty to Eight
Thousand Four Hundred Twenty Dollars ($7850 - $8420). We are prepared to
complete the work (assuming backhoe exploration and no lead testing) for a fee
not-to-exceed Eight Thousand Four Hundred Dollars ($8400) . If exploration is
performed by drilling (rather than by backhoe) and soil is tested for lead
content, an additional fee of up to Four Hundred Eighty Dollars ($480) should
be budgeted. Our estimated fee is apportioned as shown on the table on the
following page, which includes all sampling, testing and associated reports.
Should you wish us to proceed with the work described herein, please return
one signed copy of the attached Agreement for Professional Services.
We would be pleased to discuss any aspect of the proposed scope of work or
estimated fee with you.
Sincerely,
TERRATECH, INC.
`12eul�u*(��j l z �
Richard G. Woodard
Principal Geotechnical Engineer
2
9:61 T ERRATECH. INC.
71
December 17, 1992 PS300/92
Breakdown of Estimated Fee
Agricultural suitablity: $1450 - $1550
Soil R-value: $2800 - $2950
"Structural intensity" report
(based on backhoe expl6ration): $1900 - $2150
Soil toxicity
(based on pesticide testing only): $1700 - $1770
-----------------
Estimated fee for work described above: $7,850 - $8,420
Not-to-Exceed fee for work described above: $8,400
if drilling used in lieu of backhoe: add $ 250 - $ 310
if lead testing added: add $ 180 - $ 180
3
FATER ATECH,INC.
I N1;1.I:U t5 `a\Ji"zE. 1121 s lit—_117,iN+$i
:-,*1�kF.r Ilk,Nip 1)It..rt i"i,.h)I -11.R1)S,l'.a`�:rr>i) tI('.,! 12-4C'3; I*Ax itt•,•i::7';!
LTII+)11.1r�i11'l:A3�F.11" Sti1Xl'I'IiEC.(`dts?!11t1 �.l�t��;�:3�1ti P.A\ 1:�• ;'.,-:^I
FEE SCHEDULE
This schedule lists typical prices for engineering,geology and testing services most frequently performed
by TERRATECH,INC. Prices for other services and equipment not fisted,as well as special quotations for
projects involving volume work or hazardous materials,will be given upon request.
Sampling and testing are conducted in accordance with the latest applicable or designated specifica-
tions of the ASTM,CALTRANS,UBC,or other pertinent agencies.
PERSONNEL CHARGES
Engineers and Geologists:°
Principal/Special Consultants.................................................................................................................$125.00/hr.
Associate................................................................................................................................................... 100.00/hr.
Senior........................................................................................................................................................... 85.00/hr.
Project.......................................................................................................................................................... 75.00/hr.
Staff............................................................................................................................................................... 65.00/h r.
Technicians and special inspectors(UBC):°
Chief.......................................................................................................................................................... $5.00/hr.
Senior........................................................................................................................................................... 70.00/hr.
Project.......................................................................................................................................................... 60.00/hr.
Staff............................................................................................................................................................... 50.00/hr.
StaffAssistant............................................................................................................................................. 35.00/hr.
Draftsman................................................................................................................................................................ 45.00/h r.
AdministrativeSupport.......................................................................................—............................................. 40.00/hr.
EnvironmentalServices Surcharge.................................................................................................................. 10.00/hr.
PremiumTime Surcharge................................................................................................................................... 15.00/hr.
Travel Time—In accordance with foregoing schedule.
LABORATORY TESTING/ENVIRONMENTAL EQUIPMENT
Separate Fee Schedule(s)Available
MISCELLANEOUS CHARGES
FacsimileTransmissions.......................................................................................................................................$ 2.00/sheet
Photocopies.......—.......................................................................................................................................................... 0.20/ea.
Photographs...........................................................................................................................................—................... 1.50/ea.
Mileage........................................................................................................................................................................... 0.35/mi.
Computer Time:
WordProcessing......................................................................................................................................... 15.00/hr.
TechnicalPrograms.......................................................................................................................................... Quote
MoistureDensity Gauge............................................................................................................................................ 7.00/hr.
Effective 8/1/91 •Subject to revision.
l\ia1.%11'; \,., t�r.f'. t .\'.i+lis lu.. {:n:Mt:, VA\ lu- m!l 1 7!t;
-,}lk f-l""i-air i rl;..1 ill,1, ':ILl,nti r A't'„r ii �t2 ir!:;ri U,a 12 7„1
\r\(.\i tUttii'P:RF:1 ;:_ .7:,; FAX 3n
Fee Sch,.;dule-Continued
Charges for special outside services, equipment and facilities not furnished directly by
TERM;TECH,INC will be billed at cost+ 15%.Such charges may include,but shall not be limited
to,the 'o)llowing:
Chemical analyses
Rental and operation of drilling and backhoe equipment
Printing and photographic reproauction
Transportation on public carriers
Special fees,permits,insurance,etc.
Meals and lodging
Orders for copies of previously issued reports will be billed on a time and materials basis
(minimum charge—$35,00).
TERMS OF PAYMENT
!nvoices will be submitted monthly. Invoices shall be due and payable when rendered. Invoices
which are not paid within thirty(30)days from the billing date shall be subject to a LATE CHARGE in
an amount equal to 11/z%per month(18%per annum). Payments received shalt be first applied to
accrued, but unpaid,late charges and the balance to invoiced amounts.
In the event that litigation becomes necessary to collect any sum owing from Client pursuant to
invoices rendered hereunder, the prevailing party in such litigation shall be entitled to recover
reasonable attorney's fees and costs in addition to such other relief as may be granted by the Court
in the litigation. It is expressly agreed and understood that venue for any such suit or action shall
be at the discretion of TERRATECH,INC in any court of competent jurisdiction located within the
County of Santa Clara,State of California.TERRATECH,INC may,at its option,withhold delivery
of reports and any other data pending receipt of payment for all servicas rendered.
SCOPE AND EXECUTION OF SERVICES
TERRATECH, INC provides services in accordance with generally accepted standards of
professional practice. No other warranty,either express or implied,is granted as part of
its services.
In the event the client requests termination of services prior to completion of a final report,
TERRATECH,INC reserves the right to complete such analyses and records as may be necessary
to place its files in order and,where considered necessary to protect its professional reputation,
to complete a report on the work performed to date of termination.
TERRATECH, INC shall not be held responsible for delays occasioned by factors beyond its
control.
Effective 8/1/91 •Subject to revision.
!165 VAN1)F:1Z�kA1` SA JOSE.CA!Cill_'' FAX 77 P!
:+I WESTtkOoli 111,.: liTli litl 1;ILR(11`,CA!1--,f121, -42-4 1:36 1 \S-;u..•<--;':la
12 TH(ULa:�UI%'E\:�11:►1 MONTEREY,('.~<!3940 3tkR)4i:.'$;l6 PA\:,(k-::2 T 1,1
ill St'Sl'RRANRD,�!•ITEc_ SANLI•ISOBIS€O.('A'i'1401 w6154:t-:.4 FAX rrC ;�"•'?;i�
LABORATORY SCHEDULE OF CHARGES
SOIL AND AGGREGATE
1. Accelerated Expansion(COE CRE-C148): $200.00
2. Atterberg Limits:
Liquid Limit(ASTM D4318) $60.00
Plastic Limit(ASTM D-4318) $ 60.00
Plasticity Index (ASTM D-4318) $100.00
3. California Rearing Ratio(ASTM D-1883):
Laboratory Compacted Soil,per point $170.00
4. Cleanness Test (Caltrans Test 227 & 420) $ 65.00
5. Compaction of Soils:
ASTM D-1557 procedure "A or B" $150.00
ASTM D-1557 procedure "C" $175.00
Caltrans test 216 part 11 $145.00
ASTM D-698 procedure "A or B" $130.00
ASTM D-698 procedure "C" $155.00
Check Point(ASTM or Caltrans) $ 60.00
Maximum/Minimum index (ASTM D4253 &4254)
0.1 cu. ft. $145.00
0.5 cu. ft. $205.00
6. Consolidation (ASTM D-2435):
One-dimensional, per load $ 80.00
7. Crushed Particles:
Per primary size (Caltrans Test 205) $ 75.00
8. Direct Shear:
Residual Strength, per point $145.00
Undisturbed, undrained, per point $125.00
Remolded, undrained, per point $180.00
9. Durability:
per size fraction (Caltrans Test 229) $ 85.00
10. Expansion Index (ASTM D4829) $120.00
11. Freeze and Thawing (ASTM C-666) $225.00
12. Friable Particles (ASTM D-142) $ 55.00
13. Lightweight Pieces (ASTM C-123) $ 55.00
14. Los Angeles Abrasion (Caltrans Test 211):
1001500 Revolutions $140.00
1000 Revolutions $160.00
15. Particle Size Analyses:
% passing #200 only (ASTM D-1140, C-117) $ 45.00
Sieve Analysis, including wash (ASTM C-136) $ 65.00
Sieve Analysis, without wash (6" - p4) $ 45.00
Pit Run, including wash (ASTM C-136) $100.00
Hydrometer analysis (ASTM D422) $ 90.00
Effective OR15/92-Subject to revision.
7 'A I-,I'A 1
T 7
ml lv.�s 1
16. Permeability:
Constant head (ASTM D-2434) $160.00
Failing head undisturbed Sample (EPA9100) $210.00
Failing head fabricated Sample (EPA9100) $245.00
Surcharge for non-water permeant $100.00
17. Ph Testing $ 15.00
is. R-Value:
Treated (ASTM D-2844) $200.00
Untreated (ASTM D-2844) $180.00
19. Sand Equivalent:
(Caltrans test 217) $ 75.00
20. Specific Gravity/Absorption:
Coarse Aggregate (ASTM C-127) $ 60.00
Fine Aggregate(ASTM C-128) $ 60.00
Soils, Pycnometer Method (ASTM D -854) $ 70.00
21. Soundness of Aggregate (ASTM C-88):
Magnesium or Sulfate, 5 cycle, per fraction $65.00
22. Swell - Compression:
Fabricated Sample (ASTM D-4546) $130-00
Undisturbed Sample (ASTM D-4546) $t 15.00
23. Triaxial Compression, per hour, (ASTM D-4767) $ 60.00
24. Unconfined Compression (ASTM D-2166) $ 60.00
25. Unit Weight & Voids in Aggregate (ASTM C-29) $ 45.00
26. Water Content (ASTM D-2216) $ 15.00
27. Water Content and'Dry Density, undisturbed sample $ 25.00
28. Flat and Elongated Particles $ 90.00
29. Organic Impurities (ASTM C40) $ 45.00
Effective 05/15/92-Subject to revision.
-7-
1'j ;,,I ';HAY.()%, r N
12 I'M J%k J. 11,1:F'Y. In Ili- ;7- 1.1,;
Ifl TBAN Kil -1 VI V 1 f (I I I
ASPHALT AND ASPHALT CONCRETE
1. Hveem Afix:
Mix Design (Caltrans Test 3U3 & 3G4) Quotation
Compacted Point(!ab mix) $140.00
Compacted Point (plant mix) $105.00
Stabilometer (S-Value) $ 55.00
2. rkilarshal" Alix:
Mix Design (ASTM D-1559) Quotation
Compacted Point, lab mix (set of three) $145.00
Compacted Point, plant mix (set of three) $105.00
Stability and Flow (Set of three) $ 55.00
Stability and Flow, core sample $ 55.00
Retained Stability $370.00
3. Theoretical Specific Gravity (ASTM D-2041) $ 80.00
4. Specific Gravity Core Sample:
Core Sample SSD (ASTM D-2726) $ 30.00
Core Sample Paraffin Coated (ASTM D-1 188) $ 40.00
5. Extraction:
Oil Content (ASTM D-2172) $ 90.00
Grading of Extracted Aggregate $ 85.00
6. Water Content of Plant Alix $ 15.00
7. Centrifuge Kerosene Equivalent (CKE)
Coarse (Caltrans Test 303) $ 90.00
Fine (Caltrans Test 303) $ 95.00
Apparent, Kerosene Method $ 45.00
S. Film Stripping (Caltrans Test 302) $ 65.00
9. Analysis of Built-up Roofs (ASTM D-2829):
Ply count, separation, bituminous content $100.00
Unit weight $ 30.00
PORTLAND CEMENT CONCRETE
1. Compressive Strength Tests:
Standard Molded Cylindrical Specimen (ASTM C-39) $ 15.1K1
Core sample, inc. end preparation (ASTM C42) 1 55.00
Shotcrete, including preparation (ASTM C-1 14C 0) $ 55.00
Cylinders processed but not tested $ 12.00
2. Concrete mix review (UBC Sec 2605 (d)) S 70.00
3. Concrete mix design (ACI 211)
not including aggregate testing $120.00
4. Unit Weight kir Concrete Cylinder: $ 30 CK)
5. Flexural Test of Concrete Beam (ASTM C-78 or C-293) S 55.00
6. Laboratory Trial Batch (ASTM C- 192):
includes casting of 9 cylinders
aggregate testing not included $300.00
7. Splitting Tensile Strength (ASTM C-496) $ 40 00
8. Specific Gravity Hydraulic Cement (ASTM C-188) $ 45.00
Effective 05/1 V92- Subject r revision
SAN JOSE,('.N I 1,_' FkX 7716
-91 %%'E..zT\V(if)p PIL SUITF 101 (;11,R 0 Y,CA',510) 40.*1.-42-02.36 FAX
12 T H())!Az()WV N�:'A'A 1 M()NTEPEN',CA!KiNu 10z4)3T_'-37V1, FAX Vt ;72-74,11
Ill�1'[V,'KBAN RD.,�['ITE CLI SAN OBISPO.CA9.',101 i,,1$5):i43-5493
MASONRY
1. Absorption Tests
Masonry Unit(ASTM C-140) $ 50.00
Brick Unit (ASTM C-67) $ 45.00
2. Compressive Strength Testing:
Brick Sample (ASTM C-67) $ 40.00
Brick Prism (UBC 2426) $ 45.00
Grout Sample (ASTM C-1019) $ 20.00
Mortar Sample (ASTM C-39) $ 15.00
Masonry Unit (ASTM C-140) $ 50.00
Masonry Prism, 8"x 8"x 16" (UBC 2426) $ 55.00
Masonry Prism, other sizes (UBC 2426) Quotation
Masonry Core $ 55.00
3. Efflorescence of Brick, set of five, (ASTM C-67) $ 75.00
4. Linear Shrinkage, set of three, (ASTM C416) $120.00
5. Water Content of Masonry Unit (ASTM C-140) $ 30.00
MISCELLANEOUS CONSTRUCTION MATERIALS
ROOFING
1. Roof Tiles - Breaking Load (UBC 32-12) $ 20.00
2. Roof Tiles - Absorption(UBC 32-12) $ 50.00
3. Built-up Roofing, Ply Count, Separation, Bituminous Content $100.00
4. Built-up Roofing, Cut Tests (Unit weight only) $ 30.00
FIRE PROOFING
1. Laboratory Density (ASTM E-605) $ 55.00
REINFORCING STEEL
1. Bar Bend Test (No. 2 - No. 8) $ 40.00
Bar Bend Test(No. 10 and above) $ 70.00
2. Bar Tensile Test (No 2. - No 8) $ 40.00
Bar Tensile Test(No 10 and above) $ 70.00
3. Welder Certification, with Coupon Tests Quotation
Effective OR 15192-Subject to revision.
TFItRATECH, INC.
STATEMENT OF O!IALIFICATIONS
TERRATECH, INC. is a consulting engineering company committed to providing high-
quality services within the following disciplines: Geottecchrucal Engineering, Materials
Engineering, Construction Inspection and Testing, Engineering Geology, and Environmental
Services.
GEOTECHNICAL ENGINEERING
TERRATECH's Geotechnical Engineering Division is staffed with registered civil engineers
with specialized training in geotechnical engineering and geotechnical title authority. Our
engineers have practical experience with a wide variety of residential, commercial, industrial,
transportation, and public works projects. Many of our projects have benefitted from our
knowledgeable use and application of deep foundations, mats, geotextiles, soil nailing,
ground modification, chemical stabilization, grouting, fiber reinforcement of concrete, and
other materials and techniques.
All of our geotechnical engineering projects and consulting services are subject to peer
review and quality control by associates or principals of the company. This management and
review procedure has continually produced high-quality services and results that have
maintained TERRATECH as one of the prenuer geotechnical engineering companies in
northern California for over twenty-four years. We have received numerous awards from
our peers in the engineering community for project excellence and innovation.
Our geotechnical engineering staff consults with project owners, designers and contractors
from initial site reconnaissance through completion of earthwork and foundation construction.
Subsurface exploration and laboratory testing are performed under the direction of the
geotechnical engineering staff with particular attention to site-specific conditions and project
requirements. For special projects, our geotechnical engineering staff prepares complete
construction plans and specifications.
MATERIALS ENGINEERING
TERRATECH's Materials Engineering Division specializes in: Portland Cement concrete
mix designs; as halt concrete mix designs; aggregate quality testing; quarry evaluation and
development; plant inspection and quality control; production testing; soil stabilization with
chemical additives; strength, compressibility, and permeability testing; and evaluation of soil.
TERRATECH's Materials Engineering Division is committed to maintaining the highest
degree of accuracy in our testing while expediting results to meet project needs. In addition
to performing the full range of soil and materials tests, our laboratory and materials staff
evaluates and consults on material specifications, sources, and product potential. We have
proven our ability to trouble-shoot materials and sources, and to develop solutions to
materials problems.
Our laboratory procedures and equipment meet the requirements of ASTM, CALTRANS,
OSA, ACI, EPA, Corps of Engineers,, and other agencies, including inspection by the
National Bureau of Standards, as required by ASTM E-329 and ASTM C-1077. Our
laboratory instruments are calibrated annually.
Our in-house All
control program assures that appropriate procedures are used in our
laboratory. All laboratory procedures are performed under the supervision of a registered
civil engineer with specialized laboratory training and experience.
TERRATECH, INC.
CONSTRUCTION INSFECTION AND TESTING
TERRATECH's engineers, certified inspectors and technicians provide a wide range of
professional services related to the construction industry. Careful recruiting and training
programs are employed so that knowledgeable and conscientious personnel are available in
all areas of construction inspection and testing.
TERRATECH routinely provides observation and testing services for: site grading; utility
trench and structure backfilling; construction of retaining walls, subdrains and foundations;
pavement subgrades and baserock preparation; and asphalt concrete pavements. We are
accepted by the Office of the State Architect as qualified to perform construction materials
testing and inspection services for public schools, hospitals, and essential services buildings
(LEA No. 35). We provide Special Inspection (UBC 306) for reinforced, prestressed and
post-tensioned concrete, structural masonry, structural steel and welding, high strength
bolting, roofing, and many other construction materials, such as asphalt concrete and soil.
Our engineers and construction inspectors work closely with owners and contractors to
expedite construction while maintaining quality control.
ENGINEERING GEOLOGY
TERRATECH's Engineering Geology Division is staffed with registered geologists and
certified engineering geologists with specialized training. We provide a complete range of
geologic services including development feasibility investigations, landslide and debris flow
investigations, fault investigations, seismic stability investigations, hazard mapping for public
agencies, third-party reviews for public agencies, and expert witness testimony for geology
and earth movement claims.
Methods of study include research of published and unpublished geologic reports and maps,
remote sensing, geophysical surveying, field geologic mapping, drill hole logging in soil and
rock, backhoe test pit and trench logging, installation and monitoring of piezometer and slope
inclinometers, and structural analysis.
TERRATECH has a good working relationship with reviewing geologists in planning,
building, and public works departments at the city, county and state level. When formulating
the scope of work for a new project, we confer with the responsible reviewing geologist
about specific requirements before our work is performed and before our report is
submitted. Such coordination expedites project approval by the permit-issuing agency.
ENVIRONMENTAL SERVICES
TERRATECH's environmental services are a natural outgrowth of the geologic and
geotechnical services we have provided for over twenty-tour years. Our knowledge and
experience in the environmental field has secured close working relationships with local,
county and state regulators. These relationships are crucial for developing cost-effective
solutions that comply with environmental regulations.
Our professionals keep abreast of the products and technical developments in this rapidly
expanding field in order to provide high-quality, cost-effective service to our clients.
Computer use--through data collection, tabulations, interpolation and modeling--is an integral
part of our work.
TERRATECH,INC.
• Our registered environmental assessors fulfill the needs of property buyers, sellers,
developers, agents and lenders by performing toxic/hazardous materials assessments for real
estate transactions. Our services include ciose communication with our clients on all
important aspects of a project.
TERRATECH'S registered geologists and registered civil engineers perform remedial
investigations and feasibility studies, prepare corrective action plans, provide guidance to
hazardous waste contractors during remediation, perform verification sampling and testing,
design and install soil and ground water treatment systems, and perform periodic ground
water monitoring to confirm that remediation has been achieved or to document that
remediation is unnecessary.
Close interaction between our environmental staff and the other technical divisions of our
company allows us to effectively provide complete and practical solutions for remediation.
We are also able to provide continuity and proper follow-through during and after site
rernediation by inspection of all phases of on-site earthwork and construction.
SUBSUREACE EXPLORATION
TERRATECH'S engineers and geologists use a wide variety of techniques and equipment for
exploration,;and
ling, in-situ testing, and identification of subsurface conditions. Selection
of exploratiothods and exploration subcontractors is based on the specific needs of the
project, sites, anticipated subsurface conditions, data required for proect design and
constructionability to provide reliable, high-quality service at a reasonable cost.
One of our options for subsurface exploration is an affiliated drilling company. This
company uses experienced drillers for geotechnical and environmental exploration covering
northern and central California. The company is licensed for exploration drilling and
monitoring well construction. For environmental exploration, the drillers are monitored by a
medical surveillance program and have completed a minimum of 40 hours of OSHA/SARA
training required by 29 Code of Federal Reggulations 1910.120 and California Title 8,
General Industrial Safety Orders Section 5It
TERRATECH. INC.