Upload
others
View
1
Download
0
Embed Size (px)
Citation preview
Page 1 of 14
7-24-2018
Request for Proposal RTC MASONRY FENCE
RFP Number: 7-FY18-PDC-004 RFP Due Date/Time: August 31, 2018 12:00 PM Arizona Time Response Address: Gila River Health Care
Contracts & Grants Department Attn: Anna Self, MBA 483 West Seed Farm Road, Building 5 Sacaton, AZ 85174 Re: RFP#7-FY18-PDC-004
Contact Information: [email protected] 602-528-1200 ext.1549
PLEASE READ ALL PAGES: RESPONSES MUST BE SUBMITTED BY THE ABOVE DATE AND TIME. RESPONSES RECEIVED AFTER THIS DATE AND TIME WILL NOT BE CONSIDERED
Statement of Confidentiality This document and all of its attachments are confidential materials developed by Gila River Healthcare. Gila River Healthcare designs this document for direct distribution. Distribution or reprinting of this material is prohibited without the express written permission of Gila River Healthcare.
Page 2 of 14
I. THE GILA RIVER HEALTH CARE JOURNEY ..................................................................... …3
II. RFP PROCESS ..................................................................................................................... 3
III. RFP COMMUNICATION ..................................................................................................... 6
IV. SCOPE OF WORK ............................................................................................................... 6
V. PROPOSAL REQUIREMENTS ............................................................................................... 7
VI. EVALUATION GUIDELINES ............................................................................................... 10
VII. GILA RIVER INDIAN COMMUNITY MINIMUM CONTRACTING STANDARDS ................ 11
VIII. GRHC TERMS AND CONDITIONS .................................................................................... 13
IX. GENERAL INFORMATION ................................................................................................ 15
X. RESERVATIONS ................................................................................................................. 15
XI. ATTACHMENTS ................................................................................................................. 16
Page 3 of 14
The Gila River Health Care Journey
Founded in 1976 when Gila River Health Care (GRHC) received Joint Commission accreditation, the vision of GRHC has been to be the premier Native American healthcare delivery system empowered to serve the lifelong needs of our people. Establishing itself as a federally recognized 638 non-profit entity in 1995, GRHC has had a continuing mission to provide superior, comprehensive and community-oriented improvements to the health and wellness of the Gila River Indian Community, Ak-Chin Indian Community, and other federally recognized tribes of the United States.
Gila River Health Care promotes a healing environment that fosters physical,
emotional, mental, and spiritual wellness while focusing on a care model that promotes collaboration between patients, their families, and healthcare providers. It is because of our promise to treat everyone with dignity and respect and our commitment to core values of Accountability, Commitment, Patients & Families, Culture, Quality, Self-Governance, and Trust that GRHC has become a leader to the populations we serve in Native healthcare.
Healthcare service is offered from GRHC’s campuses. GRHC employs
approximately 1,400 people, with additional service points across the seven Tribal Community Districts including: the Komatke Health Center Campus, Ak-Chin Clinic, the Hu Hu Kam Memorial Hospital Campus, and the new Hau’pal (Red Tail Hawk) Health Center in Chandler, Arizona. Each campus is distinct and responsive to patient healthcare needs.
I. RFP Process A. Proposal Submission
Proposals shall be addressed to:
Gila River Health Care Contracts & Grants Department Attn: Anna Self, MBA
483 West Seed Farm Road, Building 5 Sacaton, AZ 85247 Re: RFP#7-FY18-PDC-004 RTC Masonry Fence
Proposals shall be submitted by: Date: August 31, 2018
Page 4 of 14
Time: 12:00 PM Arizona Time
B. Schedule of Events The following is a list of the scheduled events in the RFP process: RFP Issue Date 7/24/18
Pre-Bid Conference (attendance optional; RSVP required)
Location: Hu Hu Kam Memorial Hospital Building#2 483 W. Seed Farm Rd. Sacaton, AZ 85147
8/3/18
10:00 AM Arizona Time
Deadline for RFP Inquiries/Communication: Inquiries must be made in writing (via email) No inquiries will be addressed after this date
8/9/18
12:00 PM Arizona Time
Addendum Issued (if applicable): Final Addendum to RFP will be issued; no inquiries or communications will be allowed regarding questions about RFP
8/10/18
RFP Response Due Date Contracts and Grants Office –Bldg. 5 483 W. Seed Farm Rd. Sacaton AZ 85147
8/31/18
12:00 PM Arizona Time Short listed Firm Interview Confirmation (if applicable):
Upon Selection
Recommendations and Approval Upon approval of the Evaluation Committee’s
contract award recommendation
C. Proposal Format
1. Proposals and other materials submitted by FAX or solely via email will not be accepted.
2. Submit bound proposals neatly organized with the appropriate table of
contents and tabs/dividers:
v No 3-ring binders allowed. v Maximum sheet size is 8 1/2" x 11". v Minimum text size is 10 point.
Page 5 of 14
v Pagination is required. v Table of contents is required.
D. Proposal Preparation Instructions
The proposal format and specific content requirements is to aid GRHC in evaluation purposes. Non-conformance with these instructions may be cause for rejection of the proposal.
1. Proposal shall be clearly and concisely prepared in writing. 2. Proposals shall conform to the prescribed format and content as to
enable GRHC to conduct a thorough evaluation.
3. Proposal package shall be comprised of a sealed envelope clearly identified with your firm name and address, and the number and title of this RFP. Envelope shall contain the following:
Ø One (1) original Vendor Proposal including a cover letter signed by a
company officer and clearly marked "RFP#7-FY18-PDC-004 RTC Masonry Fence”, and six (6) copies (i.e., seven identical sets of documents).
Ø Additionally, please email a soft copy of your proposal to [email protected].
All communications made in the proposal shall become a part of any resulting Contract including clarifications.
Deliver proposal to Anna Self at GRHC Life Center, Bldg. #5 at Hu Hu Kam Hospital, 483 W. Seed Farm Road, Sacaton, AZ 85147. Proposals received after the due date and time cannot be accepted.
v Respondents may not withdraw their proposal for a period of ninety (90)
calendar days after the date set for receipt of proposals. v The selected organization must guarantee their bid for a period of sixty (60)
calendar days from the date the proposal is received. Proposals will be privately reviewed by the GRHC management. GRHC reserves the right to reject any or all proposals, to waive informalities and irregularities, and to accept any proposal considered advantageous to GRHC.
II. RFP Communication
Page 6 of 14
Prospective vendors may make written inquiries via email and/or hard copy to the GRHC Contracts and Grants Writer, Anna Self, at [email protected]. Contact also may be made with Deborah Tinsley at [email protected] if Anna is not available. All requests must be submitted no later than August 9, 2018 12:00 PM Arizona Time. Verbal inquiries will not be accepted. All responses will be provided to the vendor in written (email and/or hard copy) form. Please do not direct communications regarding this RFP to other individuals, or other related organizations such as the Boards of Directors, Executive Members, Tribal Committees, and affiliates, etc.
III. Scope of Work GRHC has identified a need to install a new masonry fence at the RTC Gila River Treatment Center. Upon completion of contract requirements, the chosen contractor will furnish all labor, materials, and equipment necessary to complete the work outlined in Attachment A, RTC Masonry Fence Bid Specifications.
IV. Proposal Requirements Vendor Proposal The bound Vendor Proposal shall address the following items in the exact order and format by each section below: A. Acknowledgements
1. Bidders must acknowledge receipt of amendments and/or addendums to
this solicitation, if applicable. 2. Bidders must acknowledge being amenable to signing the Gila River
Health Care Tribal Language Addendum (Attachment G). B. Program Design
1. Provide detailed information on the expected timetable for the project.
2. Include a statement acknowledging that the vendor accepts the RFP
minimum standards and responses for incorporation into a final agreement if the bid is successful.
Page 7 of 14
C. Individual company’s experience and ability to perform on healthcare programs with size and complexity similar to the proposed project
1. A brief history of your firm, including years in business, number of fu l l time employees, license bid limits, financial institution where you do your banking.
2. Provide program information for projects completed by your organization with explanations of how those projects are representative and/or reflective of experience that is pertinent to and/or will add value to this project. Include client names, email addresses, and phone numbers.
3. Include three (3) client references for similar projects completed in the last ten (10) years by the person or team proposed for this project.
D. Program Cost Proposal/Budget
1. Provide a clear and comprehensive price quote that individually lists, describes the basis for, and totals all of the anticipated costs to put the proposed system into operation for the department, include the bid options noted under CMU Specifications b, c, d, e, f, g (Attachment A, RTC Masonry Fence Bid Specifications). Calculate lump sum for each option based on 2350 lineal feet (must be confirmed by bidder).
2. This contract is Lump Sum, no extras and/or reimbursable costs are
allowed.
E. Timeline 1. Provide a timeline for delivery of services. Indicating weekly phases is
sufficient. Include a statement that the contractor commits to completing the project within sixty (60) days of contract execution.
F. Resumes
Provide the following:
1. Program Staff/Team – Please list each of the individuals that would be assigned to this program, with the role they are scheduled to play, their professional qualifications, background checks, drug screening, and any applicable licenses/certifications. Provide a detailed resume of each proposed staff member, including all positions held within the past 10 years and client references.
Page 8 of 14
2. Identify staff who worked on the previous projects listed in item C 2 above. Note: Your organization will be required to retain staff indicated in the proposal on the project through the end of the project. Change in staff identified under Program Staff/Team requires GRHC written approval or your organization will incur a liquidated damage penalty of $5,000 for change of staff (per each staff change).
G. Certificate of Liability/Insurance required by start date of proposed services.
H. Gila River Indian Community Business License, to be paid by Contractor, required by start date of proposed services.
I. The most recent financial statement for your organization, as well as a list of agency principals.
J. A signed statement certifying your organization is not involved in any type of litigation or other action that would prevent the organization from meeting any contract obligation with GRHC.
K. Attest that the organization, the owner of the organization, and anyone having controlling interest in the organization has not been excluded, debarred, or sanctioned in connection with any federal healthcare program.
Page 9 of 14
V. Evaluation Guidelines
Each Proposal will be evaluated on a 100 point system
A. Oral Presentation (if required) After scoring and ranking of all proposals submitted, GRHC may decide to advance the highest ranking agency to the next step of the selection process. Alternatively, GRHC may decide to further consider the three (3) highest rated proposals and invite each firm to make an oral presentation (1 hour maximum) to the evaluation board. As a minimum, the agency’s project manager must be in attendance and be prepared to answer questions presented by the evaluation board. (25 Pts.)
B. Final Selection The applying agency with the highest overall score will be awarded the contract.* * See section IX. Reservations
Vendor Proposal Evaluation Points
Meets minimum vendor qualifications 20
Demonstrates successful experience in similar projects by the staff proposed
15
Displays a clear understanding of the purpose of the project
5
Demonstrates familiarity with Gila River Indian Community and government institutional owner
5
Provides evidence of Native American ownership
5
Clearly responds to the needs outlined within the scope of work
15
Provides complete and competitive pricing for the proposed project
15
Demonstrates ability to start upon receipt of both a purchase order and signed contract
20
Page 10 of 14
VI. Gila River Indian Community Minimum Contracting Standards By electing to participate in the bidding process, the successful bidder agrees that it will abide by the following GRHC minimum contracting standards which are incorporated into and will control in the event of a conflict with any future agreements arising out of this RFP unless expressly waived by GRHC.
a) CONFIDENTIALITY: Contractor shall maintain all non-public information
secured in connection with any contract with GRHC in strict confidence, with disclosure only to individuals as needed to perform under the contract, and on a need to know basis. Any Contractor who has access to protected health information is responsible for complying with HIPAA and agrees to enter into a HIPAA compliant business associate agreement (a “BAA”) approved by GRHC. In the absence of a separate BAA, contractor agrees to abide by the model BAA published by the US Health and Human Services, incorporated by this reference. Contractor may not use GRHC’s or the Gila River Indian Community's name in advertising, promotional materials, or other forms without advance written permission as to each specific use.
b) TRIBAL BUSINESS LICENSING: Contractors conducting business on the Gila River Indian Community must obtain a Business License. The cost of an annual license is approximately $150.00. Contractor shall comply with the Gila River Indian Community's business registration, licensing, and other applicable tribal regulatory laws, and shall pay any applicable licensing fees. A copy of a current Business License must be provided to Gila River Health Care and be maintained for the duration of the contract.
c) INDIAN PREFERENCE: Contractor shall comply with Indian preference
requirements in employment and subcontracting as required by Gila River Indian Community law, the GRHC Procurement Policy, and the Indian Self Determination and Education Assistance Act, as amended.
d) GOVERNING LAW AND JURISDICTION: Unless otherwise approved by the Gila
River Health Care Board of Directors, the contract shall be governed by, construed in accordance with the laws of the Gila River Indian Community, and the Contractor consents to jurisdiction of the Gila River Indian Community Courts for all matters related to or arising out of the contract.
Page 11 of 14
e) SOVEREIGN IMMUNITY: The parties acknowledge and agree that GRHC is a subordinate economic entity of the Gila River Indian Community performing an essential government function with sovereign immunity. Nothing herein or in an agreement or contract arising out of the RFP shall constitute a waiver of GRHC’s government status or its entitlement to exemptions from federal or state laws, and nothing shall constitute a waiver of sovereign immunity by GRHC, the Gila River Indian Community, or any of its subordinate economic entities. Enforcement of contract rights by GRHC is not an implied waiver of immunity to counterclaims. The parties acknowledge and agree that a waiver of immunity may only be granted by express and unequivocal resolution by the GRHC Board.
f) CONTRACTOR RESPONSIBILITY: Nothing in the contract shall relieve or limit the
Contractor’s responsibility for damages for its own negligence or breach of the contract. Nothing shall require GRHC to indemnify or hold Contractor harmless for its own negligence, breach, or misconduct. All products from or services by a Contractor are warranted or represented as being suitable for the intended purpose of the Contract.
v The firm that is awarded services under this RFP will be required to execute the GRHC Contract. If RFP respondent will take issue with any portion of the Contract, proposal should clarify with specificity any exclusion, clarifications, assumptions, or concerns pertaining to the Contract.
VII. GRHC Terms and Conditions • Proprietary Information: Any restrictions on the use of the information
contained within a proposal must be clearly stated within the proposal. All other material contained in the proposal shall become property of GRHC.
• Addendum or Supplements to the RFP: In the event it becomes necessary to revise any part of this RFP, an addendum will be provided to each vendor that received the RFP. GRHC reserves the right to request, and the vendor agrees to furnish, any additional data required to support the information contained within its proposal.
• Right to Audit: Contractor shall establish a reasonable accounting system, which keeps accurate and complete accounting records. Upon no less than ten day-notice and no more than once per fiscal year, GRHC may audit or use a reputable accounting firm to audit the contractor’s records relating to its performance under this agreement.
Costs of any audits conducted under the authority of this right to audit and not addressed elsewhere will be borne by GRHC unless certain exemption criteria are met. If the audit discovers substantive findings related to
Page 12 of 14
inappropriate accounting, non-performance, misrepresentation, or fraud, GRHC may recoup the costs of the audit work from the contractor. Any adjustments and/or payments that must be made as a result of any such audit or inspection of the contractor’s records shall be made within a reasonable amount of time (not to exceed 60 days) from the presentation of the GHRC’s findings to contractor.
• Contractor Responsibility: The selected firm, prior to commencing work on the project, shall be responsible for: 1) obtaining a Tribal Business License (approximately $150 cost); 2) providing proof of insurances; 3) providing a copy of their IRS W-9; 4) completing the Disclosure of Ownership/Control and Criminal Offenses Statements form. The selected firm shall be responsible for compliance with the Community's Tribal Employment Rights Ordinance (TERO) and other Gila River Indian Community (GRIC) Laws and Ordinances.
• Insurance Requirements: The selected firm shall provide and maintain, and require all of its Subcontractors to maintain, insurance during the term of the proposed services with minimum limits of $1,000,000 per occurrence, $3,000,000 aggregate for auto, general liability, and property damage. The firm shall also provide and maintain workers compensation coverage as required by the State of Arizona. The selected firm shall provide and maintain professional liability insurance with minimum limits of $1,000,000 per occurrence, $3,000,000 aggregate. Such insurance shall be primary to and not contributing with any other insurance or self-insurance programs. Such coverage shall be provided and maintained at the selected firms own expense. GRHC must be named additional insured on the Certificate of Insurance and be listed as a Certificate Holder.
• Evidence of Insurance: Certificate(s) or other evidence of coverage satisfactory to GRHC shall be delivered to the Procurement Officer identified at the beginning of this RFP prior to commencing services under this Contract. Such certificates or other evidence shall:
o Specifically identify this Contract; o Clearly evidence all coverages required in this Contract; o Contain the express condition that GRHC is to be given written notice
by mail at least thirty (30) days in advance of cancellation for all policies evidenced on the certificate of insurance;
o Include copies of the additional insured endorsement to the commercial general liability policy, adding Gila River Indian Community, Gila River Health Care, its Special Districts, its officials, officers and employees as additional insureds for all activities arising from this Contract.
• Insurer Financial Ratings: Insurance is to be provided by an insurance company acceptable to GRHC with an A.M. Best rating of not less than A:
Page 13 of 14
VII unless otherwise approved by GRHC. The insurance company must be licensed to conduct business in the State of Arizona. Should any policy be written on Claims Made paper, Insurance shall be purchased for an extended reporting period (tail coverage) at a minimum of three years following the cancellation of the claims made policy or completion of this contract whichever occurs later. It will be necessary to provide GRHC with the specified Certificates of Insurance, prior to the final execution of the contract for services.
VIII. General Information • GRHC is responsible only for what is expressly stated in this RFP and written
addenda thereto. GRHC is not responsible for and will not be bound by any person not authorized to act on its behalf.
• As of the issuance date of this RFP and continuing until the date for submission of proposals, communications with GRHC employees pertaining to this RFP is strictly limited. Personnel representing GRHC will not conduct meetings, conferences, or conversations, or exchange written communications regarding this project with firms and/or individuals who are considering responding to this RFP. A firm whose representatives are found to be acting in any way contrary to this directive will be disqualified from entering into any contract that may result from this RFP.
• Screening: Employer must confirm in writing that all personnel that may visit GRHC facilities have had a background check that did not reveal any crimes that are prejudicial to working around patients, staff, and drugs.
• Tobacco and Drug Free Workplace Policy: All GRHC properties are tobacco and drug free workplaces.
• Non-Discrimination: GRHC does not discriminate on the basis of race, color, national origin, religion, age, ancestry, medical condition, disability or gender in consideration for an award of contract but reserves the right to give preference to Native Americans.
IX. Reservations With respect to this RFP, GRHC reserves certain rights at any time, as follows: • Reject any proposal without indicating any reason for such rejection; • Waive or correct any minor or inadvertent defect, irregularity or technical
error in a proposal, or in the RFP process, or as part of any subsequent contract negotiation;
Page 14 of 14
• Request that respondents supplement or modify all or certain aspects of their proposals or other documents or materials submitted;
• Request that respondents make an oral and/or written presentation if more information is deemed necessary;
• Terminate this RFP and issue a new RFP; • Modify the selection process, the specifications or requirements for materials
or services; • Modify the requirements for the content, or format of the proposals; • Extend any deadline specified in this RFP, including deadlines for accepting
proposals; • Terminate failed negotiations with a respondent without liability, and
negotiate with other respondents; • Disqualify any respondent on the basis of a real or apparent conflict of
interest, or evidence of collusion that is disclosed by the proposal, or other information available to GRHC;
• Request that services be provided by certain staff of a respondent, or request that certain staff of a respondent be excluded from providing services as determined by GRHC to be in its best interest;
• Reject a respondent’s proposal where the respondent is in breach of, or in default under, any other agreement with GRHC;
• Award multiple contracts if it is deemed necessary to provide the specified services; and
• Costs of preparation of proposals will be borne by the proposer.
X. Attachments A. RTC Masonry Fence Bid Specifications B. Soils Report created by Speedie and Associates, Project #181243SA dated July
16, 2018 C. Site Plan dated 7-19-18 D. Indian Owned Economic Enterprise Qualification Statement E. Gila River Indian Community Business License Application F. Disclosure of Ownership-Control and Criminal Offenses Statement G. Gila River Health Care Tribal Language Addendum H. Infection Control Risk Assessment (ICRA) I. TERO Indian Preference Compliance Plan
Page 1 of 3
ATTACHMENT A
RTC Masonry Fence Bid Specifications
Rehabilitation Training Center
3850 S 16th Street | Lone Butte AZ 85339 • Contractor shall furnish all labor, materials, equipment, permits, authorizations,
licenses, and insurances required to complete a “turn-key” installation.
• Contractor understands that work necessary to compete this project will be performed at a facility that is part of the Gila River Health Care system and that contact between Contractor’s workers and patients is expressly prohibited.
• Contractor understands and agrees that work necessary to compete this project will be performed on the Gila River Indian Community land and that he will abide by any and all applicable Federal, State, and Tribal laws, regulations, ordinances, requirements, and statutes in effect during the performance of this work.
• Contractor affirms that he has visited the site and is confident of his ability to perform that work necessary to compete this project to the highest standard.
Concrete footing specifications a. Type II concrete. b. 3000 psi mix design. c. Water to cement ratio less than .45. d. Soils must be sufficiently wetted during concrete placement. e. Footing must be poured in a continuous placement. No cold joints without
steel reinforcement; minimum embedment to be 24” each side, must be wet set.
f. Minimum rebar size to be #4. g. No concrete footing overpour allowed. Slobber must be cut back while wet.
This excess concrete to be remove from site as part of this contract. h. Top of footing to be poured 2” below existing grade. i. Footing design to be generally based on typical and standard for location
and area.
Page 2 of 3
j. Footings to be: spread design, minimum 24” in depth, 24” in width, with 2 - #4 rebar continuous in spread section and 2 - #4 rebar continuous in vertical section. Rebar to be secured during concrete placement to insure that concrete coverage is 2” minimum. No voids or honeycomb in footing concrete allowed. Footing concrete must be mechanically vibrated for rebar coverage.
k. Contractor must submit mix design for approval by GRHC two (2) weeks prior to placement.
l. Vertical #4 rebar into CMU to be placed at 72” O.C. m. Bottom of footing must be clear of organic material, loose soil. n. Compaction of footing bottom to be at 95% with optimum moisture. o. Entire footing to be kept wet until concrete is placed.
CMU Material Specifications a. All block to be brown colored smooth CMU fence block. Successful bidder
must furnish samples to GRHC; approval from GRHC must be in writing. b. Design to be 9 course high smooth fence block. c. Bid block option 1 to be: 8th course brown colored split face. d. Bid block option 2 to be: 1st, 2nd, 3rd courses brown colored split face. e. Bid block option 3 to be: 7th and 8th courses brown colored split face. f. Bid design option 1 to be: pilasters every 25 lf. g. Bid design option 2 to be no pilasters. h. All CMU material to be new and first class quality. i. No flat caps anywhere on this installation. j. Grout to be per typical local design. Grout to fill cells entirely to top. Grout
must cover top end of vertical rebar. k. Contractor must submit mix design for approval by GRHC two (2) weeks prior
to placement. l. Vertical reinforcement to be 6’ on center with #4 rebar. Overlap to footing
rebar to be 8” minimum. Rebar to stop 2” from top of top course. Rebar to have 2” minimum concrete cover in each cell.
m. Horizontal reinforcement to be every third course using #4 rebar in bond beam.
n. Mortar to be brown colored, applied cleanly and evenly, struck straight, excess removed, applied to bed joints only no head joints. Successful bidder to furnish samples to GRHC; approval from GRHC must be in writing.
o. All block to be installed straight, level, plumb, and true. p. 1st course block to be wet set in footing concrete.
Page 3 of 3
q. Requirements and recommendations of the Soils Report from Speedie and Associates, Project #181243SA dated July 16, 2018 to be followed exactly.
General Specifications a. This project is to install approximately 2350 lineal feet of new CMU block wall
fence. This replaces existing chain link fence, removal by others. Contractor shall confirm distance or dimension to his own satisfaction.
b. When installation is complete contractor shall remove from site all leftover: material, stakes, and string lines, pallets, concrete, and mortar spillage-excess-clean up.
c. When installation is complete contractor shall restore grade similar to previous condition. Soil material to be left onsite, spread out smooth no windrows, top of footing covered, a slight swale created and slope to encourage drainage away from new fence.
d. A supervisor from the Contractor must check in at the onsite RTC Administration Office daily during the fence installation.
e. Contractor must have an available supervisor on staff that is fluent in communicating in the English language.
f. Contractor is responsible for furnishing toilet facilities for his staff; no usage of the onsite toilet facilities is allowed.
g. Contractor is responsible for furnishing drinking water for his staff. h. Contractor is responsible for scheduling and attending all necessary
inspections. i. Dust control for this work is this Contractor’s responsibility. j. There are existing Fire Hydrants onsite. Contractor is responsible for any
permits, fees, connections, “Jones Valves,” etc., necessary for his water usage for this project.
www.speedie.net
3331 East Wood Street ■ Phoenix, AZ 85040 ■ Phone (602) 997-6391 ■ Fax (602) 943-5508 4025 East Huntington Drive, Suite 140 ■ Flagstaff, AZ 86004 ■ Phone (928) 526-6681 ■ Fax (928) 526-6685
3125 East 47th Street ■ Tucson, AZ 85713 ■ Phone (520) 514-9411 ■ Fax (520) 514-9474
REPORT ON GEOTECHNICAL INVESTIGATION DESIGNATION: Treatment Center Perimeter Wall LOCATION: 3850 North 16th Street Gila River, Arizona CLIENT: Gila River Health Care PROJECT NO: 181243SA REISSUED DATE: July 16, 2018
7/16/1
8
TABLE OF CONTENTS
1.0 INTRODUCTION............................................................................................................. 1
2.0 GENERAL SITE AND SOIL CONDITIONS ................................................................ 1
2.1 Site Conditions ................................................................................................................ 1
2.2 Geologic Conditions ....................................................................................................... 1
2.3 Seismic Design Parameters ............................................................................................. 1
2.4 General Subsurface Conditions....................................................................................... 2
3.0 ANALYSIS AND RECOMMENDATIONS ................................................................... 2
3.1 Analysis........................................................................................................................... 2
3.2 Site Preparation ............................................................................................................... 3
3.3 Foundation Design (Perimeter Walls & Minor Structures) ............................................ 3
3.4 Lateral Pressures ............................................................................................................. 4
3.5 Fill and Backfill .............................................................................................................. 5
3.6 Utilities Installation ......................................................................................................... 5
4.0 GENERAL ......................................................................................................................... 6
APPENDIX – Field and Laboratory Data
7/16/1
8
Geotechnical Investigation Project No. 181243SA Treatment Center Perimeter Wall July 16, 2018 – Page 1
1.0 INTRODUCTION
This report presents the results of a subsoil investigation carried out at the site of the proposed perimeter wall. The existing facility is located at 3850 North 16th Street in Gila River, Arizona.
We understand that construction will consist of a 2,350 linear foot masonry security wall,
surrounding the treatment facility. The wall will be 6-8 feet tall. Structural loads will be light and no special considerations regarding settlement tolerances are known at this time. Adjacent areas will remain the same
2.0 GENERAL SITE AND SOIL CONDITIONS
2.1 Site Conditions The new perimeter wall will be located around the perimeter of the existing facility. The site
is bounded on all sides by vacant desert land with N 16th Street to the east and W Riggs Road to the south. There were no obvious signs of undocumented fill in the test locations, however there is likely some minor fill associated with the grading of the existing facilities.
2.2 Geologic Conditions The site is located well outside known areas that have undergone considerable subsidence due
to groundwater removal. Areas of subsidence are known to produce earth fissuring, which has affected areas within the State. Subsidence is a basin wide phenomenon that would result in differential elevation changes over long distances, which would not affect the type of buildings proposed for this site. No evidence of earth fissures were observed on the site. Fissure gullies form over subsurface irregularities such as bedrock highs, which cause tensional stresses and differential subsidence. Where such anomalies are not present, subsidence tends to be uniform over a wide area, this having minimal effect on surficial structures. The closest known earth fissures are located near the corner of AZ highway 238 and N Warren Road, many miles southwest of this site. Subsidence and earth fissures have not been a problem in this area.
2.3 Seismic Design Parameters
The project area is located in a seismic zone that is considered to have low historical seismicity. The seismicity of the Phoenix area has had only three magnitude 3.0 events in over 100 years.
Although borings were not advanced to 100 feet, based on the nature of the subsoils
encountered in the borings and geology in the area, Site Class Definition, Class D may be used for design of the structures. In addition, the following seismic parameters may be used for design (based 2008 USGS hazard maps adopted by the 2012 IBC):
Geotechnical Investigation Project No. 181243SA Treatment Center Perimeter Wall July 16, 2018 – Page 2
Table 2.3.1 Seismic Parameters MCE1 spectral response acceleration for 0.2 second period, SS: 0.163g MCE1 spectral response acceleration for 1.0 second period, S1: 0.055g
Site coefficient, Fa: 1.6 Site coefficient, Fv: 2.4
MCE1 spectral response acceleration adjusted for site class, SMS: 0.261g MCE1 spectral response acceleration adjusted for site class, SM1: 0.132g
5% Damped spectral response acceleration, SDS: 0.174g 5% Damped spectral response acceleration, SD1: 0.088g
NOTE 1: MCE = maximum considered earthquake
2.4 General Subsurface Conditions
Subsoil conditions at the site comprise predominantly of interbedded clayey sand, sandy lean clay, silty clayey sand, and poorly graded sand with subordinate amounts of gravel to the termination depths of the borings at 11.5 feet below existing grades. The relative density of the upper soils are variable as demonstrated by the Standard Penetration resistance Test (SPT) values that range from 7 to 35 blows per foot. No groundwater was encountered during this investigation. Based on visual and tactile observation, the soils were in a ‘dry’ state at the time of investigation.
In general the laboratory testing indicates in-situ dry densities of the upper soils on the order
of 96 to 106 pcf and water contents on the order of 5.0 to 8.0 percent at the time of investigation. Liquid limits ranged from 23 to 24 percent with plasticity indices on the order of 7 to 10. Undisturbed samples displayed minor compression (2.8%) under incremental loading and additional significant compression (10.2%) due to inundation under a maximum confining load of 3,200 psf. Gradation curves for samples collected in the wash area are provided in the Appendix.
3.0 ANALYSIS AND RECOMMENDATIONS
3.1 Analysis
Analysis of the field and laboratory data indicates that subsoils at the site are favorable for the support of the proposed structures on shallow spread footing foundations subject to some limited remedial earthworks.
Laboratory and field testing indicates that the upper soils are of variable density and are
susceptible to additional compression due to inundation. This could cause excessive settlement resulting in cracking problems. Accordingly, recommendations are made to place slightly deeper footings and compact
Geotechnical Investigation Project No. 181243SA Treatment Center Perimeter Wall July 16, 2018 – Page 3
the bearing soils to increase density and reduce the potential for collapse. Attention must be paid to provide and maintain proper drainage to limit the potential for water infiltration of deeper soils. This includes during construction when foundations are open and most vulnerable.
The swell potential of the fine portion of the upper clayey soils is a minor concern. The
potential is strong enough to cause differential movements of slabs-on-grade such as floors, sidewalks, patios and lightly loaded foundation but not enough to cause damage to heavier structures. Accordingly, it is paramount to provide proper drainage to limit the potential for water infiltrating under slabs and foundations.
Groundwater is not expected to be a factor in the design or construction of shallow
foundations and underground utilities. Excavation operations should be relatively easy and straightforward with standard equipment.
For standard foundations to perform as expected, attention must be paid to provide proper
drainage to limit the potential for water infiltration of deeper soils. It is assumed that the areas of the site that are not developed will be left in a native state or will contain a gravel surface for access. Unpaved areas should be sloped away from the wall, and any structures and directed to preferably a localized retention area. Drainage should be directed away from the retaining wall to reduce the potential for hydrostatic pressure and settlement of the backfill zone.
3.2 Site Preparation
The entire area to be occupied by the proposed construction should be stripped of all vegetation, debris, rubble and obviously loose surface soils. The exposed grade of footing excavation should be moisture conditioned to optimum (±2 percent) and mechanically compacted to at least 95 percent of maximum dry density as determined by ASTM D-698. Over-excavation is not required. Simply use a plate compactor, wacker, or jumping jack to achieve compaction in the bottom of footing excavations. They also must be clean and free of loose and deleterious material. A representative of the Geotechnical Engineer shall examine the subgrade once sub-excavation is complete and prior to backfilling to ensure removal of deleterious materials.
3.3 Foundation Design (Perimeter Walls & Minor Structures) It is recommended that the perimeter wall and any other minor structure be founded on
shallow spread footings bearing at a minimum depth of 24 inches below lowest finished adjacent grade within 5 feet of the structure. As noted in the site preparation, in order to provide uniform bearing media and reduce settlement potential the bottom of footing excavation should be moisture conditioned to optimum
Geotechnical Investigation Project No. 181243SA Treatment Center Perimeter Wall July 16, 2018 – Page 4
(±2 percent) and mechanically compacted to at least 95 percent of maximum dry density as determined by ASTM D-698. A recommended allowable bearing capacity of 1500 psf can be utilized for design.
This bearing capacity refers to the total of all loads, dead and live, and is a net pressure. It
may be increased one-third for wind, seismic or other loads of short duration. All footing excavations should be level and cleaned of all loose or disturbed materials. Positive drainage away from the proposed wall structure must be maintained at all times. Any continuous wall footings and isolated rectangular footings should be designed with minimum widths of 16 and 24 inches respectively, regardless of the resultant bearing pressure.
Estimated settlements under design loads are on the order of ½ to ¾ inch, virtually all of
which will occur during construction. Post-construction differential settlements will be on the order of one-half the total settlement, under existing and compacted moisture contents. Additional localized settlements of the same magnitude could occur if native supporting soils were to experience a significant increase in moisture content. Positive drainage away from structures, and controlled routing of site runoff should be provided to prevent ponding adjacent to walls and structures.
Continuous footings and stem walls should be reinforced to distribute stresses arising from
small differential movements, and long walls should be provided with control joints to accommodate these movements.
3.4 Lateral Pressures
The following lateral pressure values may be utilized for the proposed construction:
Active Pressures Unrestrained Walls 35 pcf At-Rest Pressures Restrained Walls 60 pcf Passive Pressures
Continuous Footings 300 pcf Spread Footings or Drilled Piers 350 pcf Coefficient of Friction (w/ passive pressure) 0.35 Coefficient of Friction (w/out passive pressure) 0.45 All backfill must be compacted to not less than 95 percent (ASTM D-698) to mobilize these
passive values at low strain.
Geotechnical Investigation Project No. 181243SA Treatment Center Perimeter Wall July 16, 2018 – Page 5
3.5 Fill and Backfill
Native soils are considered suitable for use in general grading fills and structural engineered fill provided oversized material greater than 3 inches is screened out.
Imported common or structural fill for use in site grading should be examined by a Soils
Engineer to ensure that it is of low swell potential and free of organic or otherwise deleterious material. In general, the fill should have 100 percent passing the 3-inch sieve and no more than 25 percent passing the 200 sieve. For the fine fraction (passing the 40 sieve), the liquid limit and plasticity index should not exceed 30 percent and 10 percent, respectively. It should exhibit less than 1.5 percent swell potential when compacted to 95 percent of maximum dry density (ASTM D-698) at a moisture content of 2 percent below optimum, confined under a 100 psf surcharge, and inundated.
Fill should be placed on subgrade which has been properly prepared and approved by a Soils
Engineer. Fill must be wetted and thoroughly mixed to achieve optimum moisture content, ±2 percent. Fill should be placed in horizontal lifts of 8-inch thickness (or as dictated by compaction equipment) and compacted to the percent of maximum dry density per ASTM D-698 set forth as follows:
A. Foundation Walls and Minor Structures 1. Below footing level 95 2. Retaining wall backfill 95 B. Pavement Subgrade or Fill 95 C. Utility Trench Backfill 95 D. Landscape Areas 90
Successful backfill of retaining walls can be difficult to achieve given the sometimes tight access.
Placement and compaction must be carefully controlled in order to minimize the potential for post construction settlement should the backfill zone be subjected to water infiltration. Even the most well controlled fills could experience additional settlement on the order of 1 inch if subjected to significant moisture increases.
3.6 Utilities Installation Trench excavations for shallow utilities can be accomplished by conventional trenching
equipment. Trench walls may not stand near-vertical for the periods of time required to install utilities. Trenches penetrating looser sandy deposits may experience sloughing of side walls and necessitating cutting back of side slopes and/or shoring. Adequate precautions must be taken to protect workmen in accordance with all current governmental regulations.
Geotechnical Investigation Project No. 181243SA Treatment Center Perimeter Wall July 16, 2018 – Page 6
Backfill of trenches may be carried out with native excavated material. This material should be moisture-conditioned, placed in 8 inch lifts and mechanically compacted. Water settling is not recommended. Compaction requirements are summarized in the "Fill and Backfill" section of this report.
4.0 GENERAL The scope of this investigation and report includes only regional published considerations for seismic
activity and ground fissures resulting from subsidence due to groundwater withdrawal, not any site specific studies. The scope does not include any considerations of hazardous releases or toxic contamination of any type.
Our analysis of data and the recommendations presented herein are based on the assumption that soil
conditions do not vary significantly from those found at specific sample locations. Our work has been performed in accordance with generally accepted engineering principles and practice; this warranty is in lieu of all other warranties expressed or implied.
We recommend that a representative of the Geotechnical Engineer observe and test the earthwork and
foundation portions of this project to ensure compliance to project specifications and the field applicability of subsurface conditions which are the basis of the recommendations presented in this report. If any significant changes are made in the scope of work or type of construction that was assumed in this report, we must review such revised conditions to confirm our findings if the conclusions and recommendations presented herein are to apply. Respectfully submitted, SPEEDIE & ASSOCIATES, INC. Joel C. Miller, EIT Keith R. Gravel, P.E.
7/16/1
8
APPENDIX
FIELD AND LABORATORY INVESTIGATION
SOIL BORING LOCATION PLAN
SOIL LEGEND
LOG OF TEST BORING
TABULATION OF TEST DATA
CONSOLIDATION TEST DATA
MOISTURE-DENSITY RELATIONS
FIELD AND LABORATORY INVESTIGATION On June 29, 2018, soil test borings were drilled at the approximate locations shown on the attached
Soil Boring Location Plan. All exploration work was carried out under the full-time supervision of our field engineer, who recorded subsurface conditions and obtained samples for laboratory testing. The soil borings were advanced with a track-mounted CME-75 drill rig utilizing 7-inch diameter hollow stem flight augers. Detailed information regarding the borings and samples obtained can be found on an individual Log of Test Boring prepared for each drilling location.
Laboratory testing consisted of moisture content, dry density, grain-size distribution and plasticity
(Atterberg Limits) tests for classification and scour design parameters. Compression tests were performed on a selected ring sample in order to estimate settlements and determine effects of inundation. All field and laboratory data is presented in this appendix.
SW
PEAT, HUMUS, SWAMP SOILS WITHHIGH ORGANIC CONTENTS
GRAVELS WITHFINES
(LITTLE OR NO FINES)
CLEANGRAVELS
HIGHLY ORGANIC SOILS
SILTSAND
CLAYS
SILTSAND
CLAYS
MORE THAN 50% OFCOARSE FRACTIONPASSING ON NO. 4SIEVE
SANDAND
SANDYSOILS
MORE THAN 50% OFCOARSE FRACTIONRETAINED ON NO. 4SIEVE
GRAVELAND
GRAVELLYSOILS
MORE THAN 50% OFMATERIAL ISSMALLER THAN NO.200 SIEVE SIZE
FINEGRAINED
SOILS
MAJOR DIVISIONS
LIQUID LIMITGREATER THAN 50
LIQUID LIMITLESS THAN 50
(APPRECIABLE AMOUNTOF FINES)
SANDS WITHFINES
MH
OL
CL
ML
SC
SM
SP
WELL-GRADED GRAVELS, GRAVEL -SAND MIXTURES, LITTLE OR NO FINES
TYPICALLETTERGRAPH
SYMBOLS
ORGANIC CLAYS OF MEDIUM TO HIGHPLASTICITY, ORGANIC SILTS
INORGANIC CLAYS OF HIGHPLASTICITY
(LITTLE OR NO FINES)
CLEAN SANDS
(APPRECIABLE AMOUNTOF FINES)
MORE THAN 50% OFMATERIAL ISLARGER THAN NO.200 SIEVE SIZE
COARSEGRAINED
SOILS
INORGANIC SILTS, MICACEOUS ORDIATOMACEOUS FINE SAND OR SILTYSOILS
ORGANIC SILTS AND ORGANIC SILTYCLAYS OF LOW PLASTICITY
INORGANIC CLAYS OF LOW TOMEDIUM PLASTICITY, GRAVELLYCLAYS, SANDY CLAYS, SILTY CLAYS,LEAN CLAYS
INORGANIC SILTS AND VERY FINESANDS, ROCK FLOUR, SILTY ORCLAYEY FINE SANDS OR CLAYEYSILTS WITH SLIGHT PLASTICITY
CLAYEY SANDS, SAND - CLAYMIXTURES
SILTY SANDS, SAND - SILT MIXTURES
POORLY-GRADED SANDS, GRAVELLYSAND, LITTLE OR NO FINES
WELL-GRADED SANDS, GRAVELLYSANDS, LITTLE OR NO FINES
CLAYEY GRAVELS, GRAVEL - SAND -CLAY MIXTURES
SILTY GRAVELS, GRAVEL - SAND -SILT MIXTURES
POORLY-GRADED GRAVELS, GRAVEL- SAND MIXTURES, LITTLE OR NOFINES
PT
OH
CH
GC
GM
GP
GW
DESCRIPTIONS
NOTE: DUAL OR MODIFIED SYMBOLS MAY BE USED TO INDICATE BORDERLINE SOILCLASSIFICATIONS OR TO PROVIDE A BETTER GRAPHICAL PRESENTATION OF THE SOIL
Very SoftSoftFirmStiff
Very StiffHard
0 - 22 - 45 - 8
9 - 1516 - 30
> 30
0 - 0.250.25 - 0.50.5 - 1.0
1 - 22 - 4> 4
Very LooseLoose
Medium DenseDense
Very Dense
0 - 45 - 10
11 - 3031 - 50
> 50
Clays & Silts Blows/Foot Strength (tons/sq ft) Sands & Gravels Blows/Foot
CONSISTENCY RELATIVE DENSITY
0.0750.4202.000
4.7519
75
300
0.422.004.75
1975
300
900
#200#40#10
#40.75"
#40#10#4
0.75"3"
3"
12"
12"
36"
mmmmLower Limit Upper Limit
PARTICLE SIZEMATERIAL
SIZE
SANDSFine
MediumCoarse
GRAVELSFine
Coarse
COBBLES
BOULDERS
Sieve Size Sieve Size
U.S. Standard Clear Square Openings
50
60
00
10
80 100Liquid Limit
30
40
CL-ML
CL
20
20 40 60
CH
B-Line
A-Line
ML & OL
MH & OH
Plasticity Index
A grab sample taken directly from auger flights.
A grab sample taken from auger spoils or from bucket of backhoe.
Standard Penetration Test (ASTM D-1586) Driving a 2.0 inch outside diameter splitspoon sampler into undisturbed soil for three successive 6-inch increments bymeans of a 140 lb. weight free falling through a distance of 30 inches. Thecumulative number of blows for the final 12 inches of penetration is the StandardPenetration Resistance.
Driving a 3.0 inch outside diameter spoon equipped with a series of 2.42-inch insidediameter, 1-inch long brass rings, into undisturbed soil for one 12-inch increment bythe same means of the Spoon Sample. The blows required for the 12 inches ofpenetration are recorded.
Standard Penetration Test driving a 2.0-inch outside diameter split spoon equippedwith two 3-inch long, 3/8-inch inside diameter brass liners, separated by a 1-inchlong spacer, into undisturbed soil by the same means of the Spoon Sample.
A 3.0-inch outside diameter thin-walled tube continuously pushed into theundisturbed soil by a rapid motion, without impact or twisting (ASTM D-1587).
Driving a 2.0-inch outside diameter "Bullnose Penetrometer" continuously intoundisturbed soil by the same means of the spoon sample. The blows for eachsuccessive 12-inch increment are recorded.
DESCRIPTION
Auger SampleAS
BS Large Bulk Sample
S Spoon Sample
RS Ring Sample
LS Liner Sample
ST Shelby Tube
ContinuousPenetrationResistance
--
DESIGNATIONSAMPLE
SOIL LEGEND
0
5
10
15
NT
NT
8.0
NT
2.0
End of Boring
Very Stiff Light Brown SANDY SILTY CLAY(CL/ML-Dry)
Very Stiff Brown SANDY LEAN CLAY(CL-Dry) with Trace Gravel
Medium Dense Light Brown CLAYEY SAND(SC-Dry) with Trace Gravel
101.3
6.5 NT
11.5
9.0
4.0
S-3
S-2
RS-1
11.5
50
6-29-18
Contractor:
Field Engineer/Technician:
Hour
Rig Type:
R. Markley
Water Level
NT = Not Tested
Treatment Center Perimeter Wall
Surface Elevation:
25
Gila River, Arizona
Visual Classification 0
per Foot
Boring Type:
B-1Log of Test Boring Number:
Depth
CME-75
181243SA
N/A
Free Water was Not Encountered
Hollow Stem Auger
Boring Date:
ResistancePenetration
Project No.:
3850 North 16th Street
Blows
Driller:Resilient DrillingOscar
Date
Boring Date:
0
5
10
15
End of Boring NT
NT
NT
5.0
NT
11.5
Hard
Stiff Brown SANDY LEAN CLAY (CL-Dry)
Medium Dense Brown CLAYEY SAND(SC-Dry) with Trace Gravel
11.5
6.5
106.02.0
NT5.0
S-4
S-3
BS-2
RS-1
NT
5.0
Treatment Center Perimeter Wall
6-29-18
Contractor:
Field Engineer/Technician:
Hour
Rig Type:
Surface Elevation:
50
NT = Not Tested
Water Level
25
Gila River, Arizona
Visual Classification 0
per Foot
Boring Type:
R. Markley B-2Log of Test Boring Number:
Depth
CME-75
181243SA
N/ABlows
Hollow Stem Auger
Boring Date:
ResistancePenetration
Project No.:
3850 North 16th Street
Free Water was Not Encountered
Driller:Resilient DrillingOscar
Date
Boring Date:
0
5
10
15
NT
NT
6.0
NT
2.0
End of Boring
Medium Dense Light Brown POORLYGRADED SAND (SP-Dry)
Loose Brown POORLY GRADED SAND withCLAY (SP/SC-Dry)
Medium Dense Brown SILTY, CLAYEYSAND (SC/SM-Dry) with Trace Gravel
96.1
6.5 NT
11.5
8.0
4.0
S-3
S-2
RS-1
11.5
50
6-29-18
Contractor:
Field Engineer/Technician:
Hour
Rig Type:
R. Markley
Water Level
NT = Not Tested
Treatment Center Perimeter Wall
Surface Elevation:
25
Gila River, Arizona
Visual Classification 0
per Foot
Boring Type:
B-3Log of Test Boring Number:
Depth
CME-75
181243SA
N/A
Free Water was Not Encountered
Hollow Stem Auger
Boring Date:
ResistancePenetration
Project No.:
3850 North 16th Street
Blows
Driller:Resilient DrillingOscar
Date
Boring Date:
0
5
10
15
NT
NT
NT
NT
2.5
End of Boring
Loose Light Brown POORLY GRADEDSAND (SP-Dry)
Very Stiff Brown SANDY LEAN CLAY(CL-Dry)
Medium Dense Light Brown SILTY, CLAYEYSAND (SC/SM-Dry) with Trace Gravel
NT
6.5 NT
11.5
8.0
5.0
S-3
S-2
S-1
11.5
50
6-29-18
Contractor:
Field Engineer/Technician:
Hour
Rig Type:
R. Markley
Water Level
NT = Not Tested
Treatment Center Perimeter Wall
Surface Elevation:
25
Gila River, Arizona
Visual Classification 0
per Foot
Boring Type:
B-4Log of Test Boring Number:
Depth
CME-75
181243SA
N/A
Free Water was Not Encountered
Hollow Stem Auger
Boring Date:
ResistancePenetration
Project No.:
3850 North 16th Street
Blows
Driller:Resilient DrillingOscar
Date
Boring Date:
RS-1
B-1
RING 1.0 - 2.0 5.0 106.0 NT NT NT NT NT NT NTB-2
B-3
CLAYEY SAND
RING 1.0 - 2.0 6.0 96.1 40 92 100 100 100 23 16 7 SC-SM
NT
BS-2
RS-1 RING 1.0 - 2.0 8.0 101.3 NT NT NT NT NT NT NT
RS-1
B-2 BULK 0.0 - 5.0 NT NT 42 83 95 97 100 24 14 10 SC
NT
SILTY, CLAYEY SAND
PARTICLE SIZE DISTRIBUTION
TABULATION OF TEST DATAATTERBERG
LIMITS
1 1
Treatment Center Perimeter Wall3850 North 16th StreetGila River, ArizonaProject No. 181243SASheet
Sieve analysis results do not include material greater than 3". Refer to theactual boring logs for the possibility of cobble and boulder sized materials.
NT=Not Tested
SPECIMENDESCRIPTION
of
(Percent Finer)
14
13
100 1,000 10,000
3
0
2
4
5
6
7
8
9
10
11
12
1
16
CONSOLIDATION TEST
PROJECT NO.: 181243SA
LABORATORY NO.:
DATE: 6/29/18
LIQUID LIMIT:
Treatment Center Perimeter Wall
PLASTIC LIMIT:
PROJECT:
PLASTICITY INDEX:
CLASSIFICATION: ASTM SOIL DESCRIPTION: SILTY, CLAYEY SAND
BORING NO.: B-3
7
SAMPLE NO.: RS-1 SAMPLE DEPTH: 1 to 2
SC-SM
23
CONSOLIDATION TEST
Sample inundated at end of test at 3200 psf
STRAIN
%
STRESS, psf
LOCATION: 3850 North 16th Street
15.010.05.00.0 20.0
105
130
125
120
110
100
115
ASTM SOIL DESCRIPTION:
Treatment Center Perimeter WallPROJECT:
10PLASTICITY INDEX:
SAMPLE NO.: BS-2
PLASTIC LIMIT:
SC
D698A
3850 North 16th Street
CLAYEY SAND
24
CLASSIFICATION:
LIQUID LIMIT: 14
MAXIMUM DRY DENSITY: 120.7 PCF OPTIMUM MOISTURE CONTENT: 12.0%
SAMPLE DEPTH: 0 to 5BORING NO.: B-2
MOISTURE CONTENT (%)
METHOD OF COMPACTION:
DATE: 6/29/18
LABORATORY NO.:
PROJECT NO.: 181243SA
MOISTURE-DENSITY RELATIONS
LOCATION: