ISSUED FOR CONSTRUCTION · ISSUED FOR CONSTRUCTION PREPARED BY QUANTA UTILITY ENGINEERING SERVICES...
Transcript of ISSUED FOR CONSTRUCTION · ISSUED FOR CONSTRUCTION PREPARED BY QUANTA UTILITY ENGINEERING SERVICES...
PROJECT MANUAL FOR THE
CITY OF RUSTON
COMPLETE STREETS TIB IMPROVEMENTS
ISSUED FOR CONSTRUCTION
PREPARED BY
QUANTA UTILITY ENGINEERING SERVICES 1002 15TH Street SW Suite 230
AUBURN, WASHINGTON 98001
PH: (253) 952-2128
August 8, 2019
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
CITY OF RUSTON COMPLETE STREETS TIB
IMPROVEMENTS CERTIFICATION
The technical material and data contained in this document were prepared under the supervision and direction of the undersigned, whose seal, as a professional engineer licensed to practice as such, is affixed below.
Kenneth I. Bartenhagen, P.E., Date
TABLE OF CONTENTS 00020-1
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
TABLE OF CONTENTS
ADVERTISEMENT FOR BIDS & INSTRUCTIONS TO BIDDERS
Advertisement for Bids
Section - Page
00030-1 Instructions to Bidders 00040-1
PROPOSAL DOCUMENTS
Bidders Checklist 00045-1 Bid Proposal 00049-1 Proposal Signature 00050-1 Bid Bond 00051-1 Non-Collusion Affidavit 00052-1 Subcontractor Listing 00053-1
CONTRACT DOCUMENTS
Public Works Agreement Performance Bond Contractor's Declaration of Option for Management of Statutory
00062-1Retained Percentage
GENERAL REQUIREMENTS
Introduction 00070-1 Definitions 1 Examination of Site 2 Bid Items/Estimated Quantities 2 Code Requirements 2 Drawings 2 Schedule for Completion of Work 3 Preconstruction Conference 3 Record Documents 3 Use of Premises 3 Use of Explosives 3 Salvage 4 Existing Improvements 4 Site Safety 4 Contractor’s Insurance 5 Contractor’s Responsibility for Utilities 5 Incompetent Employees 6
TABLE OF CONTENTS 00020-2
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Opening of Completed Work to the Public
Section - Page
00070-6 Engineer’s Status during Construction 6Progress Payments 9Substantial Completion 9Final Inspection 10Final Application for Payment 10Final Payment and Acceptance 10Contractor’s Continuing Obligation 10
SPECIAL PROVISIONS
Scope of Work 00080-1 Order of Precedence 1Contractor’s Qualifications 1Notice to Proceed 2Project Meetings 2Communication Procedures 2Submittals 2Work Hours, Overtime, and Holiday Work 3Special Events 3Asarco Smelter Plume / Waste Soil / Worker Safety 3Permits 4Storage and Use of Premises and Site 5Waste Site / Contaminated Waste 5Site Access 5Temporary Sanitary Facilities 6Coordination with Tacoma Water 6Construction Water 6Dust Control 6Construction Staking 7Field Relocation 7Mobilization 7Project Temporary Traffic Control 7Substantial Completion 10
TABLE OF CONTENTS 00020-3
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
TECHNICAL SPECIFICATIONS Section 01300 Submittals
Section - Page
01300-1 Section 02302 Earthwork 02302-1Section 02304 Trenching, Backfilling, and Compaction for Utilities 02304-1Section 02502 Storm Drain 02502-1Section 02710 Asphalt Concrete Pavement 02710-1Section 02718 Traffic Signs and Pavement Markings 02718-1Section 02720 Curbs and Gutters 02720-1Section 02730 Sidewalks and Ramps 02730-1Section 02800 Landscaping and Irrigation 02800-1Section 16002 Electrical 16002-1
ATTACHMENTS
Attachment A Responsibility Criteria
Attachment B Prevailing Wages and Benefit Code
Attachment C Field Sampling Report
Attachment D Street Excavation Permit
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
ADVERTISEMENT FOR BIDS &
INSTRUCTIONS TO BIDDERS
ADVERTISEMENT FOR BIDS 00030-5
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
ADVERTISEMENT FOR BIDS COMPLETE STREETS TIB
IMPROVEMENTS PROJECT
Notice is hereby given that the City of Ruston, Washington does hereby invite sealed proposals
for the Complete Streets TIB Improvements Project as described and in accordance with the Bid
Documents.
Bid Documents will be available beginning Friday, August 16, 2019. Free access to plans,
specifications, addenda, and planholder list is provided to bidders, subcontractors, and material
suppliers by going to www.rustonwa.org/ruston-complete-streets-project/ or by going to
www.rustonwa.org and clicking on "News", and then "More News”, then check the box for
“Public Notices” and then “Filter”, then “Ruston Complete Streets Project".
The scope of work for this project is generally the removal and replacement of roadway
intersection corners to improve pedestrian access and visibility. The new curb, gutter, sidewalks
and ADA accessible ramps will be relocated to “bulb-outs” that extend into existing parking
lanes and shorten the pedestrian crossings. Work also includes the associated pavement
restoration, signage and striping, landscape repairs, street lighting demolition and replacement,
and other work as specified in the contract documents. The bid schedule is arranged with a base
bid and multiple bid options as follows;
1) Schedule A (Base Bid): Improvements to the intersection of N 51st Street and N Winnifred
Street, restriping and raised pavement marker installation on the existing bridge across the
railroad tracks, and improvements to the pedestrian crossing at the south end of the existing
bridge.
2) Schedule B (Bid Option 1): Improvements to the north side of the intersection of N 51st
Street and N Highland Street.
3) Schedule C (Bid Option 2): Improvements to the north side of the intersection of N 51st
Street and N Shirley Street.
4) Schedule D (Bid Option 3): Improvements to the intersection of N Commercial Street and N
Winnifred Street.
Project award will be base bid plus any or no options, in any order. No options will be awarded
without base bid award included.
Estimated Bid Range: $175,000 to $190,000.
Proposals for this work must be sealed, marked “CITY OF RUSTON – COMPLETE STREETS
TIB IMPROVEMENTS PROJECT”, and delivered to the City Clerk at the Ruston City Hall at
5117 N Winnifred Street, Ruston, Washington State prior to 10:00 AM Friday, August 30,
2019, where and at which time the proposals will be opened and read aloud.
ADVERTISEMENT FOR BIDS 00030-6
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Direct questions regarding the project to Kenneth Bartenhagen, P.E. at Quanta Utility
Engineering Services, at [email protected] . All work performed on this project will be
subject to Washington State prevailing wage rates. The City of Ruston is an equal opportunity
employer.
Each bid shall be accompanied by a bid bond in the amount not less than 5% of the bid amount,
with a corporate surety licensed to do business in the State of Washington, and no bid will be
considered unless accompanied by such a bond. At time and place named, such bids will be
opened and read, and the City of Ruston staff will proceed to canvas the bids and may award the
project Contract to the lowest responsible bidder. The City of Ruston reserves the unqualified
right in its sole and absolute discretion to reject any and all bids, and to accept the bid which, in
the City's sole and absolute judgment will, under all circumstances, best serve the interest of the
City of Ruston.
THE CITY OF RUSTON
Bruce Hopkins, Mayor
DATE: August 8, 2019
PUBLISH: The Tacoma Daily Index, Tuesday, August 20th, 2019
BID OPENING: 10:00 AM, Friday, August 30th, 2019
INSTRUCTIONS TO BIDDERS 00040-7
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
INSTRUCTIONS TO BIDDERS
1. DEFINED TERMS
Terms used in the Instructions to Bidders which are defined in the General Requirements of the Project Manual, have the meanings assigned to them in the General Requirements. The term "Successful Bidder" means the lowest, qualified, responsible Bidder to whom Owner (on the basis of Owner's evaluation as hereinafter provided) makes an award.
2. COPIES OF BIDDING DOCUMENTS
2.1 Complete sets of Bidding Documents may be obtained by going to
www.bxwa.com and clicking on "Posted Projects", "Public Works", and "City of Ruston".
2.2 Complete sets of Bidding Documents shall be used in preparing Bids; neither
Owner nor Engineer assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents.
2.3 Owner and Engineer in making copies of Bidding Documents available on the
above terms do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant for any other use.
3. BIDDER RESPONSIBILITY CRITERIA
All Bidders must submit the Mandatory Bidder Responsibility Checklist (Attachment A - Form A) contained in this Project Manual with the bid proposal documents at the time of Bid opening. The Owner may request the Contractor Experience Summary (Attachment A - Form B) after bid opening for any or all bidders.
4. EXAMINATION OF CONTRACT DOCUMENTS AND SITE
4.1 Before submitting a Bid, each Bidder must:
a) Examine the Contract Documents thoroughly; b) Visit the site to familiarize themselves with local conditions that may in any
manner affect cost, progress, or performance of the work; c) Familiarize themselves with federal, state and local laws, ordinances, rules
and regulations that may in any manner affect cost, progress or performance of the work; and
d) Study and carefully correlate Bidder's observations with the Contract Documents.
INSTRUCTIONS TO BIDDERS 00040-8
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
4.2 Before submitting their Bid, each Bidder shall, at their own expense, make such
additional investigations and tests as the Bidder may deem necessary to determine his or her Bid for performance of the Work in accordance with the time, price and
other terms and conditions of the Contract Documents.
4.3 On request, Owner will provide each Bidder access to the site to conduct such investigations and tests as each Bidder deems necessary for submission of his or her Bid.
4.4 The lands upon which the work is to be performed, rights-of-way for access
thereto, and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents.
4.5 The submission of a Bid will constitute an incontrovertible representation by the
Bidder that he or she has complied with every requirement of this Article 4 and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance of the Work.
5. INTERPRETATIONS
All questions about the meaning or intent of the Contract Documents shall be submitted to the Engineer in writing. Replies will be issued by Addenda and posted on www.bxwa.com with the other project bid documents. See Advertisement for Bids for instructions on how to access the bid documents on www.bxwa.com. Questions received less than five (5) days prior to the date for opening of Bids will not be answered. Only replies issued by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect.
6. BID SECURITY
6.1 Bid Security shall be made payable to Owner in an amount of five percent of the
Bidder's total bid amount and in the form of a certified or bank check or a Bid Bond issued by a Surety meeting the requirements of the Standard Specifications.
6.2 The Bid Security of the Successful Bidder will be retained until such Bidder has
executed the Agreement and furnished the required Contract Security, whereupon the bid security will be returned; if the Successful Bidder fails to execute and deliver the Agreement and furnish the required Contract Security within ten (10) days of the Notice of Award, Owner may annul the Notice of Award and the Bid Security of that Bidder will be forfeited.
7. CONTRACT TIME/COMMENCEMENT OF WORK
The number of days within which the work is to be completed (the Contract Time) is set forth on the Proposal Form.
INSTRUCTIONS TO BIDDERS 00040-9
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
8. LIQUIDATED DAMAGES
If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum as identified in Section 1-08.9 of the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time as liquidated damages.
9. SUBSTITUTE MATERIALS AND EQUIPMENT
The Contract, if awarded, will be on the basis of materials and equipment described in the Drawings and Specifications without consideration of possible substitute or "or equal" items. Whenever it is indicated in the Drawings or specified in the Specifications, a substitute or "or equal" item of material or equipment may be furnished or used by the Contractor if acceptable to the Engineer. Application for such acceptance will not be considered by the Engineer until after the "effective date of the Agreement".
10. SUBCONTRACTORS, ETC.
10.1 The identity of certain subcontractors and materials suppliers shall be provided
with the Bidder’s Proposal in accordance with the instructions contained on the Subcontractor and Material Supplier Listing Form contained in these Contract Documents. If the Owner or Engineer has any reasonable objection to any proposed subcontractor or materials supplier, they may request the apparent Successful Bidder to submit an acceptable substitute without an increase in Bid price before giving the Notice of Award. If the apparent Successful Bidder declines to make any such substitution, the Contract shall not be awarded to such Bidder, but the Bidder’s declining to make any such substitution will not constitute grounds for sacrificing the Bid Security.
10.2 The Contractor will not be required to employ any subcontractor, person, or
organization against whom the Contractor has a reasonable objection.
11. BID PROPOSAL FORM
11.1 The Bid Proposal Form is attached hereto; additional copies may be obtained by going to www.bxwa.com and clicking on "Posted Projects", "Public Works", and "City of Ruston".
11.2 The Bid Proposal Form must be completed in ink or by typewriter. The Unit Bid
Price of each item on the form must be stated in words and numerals; in case of a conflict, words will take precedence.
11.3 Bids by corporations must be executed in the corporate name by the president or a
vice-president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal must be affixed and attested by the secretary or an
INSTRUCTIONS TO BIDDERS 00040-
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
assistant secretary. The corporate address and state of incorporation shall be shown below the signature.
11.4 Bids by partnerships must be executed in the partnership name and signed by a
partner, whose title must appear under the signature. The official address of the partnership must be shown below the signature.
11.5 All names must be typed or printed below the signature.
11.6 The Bid shall contain an acknowledgment of receipt of all addenda (the numbers
of which shall be filled in on the Bid Form).
11.7 The address to which communications regarding the Bid are to be directed must be shown.
11.8 All bidders are required to provide pricing for every item listed on the Bid
Proposal Form. Failure to provide pricing for every item listed on the Bid Proposal Form will result in a non-responsive bid.
12. SUBMISSION OF BIDS
Bids shall be submitted to the Owner’s representative at the location and prior to the time indicated in the Advertisement for Bids and shall be enclosed in an opaque sealed envelope, marked with the project title and name and address of the Bidder and accompanied by the Bid Security and other required documents. The Bidder shall be responsible for insuring that the Owner has received the Bid and the Owner shall not be responsible for Bids sent through the US Postal Service or any other delivery service.
13. MODIFICATION AND WITHDRAWAL OF BIDS
13.1 Bids may be modified or withdrawn by an appropriate document duly executed (in
the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids.
13.2 If, within twenty-four (24) hours after Bids are opened, any Bidder files a duly
signed written Notice with Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of their Bid, that Bidder may withdraw their Bid and the Bid Security will be returned. Thereafter, that Bidder will be disqualified from further bidding on the Work.
14. OPENING OF BIDS
When bids are opened publicly they will be read aloud, and an abstract of the amounts of the base bids, schedules, and alternates (if any) will be made available after the opening of bids.
INSTRUCTIONS TO BIDDERS 00040-
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
15. BIDS TO REMAIN OPEN
All Bids shall remain open for forty-five (45) days after the day of the Bid opening, but
Owner may, in his/her sole discretion, release any Bid and return the Bid Security prior to that date.
16. AWARD OF CONTRACT
16.1 Owner reserves the right to reject any and all Bids, to waive any and all
informalities, to negotiate contract terms with the Successful Bidder, and the right to disregard all non-conforming, non-responsive or conditional Bids. Discrepancies between words and figures will be resolved in favor of words. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum.
16.2 In evaluating Bids, Owner will consider the qualifications of the Bidders, whether
or not the Bids comply with the prescribed requirements, and alternates if requested in the Bid forms. It is Owner's intent to accept schedules and alternates (if any are accepted) in any order or combination.
16.3 Owner may consider the qualifications and experience of Subcontractors and
other persons and organizations (including those who are to furnish the principal items of material or equipment) proposed for those portions of the Work as to which the identity of Subcontractors and other persons and organizations must be submitted. Operating costs, maintenance considerations, performance data and guarantees of materials and equipment may also be considered by Owner.
16.4 Owner may conduct such investigations as Owner deems necessary to assist in the
evaluation of any Bid and to establish the responsibility, qualifications and financial ability of the Bidders, proposed Subcontractors and other persons and organizations to do the Work in accordance with the Contract Documents to Owner's satisfaction within the prescribed time.
16.5 Owner reserves the right to reject the Bid of any Bidder who does not pass any
such evaluation to Owner's satisfaction.
16.6 If the Contract is to be awarded, it will be awarded to the lowest Bidder (including selected schedules and alternates) whose evaluation by Owner indicates to Owner that the award will be in the best interests of the Project.
16.7 If the Contract is to be awarded, Owner will give the Successful Bidder a Notice
of Award.
INSTRUCTIONS TO BIDDERS 00040-
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
17. PERFORMANCE AND OTHER BONDS
The Public Works Agreement sets forth Owner's requirements as to performance and other bonds. When the Successful Bidder delivers the executed Agreement to Owner, it shall be accompanied by the required Contract Security.
18. SIGNING OF AGREEMENT
When Owner gives the Notice of Award to the Successful Bidder, it will be accompanied by three unsigned counterparts of the Agreement and other Contract Documents. Within ten days thereafter the Contractor shall sign and deliver all three counterparts of the Agreement to Owner with all other Contract Documents attached. The Owner will deliver one fully-signed copy to Contractor. The Engineer may identify those portions of the Contract Documents not fully signed by Owner and Contractor and return documents for signatures.
19. SPECIAL LEGAL REQUIREMENTS
19.1 Applicable Washington State Retail Sales Tax on this contract shall be governed
by WAC 458-20-171 and its related rules for the work described in the Contract Documents.
19.2 The Contractor must comply with the requirements of the United States
Department of Labor Safety and Health Regulations for Construction, 29 CFR 1518 of April 17, 1972, Part II, as well as the Washington Industrial Safety and Health Act of l973, or as amended therefore.
19.3 The Contractor and all their subcontractors shall be responsible for paying
prevailing rate of wages to all workmen, laborers, or mechanics employed in the performance of any part of this Contract in accordance with the provisions of Chapter 39.l2 RCW, as amended.
On projects governed by wage rates determined by the State of Washington Department of Labor and Industries and by the U.S. Secretary of Labor, if there is a difference between the two in the prevailing rate of wage for a similar classification of labor, the Contractor shall pay not less than the wage which is the higher of the two.
Inasmuch as the Contractor will be held responsible for paying the prevailing wages, it is imperative that all Contractors familiarize themselves with the current wage rates before submitting bids based on these specifications.
INSTRUCTIONS TO BIDDERS 00040-
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties of interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State of Washington (or to the United States Secretary of Labor when prevailing wages established by that office are involved), and such decision therein shall be final and conclusive and binding on all parties involved in the dispute.
20. LUMP SUM AND UNIT PRICES
20.1 Lump sum prices shall include all labor, materials, equipment, tools, supervision,
fuel, energy, services, bonding, insurance, overhead, and profit necessary to complete the project in accordance with the Contract Documents that are not included in other bid items. If an increase is required in the work covered by a lump sum price, it shall be computed on the basis of "extra work" for which an increase in payment will have been earned.
20.2 Unit prices, where required, shall include all labor, materials, equipment, tools,
supervision, fuel, energy, services, bonding, insurance, overhead, and profit, needed to complete the project in accordance with the Contract Documents.
20.3 Any estimate with respect to time, materials, equipment, or services which may
appear on the plans or in the specifications is for the sole purpose of assisting the Contractor in checking his own independent calculations, and at no time shall the Contractor attempt to hold the Owner, the Engineer, or any other person, firm, or corporation responsible for any errors or omissions that may appear in any estimate.
20.4 Unless provided for otherwise in the Contract Documents, the Contractor shall
coordinate and obtain all permits and licenses required for the completion of this project. All costs for coordinating and obtaining such permits shall be included in the contract items provided, and no separate payment shall be made.
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
PROPOSAL DOCUMENTS
BIDDERS CHECKLIST BID PROPOSAL FORM PROPOSAL SIGNATURE FORM BID BOND NON-COLLUSION AFFIDAVIT SUBCONTRACTOR LISTING RESPONSIBILITY CRITERIA (See Attachment A)
BIDDERS CHECKLIST 00045-1
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
BIDDERS CHECKLIST
The bidder's attention is especially called to the following forms which must be executed in full as required, and submitted with the Bid Proposal:
(a) Bid Proposal: The lump sum and unit bid prices must be shown in the space provided. Show unit prices in both words and figures.
(b) Proposal Signature Sheet: To be completed and signed by the bidder.
(c) Bond Accompanying Bid: This form is to be executed by the bidder and the surety company unless bid is accompanied by a certified check. The amount of this bond shall be not less than five percent (5%) of the Bidder’s total bid amount and may be shown in dollars or on a percentage basis. Checks shall be payable to City of Ruston. Bonds shall be furnished by a company authorized to do business in the State of Washington.
(d) Non-Collusion Affidavit: The Non-collusion Affidavit must be subscribed to and sworn before a notary public.
(e) Subcontractor Listing: The bidder shall list all subcontractors and material suppliers who are required to be listed, in accordance with the instructions contained thereon.
(f) Mandatory Bidder Responsibility Checklist (Attachment A – Form A, Sheet A-8) To be completed by the bidder.
The following form may be requested by the Owner after bid opening and prior to Contract Award:
(a) Contractor Experience Summary (Attachment A – Form B, Sheet A-9) To be completed by the bidder.
The following forms are to be executed after the Contract is awarded:
(a) Public Works Agreement: The Public Works Agreement must be executed by the successful bidder.
(b) Performance Bond: The Performance Bond must be executed by the successful bidder and the bidder's surety company.
(c) Declaration of Option for Management of Statutory Retained Percentage: To be executed by the successful bidder.
BIDDERS CHECKLIST 00045-1
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
BID PROPOSAL 00049-1
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
BID PROPOSAL
CITY OF RUSTON
COMPLETE STREETS TIB IMPROVEMENTS
All work under this contract shall be substantially completed no later than December 1, 2019, regardless of which Bid Schedules are awarded.
All work under this contract shall be fully completed and final payment issued no later than December 30, 2019, per requirements of TIB funding source.
NOTE: Unit prices for all items, all extensions, and total amount of bid must be shown. Show unit price in both words and figures. Where conflict occurs, the written or typed words shall prevail.
SCHEDULE A ITEMS Bid Item
Item (UNIT PRICES TO BE WRITTEN IN WORDS BELOW EACH ITEM)
Approximate Quantity
Unit Unit Price Total Price
1. Mobilization
per lump sum
1
LS
2. Project Temporary Traffic Control
per lump sum
1
LS
4. Temporary Erosion and Sediment Control
per lump sum
1
LS
5. Clearing and Grubbing
per lump sum
1
LS
6. Utility Coordination
per lump sum
1
LS
BID PROPOSAL 00049-2
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
SCHEDULE A ITEMS Bid Item
Item (UNIT PRICES TO BE WRITTEN IN WORDS BELOW EACH ITEM)
Approximate Quantity
Unit Unit Price Total Price
7. Remove Unsuitable Material
per cubic yard
10
CY
8. Roadway Excavation, Removal, and Disposal
per ton
20
TN
9. Sawcut Pavement per linear foot
370
LF
10. Remove Existing Asphalt Pavement
per lump sum
1
LS
11. Sawcut Concrete Curb and Sidewalk
per linear foot
220
LF
12. Remove Existing Concrete Curb and Gutter
per linear foot
177
LF
13. Remove Existing Concrete Sidewalk
per square yard
100
SY
14. Trimming and Cleanup
per lump sum
1
LS
BID PROPOSAL 00049-3
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
SCHEDULE A ITEMS Bid Item
Item (UNIT PRICES TO BE WRITTEN IN WORDS BELOW EACH ITEM)
Approximate Quantity
Unit Unit Price Total Price
15. Crushed Surfacing Base Course
per ton
20
TN
16. Crushed Surfacing Top Course
per ton
50
TN
17. HMA CL ½-Inch PG 64-22
per lump sum
1
LS
18. Adjust Existing Utilities to Grade
per lump sum
1
LS
19. Cement Concrete Traffic Curb
per linear foot
105
LF
20. Cement Concrete Traffic Curb and Gutter
per linear foot
145
LF
21. Cement Concrete Sidewalk, 4-Inch Thick
per square yard
106
SY
BID PROPOSAL 00049-4
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
SCHEDULE A ITEMS Bid Item
Item (UNIT PRICES TO BE WRITTEN IN WORDS BELOW EACH ITEM)
Approximate Quantity
Unit Unit Price Total Price
22. Cement Concrete Perpendicular Curb Ramp
Type "A" SU-05A
per each
4
EA
23. Cement Concrete Parallel Curb Ramp Type "A" SU-05D
per each
2
EA
24. Median Crossing
per each
1
EA
25. New Irrigation System Extension
per lump sum
1
LS
26. Topsoil Type A
per lump sum
1
LS
27. Turf Restoration Using Sod
per lump sum
1
LS
28. Adjust Catch Basin Rim, Replace with Solid Locking Lid
per each
1
EA
29. Remove Existing Traffic Markings
per lump sum
1
LS
BID PROPOSAL 00049-5
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
SCHEDULE A ITEMS Bid Item
Item (UNIT PRICES TO BE WRITTEN IN WORDS BELOW EACH ITEM)
Approximate Quantity
Unit Unit Price Total Price
30. Double Yellow Paint Line
per linear foot
220
LF
31. Plastic Crosswalk Line
per square foot
455
SF
32. Plastic Stop Line
per square foot
40
SF
33. 6-inch Wide Plastic Line
per linear foot
430
LF
34. Raised Pavement Marker, 6” Ceramic Dome, White
per each
74
EA
35. Remove Existing Sign
per each
1
EA
36. Relocate Existing Sign
per each
3
EA
37. Street Sign
per each
2
EA
BID PROPOSAL 00049-6
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
SCHEDULE A ITEMS Bid Item
Item (UNIT PRICES TO BE WRITTEN IN WORDS BELOW EACH ITEM)
Approximate Quantity
Unit Unit Price Total Price
38. Demolish and Remove Existing Stop Flasher System and Street Light
per lump sum
1
LS
39. Street Light and Foundation
per each
1
EA
40. PVC Electrical Conduit, 1-Inch Diam
per linear foot
165
LF
41. PVC Electrical Sweep, 1-Inch Diam
per each
6
EA
42. Street Lighting Conductors
per linear foot
165
LF
43. Relocate Existing Photocell Control
per each
1
EA
44. Street Lighting Junction Box
per each
1
EA
BID PROPOSAL 00049-7
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
SCHEDULE A ITEMS Bid Item
Item (UNIT PRICES TO BE WRITTEN IN WORDS BELOW EACH ITEM)
Approximate Quantity
Unit Unit Price Total Price
45. Pedestal
per each
1
EA
46. Site Furnishings
per lump sum
1
LS
SCHEDULE A - TOTAL $
BID PROPOSAL 00049-1
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
SCHEDULE B ITEMS Bid Item
Item (UNIT PRICES TO BE WRITTEN IN WORDS BELOW EACH ITEM)
Approximate Quantity
Unit Unit Price Total Price
51. Mobilization
per lump sum
1
LS
52. Project Temporary Traffic Control
per lump sum
1
LS
53. Temporary Erosion and Sediment Control
per lump sum
1
LS
54. Clearing and Grubbing
per lump sum
1
LS
55. Utility Coordination
per lump sum
1
LS
56. Remove Unsuitable Material
per cubic yard
10
CY
57. Roadway Excavation, Removal, and Disposal
per ton
20
TN
58. Sawcut Pavement per linear foot
177
LF
BID PROPOSAL 00049-2
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
SCHEDULE B ITEMS Bid Item
Item (UNIT PRICES TO BE WRITTEN IN WORDS BELOW EACH ITEM)
Approximate Quantity
Unit Unit Price Total Price
59. Remove Existing Asphalt Pavement
per lump sum
1
LS
60. Sawcut Concrete Curb and Sidewalk
per linear foot
32
LF
61. Remove Existing Concrete Curb and Gutter
per linear foot
118
LF
62. Remove Existing Concrete Sidewalk
per square yard
75
SY
63. Trimming and Cleanup
per lump sum
1
LS
64. Crushed Surfacing Base Course
per ton
15
TN
65. Crushed Surfacing Top Course
per ton
20
TN
66. HMA CL ½-Inch PG 64-22
per lump sum
1
LS
BID PROPOSAL 00049-3
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
SCHEDULE B ITEMS Bid Item
Item (UNIT PRICES TO BE WRITTEN IN WORDS BELOW EACH ITEM)
Approximate Quantity
Unit Unit Price Total Price
67. Adjust Existing Utilities to Grade
per lump sum
1
LS
68. Cement Concrete Traffic Curb and Gutter
per linear foot
168
LF
69. Cement Concrete Sidewalk, 4-Inch Thick
per square yard
117
SY
70. Cement Concrete Perpendicular Curb Ramp
Type "A" SU-05A
per each
4
EA
71. Connect to Existing 8-Inch Storm Drain Pipe
per each
2
EA
72. Adjust Catch Basin Rim, Replace with Solid Locking Lid
per each
1
EA
73. Connect Existing Storm Drain Pipe
per each
2
EA
74. Intercept Catch Basin Type 1
per each
1
EA
BID PROPOSAL 00049-4
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
SCHEDULE B ITEMS Bid Item
Item (UNIT PRICES TO BE WRITTEN IN WORDS BELOW EACH ITEM)
Approximate Quantity
Unit Unit Price Total Price
75. Remove Existing Traffic Markings
per lump sum
1
LS
76. Plastic Crosswalk Line
per square foot
360
SF
77. Plastic Stop Line
per square foot
30
SF
78. Remove Existing Sign
per each
1
EA
79. Relocate Existing Sign
per each
1
EA
SCHEDULE B - TOTAL $
BID PROPOSAL 00049-1
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
SCHEDULE C ITEMS Bid Item
Item (UNIT PRICES TO BE WRITTEN IN WORDS BELOW EACH ITEM)
Approximate Quantity
Unit Unit Price Total Price
100. Mobilization
per lump sum
1
LS
102. Project Temporary Traffic Control
per lump sum
1
LS
103. Temporary Erosion and Sediment Control
per lump sum
1
LS
104. Clearing and Grubbing
per lump sum
1
LS
105. Utility Coordination
per lump sum
1
LS
106. Remove Unsuitable Material
per cubic yard
10
CY
107. Roadway Excavation, Removal, and Disposal
per ton
20
TN
108. Sawcut Pavement per linear foot
1
LF
BID PROPOSAL 00049-2
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
SCHEDULE C ITEMS Bid Item
Item (UNIT PRICES TO BE WRITTEN IN WORDS BELOW EACH ITEM)
Approximate Quantity
Unit Unit Price Total Price
109. Remove Existing Asphalt Pavement
per lump sum
1
LS
110. Sawcut Concrete Curb and Sidewalk
per linear foot
148
LF
111. Remove Existing Concrete Curb and Gutter
per linear foot
35
LF
112. Remove Existing Concrete Sidewalk
per square yard
12
SY
113. Trimming and Cleanup
per lump sum
1
LS
114. Crushed Surfacing Base Course
per ton
5
TN
115. Crushed Surfacing Top Course
per ton
10
TN
116. HMA CL ½-Inch PG 64-22
per lump sum
1
LS
BID PROPOSAL 00049-3
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
SCHEDULE C ITEMS Bid Item
Item (UNIT PRICES TO BE WRITTEN IN WORDS BELOW EACH ITEM)
Approximate Quantity
Unit Unit Price Total Price
117. Adjust Existing Utilities to Grade
per lump sum
1
LS
118. Cement Concrete Traffic Curb and Gutter
per linear foot
77
LF
119. Cement Concrete Sidewalk, 4-Inch Thick
per square yard
40
SY
120. Cement Concrete Parallel Curb Ramp Type "A" SU-05D
per each
2
EA
121. Adjust Catch Basin Rim, Replace with Vaned Grate
per each
1
EA
122. Remove Existing Traffic Markings
per lump sum
1
LS
123. Plastic Crosswalk Line
per square foot
85
SF
BID PROPOSAL 00049-10
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
SCHEDULE C ITEMS Bid Item
Item (UNIT PRICES TO BE WRITTEN IN WORDS BELOW EACH ITEM)
Approximate Quantity
Unit Unit Price Total Price
124. Plastic Stop Line
per square foot
10
SF
125. Remove Existing Sign
per each
1
EA
126. Relocate Existing Sign
per each
1
EA
SCHEDULE C - TOTAL $
BID PROPOSAL 00049-1
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
SCHEDULE D ITEMS
Bid Item
Item (UNIT PRICES TO BE WRITTEN IN WORDS BELOW EACH ITEM)
Approximate Quantity
Unit Unit Price Total Price
150. Mobilization
per lump sum
1
LS
151. Project Temporary Traffic Control
per lump sum
1
LS
152. Temporary Erosion and Sediment Control
per lump sum
1
LS
153. Clearing and Grubbing
per lump sum
1
LS
154. Utility Coordination
per lump sum
1
LS
155. Remove Unsuitable Material
per cubic yard
10
CY
156. Roadway Excavation, Removal, and Disposal
per ton
20
TN
157. Sawcut Pavement per linear foot
130
LF
BID PROPOSAL 00049-2
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
SCHEDULE D ITEMS Bid Item
Item (UNIT PRICES TO BE WRITTEN IN WORDS BELOW EACH ITEM)
Approximate Quantity
Unit Unit Price Total Price
158. Remove Existing Asphalt Pavement
per lump sum
1
LS
159. Sawcut Concrete Curb and Sidewalk
per linear foot
47
LF
160. Remove Existing Concrete Curb and Gutter
per linear foot
102
LF
161. Remove Existing Concrete Sidewalk
per square yard
52
SY
162. Trimming and Cleanup
per lump sum
1
LS
163. Crushed Surfacing Base Course
per ton
5
TN
164. Crushed Surfacing Top Course
per ton
15
TN
165. HMA CL ½-Inch PG 64-22
per lump sum
1
LS
BID PROPOSAL 00049-3
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
SCHEDULE D ITEMS Bid Item
Item (UNIT PRICES TO BE WRITTEN IN WORDS BELOW EACH ITEM)
Approximate Quantity
Unit Unit Price Total Price
166. Adjust Existing Utilities to Grade
per lump sum
1
LS
167. Cement Concrete Traffic Curb and Gutter
per linear foot
125
LF
168. Cement Concrete Sidewalk, 4-Inch Thick
per square yard
76
SY
169. Cement Concrete Perpendicular Curb Ramp
Type "A" SU-05A
per each
3
EA
170. Cement Concrete Parallel Curb Ramp Type "A" SU-05D
per each
1
EA
BID PROPOSAL 00049-4
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
SCHEDULE D ITEMS Bid Item
Item (UNIT PRICES TO BE WRITTEN IN WORDS BELOW EACH ITEM)
Approximate Quantity
Unit Unit Price Total Price
171. Connect to Existing Catch Basin
per each
1
EA
172. Catch Basin Type 1, with Vaned Grate
per each
1
EA
173. Adjust Catch Basin Rim, Replace with Solid Locking Lid
per each
1
EA
174. PVC Storm Drain Pipe, 8-Inch Diam
per linear foot
20
LF
175. Plastic Crosswalk Line
per square foot
140
SF
176. Plastic Stop Line
per square foot
10
SF
177. Remove Existing Sign
per each
1
EA
BID PROPOSAL 00049-5
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
SCHEDULE D ITEMS Bid Item
Item (UNIT PRICES TO BE WRITTEN IN WORDS BELOW EACH ITEM)
Approximate Quantity
Unit Unit Price Total Price
178. Relocate Existing Sign
per each
1
EA
SCHEDULE D - TOTAL $
SCHEDULE A - TOTAL $
SCHEDULE B - TOTAL $
SCHEDULE C - TOTAL $
SCHEDULE D - TOTAL $
SCHEDULE A + SCHEDULE B + SCHEDULE C + SCHEDULE D TOTAL $
BID PROPOSAL 00049-1
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Proposal of (hereinafter called “BIDDER”), organized and existing under the
laws of the State of doing business as
to City of Ruston (hereinafter called “Owner”).
If the Project is awarded, the Basis of Award will be based on the following:
1. Schedule A only. 2. Schedule A plus any combination of the Additive Schedules.
In compliance with your Advertisement for Bids, Bidder hereby proposes to perform all Work for the construction of COMPLETE STREETS TIB IMPROVEMENTS Project, in strict accordance with the Contract Documents, within the time set forth herein, and at the prices stated above.
By submission of this Bid, Bidder certifies, and in the case of a joint Bid, each party thereto certifies as to its own organization, that this Bid has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this BID with any other Bidder or with any competitor.
Bidder hereby agrees to commence Work under this Contract on the date to be specified in the Notice to Proceed and all work under this contract shall be substantially completed no later than December 1, 2019, regardless of which Bid Schedules are awarded. All work under this contract shall be fully completed and final payment issued no later than December 30, 2019, per requirements of TIB funding source. Bidder further agrees to pay the Liquidated Damages as specified in Section 1-08.9 of the Standard Specifications for each working day thereafter.
PROPOSAL SIGNATURE 00050-1
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
PROPOSAL SIGNATURE
If the Bidder is awarded a Contract based on this Proposal, then the Surety who will provide the Performance Bond will be: whose address is:
The business address of the Bidder who is submitting this proposal is:
,
which is the address to which all communications concerning this Proposal and the Contract should be sent.
The names of the principal officers of the company, partnership, or corporation, or all persons who may represent the Bidder are as follows:
(a) For non-incorporated Bidders:
in witness thereto the undersigned has set (his)(their) hand(s) this day of , 20 .
Bidder
Title Telephone No.
State Contractor License No.: Date of Expiration of License: Federal Employer Identification Number Issued by I.R.S.:
PROPOSAL SIGNATURE 00050-2
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
OR
(b) For incorporated Bidders:
In witness whereof the undersigned corporation has caused this instrument to be executed and its seal affixed by its duly elected officers this day of , 20 .
Name of Corporation
By
Title Telephone No.
Attested to by Secretary
State Contractor License No.: Date of Expiration of License: Federal Employer Identification Number Issued by I.R.S.:
1. If the Bidder is a co-partnership, so state giving firm name under which business is transacted.
2. If the Bidder is a corporation, this Proposal must be executed by its duly authorized
officials.
Receipt of the following Addenda to the Plans and Specifications is hereby acknowledged:
Addendum Date of Signed Number Receipt Acknowledgment
1.
2.
3.
4.
NOTE: Failure to acknowledge receipt of Addenda may be considered as an irregularity in the Proposal.
PROPOSAL SIGNATURE 00050-3
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
The undersigned also agrees as follows:
1. Within ten (10) days after receiving the Notice of Award, to execute the Public Works
Agreement and to furnish to the City of Ruston a satisfactory Performance Bond, guaranteeing the faithful performance of the work and payment of bills.
2. That Bidder's proposal cannot be withdrawn within forty-five (45) days after the day of
the Bid opening.
3. That it is understood that the City of Ruston may accept or reject any or all bids.
4. Receipt of Addenda numbered through is hereby acknowledged.
Signature of Bidder
By
Date
Address of Bidder
Name and Addresses of Firm Members:
NON-COLLUSION AFFIDAVIT 00052-1
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
BID BOND
Herewith find deposit in the form of a certified check, cashiers check, cash, or bid bond in the amount of $ , which amount is not less than five percent (5%) of the total bid.
Signature
- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -
BID BOND
KNOW ALL MEN BY THESE PRESENTS:
That we, , as Principal, and , as Surety, are held and firmly bound unto the City of Ruston, as Obligee, in the penal sum of dollars for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents.
The condition of this obligation is such that if the Obligee shall make any award to the Principal for the CITY OF RUSTON – COMPLETE STREETS TIB IMPROVEMENTS PROJECT according to the terms of the proposal or bid made by the Principal therefore, and the Principal shall duly make and enter into a contract with the Obligee in accordance with terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise, it shall be and remain in full force and effect and Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond.
SIGNED, SEALED, AND DATED this day of , 20 .
Principal Surety
- - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - -
On this day of , 20 , received return of deposit in the sum of $ .
Signature
NON-COLLUSION AFFIDAVIT 00052-1
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
NON-COLLUSION AFFIDAVIT
STATE OF WASHINGTON )
COUNTY OF )
): ss
, being first duly sworn, on his/her oath certifies that
the submitted bid is a genuine and not a sham or collusive bid, or made in the interest or
on behalf of any person not therein named; and he/she further says that the said bidder has not
directly or indirectly induced or solicited any bidder on the above work or supplies to put in a
sham bid, or any other person or corporation to refrain from bidding; and that said bidder has
not in any manner sought by collusion to secure to an
advantage over any other bidder.
CITY OF RUSTON – COMPLETE STREETS TIB IMPROVEMENTS
(Contractor)
Subscribed and sworn to before me this day of , 20 .
Notary Public in and for the State of Washington, residing at .
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
SUBCONTRACTOR AND MATERIAL SUPPLIER LISTING
Bidder must list the Firm Name for all subcontractors and material suppliers whose scope of work is identified under Designated Work below.
In addition, Bidder must also list the Firm Name for all Subcontractors whose subcontracts exceed ten (10) percent of the submitted Bid amount (for all bid schedules), and identify the Designated Work for those Subcontractors in the column provided.
List each Firm Name only once unless the subcontractor or material supplier is performing work under more than one category. If a Designated Work category requires more than one subcontractor or material supplier, then list only the Firm Name with the largest dollar value of work in that category.
If the Bidder intends to perform the work without a subcontractor, then “N.A.” is an acceptable response in the column of Firm Name, unless this Contract requires the work to be performed by a Subcontractor.
(If additional space is required, provide same information on separate sheet)
Firm Name Designated Work
Hot-Mix Asphalt Pavement Material Supplier
Paving Subcontractor
Pavement Marking Supplier
Concrete Flatwork Installer
Electrical Installer
Irrigation Installer
Signed by
Name of Bidder/Firm Submitting Bid
SUBCONTRACTOR LISTING 00053-1
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
CONTRACT DOCUMENTS
PUBLIC WORKS AGREEMENT - 1
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
PUBLICWORKSAGREEMENT betweentheCityofRuston
and
_________________
THIS AGREEMENT is made by and between the City of Ruston, a Washington municipal corporation (hereinafter the "City"), and organized under the
laws of the State of Washington, located and doing business at (hereinafter the "Contractor").
AGREEMENT
The parties agree as follows:
I. DESCRIPTIONOFWORK.
Contractor shall perform the services for the City in accordance with the attached plans and specifications for the City of Ruston – Complete Streets TIB Improvements Project, which are attached to this Agreement as Exhibit A and incorporated herein by this reference.
Contractor further represents that the services furnished under this Agreement will
be performed in accordance with and as described in the attached plans and specifications and the 2018 edition of the WSDOT Standard Specifications for Road, Bridge, and Municipal Construction (except where noted otherwise) which are by this reference incorporated herein and made a part hereof.
Compliance with Transportation Improvement Board (TIB) requirements.
Contractor acknowledges and understands that this project is funded primarily from a TIB Grant from the Washington State Transportation Improvement Board and agrees to comply with all requirements of TIB.
II. TIMEOFCOMPLETION.The parties agree that work will begin on the tasks
described in Section I above as shown on the Notice to Proceed. Work shall be completed within the working days shown on the Bid Proposal Form. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner, as liquidated damages, the sum as outlined in Section 1-08.9 of the Standard Specifications.
III. COMPENSATION.The City will pay the Contractor according to the attached
specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. Applicable Washington State Retail Sales Tax on this contract shall be governed by WAC 458-20-171 and its related
PUBLIC WORKS AGREEMENT - 2
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
rules for the work contemplated in this Agreement. The Contractor shall invoice the City monthly. The City will pay for the portion of the work described in the invoice that has been completed by the Contractor and approved by the City. The City’s payment shall not constitute a waiver of the City’s right to final inspection and acceptance of the project.
A. Performance Bond. Pursuant to Chapter 39.08 RCW, the Contractor
shall provide the City a performance bond for the full contract amount to be in effect until sixty (60) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue and the State Department of Labor and Industries and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later.
B. Retainage. The City shall hold back a retainage in the amount of five
percent (5%) of any and all payments made to contractor for a period of sixty (60) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue and the State Department of Labor & Industries and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. The amount retained shall be placed in a fund by the City pursuant to RCW 60.28.011(4)(a), unless otherwise instructed by the Contractor within fourteen (14) calendar days of Contractor’s signature on the Agreement.
C. Defective or Unauthorized Work. The City reserves its right to
withhold payment from Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City’s written approval. If Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and Contractor shall be liable to the City for any additional costs incurred by the City. “Additional costs” shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor.
D. Final Payment: Waiver of Claims. THE CONTRACTOR’S ACCEPTANCE
OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR’S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED.
PUBLIC WORKS AGREEMENT - 3
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor-Employer Relationship will be created by this Agreement and that the Contractor has the ability to control and direct the means and methods of its work, the City being interested only in the results obtained under this Agreement.
V. TERMINATION. The City may terminate this Agreement for good cause.
“Good cause” shall include, without limitation, any one or more of the following events:
A. The Contractor’s refusal or failure to supply a sufficient number of properly skilled workers or proper materials for completion of the Contract work.
B. The Contractor’s failure to complete the work within the time
specified in this Agreement.
C. The Contractor’s failure to make full and prompt payment to subcontractors or for material or labor.
D. The Contractor’s persistent disregard of federal, state or local laws,
rules or regulations.
E. The Contractor’s filing for bankruptcy or becoming adjudged bankrupt.
F. The Contractor’s breach of any portion of this Agreement.
If the City terminates this Agreement for good cause, the Contractor shall not receive
any further money due under this Agreement until the Contract work is completed. After termination, the City may take possession of all records and data within the Contractor’s possession pertaining to this project which may be used by the City without restriction.
VI. PREVAILINGWAGES. Contractor shall file a “Statement of Intent to Pay
Prevailing Wages,” with the State of Washington Department of Labor & Industries prior to commencing the Contract work. Contractor shall pay prevailing wages in effect on the date the bid is accepted or executed by Contractor, and comply with Chapter 39.12 of the Revised Code of Washington, as well as any other applicable prevailing wage rate provisions. The latest prevailing wage rate revision issued by the Department of Labor and Industries is attached.
VII. CHANGES.The City may issue a written change order for any change in the
Contract work during the performance of this Agreement. If the Contractor determines, for any reason, that a change order is necessary, Contractor must submit a written change order request to the person listed in the notice provision section of this Agreement, section XV(D), within fourteen (14) calendar days of the date Contractor knew or should have known of the facts and events giving rise to the requested change. If the City determines
PUBLIC WORKS AGREEMENT - 4
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
that the change increases or decreases the Contractor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Contractor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Contractor shall proceed with the change order work upon receiving either a written change order from the City or an oral order from the City before actually receiving the written change order. If the Contractor fails to require a change order within the time specified in this paragraph, the Contractor waives its right to make any claim or submit subsequent change order requests for that portion of the contract work. If the Contractor disagrees with the equitable adjustment, the Contractor must complete the change order work; however, the Contractor may elect to protest the adjustment as provided in subsections A through E of Section VIII, Claims, below.
The Contractor accepts all requirements of a change order by: (1) endorsing it, (2)
writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is accepted by Contractor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change.
VIII. CLAIMS. If the Contractor disagrees with anything required by a change
order, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Contractor may file a claim as provided in this section. The Contractor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts or events giving rise to the claim, whichever occurs first. Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Contractor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement.
At a minimum, a Contractor's written claim shall include the information set forth in
subsections A, items 1 through 5 below.
FAILURETOPROVIDEACOMPLETE,WRITTENNOTIFICATIONOFCLAIMWITHINTHETIMEALLOWEDSHALLBEANABSOLUTEWAIVEROFANYCLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTSSURROUNDINGTHATCLAIMORCAUSEDBYTHATDELAY.
A. Notice of Claim. Provide a signed written notice of claim that provides the
following information:
1. The date of the Contractor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim;
PUBLIC WORKS AGREEMENT - 5
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and
5. An analysis of the progress schedule showing the schedule change or disruption if the Contractor is asserting a schedule change or disruption.
B. Records. The Contractor shall keep complete records of extra costs and time
incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Contractor's records needed for evaluating the protest.
The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest.
C. Contractor's Duty to Complete Protested Work. In spite of any claim, the
Contractor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement.
D. Failure to Protest Constitutes Waiver. By not protesting as this section
provides, the Contractor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination).
E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the
procedures of this section, the Contractor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination).
IX. LIMITATIONOFACTIONS.CONTRACTOR MUST, IN ANY EVENT, FILE ANY
LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR’S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD.
X. WARRANTY. Upon acceptance of the contract work, Contractor must
provide the City a one-year warranty bond in a form and amount acceptable to the City. The Contractor shall correct all defects in workmanship and materials within one (1) year from the date of the City’s acceptance of the Contract work. In the event any parts are repaired or replaced, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for one (1) year from the date such correction is completed and accepted by the City. The Contractor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Contractor does not accomplish the corrections within a reasonable time as determined by the City, the City
PUBLIC WORKS AGREEMENT - 6
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
may complete the corrections and the Contractor shall pay all costs incurred by the City in order to accomplish the correction.
XI. DISCRIMINATION. In the hiring of employees for the performance of work
under this Agreement or any sub-contract, the Contractor, its sub-contractors, or any person acting on behalf of the Contractor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates.
XII. INDEMNIFICATION.Contractor shall defend, indemnify and hold the City,
its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Contractor's performance of this Agreement, except for that portion of the injuries and damages caused by the sole negligence of the City.
The City's inspection or acceptance of any of Contractor's work when completed
shall not be grounds to avoid any of these covenants of indemnification.
Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence.
It is further specifically and expressly understood that the indemnification provided
herein constitutes the contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. The parties further acknowledge that they have mutually negotiated this waiver.
THE PROVISIONS OF THIS SECTION SHALL SURVIVE THE EXPIRATION OR
TERMINATION OF THIS AGREEMENT.
XIII. INSURANCE. The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, its agents, representative, employees or subcontractors.
No Limitation. Contractor’s maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the City’s recourse to any remedy available at law or in equity.
A. Minimum Scope of Insurance. Contractor shall obtain insurance of the types
described below:
PUBLIC WORKS AGREEMENT - 7
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage.
2. Commercial General Liability insurance shall be written on ISO
occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop gap liability, independent contractors, products- completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. There shall be no endorsement or modification of the Commercial General Liability insurance for liability arising from explosion, collapse or underground property damage. The City and the Engineer (Jerome W. Morrissette & Associates, Inc., P.S.) shall be named as an insured under the Contractor’s Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured-Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage.
3. Workers’ Compensation coverage as required by the Industrial Insurance
laws of the State of Washington.
4. Builders Risk insurance covering interests of the City, the Contractor, Subcontractors, and Sub-subcontractors in the work. Builders Risk insurance shall be on a all-risk policy form and shall insure against the perils of fire and extended coverage and physical loss or damage including flood and earthquake, theft, vandalism, malicious mischief, collapse, temporary buildings and debris removal. This Builders Risk insurance covering the work will have a deductible of $5,000 for each occurrence, which will be the responsibility of the Contractor. Higher deductibles for flood and earthquake perils may be accepted by the City upon written request by the Contractor and written acceptance by the City. Any increased deductibles accepted by the City will remain the responsibility of the Contractor. The Builders Risk insurance shall be maintained until final acceptance of the work by the City.
B. Minimum Amounts of Insurance. Contractor shall maintain the following
insurance limits:
1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident.
PUBLIC WORKS AGREEMENT - 8
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products- completed operations aggregate limit.
3. Builders Risk insurance shall be written in the amount of the completed
value of the project with no coinsurance provisions.
C. Other Insurance Provisions. The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability, Commercial General Liability and Builders Risk insurance:
1. The Contractor’s insurance coverage shall be primary insurance as respect
the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor’s insurance and shall not contribute with it.
2. The Contractor’s insurance shall be endorsed to state that coverage shall not
be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City.
D. Contractor’s Insurance For Other Losses. The Contractor shall assume full
responsibility for all loss or damage from any cause whatsoever to any tools, Contractor’s employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor’s agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences.
E. Waiver of Subrogation. The Contractor and the City waive all rights against
each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise.
F. Acceptability of Insurers. Insurance is to be placed with insurers with a
current A.M. Best rating of not less than A:VII.
G. Verification of Coverage. Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. Before any exposure to loss may occur, the Contractor shall file with the City a copy of the Builders Risk insurance policy that includes all applicable conditions, exclusions, definitions, terms and endorsements related to this project.
H. Subcontractors. Contractor shall ensure that each subcontractor of every tier
obtain at a minimum the same insurance coverage and limits as stated herein for the
PUBLIC WORKS AGREEMENT - 9
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Contractor (with the exception of Builders Risk insurance). Upon request the City, the Contractor shall provide evidence of such insurance.
XIV. WORK PERFORMED AT CONTRACTOR'S RISK. Contractor shall take all
necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at Contractor's own risk, and Contractor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work.
XV. MISCELLANEOUSPROVISIONS.
A. Non-Waiver of Breach. The failure of the City to insist upon strict
performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect.
B. Resolution of Disputes and Governing Law. This Agreement shall be
governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties’ performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Pierce County Superior Court, Pierce County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section XII of this Agreement.
C. Written Notice. All communications regarding this Agreement shall be sent
to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing.
D. Assignment. Any assignment of this Agreement by either party without the
written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent.
E. Modification. No waiver, alteration, or modification of any of the provisions
of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Contractor.
PUBLIC WORKS AGREEMENT - 11
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
F. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail.
G. Compliance with Laws. The Contractor agrees to comply with all federal,
state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations.
H. Counterparts. This Agreement may be executed in any number of
counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement.
PUBLIC WORKS AGREEMENT - 11
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
INWITNESS,thepartiesbelowexecutethisAgreement,whichshallbecomeeffectiveonthelastdateenteredbelow.
CONTRACTOR: By:
(signature) Print Name: Its
(title) DATE:
CITY OF RUSTON:By:
(signature) Print Name: Bruce Hopkins Its Mayor DATE:
NOTICESTOBESENTTO:
CONTRACTOR:
Email: (telephone) (facsimile)
NOTICESTOBESENTTO:
CITYOFRUSTON:
Mayor of Ruston City of Ruston 5117 N. Winnifred Ruston WA 98408 (253) 759-3544 (telephone) (253) 752-3754(facsimile)
APPROVEDASTOFORM:
Office of the City Attorney
Page 1 of 6
Performance Bond – Surety
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
CITY OF RUSTON PUBLIC WORKS PROJECT
PERFORMANCE BOND
City Project #: Surety Bond #: DATE POSTED: PROJECT COMPLETION DATE:
RE: Project Name:
Owner/Developer/Contractor: Project Address:
KNOW ALL PERSONS BY THESE PRESENTS: That we, (hereinafter called the "Principal"), and a corporation organized under the laws of the State of , and authorized to transact surety business in the State of Washington (hereinafter called the "Surety"), are held and firmly bound unto the City of Ruston, Washington, in the sum of ($ ), lawful money of the United States of America, for the payment of which sum we and each of us bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. THE CONDITIONS of the above obligation are such that:
WHEREAS, the above named Principal has entered into a certain agreement with the City,
to perform the following public works project within the City: ; and
WHEREAS, the agreement with the City requires that certain improvements be made as part of the public works project; and that such improvements be constructed in full compliance with City standards, and the plans and specifications as required by the City; and
WHEREAS, the agreement with the City requires that the improvements are to be made or
constructed within a certain period of time, unless an extension is granted in writing by the City; and
NOW, THEREFORE, it is understood and agreed that this obligation shall continue in effect until released in writing by the City of Ruston, but only after the Principal has performed and satisfied the following conditions:
A. Conditions.
1. The improvements to be constructed by the Principal include: (insert complete description here)
Page 2 of 6
Performance Bond – Surety
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Page 3 of 6
Performance Bond – Surety
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
2. The Principal must construct the improvements to conform to the design, location, materials and other specifications for the indicated site improvements, as required by the City in the above-referenced project. In addition, the Principal must construct the improvements according to the applicable ordinances and standards of the City and/or state statutes, as the same now exist or are hereafter amended.
3. The Principal must have completed all improvements required by the above-
referenced conditions, plans and City file within which time period shall begin to run from the earlier of unless an extension is granted by the City.
4. The Principal must have paid all sums owing to laborers, contractors, mechanics,
subcontractors, materialmen and suppliers or others as a result of such work for which a lien against any City property has arisen or may arise.
5. The Principal must obtain acceptance by the City of the work completed, all on or
before thirty (30) days after the completion date set forth in paragraph 3 above. B. Default.
1. If the Principal defaults and does not perform the above conditions within the time specified, then the Surety shall, within twenty (20) days of demand of the City, make a written commitment to the City that it will either:
a). remedy the default itself with reasonable diligence pursuant to a time schedule
acceptable to the City; or
b). tender to the City within an additional ten (10) days the amount necessary, as determined by the City, for the City to remedy the default, up to the total bond amount.
Upon completion of the Surety's duties under either of the options above, the Surety shall then have fulfilled its obligations under this bond. If the Surety elects to fulfill its obligation pursuant to the requirements of subsection B(1)(b), the City shall notify the Surety of the actual cost of the remedy, upon completion of the remedy. The City shall return, without interest, any overpayment made by the Surety, and the Surety shall pay to the City any actual costs, which exceeded the City's estimate, limited to the bond amount.
2. In the event the Principal fails to complete all of the above referenced improvements
within the time period specified by the City, then the City, its employees and agents shall have the right at the City's sole election to enter onto said property described above for the purpose of completing the improvements. This provision shall not be construed as creating an obligation on the part of the City or its representatives to complete such improvements.
Page 4 of 6
Performance Bond – Surety
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
C. Corrections. Any corrections required by the City shall be commenced within seven (7)
days of notification by the City and completed within thirty (30) days of the date of notification. If the work is not performed in a timely manner, the City shall have the right, without recourse to legal action, to take such action under this bond as described in Section B above.
D. Extensions and Changes. No change, extension of time, alteration or addition to the work to
be performed by the Principal shall affect the obligation of the Principal or Surety on this bond, unless the City specifically agrees, in writing, to such alteration, addition, extension or change. The surety waives notice of any such change, extension, alteration or addition thereunder.
E. Enforcement. It is specifically agreed by and between the parties that in the event any legal
action must be taken to enforce the provisions of this bond or to collect said bond, the prevailing party shall be entitled to collect its costs and reasonable attorney fees as a part of the reasonable costs of securing the obligation hereunder. In the event of settlement or resolution of these issues prior to the filing of any suit, the actual costs incurred by the City, including reasonable attorney fees, shall be considered a part of the obligation hereunder secured. Said costs and reasonable legal fees shall be recoverable by the prevailing party, not only from the proceeds of this bond, but also over and above said bond as a part of any recovery (including recovery on the bond) in any judicial proceeding. The Surety hereby agrees that this Agreement shall be governed by the laws of the State of Washington. Venue of any litigation arising out of this Agreement shall be in Pierce County Superior Court.
F. Bond Expiration. This bond shall remain in full force and effect until the obligations
secured hereby have been fully performed and a bond guaranteeing maintenance of all improvements for a period of twelve (12) months from acceptance has been submitted to the City in an amount to be determined by the City Engineer, in a form suitable to the City and until released in writing by the City.
DATED this day of , 201 .
SURETY COMPANY OWNER/DEVELOPER/CONTRACTOR (Signature must be notarized) (Signature must be notarized)
By: By Its
Its
Print Name: Print Name:
Page 5 of 6
Performance Bond – Surety
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Business Name: Business Name:
Business Address: Business Address:
City/State/Zip Code: City/State/Zip Code:
Telephone Number: Telephone Number:
CITY OF RUSTON
By: ___________________Date: Its:
City of Ruston 5117 N. Winnifred St. Ruston, Washington 98407
APPROVED AS TO FORM:
Office of the City Attorney
CHECK FOR ATTACHED NOTARY SIGNATURE
Individual (Form P-1) Corporation (Form P-2)
Page 6 of 6
Performance Bond – Surety
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
FORM P-1 / NOTARY BLOCK (Use For Individual/Sole Proprietor Only)
STATE OF WASHINGTON )
) ss. COUNTY OF )
I certify that I know or have satisfactory evidence that is the
person who appeared before me, and said person acknowledged that (he/she) signed this instrument, and acknowledged it to be (his/her) free and voluntary act for the uses and purposes mentioned in the instrument.
Dated:
(print or type name) NOTARY PUBLIC in and for the State of Washington, residing at: My Commission expires:
Page 7 of 6
Performance Bond – Surety
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
FORM P-2 / NOTARY BLOCK - (Use For Partnership or Corporation Only) STATE OF WASHINGTON )
) ss. COUNTY OF )
I certify that I know or have satisfactory evidence that is the
person who appeared before me, and said person acknowledged as the of that (he/she) signed this instrument, on oath stated that (he/she) was authorized to execute the instrument and acknowledged it to be (his/her) free and voluntary act for the uses and purposes mentioned in the instrument.
Dated:
(print or type name)
(For Surety Company) STATE OF WASHINGTON )
) ss. COUNTY OF )
NOTARY PUBLIC in and for the State of Washington, residing at: My Commission expires:
I certify that I know or have satisfactory evidence that is the person who appeared before me, and said person acknowledged as the of that (he/she) signed this instrument, on oath stated that (he/she) was authorized to execute the instrument and acknowledged it to be (his/her) free and voluntary act for the uses and purposes mentioned in the instrument. Dated:
(print or type name) NOTARY PUBLIC in and for the State of Washington, residing at: My Commission expires:
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
GENERAL REQUIREMENTS
GENERAL REQUIREMENTS 00070-1
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
GENERAL REQUIREMENTS
INTRODUCTION
The various Contract Documents listed in these General Requirements are part of Exhibit A of the Public Works Agreement, and are all essential to the Contract. These Contract Documents are intended to be complementary and prescribe and provide for a complete project. Any work or material that has been omitted from the description of the work but is clearly implied shall be furnished by the Contractor as though it had been specifically stated.
In case of discrepancies, the Contract Documents shall govern in the following order, with each part listed governing over those indicated after it: Signed Public Works Agreement (including signed change orders and any special forms), Addenda, Bid Proposal Forms, Technical Specifications, Contract Drawings, Special Provisions, General Requirements, 2018 WSDOT Standard Specifications, City of Ruston Standard Plans, WSDOT Standard Plans, Advertisement for Bids, Instructions to Bidders.
Failure or neglect to receive or examine the Contract Documents shall in no way relieve the Bidder from any obligations regarding his proposal or this Contract. No claim for additional compensation will be allowed for lack of knowledge of the Contract Documents, and the Owner will in no case be responsible for any loss suffered by the Contractor.
1. DEFINITIONS
Whenever used in the Contract documents, the following terms have the meanings indicated which are applicable to both the singular and plural thereof:
OWNER - The City of Ruston, for whom the work is to be performed, acting through its legally constituted officials, officers, or employees.
ECOLOGY - Washington State Department of Ecology
ENGINEER - The City of Ruston Engineer or his or her designee.
INSPECTOR - The authorized representative of the Engineer who is assigned to the project site or any part thereof.
CONTRACTOR - The person, firm, or corporation with whom the Owner has executed the agreement.
SUBCONTRACTOR - The person, firm, or corporation having a direct contract with the Contractor or with any other subcontractor for the performance of a part of the work at the site.
STATE - Wherever the Standard Specifications uses the term "state" to define "owner", the term "state" shall be construed to mean the City of Ruston.
GENERAL REQUIREMENTS 00070-2
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
EFFECTIVE DATE OF THE AGREEMENT – The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver.
"As directed" means "as directed by the Engineer". Where the words "or approved" are used, the Engineer is the sole judge of the quality and suitability of the proposed substitutions, and the Contractor shall guarantee the substitution materials and equipment as equal to or better than those named in the specifications.
2. EXAMINATION OF SITE
The Contractor or bidder shall examine the site of work to ascertain all the physical conditions in relation thereto.
All working measurements shall be taken at the site.
3. BID ITEMS/ESTIMATED QUANTITIES
The following text shall modify Section 1-04 of the Standard Specifications:
The quantities shown on the Proposal and Contract forms are estimates only, being given only as a basis for the comparison of bids. Engineer and Owner do not warrant, expressly or by implication, that the actual amount of work will correspond thereto. The Contractor shall field- confirm actual quantities. The Engineer and Owner accept no responsibility for any variance between the actual quantities and the quantities provided for the Contractor's information. The Owner reserves the right to increase or decrease the amount of any class or portion of the work, without a change order, or to make changes in the work required as may be deemed necessary by the Engineer. When such increases or decreases become necessary, the Engineer or Owner may issue written instructions to the Contractor, and the Contractor shall adjust the quantities installed as directed.
No unit pricing shall be adjusted as a result of decreasing quantities unless the total value of the Contract decreases by at least 25 percent.
The Contractor shall field-verify all site conditions prior to ordering any materials. The Owner will not pay restocking fees or any other costs for the return or disposal of unused materials ordered by the Contractor.
The basis of payment will be for the items of work furnished, installed, measured, and accepted by the Engineer and Owner in accordance with the Contract requirements.
4. CODE REQUIREMENTS
The Contractor shall comply without additional expense to the Owner with all state, county, and municipal ordinances and regulations, insofar as they are binding upon the Owner.
GENERAL REQUIREMENTS 00070-3
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
5. DRAWINGS
The Contractor will be furnished, free of charge, two (2) copies of the Contract Documents. The Contractor may obtain additional copies of the Contract Documents upon request by paying the actual reproduction costs of the Contract Documents.
6. SCHEDULE FOR COMPLETION OF WORK
Prior to start of construction, the Contractor shall submit a Construction Schedule in Gantt chart format to the Engineer for review. The Construction Schedule shall clearly delineate the beginning and ending times for each phase of construction, showing which street reaches will be temporarily closed to traffic during work hours in each phase. The Contractor shall submit an updated Construction Schedule to the Engineer on the first day of each work week.
7. PRECONSTRUCTION CONFERENCE
Prior to start of construction, a pre-construction conference will be held for review of the schedules, to establish procedures for handling shop drawings and other submittals, and to discuss application for payment procedures and other project related issues.
8. RECORD DOCUMENTS
Contractor shall keep one record copy of all Specifications, Drawings, Addenda, Modifications, Shop Drawings and samples at the site in good order and annotated to show all changes made during the construction process. The record documents shall be available to Engineer for examination and shall be delivered to Engineer upon completion of the work.
9. USE OF PREMISES
Contractor shall confine construction equipment, storage of materials and equipment, and the operations of workers to areas permitted by law, ordinances, permits, and the requirements of the Contract Documents. The Contractor shall not unreasonably encumber the premises with construction equipment or other materials or equipment.
Contractor shall keep the premises free from accumulations of waste materials, rubbish and other debris resulting from the work. At the completion of the work Contractor shall remove all remaining waste materials, rubbish, and debris from and about the premises as well as all tools, appliances, construction equipment and machinery, and surplus materials. The Contractor shall leave the site clean and ready for occupancy by Owner. Contractor shall restore the portions of the site that are not designated for alteration by the Contract Documents to their original condition.
Contractor shall not load, nor permit to be loaded, any part of any structure in any manner that will endanger the structure, nor shall Contractor subject any part of the work or adjacent property to stresses or pressures that could cause damage.
GENERAL REQUIREMENTS 00070-4
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
10. USE OF EXPLOSIVES
Blasting will not be permitted in any case.
11. SALVAGE
Unless otherwise indicated on the plans or in the specifications, all castings, pipe and any of the discarded facilities shall be carefully salvaged and stockpiled as directed by the Owner. The Owner shall have salvage rights to all equipment and materials. If Owner elects to dispose of any equipment or material, it shall be disposed of by the Contractor and at no cost to the Owner.
12. EXISTING IMPROVEMENTS
The Contractor shall remove and replace fences, signs, sprinklers, mail boxes, and similar improvements that interfere with the construction. This work shall be considered incidental to the construction, and the cost thereof shall be included in the various bid prices in the proposal. Said improvements shall be removed and replaced to the satisfaction of the Engineer, and the Contractor shall completely repair any damage thereto caused by the Contractor’s operations, at the Contractor’s expense.
Ornamental or decorative shrubs and trees which are to be removed and replanted by the Contractor shall be "balled" with adequate peat moss, watered and attended until it can be replaced in a new location as directed by the Engineer. The Contractor shall be responsible for sustaining the growth of trees for a period of one year following final acceptance of the improvement. All costs incurred for this work shall be considered incidental to the various bid items and shall be included in the various bid prices in the proposal.
The Contractor shall make his own arrangements for disposing all materials subject to shrinkage or decay. Burning will not be allowed.
The Contractor shall take adequate precautions to protect existing lawns, trees, irrigation systems, shrubs outside rights-of-way, sidewalk, curbs, pavements, utilities, adjoining property, and structures and to avoid damage thereto. The Contractor shall repair damage to Owner's and any other property caused by the Contractor or by reason of required work, and no additional compensation will be allowed therefore.
The Contractor shall remove all protections when the work is complete.
13. SITE SAFETY
The Contractor shall at all times take extra care in protecting the work. The Contractor shall keep to a minimum any noise, dust, pollution, etc., and shall daily coordinate his activities with the designated Owner's representative and the Engineer to minimize any inconvenience or disruptions to the public and facilities.
GENERAL REQUIREMENTS 00070-5
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
The Contractor shall provide, erect, and maintain barricades, warning signs, and guards as necessary for the protection of the public during construction in accordance with the Manual on Uniform Traffic Control Devices.
14. CONTRACTOR'S INSURANCE
The Contractor's insurance shall meet the requirements set forth in the Public Works Agreement.
The Contractor shall include in all insurance policies as additional named insured:
The Owner, the Engineer (Quanta Utility Engineering Services), and each of their officers, agents and employees.
15. CONTRACTOR'S RESPONSIBILITY FOR UTILITIES
Known utilities and structures expected to be adjacent to, or encountered in the work, are shown on the drawings. It is expected that there may be some discrepancies and omissions in the locations and quantities of utilities and structures shown. Those shown are for the convenience of the Contractor only, and no responsibility is assumed by either the Owner or the Engineer for their accuracy or completeness.
The Contractor shall note the specific utilities identified on the contract plans that will be affected by construction of this project. The Contractor shall support and protect by timbers or otherwise, all pipes, conduits, poles, wires or other apparatus which may be in any way affected by the work, and do everything to support, sustain and protect the same under, over, along or across said work. In case any of said pipes, conduits, poles, wires or apparatus should be damaged they shall be repaired by the authorities having control of same, and the expense of such repairs shall be charged to the Contractor.
The Contractor shall further be responsible for any damage done to any street or public property, or to any private property by reason of the breaking of any water pipe, sewer or gas pipe, electric conduit, or other utility by the Contractor’s operations.
The Contractor shall notify all utilities' offices that are affected by the construction operation at least 48 hours in advance. This may be accomplished by notifying the "one-call" system. Under no circumstances shall the Contractor expose any utility without first requesting permission and being granted permission to do so from the affected agency.
The Contractor is notified that construction of the proposed utilities and other structures may be in conflict with existing utilities and appurtenances, and the grade of the proposed utilities may require adjustment due to the location of the existing facilities. Except as provided for otherwise in these Contract Documents, all costs associated with exposing existing facilities shall be incidental to the bid items in the Bid Proposal, and no separate compensation shall be made.
GENERAL REQUIREMENTS 00070-6
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Should it be necessary for any utility to be moved or replaced as it relates to pipe placement, grading and paving operations on this project, it shall be the Contractor's responsibility to coordinate with the affected utility. The utility will perform the relocation unless otherwise described in these specifications. Any delays relating to this matter shall not be subject to claim for additional compensation by the Contractor.
No utility, private or public, shall be moved to accommodate the Contractor's equipment or the Contractor’s method of operation when such utility does not interfere with the improvement under construction.
16. INCOMPETENT EMPLOYEES
Incompetent, careless, or negligent employees shall be discharged forthwith by the Contractor upon written request from the Owner or Engineer.
17. OPENING OF COMPLETED WORK TO THE PUBLIC
Completed work shall be opened to the public when and where directed by the Engineer, but such opening shall not constitute final acceptance of the work. Maintenance shall be at the Contractor's expense until final acceptance.
18. ENGINEER'S STATUS DURING CONSTRUCTION
A. Owner's Representative
Engineer will be Owner's representative during the construction period. The duties and responsibilities and the limitations of authority of Engineer as Owner's representative during construction are set forth in the Contract Documents and shall not be extended without written consent of Owner and Engineer.
B. Visits to Site
Engineer will make visits to the site at intervals appropriate to the various stages of construction to observe the progress and quality of the executed work and to determine, in general, if the work is proceeding in accordance with the Contract Documents. Engineer will not be required to make exhaustive or continuous on-site inspections to check the quality or quantity of the work. Engineer's efforts will be directed toward providing for Owner a greater degree of confidence that the completed work will conform to the Contract Documents. On the basis of such visits and onsite observations as an experienced and qualified design professional, Engineer will keep Owner informed of the progress of the work and will endeavor to guard Owner against defects and deficiencies in the work.
GENERAL REQUIREMENTS 00070-7
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
C. Clarifications and Interpretations
Engineer will issue with reasonable promptness such written clarifications or
interpretations of the Contract Documents (in the form of Drawings or otherwise) as Engineer may determine necessary, which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents. If Contractor believes that a written clarification or interpretation justifies an increase in the Contract Price or Contract Time, Contractor may make a claim therefore as provided in the Standard Specifications and the Public Works Agreement.
D. Rejecting Defective Work
Engineer will have authority to disapprove or reject work which is defective, and will also have authority to require special inspection or testing of the work as provided in the Standard Specifications.
E. Decisions on Disagreements
Engineer will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the work thereunder. Claims, disputes and other matters relating to the acceptability of the work or the interpretation of the requirements of the Contract Documents pertaining to the execution and progress of the work shall be referred initially to Engineer in writing with a request for a formal decision in accordance with this paragraph, which Engineer will render in writing within a reasonable time. The Contractor's verbal statements of claims, protests, and disputes are inadequate, do not satisfy the requirements of the Contract, and will have no effect.
The Contractor shall give written notice to the Engineer and Owner of all claims as described in the Public Works Agreement. In his capacity as interpreter and judge, the Engineer will not show partiality to Owner or Contractor and shall not be liable in connection with any interpretation or decision rendered in good faith in such capacity.
F. Limitations on Engineer's Responsibilities
Neither Engineer's authority to act under this Section or elsewhere in the Contract Documents nor any decision made by Engineer in good faith either to exercise or not exercise such authority shall give rise to any duty or responsibility of Engineer to Contractor, any subcontractor, any manufacturer, fabricator, supplier or distributor, or any of their agents or employees or any other person performing any of the work.
Whenever in the Contract Documents the terms "as ordered", "as directed", "as required", "as allowed" or terms of like effect or import are used, or the adjectives "reasonable", "suitable", "acceptable", "proper", or "satisfactory" or adjectives of like effect or import are used, to describe requirements, direction, review, or judgment of Engineer as to the work, it is intended that such requirements, direction, review or judgment will be solely to evaluate the work for compliance with the Contract Documents (unless there is a specific statement indicating otherwise). The use of any
GENERAL REQUIREMENTS 00070-8
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
such term or adjective never indicates that Engineer shall have authority to supervise or direct performance of the work or authority to undertake responsibility contrary to the
provisions of paragraphs "1" and "2" below.
1. Engineer will not be responsible for Contractor's means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, and Engineer will not be responsible for Contractor's failure to perform the work in accordance with the Contract Documents.
2. Engineer will not be responsible for the acts or omissions of Contractor or of any
subcontractors, or of the agents or employees of any Contractor or subcontractor, or of any other persons at the site or otherwise performing any of the work.
G. Engineer's Review of Application for Progress Payment
Engineer will, within ten (10) days after receipt of each Application for Payment, either indicate in writing a recommendation of payment and present the Application to Owner, or return the Application to Contractor indicating in writing Engineer's reasons for refusing to recommend payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. Owner will pay Contractor as described in the Public Works Agreement.
Engineer's recommendation of any payment requested in an Application for Payment will constitute a representation by Engineer to Owner, based on Engineer's on-site observations of the work in progress as an experienced and qualified design professional and on Engineer's review of the Application for Payment and the accompanying data and schedules that the Work has progressed to the point indicated; that to the best of Engineer's knowledge, information and belief, the quality of the work is in accordance with the Contract Documents (subject to an evaluation of the work as a functioning Project upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents, and any qualifications stated in the recommendation); and that Contractor is entitled to payment of the amount recommended. However, by recommending any such payment Engineer will not thereby be deemed to have represented that exhaustive or continuous on-site inspections have been made to check the quality or the quantity of the work, or that the means, methods, techniques, sequences, and procedures of construction have been reviewed or that any examination has been made to ascertain how or for what purpose Contractor has used the moneys paid or to be paid to Contractor on account of the Contract Price, or that title to any work, materials or equipment has passed to Owner free and clear of any liens.
Engineer may refuse to recommend the whole or any part of any payment if, in the Engineer’s opinion, it would be incorrect to make such representations to Owner. Engineer may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the results of subsequent inspections or tests, nullify any such payment previously recommended to such extent as may be necessary in Engineer's opinion to protect Owner from loss because:
GENERAL REQUIREMENTS 00070-9
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
The work is defective, or completed work has been damaged requiring correction or replacement.
Written claims have been made against Owner or liens have been filed in
conjunction with the work. The contract price has been reduced because of modifications.
Owner has been required to correct defective work or complete the work.
Contractor's work is not in accordance with the Contract Documents.
Contractor has failed to make payment to subcontractors, or for labor, materials
or equipment.
19. PROGRESS PAYMENTS
Owner will make progress payments as described in the Public Works Agreement. Owner will notify Contractor if the Application for Payment does not comply with the requirements of the Contract Documents.
No payment will be made for materials on hand. Section 1-09.8 of the Standard Specifications is hereby modified to read “No payment will be made for materials on hand.”
20. SUBSTANTIAL COMPLETION
When Contractor considers the entire work ready for its intended use, Contractor shall certify to Owner and Engineer in writing that the entire work is substantially complete and request that Engineer issue a certificate of Substantial Completion. Within a reasonable time thereafter, Owner, Contractor, and Engineer will make an inspection of the work to determine the status of completion. If Engineer does not consider the work substantially complete, Engineer will send Contractor a written notification with the reasons therefore. If Engineer considers the work substantially complete, Engineer will send to Owner a tentative Certificate of Substantial Completion which will fix the date of Substantial Completion. There will be attached to the certificate a tentative list of items to be completed or corrected before final payment.
Owner will have seven days after receipt of the tentative certificate during which Owner may make written objection to Engineer as to any provisions of the certificate or attached list. If, after considering Owner’s objections, Engineer concludes that the work is not substantially complete, Engineer will within fourteen days after submission of the tentative certificate to Owner notify Contractor in writing. If, after considering Owner's objections, Engineer considers the work substantially complete, Engineer will within said fourteen days execute and deliver to Owner and Contractor a definitive certificate of Substantial Completion with a revised tentative list of items to be completed or corrected, reflecting such changes from the tentative certificate as Engineer believes justified after consideration of any objections from Owner.
Owner shall have the right to exclude Contractor from the work after the date of Substantial
GENERAL REQUIREMENTS 00070-10
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Completion, but Owner will allow Contractor reasonable access to complete or correct items on the tentative list.
21. FINAL INSPECTION
Upon written notice from Contractor that the work is complete in accordance with the Contract Document, Engineer will make a final inspection with Owner and Contractor. Engineer will notify Contractor in writing if the inspection reveals that the work is incomplete or defective. Contractor shall immediately remedy all deficiencies.
When the Engineer finds that all work is acceptable in accordance with the Contract Documents, the Contractor may proceed with closeout submittals.
22. FINAL APPLICATION FOR PAYMENT
After Contractor has completed the work to the satisfaction of Engineer and delivered all maintenance and operating instruction, schedules, guarantees, bonds, certificates of inspection, marked-up record documents, and other documents required by the Contract Documents, and after Engineer has confirmed that the work is acceptable, Contractor may make application for final payment following the procedure for progress payments. The final Application for Payment shall be accompanied by all documentation called for in the Contract Documents and other data and schedules that Engineer may reasonably require, including complete and legally effective releases or waivers (satisfactory to Owner) of all liens arising out of or filed in connection with the work. In lieu thereof and if approved by Owner, Contractor may furnish receipts or releases in full, an affidavit of Contractor that the releases and receipts include all labor, services, material and equipment for which a lien could be filed, and that all payrolls, material and equipment bills, and other indebtedness connected with the work have been paid or otherwise satisfied, and consent of the Surety to final payment. If any subcontractor, manufacturer, fabricator, supplier, or distributor fails to furnish a release or receipt in full, Contractor may furnish a Bond or other collateral satisfactory to Owner to indemnify Owner against any lien.
23. FINAL PAYMENT AND ACCEPTANCE
If, based on Engineer's observation of the work during construction and final inspection, and Engineer's review of the final Application for Payment and accompanying documentation, Engineer is satisfied that the work has been completed, and Contractor has fulfilled all obligations under the Contract Documents, Engineer will, within ten days after receipt of the final Application for Payment, recommend final payment in writing and forward the Application to Owner for payment. Otherwise, Engineer will return the Application to Contractor, indicating in writing the reasons for refusing to recommend final payment, in which case Contractor shall make the necessary corrections and resubmit the Application. If the Application and accompanying documentation are appropriate as to form and substance, Owner will pay Contractor as described in the Public Works Agreement.
GENERAL REQUIREMENTS 00070-11
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
24. CONTRACTOR'S CONTINUING OBLIGATION
Contractor's obligation to perform and complete the work in accordance with the Contract Documents shall be absolute. Neither recommendation of any progress or final payment by Engineer, nor the issuance of a certificate of Substantial Completion, nor any payment by Owner to Contractor, nor any use or occupancy of the work or any part thereof by Owner, nor any act of acceptance by Owner nor any failure to do so, nor any correction of defective work by Owner shall constitute an acceptance of work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the work in accordance with the Contract Documents.
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
SPECIAL PROVISIONS
SPECIAL PROVISIONS 00080-1
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
SPECIAL PROVISIONS
1. SCOPE OF WORK
The scope of work for this project is generally the removal and replacement of roadway intersection corners to improve pedestrian access and visibility. The new curb, gutter, sidewalks and ADA accessible ramps will be relocated to “bulb-outs” that extend into existing parking lanes and shorten the pedestrian crossings. Work also includes the associated pavement restoration, signage and striping, landscape repairs, street lighting demolition and replacement, and all related work as shown or specified in the Contract Documents.
The quantities listed above are only intended to give the bidders a general idea of the scope of work. The quantities listed above shall not be used for the preparation of bids on the project. The contractor shall determine the unit and lump sum bid prices by reviewing the project plans and specifications and by inspecting the entire project area prior to submitting a bid.
2. ORDER OF PRECEDENCE
Any conflict or inconsistency in the Contract Documents shall be resolved by giving the documents precedence in the following order:
1. Signed Public Works Agreement (including signed change orders and any
special forms) 2. Addenda 3. Bid Proposal Forms 4. Technical Specifications 5. Contract Drawings 6. Special Provisions 7. General Requirements 8. 2018 WSDOT Standard Specifications 9. City of Ruston Standard Plans 10. WSDOT Standard Plans 11. Advertisement for Bids 12. Instructions to Bidders
3. CONTRACTOR’S QUALIFICATIONS
The apparent successful bidder shall within three (3) days after the day of the bid opening submit the following information concerning his or her qualifications:
A. A list of job experiences similar to this project, with a contact person and phone number
noted for each.
B. A list of major equipment anticipated to be used on this project
SPECIAL PROVISIONS 00080-2
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
4. NOTICE TO PROCEED
The Contractor shall assume that the date for the Notice to Proceed will be October 1, 2019, or earlier, unless mutually agreed to otherwise between the Owner and the Contractor.
5. PROJECT MEETINGS
A. Pre-construction Conference
After the Notice of Award and prior to start of construction, the Engineer will schedule and conduct a pre-construction meeting to discuss Contract administration procedures. Representatives of Contractor shall attend.
Agenda:
1. Contractor information to be presented:
List of subcontractors Construction schedule Sequencing of work Designation of construction superintendent and phone numbers Payment requests
2. Project manager information to be discussed:
Communication procedures Distribution of contract documents Submittal requirements and procedures Project record documents Payment requests Material storage Parking Change order procedures Roadway monument replacement procedure Private property corner replacement procedure
6. COMMUNICATION PROCEDURES
All written correspondence shall be via Email or US Mail. Texting to cell phones is not an acceptable form of written correspondence.
7. SUBMITTALS
A. General Requirements for Submittals (see also Section 01300 in Technical
Specifications):
SPECIAL PROVISIONS 00080-3
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
1. All submittals shall be transmitted from the Contractor. Submittals transmitted
from subcontractors and materials suppliers will be rejected.
2. All submittals shall contain the Contractor’s name, the name of the project, and the date of the submittal. Undated submittals will be rejected.
3. All work required to complete the submittal requirements and not specifically
identified in a proposal item shall be deemed incidental to the items of work in the proposal and no separate compensation will be made. The Engineer shall be allowed ten (10) days to review all submittals for approval, approval with conditions, or rejection.
8. WORK HOURS, OVERTIME, AND HOLIDAY WORK
The Contractor shall not conduct work prior to 7:00 a.m. or after 6:00 p.m. on weekdays which are not holidays, and prior to 9:00 a.m. or after 6:00 p.m. on Saturdays which are not holidays. No work will be allowed on Sundays and holidays. Holidays shall be only those holidays defined in the Standard Specifications.
Inspection time required before 7:30 a.m., after 5:00 p.m., and on Saturdays will be considered as overtime for the Engineer, and the costs thereof will be charged to the Contractor. The costs for inspection overtime will be deducted from payments to the Contractor.
9. CONSTRUCTION SCHEDULE AND SPECIAL EVENTS
There are no special events known at this time that are anticipated to impact construction activities.
10. ASARCO SMELTER PLUME / WASTE SOIL / WORKER SAFETY
The project area is within the Asarco Smelter Plume and is known to contain soils with concentrations of arsenic and lead exceeding Washington State Cleanup Levels (see Attachment C – Field Sampling Report). The Contractor shall assume that all native soils exceed Washington State Cleanup Levels for arsenic and lead.
The Contractor shall follow all applicable federal, state, and local laws for appropriate handling and disposal, including but not limited to WAC 296-843 to ensure worker safety. Contractor shall also review the Tacoma Smelter Plume Model Remedies Guidance document prepared by Washington Department of Ecology, available at; https://fortress.wa.gov/ecy/publications/SummaryPages/1909101.html
All cost of complying with worker safety laws shall be considered incidental to the Contract and included in the unit prices, and no additional compensation will be paid.
11. PERMITS
A. The Owner will apply for and issue the City of Ruston Street Excavation Permit at no
SPECIAL PROVISIONS 00080-4
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
cost to the Contractor (see Attachment D) .
B. The Contractor shall prepare the Stormwater Pollution Prevention Plan (SWPPP) and Spill Control Plan for this project in compliance with City of Tacoma’s requirements. The Contractor shall submit the SWPPP to the City of Ruston for review prior to the Notice to Proceed.
The Contractor shall perform all work in this Contract in compliance with the City of Ruston and City of Tacoma requirements and shall use adaptive management to meet all water quality standards. The Contractor shall ensure that discharges from the site do not exceed 25 NTU.
The cost of transferring construction stormwater permit coverage and preparation of the SWPPP in accordance with Ecology’s requirements shall be included in the bid item for Mobilization, and no additional compensation will be allowed therefore.
C. The Contractor shall secure all other necessary permits for all work on this project
unless specified otherwise. The Contractor shall obtain a City of Ruston Business License prior to commencing any work on this project. The cost of securing all permits and obtaining a business license shall be included in the bid item for Mobilization, and no additional compensation will be allowed therefore.
12. STORAGE AND USE OF PREMISES AND SITE
Storage area for construction materials or temporary storage for excavated materials shall be provided by the Contractor at no expense to the Owner.
Contractor shall confine operations to work areas as directed by the Owner and Engineer. Secure storage is not available at the work site. Keep all work areas clean and orderly each day.
13. DISPOSAL OF ALL EXCAVATED MATERIALS
The Contractor shall excavate, load, remove, haul, and dispose of all excess soil and roadway base materials excavated below the pavement at the LRI Landfill in Graham, WA, or other Ecology- approved landfill that accepts soil from the Asarco Smelter Plume in accordance with all applicable federal, state, and local laws. The Contractor shall deliver all waste disposal tickets from the LRI Landfill or other approved landfill to the Owner within one (1) Working Day from the time each load of waste is disposed of at the landfill. Prior to submitting a bid, the Contractor shall verify the daily times of opening and closing at the LRI Landfill or other Ecology-approved landfill that accepts soil from the Asarco Smelter Plume. The Contractor shall conduct hauling operations such that trucks hauling contaminated soils will arrive at the landfill only during times when the landfill is open. Excavated soils, if suitable for structural fill, may be reused onsite.
Prior to loading and hauling any asphalt pavement or cement concrete pavement to a recycling facility, the Contractor shall remove soils adhering to materials to be recycled, and shall verify that the materials are otherwise suitable for recycling.
SPECIAL PROVISIONS 00080-5
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
14. SITE ACCESS
The Contractor shall be responsible for confining operations to those areas that are in City rights-of-way or are in easements across private property. The Contractor may negotiate with private property owners to use area outside of easements. If areas outside of easements are used, the Contractor must restore all surfaces and improvements to a condition equal to or better than prior to start of construction.
15. TEMPORARY SANITARY FACILITIES
Contractor shall be responsible for providing temporary sanitary facilities on site.
16. COORDINATION WITH TACOMA WATER
The Contractor shall field-verify the cover over the existing water service lines prior to roadway excavation. The Contractor shall protect all existing water service lines in place during construction.
The water service lines, meters, and meter boxes for the median irrigation systems shall be adjusted to finish grades. The Contractor shall coordinate all irrigation meter adjustment work with Tacoma Water.
To coordinate water construction scheduling, the Contractor shall contact:
Bill Reynolds Tacoma Water Water Service Supervisor 253.502.8390
All cost of coordinating with Tacoma Water, field verification of cover over existing water lines, irrigation meter box adjustments, and any other water construction related work or delays shall be included in the bid item for Utility Coordination, and no additional compensation will be paid.
17. CONSTRUCTION WATER
The Contractor shall contact the Tacoma Water Permit Counter at 253-502-8246 to arrange for use of a fire hydrant to obtain construction water. All construction water related cost shall be considered incidental to the Contract and included in the unit prices, and no additional compensation will be paid.
18. DUST CONTROL
The Contractor shall control airborne dust by the application of water without causing runoff. All cost of dust control shall be considered incidental to the Contract and included in the unit prices, and no additional compensation will be paid.
SPECIAL PROVISIONS 00080-6
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
19. CONSTRUCTION STAKING
The Owner will provide the Contractor one (1) set of construction stakes to use in establishing the horizontal and vertical alignment for the items of work on this project. The Owner will provide primary construction control such that all construction will be accomplished in conformance with the Contract Drawings and Specifications. Should construction stakes be lost or disturbed as a result of the Contractor’s operations or as a result of vandalism, the Owner will provide duplicate stakes at the Contractor’s sole expense. The cost of duplicate stakes will be deducted from payments to the Contractor.
Primary construction control provided by the Owner will consist of one set of stakes for each of the following purposes:
Storm Drain:
1. Pipe centerline and cuts to flow line on 50 to 100-foot centers, as determined by the
Surveyor based on field conditions. 2. Pipe centerline and cuts to flow line at grade breaks and cleanouts. 3. Centerline of manholes and inlet structures with cut to invert-in or invert-out elevation
as determined by the Surveyor based on field conditions.
Roadway:
1. Cut to roadway centerline subgrade on 50-foot centers and grade breaks as determined by the Surveyor based on field conditions.
2. Cut or fill to top of crushed rock elevations at centerline or flow line on 50-foot centers and grade breaks as determined by the Surveyor based on field conditions.
3. Cut or fill to top back of curb elevations on 50-foot centers and grade breaks as determined by the Surveyor based on field conditions.
4. Paint sawcutting limits for pavement and sidewalk removal.
All other required construction control is considered to be secondary control and shall be provided by the Contractor. Specifically, the Owner will not provide construction stakes for the following: signing, striping, irrigation, retaining walls, existing utilities, and pothole locations.
The Contractor shall provide advance written notice for staking requests a minimum of three (3) working days prior to the time when staking will be required. All staking requests shall identify which stakes are to be provided by identifying the specific sheet number of the Contract Drawings and referencing street names, stations, building numbers, or addresses if the staking request covers less than the entire sheet.
20. FIELD RELOCATION
During the progress of construction, it is expected that minor re-locations in line and grade may be necessary. Such re-locations shall be made only by direction of the Engineer. Unforeseen obstructions encountered as the result of such re-locations will not be subject to claim for
SPECIAL PROVISIONS 00080-7
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
additional compensation by the Contractor at any greater extent than would have been the case had the obstruction been encountered along the original location.
21. MOBILIZATION
The Contractor shall complete Mobilization in accordance with Section 1-09.7 of the Standard Specifications, except as noted otherwise.
Mobilization includes the requirement for the Contractor to provide notice of construction to homeowners and renters as described herein. Such notice includes the requirement for the Contractor to install “door-hanger” type notices on the doorknob of every door which faces any street where the Contractor will operate equipment within City limits. The door-hangers will be provided by the City. The Contractor shall hang the door hangers on every required doorknob not less than 24 hours and not more than 48 hours prior to the operation of equipment along the frontage of the affected properties.
Measurement and Payment for Mobilization shall be included in the lump sum bid item and shall include all labor, materials, tools, fuel, equipment, and supervision required to complete Mobilization as specified herein.
22. PROJECT TEMPORARY TRAFFIC CONTROL
A. General
Contractor shall complete Project Temporary Traffic Control per Section 1-10 of the Standard Specifications. All Project Temporary Traffic Control shall comply with the Manual on Uniform Traffic Control Devices.
The Contractor shall submit a traffic control plan for Engineer's review. Contractor shall not start construction work prior to receiving Engineer's approval of Contractor's traffic control plan.
The Contractor shall notify fire and police departments in advance when Contractor’s operations will hinder in any manner normal access by emergency vehicles. The Contractor shall leave night emergency telephone numbers with the fire and police department, so that the Contractor can be contacted at all times in case of any emergency involving the project.
The Contractor shall not close all lanes on N 51st Street. The Contractor may close down through traffic between intersections on all other roads during working hours as approved by the Engineer, while allowing for local access.
Outside of Contractor’s working hours, all streets and intersections shall be open to traffic.
Access to local businesses, City Hall, and the Fire Station shall remain open and accessible by handicapped persons at all times.
B. Public Convenience and Safety
SPECIAL PROVISIONS 00080-8
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
The Contractor shall conduct all operations with the least possible obstruction and inconvenience to the public. The Contractor shall have under construction no greater length or amount of work than can be prosecuted properly with due regards to the right of the public.
The Contractor shall not conduct work that involves trenching operations prior to 7:00 am or after 3:30 pm, nor have an open trench condition on any street prior to 7:00 am or after 5:00 pm. Trenches can be left open if protected from vehicular and pedestrian traffic (e.g. steel plates, barricades, etc.) All streets shall remain open to vehicular traffic prior to 8:00 am and after 5:00 pm.
To disrupt public traffic as little as possible, the Contractor shall:
1. Permit traffic to pass around the work with the least possible inconvenience or delay, except as provided herein.
2. Maintain existing roads and streets that lie next to or inside the project limits, keeping them in a safe condition at all times.
3. Remove or repair any condition resulting from the work that might impede traffic or create a hazard the same work day.
4. Keep existing street lighting in operation during construction.
5. Coordinate road closures with the School District, Pierce Transit, and Emergency Services.
To protect the rights of abutting property owners, the Contractor shall:
1. Conduct the construction so that the least inconvenience as possible is caused to abutting property and business owners.
2. Maintain continual access to driveways, houses, and commercial buildings along the work area.
3. Provide temporary approaches to crossing or intersecting roads and keep these approaches in good condition.
4. Provide another access before closing an existing one whenever the Contract requires removing and replacing an abutting owner's access, except as provided for herein.
If grading work is on or next to a roadway in use, the Contractor shall finish the grade immediately after rough grading and place surfacing materials as the work proceeds.
The Contractor shall be responsible for providing adequate safeguards, safety devices, protective equipment, and any other needed actions to protect the life, health, and safety of the public, and to protect property in connection with the performance of the work covered by the Contract. The Contractor shall perform any measures or actions the Engineer may deem necessary to protect the public and property. The responsibility and expense to provide this
SPECIAL PROVISIONS 00080-9
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
protection shall be the Contractor's.
Upon failure of the Contractor to immediately provide, maintain, or remove safeguards, safety devices, protective equipment, and any other needed actions to protect the life, health, and safety of the public, when ordered to do so by the Engineer, the Owner may, without further notice to the Contractor or the Surety, provide, maintain, or remove the safeguards, safety devices, and protective equipment and deduct the costs from any payments due or coming due the Contractor.
C. Construction and Maintenance of Detours
The Contractor shall build, maintain in a safe condition, keep open to traffic, and remove when no longer needed:
1. Detours that will accommodate traffic diverted from the roadway during construction;
2. Temporary driveway approaches.
The Contractor shall pay all costs to build, maintain, and remove any detours, whether built for the Contractor's convenience or to facilitate construction operations. Any detour proposed by the Contractor shall not be built or put into operation prior to Engineer’s detour approval.
Upon failure of the Contractor to immediately provide, maintain, or remove detours when ordered to do so by the Engineer, the Owner may, without further notice to the Contractor or the Surety, provide, maintain, or remove the detours and deduct the costs from any payments due or coming due the Contractor.
D. Measurement and Payment
Measurement and Payment for Project Temporary Traffic Control shall be included in the lump sum bid item and shall include all plan submission, labor, materials, tools, fuel, equipment, and supervision required to complete Project Temporary Traffic Control as specified herein.
23. SUBSTANTIAL COMPLETION
This project will not be considered substantially complete until the Contractor has completed all of the following items of work:
1. All physical improvements have been completed.
2. All streetlights and irrigation components have been correctly adjusted, tested, and placed in service.
3. All surface restoration has been completed.
4. All utility surface features have been raised to finish grade.
SPECIAL PROVISIONS 00080-10
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
5. As-built redlines have been delivered to the Engineer.
6. Property owner releases for all private properties where the Contractor stored materials or equipment, stating that the Contractor has restored the private property to its original condition, and cleanup of private property has been completed.
All work under this contract shall be substantially completed no later than December 1, 2019, regardless of which Bid Schedules are awarded.
All work under this contract shall be fully completed and final payment issued no later than December 30, 2019, per requirements of TIB funding source.
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
TECHNICAL SPECIFICATIONS
SUBMITTALS 01300-1
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
SECTION 01300 SUBMITTALS
PART 1 - GENERAL
1.1 DESCRIPTION
A. The work of this Section is bound by the General Requirements, Special Provisions, and Standard Specifications of the Contract, except as modified herein.
B. General: Prepare and submit all submittals as required by this section.
C. Required Submittals:
1. Construction progress schedule. 2. Material and product data for all materials used. 3. Shop drawings and samples. 4. Submittals identified in other Contract sections. 5. Contractor Traffic Control Plan. 6. Contractor SWPPP/Spill Control Plan 7. Miscellaneous submittals.
1.2 REQUIREMENTS FOR SUBMITTAL PROCEDURES
A. The technical provisions may not list all submittal requirements specific to that section
(i.e., shop drawings, samples, product data, etc.). Instead, the Contractor shall make complete submittals for all methods and all materials and all products to be incorporated into the project. This requirement shall apply even when the Contractor proposes to use the same materials, methods, and products which are specifically identified in the Contract. The submittal requirements listed in this section will apply to all Technical Specifications sections whether specific requirements are listed in other sections or not.
B. Each copy of each submittal shall have the following information on the cover, on the
first page of the submittal, or on a permanent label attached to the submittal, as applicable:
1. Project name. 2. Submittal number correlated with previous submittals. 3. Date of submittal. 4. Name of the Contractor. 5. Name and phone number of subcontractor, supplier, and installer. 6. Name of manufacturer. 7. Number and title of applicable specification section. 8. Drawing number and detail references, when applicable. 9. Other necessary identifying information, such as stating the different parts of the
submittal (i.e., product data, samples, etc.) and how many of each item are provided.
SUBMITTALS 01300-2
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
C. The Contractor shall sign or initial each copy of each submittal to certify compliance
with requirements of the Contract Documents. The Contractor shall also notify the Engineer, in writing at time of submittal, of all deviations from requirements of the Contract Documents.
D. Address the submittal to the Engineer. Copy and distribute as specified for each type of
submittal (below).
E. Submittals to receive the Engineer’s review should have blank space provided on cover, first page, or label for marking.
F. Combine similar submittals together. Incomplete submittals will not be reviewed.
G. Submittals will be accepted from the Contractor only. Submittals received from
subcontractors, material suppliers, and other entities will not be reviewed.
H. Undated submittals will not be accepted.
1.3 FORMAT
A. Unless otherwise specified or impractical, use paper no larger than 8 ½ by 11 inches, except drawings to be size required, but folded to 8 ½ by 11 inches where possible.
B. Digital PDF submittals shall meet all requirements noted herein when they are printed.
1.4 TIMING OF SUBMITTALS
A. The Contractor’s first payment request will not be processed prior to receipt of:
1. The Construction Progress Schedule. 2. All submittals for all materials and all products.
B. The Contractor shall transmit all submittals such that the Engineering will receive them
no less than ten (10) working days in advance of the required approval date. Submittals requiring action in less than ten (10) working days are not timely submittals.
C. Prepare and transmit each submittal requiring approval sufficiently in advance of
scheduled performance of the work to which it relates to allow for adequate review time, processing time, resubmittal (if necessary), product ordering, and shipping.
D. Prepare and transmit each informational submittal prior to start of the work involved,
unless the submittal is of a type which cannot be prepared until after completion of work. Submit promptly.
E. Advise the Engineer by separate written correspondence if the processing and review
time for a particular submittal will be critical to progress of the work.
SUBMITTALS 01300-3
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
F. No extension of time will be authorized because of the Contractor’s failure to transmit
submittals sufficiently in advance of the work.
1.5 COORDINATION
A. Coordinate preparation and processing of submittals with performance of the work. Coordinate each separate submittal with other submittals and related activities that require sequential performance.
B. Coordinate submittal of different units of interrelated work so that no submittal will be
delayed by the Engineer’s need to review a related submittal. The Engineer reserves the right to withhold action on any such submittal until the related submittals are received.
1.6 REVIEW AND RETURN OF SUBMITTALS
A. The Engineer will review and may mark with appropriate action as follows:
1. No Exception Taken: Work covered by the submittal may proceed provided it complies with requirements of the contract documents. “No exception taken” shall also mean “subject to plans and specifications; dimensions and quantities not guaranteed.”
2. Note Marking, Confirm: Work covered by the submittal may proceed provided it complies both with notations and corrections on the submittal and with the requirements of the contract documents.
3. Not Accepted, Resubmit: Do not proceed with work covered by the submittal. Revise the submittal or prepare a new submittal in accordance with notations made. Resubmit the submittal without delay.
B. Submittals will be returned to the Contractor by the most economical mode.
C. The Engineer reserves the right to respond to submittals using a memo or spreadsheet
format which does not include the markup or return of the Contractor’s submittals.
D. The Contractor shall perform re-submittals in the same manner as original submittals. Indicate all changes other than those requested by the Engineer.
1.7 SUBMITTAL OF ITEMS FOR SUBSTITUTION
A. Submittals for alternate materials or substitutions shall contain sufficient information to
prove that the alternate materials are in fact equivalent to the materials identified by the Contract Documents. The Contractor shall retain the burden of proving that alternate materials, methods, products, and systems are in fact equivalent to those specified with regard to the salient characteristics.
SUBMITTALS 01300-4
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
1.8 REQUIREMENT FOR ENGINEER’S APPROVAL
A. The Contractor shall obtain the Engineer’s written approval for all materials installed on
this project. Such approval may take the form of a notation such as: “no exceptions taken” or “approved”. The Contractor shall immediately remove all unapproved materials from the project site, and shall make submittals to the Engineer for the replacement materials to be installed, and shall install only materials which have been approved by the Engineer, and no additional compensation will be allowed therefore.
1.9 MEASUREMENT AND PAYMENT FOR SUBMITTALS
A. The Contractor shall be compensated for work performed on this project based on the
units of work identified on the Bid Form. All submittals required to complete the project and not specifically identified in a Bid Form item shall be deemed included in the item(s) of work on the Bid Form and no separate compensation shall be made.
PART 2 - PRODUCTS (not used)
PART 3 - EXECUTION
3.1 MATERIAL AND PRODUCT DATA
A. General: 1. The purpose of these submittals is to establish the materials, products, and
methods to be used in the work. 2. Submit shop drawings and samples to the Engineer.
B. Format:
1. Provide submittals with a cover sheet containing information per Part 1.02.B. 2. Bind submittals to allow removal or insertion of pages. Provide suitable
protective cover. 3. Present items in order they occur in specification sections. 4. Present items with Bid Proposal reference number.
C. Required Information:
1. The Contractor’s statement of approval and identification of any deviations from contract documents. Place on face or “cover sheet” of submittals.
2. A description of materials, products, systems, and methods required for all Technical Specifications sections. Provide sufficient technical information to establish conformance with specification via:
a. Manufacturer’s literature or other necessary descriptive materials, including application data, installation instructions, technical performance data, certified test data, and all other information which the manufacturer has available for technical review purposes.
SUBMITTALS 01300-5
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
b. Contractor’s letter that minor, miscellaneous items (nails, bolts, etc.)
shall conform to specified standards. 3. Where possible, submittal should include rough-in and dimensional information
to preclude need for further submittal per below. 4. Indicate clearly for each item the need for selection by Engineer of color, style,
mounting, etc. Selections will be returned with approval. 5. Include recommendations for application and use. 6. Show special coordination requirements for the product.
D. Distribution
1. Submit three (3) copies to Engineer for all architectural, structural, civil, mechanical, and electrical submittals.
2. Engineer will forward approved copy of submittal to Contractor.
3.2 SHOP DRAWINGS AND SAMPLES
A. General 1. The purpose of these submittals is to determine installation and assembly
requirements for components of the work. 2. Submit with product data, samples, test data, and installation or application
procedures and other submittals as delineated for each section of the specifications.
3. Show all conditions and connections to other work on shop drawings. 4. Submittals under this part are not intended to duplicate those specified under
Part 3.01 above.
B. Format 1. Provide with cover sheet information per Part 1.02.B. 2. Submit one set of blueline or blackline prints of appropriate size or two 8 ½ by
11 inch or 11 by 17 inch copies, whichever applies. Provide one additional copy of all civil, structural, mechanical, and electrical shop drawings.
3. Sample size (2 inches minimum) to be as necessary to display requested color, texture, pattern, or construction. Provide four samples total; one sample will be retained by the Engineer and one sample is to be kept at the jobsite at all times.
C. Required Information
1. Submittal information required per specification for subject work. 2. Samples to include accurate samples of all substrates and coverings, by same or
other trades, as required to produce an example of the final result.
D. Distribution 1. Submit one copy to the Engineer for each review. 2. For work concerning the Engineer’s consultant, submit all copies to Engineer for
distribution. 3. The Engineer will forward the approved submittal to the Contractor.
SUBMITTALS 01300-6
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
4. The Engineer may return one copy of approved submittal requesting return of
corrected copy. The Contractor will return one corrected copy each directly to the Engineer, Consultant, and Owner’s Representative.
5. The Engineer will return all copies of disapproved submittals for resubmittal.
3.3 WORK PLANS
A. General 1. The purpose of these submittals is to determine adequate knowledge and
preparation of work practices that comply with local, state, and federal requirements.
2. Submittals under this part are not intended to duplicate those specified under Part 3.01 above.
B. Format
1. Provide with cover sheet information per Part 1.02.B. 2. Submit one set of blueline or blackline prints of appropriate size or two 8 ½ by
11 inch or 11 by 17 inch copies, whichever applies. 3. One copy of all reports/plans will always be kept at the jobsite .
C. Required Information
1. Submittal information required per specification for subject work.
D. Distribution 1. Submit one copy to the Engineer for each review. 2. For work concerning the Engineer’s consultant, submit all copies to Engineer for
distribution. 3. The Engineer will forward the approved submittal to the Contractor.
4. The Engineer may return one copy of approved submittal requesting return of corrected copy. The Contractor will return one corrected copy each directly to the Engineer, Consultant, and Owner’s Representative.
5. The Engineer will return all copies of disapproved submittals for resubmittal.
END OF SECTION
EARTHWORK 02302-1
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
SECTION 02302 EARTHWORK
PART 1 – GENERAL
1.1 CONTRACT CONDITIONS
A. Work in this Section is bound by the Conditions of the Contract and Division 1 Specifications sections in addition to this Specification and accompanying Contract Drawings.
1.2 QUALITY ASSURANCE
A. All work under this Section shall be governed by the referenced sections of the 2018 edition of the "Standard Specifications for Road, Bridge and Municipal Construction," by the Washington State Department of Transportation, except as herein modified.
B. Installations that do not conform to the requirements contained herein shall be removed
from the project and replaced by the Contractor, and no additional payment will be allowed therefore.
1.3 JOB CONDITIONS
A. CONDITION OF SITE PRIOR TO CONSTRUCTION
1. Accept premises on an "as-is" condition; Owner assumes no responsibility for site condition now, at time of bidding, nor thereafter.
2. Assume all risks from damage or loss to premises by means of fire, theft, and all other
causes.
3. Damage or loss resulting from any cause to buildings persons and/or property shall not relieve Contractor from his obligation to complete all work under the contract.
B. PROTECTION
1. General:
a. Prevent damage to existing structures, existing surfaces, and adjacent property,
except for those items which are subject to demolition as part of this Contract. Keep free of damage those portions of existing utilities, buildings, landscaping, and appurtenances which are to remain. Repair all damage caused by the Contractor’s operations to the satisfaction of the Owner, and no additional compensation will be allowed therefore.
EARTHWORK 02302-2
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
2. Reference bench marks and monuments:
a. Maintain bench marks, monuments, property corners, and all other reference points. If disturbed or destroyed, bench marks, monuments, and property corners shall be replaced by a registered Land Surveyor, in accordance with WAC 332-120, at the Contractor’s sole expense.
3. Utilities:
a. Where existing utilities exist at site, either overhead or underground, take care not to
cause damage thereto. Keep all building drains, street drains, and sewers open and free-draining at all times.
b. The Contractor shall immediately repair all damage to existing sewers, watermains,
and building service connections damaged by the construction work; repair such damage at no cost to Owner in a manner approved by the applicable utility. Contractor shall contact the underground utility locating service a minimum of 48 hours prior to construction.
4. Landscape plantings to remain: Save and protect trees as designated on applicable
Contract Drawings and those which are designated in the field.
5. Adjacent buildings: Protect adjacent buildings. Such protection includes occupants of said adjacent buildings, visitors, and passers-by from damage, injury and discomfort caused by dust.
1.4 SUBMITTALS
A. Shop Drawings:
1. Excavation Plan, Detailing: a. Methods and sequencing of excavation. b. Proposed offsite spoil disposal sites.
1.5 MEASUREMENT AND PAYMENT
A. The Contractor shall be compensated for completed work on this project based on the unit bid prices identified in the Proposal. All work required to complete the project and not specifically identified in the Proposal shall be included and no separate compensation shall be made. Compensation for each bid item shall include all labor, materials, equipment, tools, fuel, supervision, profit, bonding, and overhead costs required for the construction of completed facilities, and all other work incidental to fulfilling the requirements described herein including all work shown on the Contract Drawings.
EARTHWORK 02302-3
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
B. All references in the Standard Specifications to Measurement and Payment shall be deleted from consideration, and terms agreed to in the Contract substituted therefore.
C. TEMPORARY EROSION AND SEDIMENT CONTROL/SPILL CONTROL
1. Basis of measurement: per lump sum.
2. Basis of Payment: includes furnishing, installing, operating, and maintaining all required erosion control devices specified herein and as shown on the Contract Plans. Includes all costs to comply with the Department of Ecology Construction Stormwater General Permit requirements and all applicable federal, state, and local laws; also includes removal and disposal of all erosion control devices when they are no longer required.
D. CLEARING AND GRUBBING
1. Basis of measurement: per lump sum.
2. Basis of Payment: includes all costs for Clearing and Grubbing as described by the
Standard Specifications, except as modified herein.
E. REMOVE UNSUITABLE MATERIAL
1. Basis of measurement: per cubic yard as measured using the in-place volume of the material prior to excavation, only where directed by the Engineer in writing, and as calculated by the Engineer using the neat-line dimensions of the in-place volume prior to excavation.
2. Basis of Payment: includes all costs for the excavation, loading, removal, haul, and
disposal of materials which meet both of the following criteria at the same time: a. Material which is outside the limits of excavation required to construct
the proposed improvements, and is also: b. Determined by the Engineer to be unsuitable, after it has been exposed
by excavation of the overlying soils.
F. ROADWAY EXCAVATION, REMOVAL, AND DISPOSAL
1. Basis of measurement: per ton, with certified scale ticket documentation.
2. Basis of Payment: includes all costs for the excavation, loading removal, haul, and disposal of existing soils and existing roadway base materials as required to obtain the finished grades shown on the Contract Plans, allowing for the thickness of new materials which are required to be installed.
EARTHWORK 02302-4
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
G. TRIMMING AND CLEANUP
1. Basis of measurement: per lump sum.
2. Basis of Payment: includes all costs for trimming and cleanup as described herein.
PART 2 – PRODUCTS
2.1 STORM DRAIN INLET PROTECTION
A. Furnish the required inlet protection devices which are designed to be installed below the inlet grates to provide filtration for stormwater sediment control as shown on WSDOT Standard Plan I-40.20-00 and as described in Section 8-01.3(9)D of the Standard Specifications. Geotextile fabric for inlet protection devices shall meet the minimum requirements described therein.
PART 3 - EXECUTION
3.1 EROSION AND SEDIMENT CONTROL
A. Install inlet protection devices between frame and grate of all catch basins as shown on WSDOT Standard Plan I-40.20-00. Empty the devices and reinstall them when devices are approximately half-full. All sediment protection devices shall be removed from catch basins at the time of physical project completion. When removing inlet protection devices, employ sufficient personnel to ensure sediment does not reenter catch basin.
B. The Contractor shall continuously utilize a powered broom and/or vacuum sweeper during
and after pavement grinding as required to clean the pavement and to remove all loosened material and dust. The Contractor shall remove all loose material at all times between pavement grinding and the installation of permanent pavement striping.
3.2 CLEARING & GRUBBING
A. The Contractor shall perform Clearing and Grubbing in conformance with Section 2-01 of the Standard Specifications in those areas where new materials are to be placed, except as modified herein, or as directed by the Engineer.
B. Clearing shall include removing and disposing of unwanted natural and unnatural materials
from any surface which conflict with the proposed improvements as described by Section 2-01.3(1) of the Standard Specifications. The Contractor shall complete the clearing work required to complete the specified construction, regardless of whether or not such Clearing is specifically identified by the Contract Documents.
C. Grubbing shall include removing and disposing of unwanted natural and unnatural
materials from underground, which conflict with the proposed Improvements, as described
EARTHWORK 02302-5
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
by Section 2-01.3(2) of the Standard Specifications. Protect public and private utilities that are to remain. Wherever the term “Clearing” is used in the Contract Documents, it shall also be interpreted to include Grubbing as required to complete the specified construction.
D. The disposal of unusable materials resulting from Clearing and Grubbing shall be the
Contractor’s responsibility. Burning for disposal is prohibited. The Owner has not provided a waste disposal site.
E. Existing landscaping and irrigation systems to remain shall be protected from damage.
Vegetation that will require restoration after construction shall be carefully removed from the ground and handled carefully to avoid distress to the roots. The Contractor shall take all necessary steps to preserve such vegetation, including wrapping the root balls in burlap, and keeping the roots wet while the roots are exposed above ground. Landscaping and irrigation systems are not shown on the Contract Drawings. The Contractor shall be responsible for locating irrigation systems and for protecting existing landscaping, plantings, and irrigation, and no additional compensation will be allowed therefore.
3.3 REMOVAL OF UNSUITABLE MATERIAL
A. Conform to the Special Provision titled: “DISPOSAL OF ALL EXCAVATED MATERIALS”.
3.4 ROADWAY EXCAVATION, REMOVAL, AND DISPOSAL
A. Conform to the Special Provision titled: “DISPOSAL OF ALL EXCAVATED MATERIALS”.
3.5 EMBANKMENT AND CUT SLOPES
A. Shape, trim, and finish cut slopes to conform with lines, grades, and cross sections shown, with proper allowance for topsoil or slope protection, where shown. Excavate to lines, grades, and dimensions shown and as necessary to accomplish Work. Excavate to within tolerance of plus or minus 0.05 foot except where dimensions or grades are shown or specified as maximum or minimum. Allow for forms, working space, granular base, topsoil, and similar items, wherever applicable. Trim to neat lines where concrete is to be deposited against earth.
3.6 STOCKPILING EXCAVATED MATERIAL
A. Do not stockpile existing soils and existing roadway base materials.
3.7 COMPACTION
A. General: Deposit materials to be compacted in uniform level layers, each layer not to exceed 8-inches loose depth. Compact to 95% relative density as determined by ASTM D1557, with vibratory compactors, other approved rollers, or other equipment necessary to obtain specified density.
EARTHWORK 02302-6
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
B. Proof-rolling of subgrade soils with adequate mechanical equipment will be required under
areas to be paved.
C. Moisture Content of Fill Material: Material to be at near optimum moisture content (within +/- 3%) when compacted. Adjust the moisture content as required.
3.8 SURVEY MONUMENTS
A. The Contactor shall replace all existing survey monuments which are disturbed or destroyed by construction activities.
3.9 TRIMMING AND CLEANUP
A. Complete Trimming and Cleanup as described by Section 2-11 of the Standard Specifications.
END OF SECTION
TRENCHING, BACKFILLING, AND COMPACTION FOR UTILITIES 02304-1
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
SECTION 02304 TRENCHING, BACKFILLING, AND COMPACTION FOR UTILITIES
PART 1 – GENERAL
1.1 CONTRACT CONDITIONS
A. Work in this Section is bound by the Conditions of the Contract and Division 1 Specifications sections in addition to this Specification and accompanying Contract Drawings.
1.2 QUALITY ASSURANCE
A. All work under this Section shall be governed by the referenced sections of the 2018 edition of the "Standard Specifications for Road, Bridge and Municipal Construction," by the Washington State Department of Transportation, except as herein modified.
B. Installations that do not conform to the requirements contained herein shall be removed
from the project and replaced by the Contractor, and no additional payment will be allowed therefore.
1.3 JOB CONDITIONS
A. CONDITION OF SITE PRIOR TO CONSTRUCTION
1. Accept premises on an "as-is" condition; Owner assumes no responsibility for site condition now, at time of bidding, nor thereafter.
2. Assume all risks from damage or loss to premises by means of fire, theft, and all other
causes.
3. Damage or loss resulting from any cause to buildings persons and/or property shall not relieve Contractor from his obligation to complete all work under the contract.
B. PROTECTION
1. General:
a. Conduct all operations in such a manner as to prevent damage to existing structures
and surfaces and adjacent property. Keep free of damage those portions of existing site buildings and appurtenances which are to remain. Repair any damage incurred because of the work of this section to the satisfaction of the Owner.
TRENCHING, BACKFILLING, AND COMPACTION FOR UTILITIES 02304-2
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
2. Reference bench marks and monuments:
a. Maintain bench marks, monuments, property corners, and all other reference points. If disturbed or destroyed, bench marks, monuments, and property corners shall be replaced by a registered Land Surveyor, in accordance with WAC 332-120, at the Contractor’s sole expense.
3. Utilities:
a. Where existing utilities exist at site, either overhead or underground, take care not to
cause damage thereto; keep building drains, street drains and sewers open, for free drainage at all times.
b. The Contractor shall be responsible for, and shall immediately repair, all damage to
existing sewers, watermains, and building service connections to the same, operated by the Owner, which is caused by the construction work; repair such damage at no cost to Owner in manner approved by the applicable utility. Contractor shall contact the underground utility locating service at l-800-424-5555 a minimum of 48 hours prior to construction.
4. Landscape plantings to remain: Save and protect trees as designated on applicable
Architectural, Landscape and Civil Drawings or as designated in the field.
5. Adjacent buildings: Protect adjacent buildings. Such protection includes occupants of said adjacent buildings, visitors, and passers-by from damage, injury and discomfort caused by dust.
1.4 MEASUREMENT AND PAYMENT
A. The Contractor shall be compensated for completed work on this project based on the unit bid prices identified in the Proposal. All work required to complete the project and not specifically identified in the Proposal shall be included and no separate compensation shall be made. Compensation for each bid item shall include all labor, materials, equipment, tools, fuel, supervision, profit, bonding, and overhead costs required for the construction of completed facilities, and all other work incidental to fulfilling the requirements described herein including all work shown on the Contract Drawings.
B. All references in the Standard Specifications to Measurement and Payment shall be
deleted from consideration, and terms agreed to in the Contract substituted therefore.
C. TRENCH EXCAVATION SAFETY SYSTEMS
1. Basis of Measurement: shall be incidental to associated item requiring excavation to a depth that requires the use of such systems.
TRENCHING, BACKFILLING, AND COMPACTION FOR UTILITIES 02304-3
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
2. Basis of Payment: Includes Shoring and Trench Excavation Safety Systems as required by Washington State construction safety laws, as needed for associated excavation items.
D. UTILITY COORDINATION
1. Basis of Measurement: per lump sum.
2. Basis of Payment: Includes all costs required to coordinate with utility
companies for water, electric power, telephone, gas, and communications as required for installation of the improvements as identified in the Contract Plans and as required by these Specifications.
PART 2 – PRODUCTS
2.1. PIPE BEDDING MATERIAL
A. Imported bedding material shall be used for all pipe bedding for pipe installed by this Contract. Imported bedding material shall consist of one of the following:
a. Clean sand aggregate sizes such that 100 percent passes the No. 4 sieve and three
(3) percent maximum passes the No. 200 sieve.
b. Gravel Backfill for Pipe Zone Bedding in conformance with Section 9-03.12(3) of
the Standard Specifications.
c. Standard size #9 processed aggregate in conformance with ASTM D448.
d. Where identified in the Contract Plans, and as directed by the Engineer, the Contractor shall furnish and install Controlled Density Fill complying with Standard Specification 2-09.3(1)E, modified as required to obtain a slump of between 6 inches and 10 inches when tested in accordance with ASTM C143.
e. Pea gravel will not be approved for pipe bedding.
2.2. TRENCH BACKFILL MATERIAL
A. Native Backfill Material
1. Native soils and existing roadway base materials will not be allowed for use as trench backfill material. Conform to the Special Provision titled: “DISPOSAL OF ALL EXCAVATED MATERIALS”. Excess trench soils may be used for other structural fill under sidewalks within the same work zone.
TRENCHING, BACKFILLING, AND COMPACTION FOR UTILITIES 02304-4
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
B. Gravel for Trench Backfill
1. The Contractor shall furnish and install Crushed Surfacing Top Course for backfilling trenches in accordance with Sections 7-08 and 7-17 of the Standard Specifications.
2.3 MISCELLANEOUS MATERIALS
A. Contractor to provide all other materials for complete installed systems as indicated on the Contract Drawings, and no separate compensation shall be made.
PART 3 - EXECUTION
3.1 GENERAL
A. Excavate to lines, grades, and dimensions shown and as necessary to accomplish Work. Excavate to within tolerance of plus or minus 0.05 foot except where dimensions or grades are shown or specified as maximum or minimum. Allow for forms, working space, granular base, topsoil, and similar items, wherever applicable. Trim to neat lines where concrete is to be placed against earth.Remove or protect obstructions as required.
3.2 TRENCH EXCAVATION SAFETY SYSTEMS
A. If required, the Contractor shall furnish and install Shoring and Trench Safety Systems in accordance with Section 7-08.3(1)B of the Standard Specifications and as required by Washington State construction safety laws. Comply with all requirements of RCW 49.17 Washington Industrial Safety and Health Act, and WAC 296-155 Safety Standards for Construction Work, including but not limited to Part N – Excavation, Trenching, and Shoring. Field changes in facility grades or burial depths will not be cause for extra compensation in this item.
3.3 TRENCHING, BACKFILLING, & COMPACTION FOR PIPE
A. STOCKPILING & DISPOSAL
1. All excess excavated soils and roadway base materials shall be immediately removed from the site and disposed of in conformance with the Special Provision titled: “DISPOSAL OF ALL EXCAVATED MATERIALS”.
B. EXCAVATION
1. Clearing and Grubbing
The area to be excavated shall be cleared and grubbed by the Contractor. This work shall consist of the removal and disposal of all trees, logs, stumps, roots, brush, and all other refuse within the area to be excavated. All such material shall be disposed of offsite at a Contractor provided waste site unless otherwise directed by the Engineer.
TRENCHING, BACKFILLING, AND COMPACTION FOR UTILITIES 02304-5
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
2. Removal of Existing Improvements With certain exceptions the Contractor shall remove and replace all mailboxes, culverts, fences, pavements, sidewalks, and other obstructions that lie within the area to be excavated. The exceptions are utility improvements and any other items the Engineer may direct the Contractor to leave intact. All materials described above shall be disposed of offsite at a Contractor provided waste site.
3. Existing Utilities
Existing utilities of record are shown on the plans. These are shown for convenience only, and the Engineer assumes no responsibility for improper locations or failure to show utility locations on the Plans. The Contractor shall be responsible for protecting all existing public and private utilities including but not limited to telephone, power, gas, and water lines. The Contractor shall call the underground locate service a minimum of 48 hours prior to any construction. Any utility owner shall be permitted enter the job site to repair, rearrange, alter or connect their equipment. The Contractor shall cooperate with such efforts and shall avoid creating delays or hindrances to those doing the work. As needed, the Contractor shall arrange to coordinate work schedules. To ease or streamline the work, the Contractor may desire to ask utility owners to move, remove, or alter their equipment in ways other than those listed in the Plans. The Contractor shall make the arrangements and pay all costs that arise from them. All costs that this section makes the Contractor's obligation shall be incidental to the Contract Bid Items and no separate compensation will be allowed.
4. Trench Excavation
Trench excavation shall be performed in accordance with sections 7-08.3(1)A of the Standard Specifications, except as modified herein. In all cases, the trench must be of sufficient width to permit proper jointing of the pipe and backfilling of material along the sides of the pipe. Trench width at the surface of the ground shall be kept to the minimum necessary to safely install the improvements identified in the Contract Plans.
Trench excavation will occur on and around existing utilities where previous trenching operations may affect the width of the excavation. The Contractor is advised to include an allowance within this bid item for any additional material removed that may be required due to the means, methods, or techniques employed in the excavation operation.
The Contractor is notified that trench excavation will require the protection of adjacent utilities. The Contractor shall protect the existing utilities, or remove and reconstruct the adjacent utilities and no additional compensation will be allowed therefor. Except as provided elsewhere in the Contract Documents, the applicable standards for reconstruction shall be determined by the owner of the existing utility.
The Contractor shall report immediately any damage caused to an existing water main, service, meter, or other water appurtenance, whether depicted or not depicted on the Contract Drawings, to the City of Tacoma Water Control
TRENCHING, BACKFILLING, AND COMPACTION FOR UTILITIES 02304-6
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Center at 253-502-8344. The Water Control Center will dispatch a water service crew to repair the damage. An invoice will be sent directly to the Contractor once the work has been completed. The Contractor shall have paid all invoices due Tacoma Water prior to the Engineer’s approval of the Contractor’s Applications for Payment.
5. Shoring
Shoring shall comply with Section 7-08.3(1)B of the Standard Specifications.
C. BEDDING & BACKFILLING
1. All pipe shall be bedded in conformance with Section 7-08.3(1)C of the Standard Specifications and the details on the Contract Plans. Bedding shall be placed in more than one lift. The first lift shall provide at least 6 inches of bedding under any portion of the pipe and shall be placed before the pipe is installed, and shall be spread smoothly so that the pipe is uniformly supported along the barrel. Subsequent lifts of not more than 6 inches thickness shall be installed to a depth of 6 inches over the crown of the pipe. Each lift shall be compacted to 95 percent of the maximum density as determined by ASTM D1557.
2. Prior to backfilling, all debris shall be removed from the trench. Sheeting used
by the Contractor shall be removed just ahead of backfilling. Backfill up to 12 inches over the top of the pipe shall be evenly and carefully placed. Materials capable of damaging the pipe or its coating shall be removed from the backfill material. The remainder of the material shall be placed by dumping into the trench by any method at the option of the contractor and shall be compacted as specified herein after. Utility crossings shall be backfilled in accordance with the details shown on the plans.
3. Trenches shall be backfilled and compacted by the end of every Working Day.
D. COMPACTION
1. Trench Backfill shall be compacted to at least a minimum of 95% of the
maximum density as determined by ASTM D-1557. At locations where paved streets, roadway shoulders, driveways, or sidewalks will be constructed or reconstructed over the trench, the backfill shall be spread in layers and be compacted by mechanical tampers. In such cases, the backfill material shall be placed in successive layers not exceeding 8 inches in loose thickness, and each layer shall be compacted with mechanical tampers to the density specified herein. Mechanical tampers shall be of the impact type as approved by the Engineer.
2. The Owner will retain the services of a materials testing firm for the purposes of
performing compaction testing of trench backfill material. The Contractor shall be responsible for coordinating the schedule of materials testing with the Engineer. Acceptance sampling and testing will be performed an approximate rate of one (1) compaction test for every 50 LF of trench, at elevations directed
TRENCHING, BACKFILLING, AND COMPACTION FOR UTILITIES 02304-7
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
by the Engineer. Where directed the Contractor shall excavate in the compacted trench area to elevations directed by the engineer, provide trench shoring if required, to allow for trench backfill compaction test. Upon completion of test Contractor shall backfill and compact the excavated area.
3.4 FACILITY INVESTIGATION/POTHOLING
A. The Contractor shall perform Facilities Investigation/Potholing prior to ordering materials, and shall adjust all materials orders only as required to accommodate the conditions discovered thereby.
B. Once the existing utilities have been exposed, the Contractor shall verify the depth of
the utility and shall verify that all ordered parts will fit, and shall adjust the materials order as required to make the required connections and avoid existing utilities.
END OF SECTION
STORM DRAIN 02502-1
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
SECTION 02502 STORM DRAIN
PART 1 – GENERAL
1.1 CONTRACT CONDITIONS
A. Work in this Section is bound by the Conditions of the Contract and Division 1 Specifications sections in addition to this Specification and accompanying Contract Plans.
1.2 QUALITY ASSURANCE
A. All work under this Section shall be governed by the referenced sections of the 2018 edition of the "Standard Specifications for Road, Bridge and Municipal Construction," by the Washington State Department of Transportation, except as herein modified.
B. All storm drain construction shall conform to the requirements of Sections 7-04, 7-05,
and 7-08 of the Standard Specifications except as noted herein, and except as noted on the Contract Plans. Furnish only new, unused materials.
C. Installations that do not conform to the requirements contained herein shall be removed
from the project and replaced by the Contractor, and no additional payment will be allowed therefore.
1.3 MEASUREMENT AND PAYMENT
A. The Contractor shall be compensated for completed work on this project based on the unit bid prices identified in the Proposal. All work required to complete the project and not specifically identified in the Proposal shall be included and no separate compensation shall be made. Compensation for each bid item shall include all labor, materials, equipment, tools, fuel, supervision, profit, bonding, and overhead costs required for the construction of completed facilities, and all other work incidental to fulfilling the requirements described herein including all work shown on the Contract Plans.
B. All references in the Standard Specifications to Measurement and Payment shall be
deleted from consideration, and terms agreed to in the Contract substituted therefore.
C. REMOVE EXISTING CATCH BASIN
1. Basis of measurement: per each.
2. Basis of Payment: includes demolition of conflicting curbs, gutters, sidewalks, and pavement as required to remove all catch basin components; removal, salvage, and delivery of existing frames and grates to City shops. Includes excavation as required
STORM DRAIN 02502-2
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
to remove all catch basin components including portions of existing pipe which are in conflict with the proposed construction. Includes removal and disposal of native soil materials and concrete catch basin components. Includes removal and disposal of all conflicting pipe components, installation of brick and mortar plugs in any connecting pipes to be abandoned in place. Includes backfill using the specified Trench Backfill Material, and compaction of all voids resulting from the removal of catch basins, and all other work as specified and as shown on the Contract Plans.
D. ADJUST CATCH BASIN RIM, REPLACE WITH SOLID LOCKING LID
1. Basis of measurement: per each.
2. Basis of Payment: includes demolition of conflicting curbs, gutters, sidewalks, and
pavement as required to adjust all catch basin rim and riser components; excavation as required to complete work; disposal of all excavated materials; furnishing and installing all required Type 1 Catch Basin solid lid and frame components; connections of riser rings, frames, grates, and grout; CDF backfill around the entire catch basin perimeter to within one (1) foot of the proposed subgrade elevations, all as specified and as shown on the Contract Plans.
E. ADJUST CATCH BASIN RIM, REPLACE WITH VANED GRATE
1. Basis of measurement: per each.
2. Basis of Payment: includes demolition of conflicting curbs, gutters, sidewalks, and pavement as required to adjust all catch basin rim and riser components; excavation as required to complete work; disposal of all excavated materials; furnishing and installing all required Type 1 Catch Basin vaned grate and frame components; connections of riser rings, frames, grates, and grout; CDF backfill around the entire catch basin perimeter to within one (1) foot of the proposed subgrade elevations, all as specified and as shown on the Contract Plans.
F. REMOVE EXISTING STORM DRAIN PIPES
1. Basis of measurement: per lump sum.
2. Basis of Payment: includes demolition of conflicting curbs, gutters, sidewalks, and
pavement as required to remove all pipe which conflicts with the proposed improvements; excavation as required to remove existing pipe which is in conflict with the proposed improvements; removal and disposal of all conflicting pipe, installation of brick and mortar plugs in pipes to be abandoned in place; backfill and compaction of all voids resulting from the removal of pipe, and all other work as specified and as shown on the Contract Plans.
G. PLUG EXISTING PIPES
1. Basis of measurement: per lump sum.
2. Basis of Payment: includes plugging existing pipe as described by Section 7-08.3(4)
STORM DRAIN 02502-3
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
of the Standard Specifications only in locations which are not included in another bid item, where shown on the Contract Plans.
H. CATCH BASIN, TYPE 1
1. Basis of measurement: per each.
2. Basis of Payment: includes demolition of conflicting curbs, gutters, sidewalks, and pavement as required to install all catch basin components; excavation as required to install all catch basin components; disposal of all excavated materials; furnishing and installing all required Type 1 Catch Basin components; connections of storm drain pipes, riser rings, frames, grates, all fittings, adapters, and grout; CDF backfill around the entire catch basin perimeter to within one (1) foot of the proposed subgrade elevations, all as specified and as shown on the Contract Plans.
I. INTERCEPT CATCH BASIN, TYPE 1
1. Basis of measurement: per each.
2. Basis of Payment: includes demolition of conflicting curbs, gutters, sidewalks, and pavement as required to install all catch basin components; excavation as required to install all catch basin components; disposal of all excavated materials; furnishing and installing all required Type 1 Catch Basin components; cut and removal of existing storm drain pipe; connections of storm drain pipes, riser rings, frames, grates, all fittings, adapters, and grout; CDF backfill around the entire catch basin perimeter to within one (1) foot of the proposed subgrade elevations, all as specified and as shown on the Contract Plans.
J. PVC STORM DRAIN PIPE, X-INCH DIAM
1. Basis of measurement: per horizontal linear foot of pipe measured along the
centerline of pipe.
2. Basis of Payment: includes demolition of conflicting curbs, gutters, sidewalks, and pavement as required to install pipe; trenching as required to install proposed pipe; removing and disposing of conflicting storm drain pipe; furnishing and installing pipe bedding and new PVC storm drain pipe, fittings, couplers, and adapters; placing and compacting backfill materials; all as specified herein and as shown on the Contract Plans.
K. CONNECT TO EXISTING X-INCH STORM DRAIN PIPE
1. Basis of Measurement: per each.
2. Basis of Payment: Includes furnishing and installing rigid long-barrel transition pipe
couplings for connecting proposed storm drains to existing storm drains.
STORM DRAIN 02502-4
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
PART 2 – PRODUCTS
2.1 PIPE AND FITTINGS FOR STORM DRAIN PIPE
A. PVC pipe for proposed storm drains shall be Solid Wall ASTM D 3034 SDR 35 PVC Storm Drain Pipe with integral bell joints meeting the requirements of Section 9-05.12(1) of the Standard Specifications, with rubber-gasketed joints as recommended by the pipe manufacturer for wastewater applications.
B. Pipe couplings for connecting new pipe to existing pipe shall be Romac 501 long-barrel transition couplings or approved equal with long-barrel ductile iron center rings, ductile iron end rings, SBR transition gaskets meeting the requirements of ASTM D 2000 MBA 710, and trackhead bolts meeting the requirements of AWWA C111.
C. Fittings for connecting the plain ends of new PVC storm pipes shall be solid-wall injection-
molded PVC fittings meeting the requirements of Section 9-05.12(1) of the Standard Specifications, with elastomeric gasketed joints suitable for wastewater service.
2.2 CATCH BASIN, TYPE 1
A. Furnish Type 1 catch basins meeting the requirements of Section 9-05.50(3) of the WSDOT Standard Specifications, and Standard Plan B-5.20-01, and as shown on the Contract Plans. Furnish only precast bases with integral risers.
B. Furnish a minimum of two (2) grade adjustment sections (collars) for each catch basin, to
allow for a vertical range of adjustment for the frame and grate of at least six (6) inches at the time of construction, as required to accommodate field conditions.
2.3 CATCH BASIN FRAME & GRATE
A. Furnish catch basin frames with vaned grates, bi-directional vaned grates, and solid lids as shown on the WSDOT Standard Plans B-30.10-01, B-30.20-01, B-30.30-01, B-30.40-01, and as shown on the Contract Plans.
2.4 PVC SANDED COLLAR
A. Contractor shall use sanded collars to connect new PVC storm pipes to catch basins. The sanded collars shall be gasketed pipe bells of the same pipe material as the new storm pipe. Furnish GPK Products Sanded Manhole Adapters, or equal.
2.5 GROUT
A. Grout for patching and sealing pipe collars, grade rings, penetrations, and lift holes in manholes and catch basins shall be non-shrink cementitious grout. The grout shall show no volume change when tested in accordance with ASTM C 827. The grout shall have a
STORM DRAIN 02502-5
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
minimum 7-day compressive strength of 6000 psi when tested in accordance with ASTM C 579. The material shall be furnished (selected) in accordance with the manufacturer’s written product application guidelines. The material shall be mixed, placed, and cured in strict accordance with the manufacturer’s written installation instructions.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Prior to placing pipe bedding materials, verify that the trench bottom is firmly compacted at the proper grade, and that all pipe components are correctly aligned.
B. Prior to placing pipe bedding materials, the Contractor shall coordinate to obtain the
Engineer’s inspection of the pipe and fittings. Proceed to place pipe bedding only after all unsatisfactory conditions have been corrected.
3.2 PROTECTION OF EXISTING IMPROVEMENTS
A. The Contractor shall be responsible for protecting existing utilities and shall be responsible for any damage to existing utilities, public or private, where such utilities are not shown to be removed, demolished, or abandoned. The Contractor shall contact the underground utility locating service at least 48 hours prior to construction. The Contractor shall coordinate with the owners of adjacent utilities regarding the exact location of utility lines.
3.3 CATCH BASIN FRAMES & GRATES
A. The Contractor shall provide new frames and grates per the manufacturer’s requirements and as shown on the Contract Plans.
3.4 INSTALLATION OF STORM DRAIN PIPE
A. Storm drain pipe shall be installed in accordance with Section 7-04 of the WSDOT Standard Specifications, and as shown on the Contract Plans.
3.5 GROUTING CATCH BASIN PIPE PENETRATIONS AND LIFT HOLES
A. Grout all catch basin pipe penetrations and lift holes from both sides to completely fill all voids using non-shrink cementitious grout installed in accordance with the grout manufacturer’s written application and installation instructions.
3.6 CONTROLLED DENSITY FILL
A. The Contractor shall provide Controlled Density Fill (CDF) backfill for new catch basins, and where shown on the Contract Plans, and in locations directed by the Engineer.
END OF SECTION
ASPHALT CONCRETE PAVEMENT 02710-1
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
SECTION 02710 ASPHALT CONCRETE PAVMENT
PART 1 – GENERAL
1.1 CONTRACT CONDITIONS
A. Work in this Section is bound by the Conditions of the Contract and Division 1 Specifications sections in addition to this Specification and accompanying Contract Drawings.
1.2 QUALITY ASSURANCE
A. All work under this Section shall be governed by the referenced sections of the 2018 edition of the "Standard Specifications for Road, Bridge and Municipal Construction," by the Washington State Department of Transportation, except as herein modified.
B. Installations that do not conform to the requirements contained herein shall be removed
from the project and replaced by the Contractor, and no additional payment will be allowed therefore.
1.3 JOB CONDITIONS
A. CONDITION OF SITE PRIOR TO CONSTRUCTION
1. Accept premises on an "as-is" condition; Owner assumes no responsibility for site condition now, at time of bidding, nor thereafter.
2. Assume all risks from damage or loss to premises by means of fire, theft, and all other
causes.
3. Damage or loss resulting from any cause to buildings persons and/or property shall not relieve Contractor from his obligation to complete all work under the contract.
B. PROTECTION
1. General:
a. Conduct all operations in such a manner as to prevent damage to existing structures
and surfaces and adjacent property. Keep free of damage those portions of existing site buildings and appurtenances which are to remain. Repair any damage incurred because of the work of this section to the satisfaction of the Owner.
ASPHALT CONCRETE PAVEMENT 02710-2
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
JN 14101 – COMPLETE STREETS T.I.B. IMPROVEMENTS
2. Reference bench marks and monuments:
a. Maintain bench marks, monuments, property corners, and all other reference points. If disturbed or destroyed, bench marks, monuments, and property corners shall be replaced by a registered Land Surveyor, in accordance with WAC 332-120, at the Contractor’s sole expense.
3. Utilities:
a. Where existing utilities exist at site, either overhead or underground, take care not to
cause damage thereto; keep building drains, street drains and sewers open, for free drainage at all times.
b. The Contractor shall be responsible for, and shall immediately repair, all damage to
existing sewers, watermains, and building service connections to the same, operated by the Owner, which is caused by the construction work; repair such damage at no cost to Owner in manner approved by the applicable utility. Contractor shall contact the underground utility locating service at l-800-424-5555 a minimum of 48 hours prior to construction.
1.4 MEASUREMENT AND PAYMENT
A. The Contractor shall be compensated for completed work on this project based on the unit bid prices identified in the Proposal. All work required to complete the project and not specifically identified in the Proposal shall be included and no separate compensation shall be made. Compensation for each bid item shall include all labor, materials, equipment, tools, fuel, supervision, profit, bonding, and overhead costs required for the construction of completed facilities, and all other work incidental to fulfilling the requirements described herein including all work shown on the Contract Drawings.
B. All references in the Standard Specifications to Measurement and Payment shall be
deleted from consideration, and terms agreed to in the Contract substituted therefore.
C. SAWCUT PAVEMENT
1. Basis of Measurement: per linear foot.
2. Basis of Payment: Includes all costs required for sawcutting the existing pavement full depth as required for installation of the improvements as identified in the Contract Plans and as required by these Specifications.
D. REMOVE EXISTING ASPHALT PAVEMENT
1. Basis of measurement: per lump sum.
ASPHALT CONCRETE PAVEMENT 02710-3
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
2. Basis of Payment: includes all costs to remove and dispose of existing asphalt pavement materials and continuous sweeping to keep all existing pavement clean and free of sediment during construction.
E. REMOVE EXISTING CEMENT CONCRETE PAVEMENT, X-INCH THICK
1. Basis of measurement: per square yard as measured in place prior to removal.
2. Basis of Payment: includes all costs to remove and dispose of concrete slabs which
are located under the existing asphalt pavement.
F. CRUSHED SURFACING BASE COURSE
1. Basis of measurement: per ton.
2. Basis of Payment: includes but is not limited to furnishing and installing Crushed Surfacing Base Course, grading and compaction of Crushed Surfacing Base Course, and compaction testing of Crushed Surfacing Base Course, as specified herein.
G. CRUSHED SURFACING TOP COURSE
1. Basis of measurement: per ton.
2. Basis of Payment: includes but is not limited to furnishing and installing Crushed
Surfacing Top Course, grading and compaction of Crushed Surfacing Top Course, and compaction testing of Crushed Surfacing Top Course, as specified herein.
H. HMA CL ½-INCH PG 64-22
1. Basis of measurement: per lump sum.
2. Basis of Payment: includes all costs to furnish and install tack oil, furnish HMA Cl.
½” PG 64-22 Asphalt Concrete Pavement, place and compact Asphalt Concrete Pavement, test compaction of Asphalt Concrete Pavement, and seal pavement seams as specified herein.
I. ADJUST EXISTING UTILITIES TO GRADE
1. Basis of measurement: per lump sum.
2. Basis of Payment: includes all costs to protect existing valve risers and lids, manhole and catch basin frames, grates, covers, and similar utility appurtenances during construction, whether shown on the Plans or not. Includes removal and temporary storage of such appurtenances as required to allow for the proposed construction. Includes re-installing these components at a higher or lower elevation as required to match the finished surface of the pavement, and as shown on the Contract Plans.
ASPHALT CONCRETE PAVEMENT 02710-4
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
PART 2 – PRODUCTS
2.1 ASPHALT CONCRETE PAVEMENT
The Contractor shall construct Asphalt Concrete Pavement in accordance with Section 5-04 of the Standard Specifications, except as modified herein, and as directed by the Engineer.
Asphalt concrete pavement surface course shall be Cl. 1/2”, PG 64-22. The mixing and proportioning of aggregates for the asphalt concrete shall meet the requirements of Section 9- 03.8 of the Standard Specifications. Paving asphalt binder shall be PG grade 64-22 or approved equal meeting the requirements of Section 9-02.1(4) of the Standard Specifications; the minimum compacted thickness shall be as shown on the Contract Drawings.
Where the specified compacted course thickness is greater than 0.10 foot, the acceptable level of compaction shall be a minimum of 92 percent of the maximum density as determined by WSDOT Test Method 705. The level of compaction attained will be determined as the average of not less than 5 nuclear density gauge tests taken on the day the mix is placed (after completion of the finish rolling) at randomly selected locations within each lot, and as directed by the Engineer.. The quantity represented by each lot will be no greater than a single day's production or approximately 400 tons, whichever is less.
The Contractor shall retain the services of a certified materials testing firm for the purposes of performing compaction testing of asphalt concrete pavement. The Contractor shall submit the qualifications of the materials testing firm for the Engineer’s review and approval prior to ordering materials for this project. Acceptance sampling and testing shall be performed in accordance with Section 5-04.3(8)A, and as directed by the Engineer in the field. The Contractor shall submit a compaction testing report for each location where testing was required prior to payment for any asphalt installed as part of this Contract. The compaction test reports shall reference the street station and offset where each test was performed. The cost of compaction testing of asphalt pavement shall be included in the lump sum bid, and no additional compensation will be allowed therefore.
2.2 OIL FOR TACK COAT
For preparation of existing surfaces, tack coat shall be emulsified asphalt grade CSS-1, as specified in Section 9-02.1(6) of the Standard Specifications.
PART 3 - EXECUTION
3.1 SUBGRADE INSPECTION
A. Subgrade Inspection Milestone: After the required subgrade elevations have been obtained and the subgrade has been prepared to receive the Crushed Surfacing Base Course rock, but prior to placing any Base Course, the Contractor shall call for the Engineer's inspection of the subgrade. The Contractor shall allow a minimum of two (2)
ASPHALT CONCRETE PAVEMENT 02710-5
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
working days for the Engineer's inspection, and no Base Course shall be placed until the Engineer has provided written approval for the subgrade.
3.2 BASE COURSE AND TOP COURSE INSPECTION
A. Base Course and Top Course Inspection Milestone: After both the Crushed Surfacing Base Course and Top Course have been placed, compacted, and tested for compaction, but prior to placing any Asphalt Concrete Pavement, the Contractor shall call for the Engineer's inspection of the Crushed Surfacing Base and Top Course. The Contractor shall allow a minimum of two (2) working days for the Engineer's inspection, and no Asphalt Concrete Pavement shall be placed until the Engineer has provided written approval for the Base and Top Course.
3.3 PAVING ROADWAY SURFACES
A. The Contractor shall furnish and install asphalt concrete pavement, Cl. 1/2”,PG 64-22 in accordance with Section 5-04 of the Standard Specifications, and as shown of the Contract Drawings, except as modified herein, and as directed by the Engineer.
B. The Contractor shall restore pavement where shown on the Contract Plans, and shall
also restore the pavement at all locations where the Contractor accidentally damaged the existing asphalt pavement. In each case, the Contractor shall sawcut the existing pavement full depth to provide a clean, vertical, and continuous join line. The Contractor is notified that this may require multiple sawcut operations to remove pavement to the limits of damage caused by the Contractor’s operations. The additional sawcutting which is required to repair pavement damage caused by the Contractor’s operations shall be provided by the Contractor at no additional cost.
C. Soil residual herbicide shall be applied to all soil surfaces that will be surfaced with
asphalt concrete.
D. At the start of paving, if requested by the Contractor, a compaction test section shall be constructed as directed by the Engineer to determine the compactibility of the mix design. Compactibility shall be based on the ability of the mix to attain the specified minimum density (92 percent of the maximum density determined by WSDOT Test Method 705). Following determination of compactibility, the Contractor is responsible for the control of the compaction effort. If the Contractor does not request a test section, the mix will be considered compactable.
E. In addition to the randomly selected locations for tests of the control lot, the Engineer
reserves the right to direct the Contractor to test any area which appears defective and to require the further compaction of areas that fall below acceptable density readings. These additional tests will impact the compaction evaluation of the entire control lot. Control lots not meeting minimum density standard shall be removed and replaced with satisfactory material, and no additional payment will be allowed therefore. At the option of the Engineer, non-complying material may be accepted at a reduced price.
ASPHALT CONCRETE PAVEMENT 02710-6
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
3.4 APPLICATION OF TACK COAT
A. An asphalt tack coat shall be applied to all asphalt and cement concrete surfaces to be overlaid or abutted as specified in the Section 5-04.3(5)A of the Standard Specifications. The tack coat shall be applied at the undiluted rate of 0.12 gallons per square yard. All asphalt seams shall be sealed with AR4000 asphalt and topped with sand as approved by the Engineer.
3.5 SEALING ASPHALT SEAMS
The Contractor shall seal all asphalt seams after the pavement has been compacted using PG64- 22 or equal grade asphalt and topped with sand as approved by the Engineer.
END OF SECTION
TRAFFIC SIGNS AND PAVEMENT MARKINGS 02718-1
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
SECTION 02718 TRAFFIC SIGNS AND PAVEMENT MARKINGS
PART 1 – GENERAL
1.1 CONTRACT CONDITIONS
A. Work in this Section is bound by the Conditions of the Contract and Division 1 Specifications sections in addition to this Specification and accompanying Contract Drawings.
1.2 QUALITY ASSURANCE
A. All work under this Section shall be governed by the referenced sections of the 2018 edition of the "Standard Specifications for Road, Bridge and Municipal Construction," by the Washington State Department of Transportation, except as herein modified.
B. Installations that do not conform to the requirements contained herein shall be removed
from the project and replaced by the Contractor, and no additional payment will be allowed therefore.
1.3 MEASUREMENT AND PAYMENT
A. The Contractor shall be compensated for completed work on this project based on the unit bid prices identified in the Proposal. All work required to complete the project and not specifically identified in the Proposal shall be included and no separate compensation shall be made. Compensation for each bid item shall include all labor, materials, equipment, tools, fuel, supervision, profit, bonding, and overhead costs required for the construction of completed facilities, and all other work incidental to fulfilling the requirements described herein including all work shown on the Contract Drawings.
B. All references in the Standard Specifications to Measurement and Payment shall be
deleted from consideration, and terms agreed to in the Contract substituted therefore.
C. REMOVE EXISTING SIGN
1. Basis of measurement: per each.
2. Basis of Payment: includes all costs to remove all bolts from the existing sign and sign post, detach the existing sign from the post, remove the existing sign support post from the ground, remove and dispose of the sign foundation (if any), and deliver all metallic components to the Owner’s designated location.
TRAFFIC SIGNS AND PAVEMENT MARKINGS 02718-2
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
D. RELOCATE EXISTING SIGN
1. Basis of measurement: per each.
2. Basis of Payment: includes all costs to remove all bolts from the existing sign and existing sign post, detach the sign from the post, remove the existing sign support post from the ground, remove and dispose of the sign foundation (if any), temporarily store and protect the existing sign, deliver the existing sign post to the Owner’s designated location. Also includes all costs to provide new sign post, new concrete sign foundation, new lower sign post support, new mounting hardware, and all other costs required to re-install the existing sign onto a new sign post at a new location.
E. STREET SIGN
1. Basis of measurement: per each.
2. Basis of Payment: includes all costs to provide new sign post, new concrete sign
foundation, new lower sign post support, new mounting hardware, and all other costs required to provide a new sign and new sign post at a new location.
F. PLASTIC CROSSWALK LINE
1. Basis of measurement: per square foot.
2. Basis of Payment: includes all costs for marking out the proposed locations of the
pavement markings and for furnishing and installing the markings as specified herein.
G. PLASTIC STOP LINE
1. Basis of measurement: per square foot.
2. Basis of Payment: includes all costs for marking out the proposed locations of the
pavement markings and for furnishing and installing the markings as specified herein.
H. 6-INCH WIDE PLASTIC LINE (WHITE)
1. Basis of measurement: per linear foot.
2. Basis of Payment: includes all costs for marking out the proposed locations of the
pavement markings and for furnishing and installing the markings as specified herein.
TRAFFIC SIGNS AND PAVEMENT MARKINGS 02718-3
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
I. DOUBLE YELLOW PAINT LINE
1. Basis of measurement: per linear foot.
2. Basis of Payment: includes all costs for marking out the proposed locations of the
pavement markings and for furnishing and installing the markings as specified herein.
J. CERAMIC RAISED PAVEMENT MARKER
1. Basis of measurement: per each.
2. Basis of Payment: includes all costs for marking out the proposed locations of the pavement markings and for furnishing and installing the markings as specified herein.
PART 2 – PRODUCTS
2.1 CONCRETE FOR SIGN POST FOUNDATIONS
A. Concrete for sign post foundations shall be Commercial Class 3000 Concrete meeting the requirements of Section 6-02.3(2)B of the Standard Specifications.
2.2 SIGN SUPPORTS
A. New and relocated signs shall be mounted on Signature Streetscapes 3 inch smooth poles, Acorn cap, and Mini Americana base, or approved equivalent by the Engineer. Additional information is available at https://signaturestreetscapes.com/sign-and-light-posts/ . The Contractor shall determine the required post height based on the sign dimensions and vertical clearance requirements.
2.3 SIGNS
A. Furnish new signs to meet the requirements of Section 9-28 of the Standard Specifications and the WSDOT Sign Fabrication Manual M55-05, except as noted otherwise. All signs shall be fabricated using only 0.080-inch thick aluminum with Type VII prismatic reflective sheeting. Furnish only sign materials listed on the WSDOT Qualified Products List (most recent edition). Street name signs shall comply with City of Ruston detail on plan sheets as noted, as an added option to the Signature Streetscapes sign support system at selected stop sign locations.
2.4 PAVEMENT MARKING MATERIALS
A. The Contractor shall furnish all required pavement marking materials. All pavement marking materials shall be products listed in the Washington State Department of Transportation Qualified Products List (most recent edition).
TRAFFIC SIGNS AND PAVEMENT MARKINGS 02718-4
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
PART 3 - EXECUTION
3.1 REMOVAL OF EXISTING SIGNS AND POSTS
A. The Contractor shall remove signs and posts in locations where the Contract Plans show the removal or relocation of signs. For signs which are to be removed and not replaced, disassemble all metallic components and deliver them to the Owner’s preferred storage location. For signs which require relocation, disassemble all metallic components and deliver only the post to the Owner’s preferred storage location. Temporarily store the sign until it is re-installed on a new post.
3.2 REMOVAL AND REPLACEMENT OF SIGN FOUNDATIONS
A. The Contractor shall remove all sign foundations in locations where the Contract plans show removal or relocation of signs.
B. Prior to constructing new sign foundations, the Contractor shall flag or paint the
proposed locations in the field for the Engineer’s approval.
C. Construct new sign foundations for all new and relocated signs as described by sign post manufacturer’s instructions and Section 8-21.3(9)F of the Standard Specifications, except as noted otherwise herein. Excavations for sign foundations shall be as described by Section 2-09 of the Standard Specifications. Sign foundations shall conform to sign post manufacturer’s instructions or the requirements of the Type ST-4 Sign Support Details shown on WSDOT Standard Plan G-24.50-02. Install sign foundations so that the completed installation conforms to the requirements of WSDOT Standard Plan G-20.10-00 for Sign Installation in Curb Section, except where a different sign location is specifically identified on the Contract Plans.
3.3 STREET SIGNS
A. Install all new street signs to meet the requirements of Section 8-21 of the Standard Specifications, and in accordance with Type ST-4 mounting details as shown on WSDOT Standard Plan G-24.50-02, except as noted otherwise herein.
3.4 PAVEMENT MARKINGS
A. Pavement markings consist of white plastic lines for longitudinal lane delineation (parallel to the flow of traffic), and white plastic for all transverse lines, letters, and symbols. The Contractor shall install pavement markings per Section 8-22 of the Standard Specifications except as noted otherwise herein. Install all pavement marking materials in strict conformance with the manufacturer’s written product installation guidelines, including but not limited to: The allowance of HMA surface curing time prior to the application of paint and plastic materials, surface preparation requirements, and the required line thicknesses and application rates.
B. Prior to the application of any longitudinal pavement markings (lane lines), the
Contractor shall mark out the proposed alignments of the pavement markings on 20-foot
TRAFFIC SIGNS AND PAVEMENT MARKINGS 02718-5
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
centers and at all line terminations for the Engineer’s approval. Prior to the application of any transverse pavement markings, the Contractor shall also mark out the proposed locations these markings (stop bars, crosswalk symbols, and bike lane symbols) for the Engineer’s approval. The Contractor shall allow for two (2) working days for the Engineer’s review, prior to the application of any pavement markings.
C. Existing pavement markings shall be completely removed prior to application of new markings, per WSDOT specifications.
3.5 PAINTED MARKINGS
A. Two applications of paint are required for all painted markings. The two applications of paint shall be separated by no less than two (2) weeks.
B. Painted lines shall be installed in conformance with WSDOT Standard Detail M-20.10-
02.
3.6 PLASTIC MARKINGS
A. Stop bars shall be plastic and shall be eighteen (18) inches wide. All stop bars shall be a minimum of twelve (12) feet long or the length of the existing stop bars, whichever is greater, except where directed by the Engineer. Some stop bars shall be applied in two segments with an angle point between them where directed by the Engineer.
B. Crosswalks shall be installed in accordance with WSDOT Standard Plan M-15.10-01
and as shown on the Contract Drawings. The centerlines of the crosswalks shall be as determined by the Engineer in the field at the time of construction.
C. Plastic lane lines shall be installed in accordance with WSDOT Standard Plans and as
shown on the Contract Drawings.
3.7 CERAMIC RAISED PAVEMENT MARKERS
A. Markers shall be 6-inch diameter ceramic road reflectors, installed on the plastic lane line with two part epoxy method, or other adhesive method as recommended by manufacturer for installation on cured plastic marking material. An example is available at https://stop-painting.com/ceramic-road-reflectors-bot-dots/ , or approved equivalent approved by the Engineer.
END OF SECTION
CURBS AND GUTTERS 02720-1
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
SECTION 02720 CURBS AND GUTTERS
PART 1 – GENERAL
1.1 CONTRACT CONDITIONS
A. Work in this Section is bound by the Conditions of the Contract and Division 1 Specifications sections in addition to this Specification and accompanying Contract Drawings.
1.2 QUALITY ASSURANCE
A. All work under this Section shall be governed by the referenced sections of the 2018 edition of the "Standard Specifications for Road, Bridge and Municipal Construction," by the Washington State Department of Transportation, except as herein modified.
B. Installations that do not conform to the requirements contained herein shall be removed
from the project and replaced by the Contractor, and no additional payment will be allowed therefore.
1.3 JOB CONDITIONS
A. CONDITION OF SITE PRIOR TO CONSTRUCTION
1. Accept premises on an "as-is" condition; Owner assumes no responsibility for site condition now, at time of bidding, nor thereafter.
2. Assume all risks from damage or loss to premises by means of fire, theft, and all other
causes.
3. Damage or loss resulting from any cause to buildings persons and/or property shall not relieve Contractor from his obligation to complete all work under the contract.
B. PROTECTION
1. General:
a. Conduct all operations in such a manner as to prevent damage to existing structures
and surfaces and adjacent property. Keep free of damage those portions of existing site buildings and appurtenances which are to remain. Repair any damage incurred because of the work of this section to the satisfaction of the Owner.
2. Reference bench marks and monuments:
a. Maintain bench marks, monuments, property corners, and all other reference points.
If disturbed or destroyed, bench marks, monuments, and property corners shall be
CURBS AND GUTTERS 02720-2
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
replaced by a registered Land Surveyor, in accordance with WAC 332-120, at the Contractor’s sole expense.
3. Utilities:
a. Where existing utilities exist at site, either overhead or underground, take care not to
cause damage thereto; keep building drains, street drains and sewers open, for free drainage at all times.
b. The Contractor shall be responsible for, and shall immediately repair, all damage to
existing sewers, watermains, and building service connections to the same, operated by the Owner, which is caused by the construction work; repair such damage at no cost to Owner in manner approved by the applicable utility. Contractor shall contact the underground utility locating service at l-800-424-5555 a minimum of 48 hours prior to construction.
4. Landscape plantings to remain: Save and protect trees as designated on applicable
Architectural, Landscape and Civil Drawings or as designated in the field.
5. Adjacent buildings: Protect adjacent buildings. Such protection includes occupants of said adjacent buildings, visitors, and passers-by from damage, injury and discomfort caused by dust.
1.4 MEASUREMENT AND PAYMENT
A. The Contractor shall be compensated for completed work on this project based on the unit bid prices identified in the Proposal. All work required to complete the project and not specifically identified in the Proposal shall be included and no separate compensation shall be made. Compensation for each bid item shall include all labor, materials, equipment, tools, fuel, supervision, profit, bonding, and overhead costs required for the construction of completed facilities, and all other work incidental to fulfilling the requirements described herein including all work shown on the Contract Drawings.
B. All references in the Standard Specifications to Measurement and Payment shall be
deleted from consideration, and terms agreed to in the Contract substituted therefore.
C. SAWCUT CONCRETE CURB AND SIDEWALK
1. Basis of Measurement: per linear foot.
2. Basis of Payment: Includes all costs for sawcutting through the full depths of curbs, gutters, and sidewalks as required to provide space for installation of the proposed improvements identified on the Contract Plans and as required by these Specifications.
CURBS AND GUTTERS 02720-3
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
D. REMOVE EXISTING CONCRETE CURB AND GUTTER
1. Basis of measurement: per linear foot.
2. Basis of Payment: includes all costs for removing the existing concrete curbs and gutters where they are in conflict with the proposed work and disposing of removed materials at a Contractor-provided waste site.
E. CEMENT CONCRETE TRAFFIC CURB
1. Basis of measurement: per linear foot.
2. Basis of Payment: includes all costs for subgrade preparation under proposed curbs,
installing concrete forms, placing and finishing concrete, constructing full-depth expansion joints, and curing the curbs as described herein.
F. CEMENT CONCRETE TRAFFIC CURB AND GUTTER
1. Basis of measurement: per linear foot.
2. Basis of Payment: includes all costs for subgrade preparation under proposed curbs
and gutters, installing concrete forms, placing and finishing concrete, constructing full-depth expansion joints, and curing the curbs and gutters as described herein.
PART 2 – PRODUCTS
2.1 CONCRETE FOR CURBS AND GUTTERS
A. The Contractor shall construct all curbs and gutter using Commercial Class 3000 Concrete meeting the requirements of Section 6-02.3(2)B of the Standard Specifications.
2.2 PREMOLDED JOINT FILLER
A. The Contractor shall construct all expansion joints using full-depth pre-molded joint filler meeting the requirements of Section 9-04.1(2) of the Standard Specifications.
CURBS AND GUTTERS 02720-4
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
2.3 PLASTIC SHEETING FOR CURING CONCRETE
A. The Contractor shall utilize plastic sheeting for curing all curbs and gutters. Plastic sheeting shall be 8-mil polyethylene plastic sheeting. Furnish white or clear sheeting.
PART 3 - EXECUTION
3.1 DEMOLITION OF EXISTING CURBS AND GUTTERS
A. The limits for removals of existing curbs and gutters shall result in the minimum removals required to allow for the proposed construction. The Contractor shall provide full-depth sawcuts through existing curbs and gutters prior to removals.
B. The Contractor shall load, haul, remove, and dispose of existing curbs and gutters which
are in conflict with the proposed design.
3.2 SUBGRADE FOR CURB AND GUTTER
A. Excavate to the required subgrade elevations for curbs and gutters. Compact the subgrade to obtain 95% relative density as determined by ASTM D1557.
3.3 FORMING CURBS AND GUTTERS
A. The Contractor shall utilize fixed forms for forming the curb and gutter. The Contractor shall coordinate with the Engineer to obtain the Engineer’s field-check of the forms for curb and gutter prior to the placement of concrete at each location. Immediately upon completing the placement of curbs forms at each location, the Contractor shall provide written notification to the Engineer that the forms are ready to be checked. Then, the Contractor shall cease all work at each location for two (2) working days to allow for the Engineer to check the forms. The Engineer will check the forms and give instructions to the Contractor for adjustments to the forms. The Contractor will provide adjustments to the forms and no additional payment will be allowed therefore.
3.4 JOINTS FOR CURBS AND GUTTERS
A. The Contractor shall construct full-depth expansion joints for all curbs and all gutters on 15-foot centers, and at all beginnings and endings of curb returns, and at all cold joints at existing structures, and where the curbs or gutters connect to a drainage structure, and where shown on the Contract Plans, and where directed by the Engineer.
3.5 CURING CURBS AND GUTTERS
A. Provide concrete curing for all curbs and gutters in accordance with Section 5- 05.3(13)B, except that the required time for curing shall be five (5) days, and the polyethylene sheeting may be either white or clear.
END OF SECTION
SIDEWALKS AND RAMPS 02730-1
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
SECTION 02730 SIDEWALKS AND RAMPS
PART 1 – GENERAL
1.1 CONTRACT CONDITIONS
A. Work in this Section is bound by the Conditions of the Contract and Division 1 Specifications sections in addition to this Specification and accompanying Contract Drawings.
1.2 QUALITY ASSURANCE
A. All work under this Section shall be governed by the referenced sections of the 2018 edition of the "Standard Specifications for Road, Bridge and Municipal Construction," by the Washington State Department of Transportation, except as herein modified.
B. Installations that do not conform to the requirements contained herein shall be removed
from the project and replaced by the Contractor, and no additional payment will be allowed therefore.
1.3 JOB CONDITIONS
A. CONDITION OF SITE PRIOR TO CONSTRUCTION
1. Accept premises on an "as-is" condition; Owner assumes no responsibility for site condition now, at time of bidding, nor thereafter.
2. Assume all risks from damage or loss to premises by means of fire, theft, and all other
causes.
3. Damage or loss resulting from any cause to buildings persons and/or property shall not relieve Contractor from his obligation to complete all work under the contract.
B. PROTECTION
1. General:
a. Conduct all operations in such a manner as to prevent damage to existing structures
and surfaces and adjacent property. Keep free of damage those portions of existing site buildings and appurtenances which are to remain. Repair any damage incurred because of the work of this section to the satisfaction of the Owner.
SIDEWALKS AND RAMPS 02730-2
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
2. Reference bench marks and monuments:
a. Maintain bench marks, monuments, property corners, and all other reference points. If disturbed or destroyed, bench marks, monuments, and property corners shall be replaced by a registered Land Surveyor, in accordance with WAC 332-120, at the Contractor’s sole expense.
3. Utilities:
a. Where existing utilities exist at site, either overhead or underground, take care not to
cause damage thereto; keep building drains, street drains and sewers open, for free drainage at all times.
b. The Contractor shall be responsible for, and shall immediately repair, all damage to
existing sewers, watermains, and building service connections to the same, operated by the Owner, which is caused by the construction work; repair such damage at no cost to Owner in manner approved by the applicable utility. Contractor shall contact the underground utility locating service at l-800-424-5555 a minimum of 48 hours prior to construction.
4. Landscape plantings to remain: Save and protect trees as designated on applicable
Architectural, Landscape and Civil Drawings or as designated in the field.
5. Adjacent buildings: Protect adjacent buildings. Such protection includes occupants of said adjacent buildings, visitors, and passers-by from damage, injury and discomfort caused by dust.
1.4 MEASUREMENT AND PAYMENT
A. The Contractor shall be compensated for completed work on this project based on the unit bid prices identified in the Proposal. All work required to complete the project and not specifically identified in the Proposal shall be included and no separate compensation shall be made. Compensation for each bid item shall include all labor, materials, equipment, tools, fuel, supervision, profit, bonding, and overhead costs required for the construction of completed facilities, and all other work incidental to fulfilling the requirements described herein including all work shown on the Contract Drawings.
B. All references in the Standard Specifications to Measurement and Payment shall be
deleted from consideration, and terms agreed to in the Contract substituted therefore.
C. REMOVE EXISTING CONCRETE SIDEWALK
1. Basis of measurement: per square yard.
2. Basis of Payment: includes all costs for removing the existing sidewalks where they are in conflict with the proposed work. Includes removing all existing soil materials
SIDEWALKS AND RAMPS 02730-3
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
where required to allow for the proposed work, and disposing of existing soil materials in conformance with the Special Provision titled: “DISPOSAL OF ALL EXCAVATED MATERIALS”.
D. CEMENT CONCRETE SIDEWALK, X-INCH THICK
1. Basis of measurement: per square yard.
2. Basis of Payment: includes all costs to furnish and install Cement Concrete Sidewalk,
as specified herein, including CSTC under the sidewalk where shown on the Contract Plans.
E. CEMENT CONCRETE CURB RAMP, TYPE X
1. Basis of measurement: per each.
2. Basis of Payment: includes all costs to furnish and install Cement Concrete Ramps as
specified herein, including detectable warning surfaces, and CSTC under the ramps where shown on the Plans.
F. MEDIAN CROSSING
1. Basis of measurement: per each.
2. Basis of Payment: includes all costs to furnish and install Median Crossing, as
specified herein, including CSBC and CSTC under the Median Crossing where shown on the Contract Plans. Work includes the detectable warning surfaces, and concrete island curb nose as noted in the contract drawings.
PART 2 – PRODUCTS
2.1 CONCRETE FOR SIDEWALKS AND RAMPS
A. The Contractor shall construct all sidewalks and ramps using Commercial Class 3000 Concrete meeting the requirements of Section 6-02.3(2)B of the Standard Specifications.
2.2 PREMOLDED JOINT FILLER
A. The Contractor shall construct all expansion joints using full-depth pre-molded joint filler meeting the requirements of Section 9-04.1(2) of the Standard Specifications.
2.3 PLASTIC SHEETING FOR CURING CONCRETE
A. The Contractor shall utilize plastic sheeting for curing all sidewalks and ramps. Plastic sheeting shall be 8-mil polyethylene plastic sheeting. Furnish white or clear sheeting.
SIDEWALKS AND RAMPS 02730-4
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
PART 3 - EXECUTION
3.1 DEMOLITION OF EXISTING SIDEWALKS AND RAMPS
A. The limits for removals of existing sidewalks shall result in the minimum removals required to allow for the proposed construction. The Contractor shall provide full-depth sawcuts through existing sidewalks prior to removals.
B. The Contractor shall load, haul, remove, and dispose of existing sidewalks which are in
conflict with the proposed design.
3.2 SUBGRADE FOR SIDEWALKS, MEDIAN CROSSINGS, AND RAMPS
A. Excavate to the required subgrade elevations for sidewalks, median crossings, and ramps in accordance with Section 8-14.3(1). Dispose of excess existing soil materials in conformance with the Special Provision titled: “DISPOSAL OF ALL EXCAVATED MATERIALS”. Compact the subgrade to obtain 95% relative density as determined by ASTM D1557.
3.3 FORMING SIDEWALKS, MEDIAN CROSSINGS, AND RAMPS
A. The Contractor shall utilize fixed forms for forming the sidewalks, median crossings, and ramps in accordance with Section 8-14.3(2) of the Standard Specifications, except as modified herein. The Contractor shall coordinate with the Engineer to obtain the Engineer’s field-check of the forms for sidewalks, median crossings, and ramps prior to the placement of concrete at each location. Immediately upon completing the placement of sidewalk, median crossing, and ramp forms at each location, the Contractor shall provide written notification to the Engineer that the forms are ready to be checked. Then, the Contractor shall cease all work at each location for two (2) working days to allow for the Engineer to check the forms. The Engineer will check the forms and give instructions to the Contractor for adjustments to the forms. The Contractor shall provide adjustments to the forms and no additional payment will be allowed therefore.
3.4 PLACING, JOINTS, AND FINISHING FOR SIDEWALKS, MEDIAN CROSSINGS, AND
RAMPS
A. The Contractor shall place and finish concrete for sidewalks, median crossings, and ramps in accordance with Section 8-14.3(3) of the Standard Specifications, except as modified herein to utilize the City of Ruston standard finish pattern.
B. The Contractor shall construct full-depth expansion joints for all sidewalks on 15-foot
centers, and at all beginnings and endings of returns, and at all cold joints at existing structures, and where the sidewalks connect to a drainage structure, and where shown on the Contract Plans, and where directed by the Engineer.
SIDEWALKS AND RAMPS 02730-5
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
3.5 CURING SIDEWALKS, MEDIAN CROSSINGS, AND RAMPS
A. Provide concrete curing for all sidewalks, median crossings, and ramps in accordance with Section 5-05.3(13)B, except that the required time for curing shall be five (5) days, and the polyethylene sheeting may be either white or clear.
END OF SECTION
LANDSCAPING AND IRRIGATION 02800-1
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
SECTION 02800 LANDSCAPING AND IRRIGATION
PART 1 – GENERAL
1.1 CONTRACT CONDITIONS
A. Work in this Section is bound by the Conditions of the Contract and Division 1 Specifications sections in addition to this Specification and accompanying Contract Drawings.
1.2 QUALITY ASSURANCE
A. All work under this Section shall be governed by the 2018 edition of the "Standard Specifications for Road, Bridge and Municipal Construction," by the Washington State Department of Transportation, except as herein modified.
B. The materials and labor required to complete the work of this Section shall only be
furnished by a Contractor or Subcontractor which specializes in the installation of landscaping and landscape irrigation systems.
C. Installations that do not conform to the requirements contained herein shall be removed
from the project and replaced by the Contractor, and no additional payment will be allowed therefore.
1.3 JOB CONDITIONS
A. CONDITION OF SITE PRIOR TO CONSTRUCTION
1. Accept premises on an "as-is" condition; Owner assumes no responsibility for site conditions now, at time of bidding, nor thereafter.
2. Assume all risks from damage or loss to premises by means of fire, theft, and all other
causes.
3. Damage or loss resulting from any cause to buildings persons and/or property shall not relieve Contractor from his obligation to complete all work under the contract.
B. PROTECTION
1. General:
a. Conduct all operations in such a manner as to prevent damage to existing structures
and surfaces and adjacent property. Keep free of damage those portions of existing site buildings and appurtenances which are to remain. Repair any damage incurred because of the work of this section to the satisfaction of the Owner.
LANDSCAPING AND IRRIGATION 02800-2
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
2. Reference bench marks and monuments:
a. Maintain bench marks, monuments, property corners, and all other reference points.
If disturbed or destroyed, bench marks, monuments, and property corners shall be replaced by a registered Land Surveyor, in accordance with WAC 332-120, at the Contractor’s sole expense.
3. Utilities:
a. Where existing utilities exist at site, either overhead or underground, take care not to
cause damage thereto; keep building drains, street drains and sewers open, for free drainage at all times.
b. The Contractor shall be responsible for, and shall immediately repair, all damage to
existing utilities and roadways which is caused by the construction work; repair such damage at no cost to Owner in a manner approved by the applicable utility. Contractor shall contact the underground utility locating service at l-800-424-5555 a minimum of 48 hours prior to construction.
4. Landscape plantings to remain: Save and protect trees as designated on applicable
Architectural, Landscape and Civil Drawings and as designated in the field.
5. Adjacent buildings: Protect adjacent buildings. Such protection includes occupants of adjacent vehicles and buildings, visitors, and pedestrians from damage, injury and discomfort caused by construction activities including dust.
1.4 MEASUREMENT AND PAYMENT
A. The Contractor shall be compensated for completed work on this project based on the unit bid prices identified in the Proposal. All work required to complete the project and not specifically identified in the Proposal shall be included and no additional compensation will be allowed. Compensation for each bid item shall include all labor, materials, equipment, tools, fuel, supervision, profit, bonding, and overhead costs required for the construction of completed facilities, and all other work incidental to fulfilling the requirements described herein including all work shown on the Contract Drawings.
B. All references in the Standard Specifications to Measurement and Payment shall be
deleted from consideration, and terms agreed to in the Contract substituted therefore.
C. REMOVE EXISTING VEGETATION
1. Basis of measurement: per lump sum.
2. Basis of Payment: includes all costs to cut, remove, and dispose of existing vegetation at a Contractor-provided disposal site.
LANDSCAPING AND IRRIGATION 02800-3
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
D. NEW EXTENSION OF EXISTING IRRIGATION SYSTEM
1. Basis of measurement: per Lump sum.
2. Basis of Payment: includes all costs for trenching, backfilling, and compacting trench backfill for irrigation components, furnishing and installing all new irrigation pipe, and all new irrigation fittings such as tees, couplers, bends, sprinkler heads, sprinkler connection tubing, and manual drain valves as shown on the plans and as specified herein.
E. TOPSOIL, TYPE A
1. Basis of measurement: per lump sum.
2. Basis of Payment: includes all costs to furnish and install Type A Topsoil as specified herein.
F. TURF RESTORATION USING SOD
1. Basis of measurement: per lump sum.
2. Basis of Payment: includes all costs to provide sod turf restoration in all areas shown
on the Plans.
G. RESTORE LANDSCAPING MATERIALS AND HARDSCAPE SURFACES
1. Basis of measurement: included in the bid price for Cement Concrete Sidewalk, X- Inch Thick.
2. Basis of Payment: includes all costs required to remove and replace landscaping and irrigation materials and hardscape surfaces which are disturbed by the Contractor’s operations including but not limited to private walkways, brick paving stones, landscaping timbers, rock walls, landscaping boulders, and irrigation components.
H. SITE FURNISHINGS
1. Basis of measurement: Lump Sum. 2. Basis of Payment: includes all costs required to install bollards, chain, decorative
features as indicated in the plans.
LANDSCAPING AND IRRIGATION 02800-4
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
PART 2 – PRODUCTS
2.1 IRRIGATION PIPE AND FITTINGS
A. Irrigation pipe shall be extruded from rigid PVC compounds meeting the requirements of Cell Classification 12454 per ASTM D1784 Standard Specification for Rigid PVC Compounds. All irrigation pipe shall be new Schedule 40 PVC pipe meeting the requirements of ASTM D1785 Standard Specification for PVC Plastic Pipe Schedules 40, 80, and 120, except where the Plans specifically identify that the existing pipe is to be adjusted or re-installed. Furnish in the color of white.
B. Irrigation fittings shall be molded from rigid PVC compounds meeting the requirements
of Cell Classification 12454 per ASTM D1784 Standard Specification for Rigid PVC Compounds. Fittings for connecting PVC pipes shall be new socket-type Schedule 40 PVC fittings meeting the requirements of ASTM D2466 Standard Specification for PVC Plastic Pipe Fittings, Schedule 40, except for threaded connections, which shall use new threaded-type Schedule 80 PVC fittings meeting the requirements of ASTM D2464 Standard Specification for Threaded PVC Plastic Pipe Fittings, Schedule 80. Furnish in the color of white.
C. Solvent cement for solvent-welding sockets of PVC pipes and fittings shall meet the
requirements of ASTM D2564 Specification for Solvent Cements for PVC Plastic Pipe.
D. Manual drain valve assemblies shall consist of Class 125 bronze angle valves and hexagonal brass or bronze unions. The service pressure rating for all components shall be not less than 200 PSI non-shock cold water. Drain valves shall conform to MSS SP- 80, and shall have a screw-in bonnet, integral seat, renewable seat and disk, and shall be rated for flow and pressure from both directions. Furnish valves with bronze cross handwheel and two (2) compatible operating wrenches.
E. Sprinklers shall be Rainbird 1800 Series or equivalent, with built-in check valves,
pressure regulators, pop-up spray heads or rotor heads, and bottom connections as shown in the Irrigation Equipment List on the Plans. Omit the check valve feature in the highest irrigation head in each irrigation zone.
F. Sprinklers shall be connected to the irrigation lateral pipes using flexible polyethylene
tubing and barbed fittings. Flexible tubing shall be ½-inch nominal diameter Rainbird Swing Pipe or equivalent, 30-inches to 36-inches in length. Barbed fittings at both ends of the tubing shall be Rainbird SBE-50 Spiral Barbed ½-inch NPT x ½-inch barbed elbows.
G. It is understood that irrigation systems are subject to a number of variables which may
not be entirely accommodated by the original design or installation. The objective of this irrigation installation is to obtain a durable, efficient, and balanced irrigation installation. Therefore, the installation of this irrigation system includes the cost to replace, relocate, and adjust a limited number of components after the initial installation has been entirely completed, as required to obtain a durable, efficient, and balanced irrigation installation as directed by the Owner. Such corrective measures will include
LANDSCAPING AND IRRIGATION 02800-5
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
the following:
1. Replace 10% of the irrigation heads in their as-designed locations as required to obtain full irrigation coverage of landscaped areas and eliminate runoff and overspray on hardscape areas, and
2. Relocate 10% of the irrigation heads to a location different than their as-designed locations as required to obtain full irrigation coverage of landscaped areas and eliminate runoff and overspray on hardscape areas, and
3. Adjust the radius of irrigation for all heads which are adjustable in radius as required to obtain full coverage of landscaped areas and eliminate runoff and overspray on hardscape areas, and
4. Adjust the arc of all sprinkler heads which are adjustable in arc as required to obtain full coverage of landscaped areas and eliminate runoff and overspray on hardscape areas, and
5. Replace the filter screens in 10% of all irrigation heads with a pressure- compensating screen as required to obtain full coverage of landscaped areas and eliminate runoff and overspray on hardscape areas.
2.2 TOPSOIL, TYPE A
A. Topsoil, Type A shall be imported soil from outside the project limits and shall meet the requirements of ASTM D5268 Standard Specification Topsoil Used for Landscaping Purposes, and shall otherwise be suitable for the establishment of grasses and for restoring landscaped areas. Topsoil shall be continuously protected from rainfall and runoff using plastic sheeting at all times prior to installation. Topsoil which is saturated prior to installation will be rejected.
2.3 SOD TURF
A. The Contractor shall furnish a commercial grade of turf consisting of a dense, well- rooted growth of permanent grasses matching the variety and color of the existing turf nearest to the location(s) where the new turf is to be installed. The sod shall be delivered in strips of uniform width no less than 18 inches wide. The thickness shall also be uniform with the entire root system retained.
2.4 FERTILIZER
A. Fertilizer shall meet the requirements of Section 9-14.3 of the Standard Specifications and shall be furnished as follows:
Nitrogen (as N): 16% minimum Available Phosphorus (as P2O5): 16% minimum Water Soluble Potash (as K2O): 16% minimum
LANDSCAPING AND IRRIGATION 02800-6
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
2.5 SITE FURNISHINGS - BOLLARDS AND REMOVABLE BOLLARDS
Bollards, chain and removable bollards shall be in compliance with notes on the plans, or approved equal.
PART 3 - EXECUTION
3.1 REMOVAL OF TREES AND OTHER VEGETATION
A. The Contractor shall remove trees where shown on the Contract Plans to be removed. Remove all such trees at the time of Clearing and Grubbing and prior to the placement of any Top Course or Base Course materials for roadway construction.
B. Where the Contract Plans show trees to be removed, the Contractor shall first cut off all
tree limbs which extend more than eight (8) feet horizontally from the diameter of the main trunk of the tree. The Contractor shall then proceed to cut all remaining portions of the trunk and limbs into sections which are a maximum of eight (8) feet long, beginning at the top of the tree and working down to ground level.
C. Where the Contract Plans show trees to be removed, the Contractor shall remove the
stump and shall remove all roots which exceed three (3) inches in diameter, to a depth of twelve (12) inches below the ground surface.
D. Fill all depressions created by the removal of stumps and roots with topsoil so that the
finished ground surfaces at the stumps match the surfaces surrounding the depressions.
E. Dispose of all limbs, trunks, leaves, stumps, and roots at a Contractor-provided disposal site.
3.2 REMOVAL OF EXISTING LANDSCAPING AND IRRIGATION MATERIALS
A. Where the Contract plans show existing landscaping and irrigation materials to be removed and disposed, the Contractor shall remove and dispose of the items identified, at a Contractor-provided disposal site. The Owner has not provided a waste site for this project.
B. Where the Contract Plans show existing irrigation materials to be removed and
reinstalled, the Owner reserves the right to cancel the installation of such materials and direct the Contractor to deliver such materials without installation, at any time until such materials are incorporated into the work.
3.3 RE-INSTALLATION AND ADJUSTMENT OF EXISTING IRRIGATION COMPONENTS
A. Where the Plan shows existing irrigation equipment to be removed, reinstalled, or adjusted to grade, excavate around the entire perimeter of the existing in-ground boxes and remove the boxes without damaging other irrigation components. Excavate soils below the box locations as required to install crushed rock to the thickness and
LANDSCAPING AND IRRIGATION 02800-7
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
elevations shown on the Plans, excavate under service lines which are shown to be adjusted down. Place crushed rock and re-install meter yokes, meters, meter boxes, double check valves, control valves, and valve boxes where such items are shown on the Plans to be re-used. Meter box tops shall be set to match the finished grades, and shall be backfilled with compacted soils.
B. The Contractor shall coordinate with the City of Tacoma Water Department for all work
within two (2) feet of the existing water services, and for all work which exposes any portion of a City water service. Contact Bill Reynolds, Water Service Supervisor at 253-502-8390.
C. Where the plan shows re-using irrigation control valves and irrigation controllers, the
Contractor shall obtain and shall review the installation, operating, and maintenance instructions of the original manufacturer. The Contractor shall be knowledgeable in the installation and adjustment of these existing irrigation control valves and irrigation controllers. The Contractor shall adjust or program these items as required to apply water at agronomic rates which support live turf while eliminating all runoff. The Contractor shall provide new 9-volt batteries for all irrigation controllers and shall test and adjust all components under actual service conditions and shall demonstrate and verify correct operation of all installed components, including those which were removed and reinstalled as part of this Contract.
3.4 IRRIGATION PIPE AND IRRIGATION HEADS
A. Install all irrigation pipe in strict accordance with the details shown on the Plans, and the manufacturer’s written installation instructions, and ASTM D2774 Standard Practice for Underground Installation of Thermoplastic Pressure Piping, and ASTM D2855 Solvent-Cemented Joints for PVC pipes and Fittings. All pipe cuts shall result in square pipe ends with no burrs. All solvent-welded joints shall first be completely cleaned then primed with P-70 purple PVC primer or approved equal.
B. Install all irrigation heads and swing pipes in strict conformance with the
manufacturer’s written installation instructions. Utilize only bottom connections for connecting sprinkler heads to the supply piping. Make bottom connections using Rainbird Swing Pipe Tubing and spiral Barbed Fittings. Adjust the flow rate and pressure prior to sprinkler operation to insure that these fittings are never subjected to more than 80 PSI when the existing water service is capable of supplying a static pressure greater than 80 PSI.
C. The Contractor shall pressure test all portions of the irrigation distribution system prior
to backfilling as described by Part 11 of ASTM D2774 Standard Practice for
Underground Installation of Thermoplastic Pressure Piping or similar industry standard, except for barbed fittings and sprinkler bodies which are not intended to pass the pressure test. The design operating pressure for this project is 80 PSI, therefore the test pressure shall be 120 PSI unless specified otherwise. The duration of the test shall be 15 minutes unless specified otherwise. All threaded joints and all glued joints shall be visible during the test.
D. It is understood that irrigation systems are subject to a number of variables which may
LANDSCAPING AND IRRIGATION 02800-8
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
not be entirely accommodated by the original design or installation. The objective of this irrigation installation is to obtain a durable, efficient, and balanced irrigation installation. Therefore, the installation of this irrigation system includes the cost to replace, relocate, and adjust a limited number of components after the initial installation has been entirely completed, as required to obtain a durable, efficient, and balanced irrigation installation in accordance with the following:
1. Replace 10% of the irrigation heads in their as-designed locations as required to
obtain full irrigation coverage of landscaped areas and eliminate runoff and overspray on hardscape areas, and
2. Relocate 10% of the irrigation heads to a location different than their as-designed locations as required to obtain full irrigation coverage of landscaped areas and eliminate runoff and overspray on hardscape areas, and
3. Adjust the radius of irrigation for all heads which are adjustable in radius as required to obtain full coverage of landscaped areas and eliminate runoff and overspray on hardscape areas, and
4. Adjust the arc of all sprinkler heads which are adjustable in arc as required to obtain full coverage of landscaped areas and eliminate runoff and overspray on hardscape areas, and
5. Replace the filter screens in 10% of all irrigation heads with a pressure- compensating screen as required to obtain full coverage of landscaped areas and eliminate runoff and overspray on hardscape areas.
6. These requirements shall apply to the new installation sections of the irrigation system only. No changes to the existing system, controllers, or supply system is included with this contract.
3.5 SOD TURF
A. Where shown on the Contract Plans, the installation of grass landscaping or the restoration of existing grass shall be completed using sod turf. In such areas, the Contractor shall furnish and install sod turf. The Contractor shall grade flat and compact all areas proposed for sod prior to the placement of sod. Such areas shall be graded to slightly lower elevations as required to accommodate the thickness of the sod, such that the finished elevations will exactly match the proposed finished elevations. The Contractor shall provide watering of the sod until project acceptance by the Owner.
3.6 SEEDING AND FERTILIZING
A. Seeding and Fertilizing shall conform to the requirements of Section 8-02.3(15) of the Standard Specifications, except as otherwise specified. Seed shall be applied at a minimum rate of fifteen (15) pounds per 1000 square feet. Fertilizer shall be applied at a rate of twelve (12) pounds per 1000 square feet to all areas where seed has been applied.
B. Wherever the seeding and fertilizing operation results in bare areas due to the failure of
the seed to germinate, lack of adequate watering, or other reasons, the Contractor shall re-seed and re-fertilize and water such areas until an acceptable ground cover is established, and no additional compensation will be allowed therefore.
LANDSCAPING AND IRRIGATION 02800-9
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
3.7 SITE FURNISHINGS – BOLLARDS AND REMOVABLE BOLLARDS
Install per manufacturer’s instructions. Concrete shall comply with concrete sidewalk specifications.
END OF SECTION
ELECTRICAL 16002-1
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
SECTION 16002 ELECTRICAL
PART 1 – GENERAL
1.1 CONTRACT CONDITIONS
A. Work in this Section is bound by the Conditions of the Contract and Division 1 Specifications sections in addition to this Specification and accompanying Contract Drawings.
1.2 QUALITY ASSURANCE
A. All work under this Section shall be governed by the referenced sections of the 2018 edition of the "Standard Specifications for Road, Bridge and Municipal Construction," by the Washington State Department of Transportation, except as herein modified.
B. Furnish and install all electrical components in conformance with NFPA 70 - National
Electrical Code (NEC), Washington State Electrical Safety Codes and Standards, and the requirements for electrical improvements included in this Contract.
C. Install all electrical materials in accordance with NECA 1 – Standard Practices for
Good Workmanship in Electrical Contracting, most recent edition.
D. Installations that do not conform to the requirements contained herein shall be removed from the project and replaced by the Contractor, and no additional payment will be allowed therefore.
1.3 JOB CONDITIONS
A. CONDITION OF SITE PRIOR TO CONSTRUCTION
1. Accept premises on an "as-is" condition; Owner assumes no responsibility for site condition now, at time of bidding, nor thereafter.
2. Assume all risks from damage or loss to premises by means of fire, theft, and all other
causes.
3. Damage or loss resulting from any cause to buildings persons and/or property shall not relieve Contractor from his obligation to complete all work under the contract.
B. PROTECTION
1. General:
a. Conduct all operations in such a manner as to prevent damage to existing structures
and surfaces and adjacent property. Keep free of damage those portions of existing
ELECTRICAL 16002-2
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
site buildings and appurtenances which are to remain. Repair any damage incurred because of the work of this section to the satisfaction of the Owner.
2. Reference bench marks and monuments:
a. Maintain bench marks, monuments, property corners, and all other reference points.
If disturbed or destroyed, bench marks, monuments, and property corners shall be replaced by a registered Land Surveyor, in accordance with WAC 332-120, at the Contractor’s sole expense.
3. Utilities:
a. Where existing utilities exist at site, either overhead or underground, take care not to
cause damage thereto; keep building drains, street drains and sewers open, for free drainage at all times.
b. The Contractor shall be responsible for, and shall immediately repair, all damage to
existing sewers, watermains, and building service connections to the same, operated by the Owner, which is caused by the construction work; repair such damage at no cost to Owner in manner approved by the applicable utility. Contractor shall contact the underground utility locating service at l-800-424-5555 a minimum of 48 hours prior to construction.
4. Landscape plantings to remain: Save and protect trees as designated on applicable
Architectural, Landscape and Civil Drawings or as designated in the field.
5. Adjacent buildings: Protect adjacent buildings. Such protection includes occupants of said adjacent buildings, visitors, and passers-by from damage, injury and discomfort caused by dust.
1.4 MEASUREMENT AND PAYMENT
A. The Contractor shall be compensated for completed work on this project based on the unit bid prices identified in the Proposal. All work required to complete the project and not specifically identified in the Proposal shall be included and no separate compensation shall be made. Compensation for each bid item shall include all labor, materials, equipment, tools, fuel, supervision, profit, bonding, and overhead costs required for the construction of completed facilities, and all other work incidental to fulfilling the requirements described herein including all work shown on the Contract Drawings.
B. All references in the Standard Specifications to Measurement and Payment shall be
deleted from consideration, and terms agreed to in the Contract substituted therefore.
C. DEMOLISH AND REMOVE EXISTING STOP FLASHER SYSTEM AND STREET LIGHT
1. Basis of measurement: Lump Sum.
ELECTRICAL 16002-3
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
2. Basis of Payment: includes all costs to remove existing street light, street light pole, flashing stop light, supporting hardware, steel light support poles and foundations, steel pole/foundation in center island, overhead wires, and associated electrical elements as noted in the plans. Wood pole and steel poles shall be returned to the City maintenance yard. Existing photocell control shall be relocated as noted in the plans. All other materials shall be removed and disposed/recycled in an approved location. Includes removal of a portion of the double triplex overhead service, and reconnection of the remainder of the existing overhead service wire to the top of the relocated service pole location as shown in the contract plans.
D. NEW STREET LIGHT AND FOUNDATION
1. Basis of measurement: per each.
2. Basis of Payment: includes all costs to install street light foundation, pole, and mast
arm, and install power conductors by a licensed Electrician as shown on the Contract Plans, obtaining the required electrical inspections and approvals, testing to verify correct operation, and demonstrating correct operation of the street light.
E. PVC ELECTRICAL CONDUIT, X-INCH DIAM
1. Basis of measurement: per linear foot of installed conduit, with each run of conduit
paid for separately, regardless of the number of conduit runs contained in a given trench.
2. Basis of Payment: includes all costs to install new conduit, including trenching,
conduit bedding, providing conduit with glued connections and pull-tape, providing glued end caps (where shown on the Contract Plans), connection to existing conduit (where shown on the Contract Plans), coordination for electrical inspections, placing trench backfill materials, supervision by a licensed Electrician, and compacting trench backfill. Includes risers to service connection above ground as indicated in the contract plans.
F. PVC ELECTRICAL SWEEP, X-INCH DIAM
1. Basis of measurement: per each sweep.
2. Basis of Payment: includes all costs to furnish and install large-radius PVC electrical
sweeps with glued joints and pull-tape where shown on the Contract Plans.
G. STREET LIGHTING JUNCTION BOX
1. Basis of measurement: per each.
2. Basis of Payment: includes all costs to provide the box with 8-inches of foundation rock, and connect the conductors.
ELECTRICAL 16002-4
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
H. RELOCATE EXISTING PHOTOCELL CONTROL
1. Basis of measurement: per each.
2. Basis of Payment: includes all costs to protect and remove existing street light
photocell control, and relocate to existing wood guy pole as indicated in the Contract plans. Work shall include connection of service conductors, modification to mounting hardware to accommodate wood pole installation, and installation of the 30A disconnect on the pole riser.
PART 2 – PRODUCTS
2.1 ELECTRICAL CONDUIT
A. All PVC conduit shall be Schedule 40 PVC conduit meeting the requirements of ASTM F512 and NEMA TC-2, color of gray.
2.2 CONDUIT SWEEPS
A. Conduit sweeps shall be long-radius (minimum 12-inch radius) 45-degree or 90-degree PVC conduit bends meeting the requirements of NEMA TC-3, color of gray.
2.3 PVC CONDUIT SOLVENT
A. PVC solvent for connecting PVC conduit segments shall be furnished in accordance with the written recommendations of the pipe manufacturer.
2.4 PULL TAPE
A. Pull tape for all conduits shall be Bull-Line WP10 Polyester pulling tape as manufactured by the ARNCO Corporation, or equal.
2.5 PULLING LUBRICANT
A. Wire pulling lubricant shall be non-staining, slow-drying, polymer-based cable pulling lubricant compatible with PVC conduit and PVC insulation.
2.6 ELECTRICAL PEDESTAL
A. Furnish and install new GE unmetered RV Earth Buried, 100 Amp, 120/240 volt with 50, 30, 20 Amp GFCI Circuit Protected pedestal as shown on plans for X-Mas lighting as shown on plan.
ELECTRICAL 16002-5
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
2.2 ELECTRICAL CONDUCTORS
A. All electrical conductors shall be installed as a pair of 10-AWG for street lighting and 2 AWG for X-Mas lighting 100 Amp pedestal Type UF 600V solid copper conductors with colored PVC insulation, meeting the requirements of UL 493for underground feeder cable. Insulation shall meet the requirements of ANSI/UL Standard 83.
2.3 ELECTRICAL SPLICES
A. All electrical splices shall be made in accordance with NEC Articles 110.14 and 300.5 using connectors listed under UL 486D for direct burial in wet locations, such as 3M UF splice kits.
2.4 MATERIALS FOR GROUNDING
A. Grounding systems are not shown on the Contract Plans. Instead, the Contractor shall select all grounding materials in accordance with applicable electrical codes, including solid copper conductors with green PVC insulation, copper-clad steel grounding rods, and brass or bronze bolted grounding clamps.
2.5 STREET LIGHTING JUNCTION BOX
A. Street Lighting Junction Boxes shall be as shown on the Contract Plans.
2.6 STREET LIGHT AND FOUNDATION
A. Street light pole, foundation, mast arm and luminaire shall be as shown on the Contract Plans.
2.7 FOUNDATION ROCK FOR JUNCTION BOXES
A. Provide CSTC rock for foundation material under the relocated junction boxes.
PART 3 - EXECUTION
3.1 ELECTRICAL CONDUIT
A. Install all electrical conduits in accordance with NECA 1 – Standard Practices for Good Workmanship in Electrical Contracting, most recent edition. Install all conduits with pull tape.
B. The 6-inch diameter conduits shall be installed with a minimum burial depth of 36-
inches between the top of the conduit and the finished ground surface. All other conduits shall be installed with a minimum burial depth of 30-inches between the top of the conduit and the finished ground surface. Refer to other Contract sections for trenching and backfill requirements.
ELECTRICAL 16002-6
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
C. Connect all conduit segments with glued fittings to provide a continuous run of conduit between any two consecutive pull boxes or junction boxes. Assemble glued joints in accordance with the written instructions of the manufacturer of the PVC conduit and solvent.
D. In addition to electrical inspections to be performed by the Agency Having Jurisdiction
(AHJ) as the permitting authority, additional inspections will be required of the open trenches prior to backfilling. At the time when a given length of conduit has been placed into the trench, but prior to any backfilling of that conduit, contact the Engineer and delay the backfill for a period of one (1) hour until the additional inspection can be completed.
E. At time of construction, the Engineer may direct the Contractor to re-use the existing
conductors inside the existing conduits. At other locations, the Engineer may direct the Contractor to install new conductors inside of a new or existing conduit. This information is not shown on the Contract Plans, but will be provided by the Engineer in the field at the time of construction.
F. The Contractor shall not allow any soil, rocks, debris, or water to enter any conduits at
any time. Provide liquid-tight end caps as construction proceeds. Install the specified pull tape inside all conduits prior to backfilling.
3.2 LIGHT POLE AND FOUNDATION
A. The Contractor shall excavate and remove street signal pole, including metal streetlight foundations.
B. The Contractor shall install new pole in a perfectly vertical orientation in the proposed
location shown on the Contract Drawings, or where directed by the Engineer in the field at the time of construction. Light poles which are not set vertical shall be re-excavated and adjusted until they are set vertical.
3.3 JUNCTION BOXES AND GROUND ROD BOXES
A. Where an existing electrical junction box is shown on the Contract Plans to be relocated, the Contractor shall remove the junction box and temporarily store it and protect it from damage. When the Contractor is ready to reinstall the junction box, the Contractor shall install the junction box where shown on the Contract Plans and as directed by the Engineer in the field at the time of construction.
B. Where the Contract Plans show a new electrical junction box or ground rod box, the
Contractor shall install the junction box where shown on the Contract Plans and as directed by the Engineer in the field at the time of construction.
ELECTRICAL 16002-7
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
3.4 ELECTRICAL CONDUCTORS
A. The Contract Plans do not show which conduits will contain conductors and which conduits will contain only pull tape at the completion of construction. Install conductors into conduits only where directed by the Engineer in writing at the time of construction. Utilize pull tapes to pull conductors through the conduits.
B. Coordinate with the electrical utility provider to temporarily disconnect electrical power
to the street lights which are proposed to be relocated. While the power is disconnected, provide temporary rewiring and temporary circuit terminations so that street lights which are not to be relocated will remain will in service during construction. Assume that the Owner’s electrical lighting circuits will remain in service at all times except during this temporary disconnection.
C. Install all electrical conductors in accordance with NECA 1 – Standard Practices for
Good Workmanship in Electrical Contracting, most recent edition. Install all power conductors in conduits unless indicated otherwise. Pull all conductors into a conduit at the same time. Lubricate conductors during pulling, if required. Pull conductors into conduit in the downhill direction using the specified pull tape.
D. Perform all electrical work under the supervision of a licensed electrician. All work in
the vicinity of electrical conductors shall be performed in accordance with the Washington Administrative Code (WAC) 296-45 Electrical Worker Safety Rules. Splices shall only be located inside a junction box. Splice electrical conductors in strict accordance with the manufacturer’s written product installation guidelines. Splice electrical conductors together as described by the splice kit manufacturer’s written installation instructions.
3.5 GROUNDING
A. Grounding requirements are not shown on the Contract Plans. Install all grounding materials in accordance with applicable electrical codes. All grounding connections must be accessible for inspection.
3.6 OBTAINING ELECTRICAL INSPECTIONS AND APPROVALS
A. The Contractor shall perform all work to apply for the required electrical permit, inspections, and approvals from the Agency having Jurisdiction (AHJ). The Contractor shall pay all fees to the AHJ associated with the electrical permit, inspections, and approvals. The Contractor shall perform all coordination to obtain the required inspections, and shall obtain all required approvals from the AHJ.
3.7 TESTING AND COMMISSIONING STREET LIGHTS
A. Test all electrical circuits prior to energizing conductors. Demonstrate correct operation of street lights prior to Substantial Completion.
END OF SECTION
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
ATTACHMENT A
RESPONSIBILITY CRITERIA
RESPONSIBILITY ATTACHMENT A-1
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
ATTACHMENT A
BIDDER MANDATORY AND SUPPLEMENTAL RESPONSIBILITY CRITERIA
A. Bidder Responsibility Criteria: It is the intent of Owner to award a contract to the lowest responsible bidder. Pursuant to RCW 39.04.350(1) the bidder must meet the following bidder responsibility criteria to be considered a responsible bidder. Each Bidder shall submit the attached Mandatory Bidder Responsibility Checklist with its bid demonstrating compliance with the following mandatory bidder responsibility criteria:
1. At the time of bid submittal, have a current certificate of registration as a contractor in
compliance with chapter 18.27 RCW;
2. Have a current Washington Unified Business Identifier (UBI) number;
3. If applicable (if not applicable state why):
a. Have Industrial Insurance (workers’ compensation) coverage for the bidder’s employees working in Washington, as required in Title 51 RCW;
b. Have a Washington Employment Security Department number, as required in
Title 50 RCW;
c. Have a Washington Department of Revenue state excise tax registration number, as required in Title 82 RCW;
4. Not be disqualified from bidding on any public works contract under RCW 39.06.010 or
39.12.065(3).
5. If bidding on a public works project subject to the apprenticeship utilization requirements in RCW 39.04.320, not have been found out of compliance by the Washington state apprenticeship and training council for working apprentices out of ratio, without appropriate supervision, or outside their approved work processes as outlined in their standards of apprenticeship under chapter 49.04 RCW for the one-year period immediately preceding the date of the bid solicitation; and
6. Until December 31, 2013, not have violated RCW 39.04.370 more than one time as
determined by the Department of Labor and Industries.
Documentation: Each Bidder shall complete the "Mandatory Bidder Responsibility Checklist" (FORM A, attached) at the end of this section and submit the Checklist as part of bidder's bid.
RESPONSIBILITY ATTACHMENT A-2
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
B. Supplemental Bidder Responsibility Criteria: In addition to the mandatory bidder responsibility criteria referenced above, each bidder must also meet the following supplemental bidder responsibility criteria applicable to this Project. After bid opening, the apparent low bidder and the apparent second low bidder must submit a list of projects meeting the requirements of Section B.2.A below on the “Contractor Experience Summary” (FORM B, attached).
The Owner reserves the right to request additional documents verifying any Bidder’s compliance with both the experience criteria and responsibility criteria after bid opening. The Owner’s request will be provided to the Bidder and such requested documents shall be provided to the Owner within forty-eight (48) hours of receiving the Owner’s written request or within such other time as determined at the Owner’s sole discretion.
1. Business Status
A. Criterion: The Bidder shall not be "inactive" or "not in good standing" with the Washington State Secretary of State's Office, the Department of Revenue or the Department of Labor & Industries.
B. Possible Documentation: Provide documented information from the
Washington State Secretary of State's Office, the Department of Revenue and/or the Department of Labor & Industries providing the date of incorporation or formation, the state of incorporation or formation, that the Bidder is active and in good standing in the State of Washington, State of Washington tax reporting number, and the name and address of the registered agent, general partner or managing member.
2. Completion of Similar Projects
A. Criterion: The Bidder shall have successfully completed a minimum of three (3) projects of similar size and scope within the five (5) year period immediately preceding the bid date of this Contract. The experience of either the Bidder or the Bidder’s subcontractors from previous projects may be used for meeting this requirement. If any experience of the Bidder’s previous subcontractors is used, then the Bidder shall also utilize a subcontractor to perform all similar work on this Contract. In that case, the Bidder shall make additional submittals for their currently-proposed subcontractor in accordance with Section B.4.A. Projects will be considered to be similar only if all of the following conditions are met:
Each project listed shall have been completed under the same firm name as the Bidder submitting the Bid.
Each project shall have included a minimum of 2,000 square yards of asphalt roadway construction.
In evaluating whether the projects were “successfully completed,” the Owner may check owner references for the previous projects and may evaluate the
RESPONSIBILITY ATTACHMENT A-3
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
owners' assessment of the Bidder performance, including but not limited to the following areas:
Quality control; Safety record; Timeliness of performance; Use of skilled personnel; Management of subcontractors; Availability of and use of appropriate equipment; Compliance with contract documents; Management of submittals process, change orders, and close-out.
B. Documentation: Each Bidder shall submit a list of projects meeting the criteria
listed in B.2.A. above. The list shall be submitted as part of the Bidder’s bid. The information about each project shall include the following:
Owner’s name and contact information for the owner’s representative; Awarded contract amount and final contract amount; A description of the scope of the project and how the project is similar to this project; Whether or not any subcontractors were used. The Bidder’s assessment of its performance of each project, including but not limited to the following:
o Quality control; o Safety record; o Timeliness of performance; o Use of skilled personnel; o Management of subcontractors; o Availability of and use of appropriate equipment; o Compliance with contract documents; o Management of submittals process and change orders.
3. Insurance
A. Criterion: The Bidder shall be able to fully comply with the insurance requirements set forth in the Invitation to Bid and Project Manual.
B. Possible Documentation: Provide the Owner with the types and amounts of
insurance and related endorsements set forth in the Invitation to Bid and Project Manual.
RESPONSIBILITY ATTACHMENT A-4
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
4. Subcontractor Responsibility, Experience, and Proficiency
A. Criterion: The Bidder’s standard subcontract form shall include the subcontractor responsibility language required by RCW 39.06.020, and the Bidder shall have an established procedure which it utilizes to validate the responsibility and suitable experience and proficiency of each of its subcontractors. The Bidder’s subcontract form shall also include a requirement that each of its subcontractors shall have and document a similar procedure to determine whether the sub-tier subcontractors with whom it contracts are also responsible subcontractors.
The Bidder may utilize the experience of subcontractors from previous projects to meet the experience requirements for similar work on this project. In that case, the required subcontractor for this project shall also have successfully completed a minimum of three (3) projects of similar size and scope within the five (5) year period immediately preceding the bid date of this Contract. Projects will be considered to be similar only if all of the following conditions are met:
Each project listed shall have been completed under the same firm name as the Subcontractor being proposed.
Each project shall have included a minimum of 2,000 square yards of asphalt roadway construction.
In evaluating whether the projects were “successfully completed,” the Owner may check owner references for the previous projects and may evaluate the owners' assessment of the subcontractor’s performance, including but not limited to the following areas:
Quality control; Safety record; Timeliness of performance; Use of skilled personnel; Availability of and use of appropriate equipment; Compliance with contract documents;
The Owner reserves the right to require the Bidder to replace unqualified or unacceptable subcontractors based upon lack of experience, lack of financial or technical capabilities, poor past performance on similar projects including but not limited to significant claims or defaults on previous projects indicating poor management practices. Failure of the Bidder to agree to replace such subcontractors shall be the basis to reject Bidder as not responsible.
B. Documentation: Submit a copy of the Bidder’s standard subcontract form for
review by the Owner, submit a list of experience, personnel, and financial information for significant subcontractors. Submit a written summary of
RESPONSIBILITY ATTACHMENT A-5
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Bidder’s procedure for verifying the responsibility and compliance of Bidder’s subcontractors.
Each Bidder using the experience of previous subcontractors to meet the experience requirements shall submit a list of projects for their currently- proposed subcontractor meeting the criteria listed in B.4.A. above. The list shall be submitted as part of the Bidder’s bid. The information about each project shall include the following:
Owner’s name and contact information for the owner’s representative; Dollar amount of original subcontract; Final subcontract amount; A description of the scope of the project and how the project is similar to this project; The Bidder’s assessment of its performance of each project, including but not limited to the following:
o Quality control; o Safety record; o Timeliness of performance; o Use of skilled personnel; o Availability of and use of appropriate equipment; o Compliance with contract documents;
C. Subcontractor Responsibility:
1. The Successful Bidder shall include the language of this section in each of its first tier subcontracts, and shall require each of its subcontractors to include the same language of this section in each of their subcontracts, adjusting only as necessary the terms used for the contracting parties. Upon request of the Owner, the successful Bidder shall promptly provide documentation to the Owner demonstrating that the subcontractor meets the subcontractor responsibility criteria below. In addition to the criteria listed below, this Contract may contain additional experience requirements for Subcontractors in the Technical Provisions. The requirements of this section apply to all subcontractors regardless of tier.
2. At the time of subcontract execution, the Successful Bidder shall verify that each of its
first tier subcontractors meets the following bidder responsibility criteria:
a. Have a current certificate of registration in compliance with chapter 18.27 RCW, which must have been in effect at the time of subcontract bid submittal;
b. Have a current Washington Unified Business Identifier (UBI) number; c. If applicable, have:
i. Have Industrial Insurance (workers’ compensation) coverage for the
subcontractor’s employees working in Washington, as required in Title 51 RCW;
RESPONSIBILITY ATTACHMENT A-6
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
ii. A Washington Employment Security Department number, as required in
Title 50 RCW;
iii. A Washington Department of Revenue state excise tax registration number, as required in Title 82 RCW;
iv. An electrical contractor license, if required by Chapter 19.28 RCW;
v. An elevator contractor license, if required by Chapter 70.87 RCW.
d. Not be disqualified from bidding on any public works contract underRCW 39.06.010 or 39.12.065 (3).
e. If bidding on a public works project subject to the apprenticeship utilization
requirements in RCW 39.04.320, not have been found out of compliance by the Washington state apprenticeship and training council for working apprentices out of ratio, without appropriate supervision, or outside their approved work processes as outlined in their standards of apprenticeship under chapter 49.04 RCW for the one-year period immediately preceding the date of the bid solicitation; and
f. Until December 31, 2018, not have violated RCW 39.04.370 more than one time
as determined by the Department of Labor and Industries.
3. Possible Documentation: The Owner reserves the right to request verification of subcontractor responsibility and may request that the successful bidder have all proposed subcontractors complete a "Mandatory Responsibility Checklist" Form A at the end of this section and submit it for some or all of its subcontractors prior to award and execution of the Contract. Failure to submit any such requested documentation may result in rejection of the Bidder as not responsible under RCW 39.04.350.
D. References: The Owner may conduct reference checks on the apparent lowest and second
lowest bidders whose bids are under consideration for award. In the event that information obtained from the reference checks:
Reveals that the bidder does not meet the Mandatory or Supplemental Bidder
Responsibility Criteria; or
Indicates concerns about the bidder’s performance on projects identified as meeting the Supplemental Bidder Responsibility Criteria, which may include, but not be limited to the quality of construction, the bidder’s management of subcontractors, responsibility of subcontractors used by Bidder, timeliness of required submittals, and safety record on the project; or
Indicates other concerns about the bidder’s ability to successfully perform the work,
RESPONSIBILITY ATTACHMENT A-7
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
the Owner shall have the right to determine that the bidder is not a responsible bidder. Prior to making such a determination that a bidder is not responsible based on information received through reference checks, the Owner may discuss with the bidder the information obtained from the references, and provide the bidder with the opportunity to offer explanations that may help inform whether the Owner declares the bidder not responsible.
In conducting reference checks, the Owner may include itself as a reference if the bidder has performed work for the Owner, even if the bidder did not identify the Owner as a reference.
If the Owner determines the bidder is not a responsible bidder, subject to following the requirements of the appeal process (see below), the Owner may award the contract to the next lowest bidder who meets these Supplemental Bidder Responsibility Criteria.
E. Failure to Submit Documentation: If a bidder fails to submit any documentation required by
the bidding documents to demonstrate compliance with the Mandatory and Supplemental Bidder Responsibility Criteria within the time period specified in the bidding documents, the Owner may:
Find the bidder not responsible, or
Find the bidder responsible based upon any available information that demonstrates that the
bidder meets the Mandatory and Supplemental Bidder Responsibility Criteria.
F. Procedure to Request Modification of Supplemental Bidder Responsibility Criteria. During the bidding period, but not later than five (5) business days before the bid submittal deadline, a potential bidder may request that the Owner modify the supplemental bidder responsibility criteria. The Owner shall evaluate any such requests, and if a decision is made by the Owner in its sole discretion to modify the criteria, such modification shall be communicated to all bidders and plan holders via the issuance of an addendum to the bidding documents. If the Owner determines not to modify the supplemental criteria, the Owner shall notify the requesting bidder of its decision in writing.
G. Appeal of Determination that Bidder does not Meet Responsibility Criteria: If the Owner
determines that a bidder does not meet the Mandatory or Supplemental bidder responsibility criteria and is therefore not a responsible bidder, the Owner shall notify the bidder in writing with the reasons for its determination. If the bidder disagrees with this determination, it may appeal the determination within 24 hours of receipt of the Owner’s determination by presenting additional information in writing to the Owner. The Owner will consider the additional information before issuing its final determination in writing. If the final determination affirms that the bidder is not responsible, the Owner will not execute a contract with any other bidder until two (2) business days after the bidder determined to be not responsible has received written notice of the final determination. For the purposes of this subsection, the date of the Owner's transmission of the Owner's determination(s) by facsimile or electronic mail to the bidder at the facsimile number or e-mail address provided by the bidder in its bid shall constitute the date of receipt by the bidder of the written notices provided for herein.
RESPONSIBILITY ATTACHMENT A-8
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Mandatory Bidder Responsibility Checklist – Form A
General Information Project Name: Project Number:
Bidder’s Business Name: Bid Submittal Deadline:
Contractor Registration – https://fortress.wa.gov/lni/bbip/ License Number: Status:
Active: Yes No Effective Date (must be effective on or before Bid Submittal Deadline):
Expiration Date:
Contractor and Plumber Infraction List – http://www.lni.wa.gov/tradeslicensing/contractors/hirecon/infractions/ Is Bidder on Infraction List?
Yes No Current UBI Number – http://dor.wa.gov/content/doingbusiness/registermybusiness/brd/ UBI Number: Account Closed:
Open Closed Industrial Insurance Coverage – https://fortress.wa.gov/lni/crpsi/MainMenu.aspx Account Number: Account Current:
Yes No Employment Security Department Number –Employment Security Department Number:
Has Bidder provided account number on the Bid Form? Yes No And/or have you asked the Bidder for documentation from
Employment Security Department on account number? Yes No State Excise Tax Registration Number – http://dor.wa.gov/content/doingbusiness/registermybusiness/brd/ Tax Registration Number: Account Closed:
Open Closed Not Disqualified from Bidding – http://www.lni.wa.gov/TradesLicensing/PrevWage/AwardingAgencies/DebarredContractors/default.asp Is the Bidder listed on the “Contractors Not Allowed to Bid” list of the Department of Labor and Industries?
Yes No Checked by: Name of Employee: Date:
RESPONSIBILITY ATTACHMENT A-9
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Contractor Experience Summary – Form B Project No. 1
Project Name: Contractor Name: Owner Name: Project Description:
Contact For Owner: (Include Name and Phone No.)
Awarded Contract Amount: $ Final Contract Amount: $ Completion Date:
Project No. 2
Project Name: Contractor Name: Owner Name: Project Description:
Contact For Owner: (Include Name and Phone No.)
Awarded Contract Amount: $ Final Contract Amount: $ Completion Date:
Project No. 3
Project Name: Contractor Name: Owner Name: Project Description:
Contact For Owner: (Include Name and Phone No.)
Awarded Contract Amount: $ Final Contract Amount: $ Completion Date:
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
ATTACHMENT B
PIERCE COUNTY PREVAILING WAGES AND BENEFIT CODE KEY
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
ATTACHMENT C
FIELD SAMPLING REPORT
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
FIELD SAMPLING REPORT
Winnifred Street
Prepared for
Document Control Number:
RBAE-RUSTON-0001
May 2014
Prepared by
Richard Brady and Associates, Inc.
3710 Ruffin Road San Diego, California 92123
Prepared by:
Shane DeGross, (L.G.# 2874) May 5, 2014 Senior Environmental Geologist
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
This page intentionally left blank.
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
RBAE-RUSTON-0001
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Contents
Section Page
Acronyms and Abbreviations ............................................................................................................. ii
1.0 Introduction ............................................................................................................................ 1-1 1.1 Purpose ....................................................................................................................... 1-1 1.2 Scope of Work ........................................................................................................... 1-1
2.0 Soil Sampling Procedures ................................................................................................... 2-1 2.1 Sample Handling, Processing, and Custody ........................................................ 2-1
2.1.1 Sample Identification .................................................................................. 2-1 2.1.2 Sample Custody ........................................................................................... 2-2
2.2 Field XRF Screening .................................................................................................... 2-2 2.3 Decontamination Procedures .................................................................................... 2-2
3.0 Investigation Results ............................................................................................................... 3-1
4.0 References ............................................................................................................................... 4-1
5.0 Limitations .............................................................................................................................. 5-1
Figures 1 Fixed Base Analytical Results EPA Method 6010B
Appendix A Laboratory Analytical Report B Field X-ray Fluorescence Screening Results
RBAE-RUSTON-0001 i
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Acronyms and Abbreviations
BRADY Richard Brady and Associates, Inc.
EPA United States Environmental Protection Agency
mg/kg milligrams per kilogram MS/MSD matrix spike/matrix spike duplicate MTCA Model Toxics Cleanup Act
ND non-detect
QA/QC quality assurance/quality control QC quality control
XRF X-ray fluorescence
RBAE-RUSTON-0001 ii
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
1.1 Introduction
This Field Sampling Report for Winnifred Street was prepared for the City of Ruston by Richard Brady & Associates Inc (BRADY).
1.1 Purpose The City of Ruston is within the Asarco Smelter Plume, and is known to have soils in exceedance of Washington State Cleanup Levels (Washington Department of Ecology, 2012). This work was performed at the request of the City of Ruston Mayor Bruce Hopkins to provide soil sample analytical results in support of the Winnifred Street repaving project. Repaving of Winnifred Street will require removal of approximately 18 inches of fill and native soil below asphalt. This sampling and analysis was conducted to provide data to evaluate if additional data or special handling might be required for soil beneath the paved surface and in portions of the median that will be removed.
1.2 Scope of Work The scope of work for this sampling effort included:
Collection of soil samples from approximately 6 and 18 inches below road base (for samples collected in the street) or below grass roots for samples collected in the median
Collecting preliminary field screening data for arsenic and lead using a hand-held X- ray fluorescence (XRF) instrument
Submitting soil samples to a fixed base laboratory for analysis by United States Environmental Protection Agency (EPA) method 6010B for arsenic and lead.
Preparation of this field sampling report.
RBAE-RUSTON-0001 1-1
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
1.0 0BINTRODUCTION
This page intentionally left blank.
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
1-2 RBAE-RUSTON-0001
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
2.1 Soil Sampling Procedures
This section presents a brief description of the sample handling, XRF and decontamination procedures for soil sampling.
2.1 Sample Handling, Processing, and Custody All potholing and soil sampling was conducted in one day on April 9, 2014. Potholes were excavated by Applied Professional Services Inc. using an air knife and vacuum truck in order to confirm the location of marked utilities. BRADY collected soil samples from the sidewalls of the potholes. Soil samples were collected from approximately 6 and 18 inches below road base at each pothole location. At locations within the grass median, soil samples were collected from approximately 6 and 18 inches below root base. The sidewall of the pothole was first scraped in order to collect the sample from a surface untouched by air knife equipment. Approximately 4 ounces of undisturbed soil was scraped off the sidewall of the pothole into the sampler’s gloved hand using a stainless steel trowel. The soil sample was then placed into a stainless steel bowl for mixing and removal of large rocks. Soil was placed on to a clean plastic tray and an approximate 2-inch-by-2-inch surface of the soil analyzed by the XRF prior to packaging into 4-ounce laboratory supplied glass soil jars. One XRF measurement was collected for each sample with the exception of duplicate samples. Soil sample jars were placed in zip-loc bags and placed in a cooler on ice. The sampling equipment was decontaminated after the collection of each soil sample using the procedure described below in Section 2.3.
Samples were submitted to TestAmerica Laboratories, Inc. under chain of custody and analyzed for arsenic and lead by EPA Method 6010B.
2.1.1 Sample Identification To provide a method of tracking each sample through collection, analysis, data review, and data reduction, a sample identification system was established. Sample number identification was assigned in the field according to the following system:
a maximum ten-character designation for the Location ID corresponding to the pothole number was established; this was followed by
a one or two-character designation of the matrix type, i.e. “S” for soil; and
a two-character designation of the consecutive sample number from each matrix type collected at the location, where leading zeros were used as needed to create two characters.
For example, sample identification number PH10-S-02 refers to Location ID “PH10” (where “PH” refers to pothole location, and “10” refers to the tenth consecutive location), “S” refers to the soil matrix, and “02” refers to the second soil sample collected at the station.
RBAE-RUSTON-0001 2-1
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
2.0 1BSOIL SAMPLING PROCEDURES
Field quality control (QC) samples subjected to chemical analysis were sequentially numbered as collected in the field. Field QC samples were labeled similar to site samples with “-03” as the sample number.
Additional volume was collected at PH-07-S-02 and PH10-S-02 for laboratory matrix spike/ matrix spike duplicate (MS/MSD) samples for lab quality assurance/quality control (QA/QC). Field duplicates were collected at PH07 and PH10 at the 18-inch intervals. The full laboratory results and QA/QC are included in Appendix A.
2.1.2 Sample Custody The physical custody of the samples from the time of collection to submission to the analytical laboratory is documented on chain of custody forms using the sample ID nomenclature described above. The chain of custody form was signed by the individual responsible for custody of the sample containers, and the original accompanied the samples to the laboratory. One copy of the chain of custody form was kept by the project manager. A copy of the chain of custody is included in the laboratory report (Appendix A).
2.2 Field XRF Screening The XRF used for this project was an InnovX Systems XRF Soil Analyzer rented from Field Environmental Instruments Inc. The XRF was pre-calibrated by the equipment manufacturer. Each sample was analyzed by XRF prior to lab packaging with the exception of field duplicates collected for laboratory analysis. The XRF results were recorded in the field logbook. Detections were noted with the margin of error, XRF non-detect was recorded as “ND” below the instrument detection limit (e.g. ND<20). XRF results are presented in Appendix B.
2.3 Decontamination Procedures Decontamination of non-disposable sampling equipment was performed to prevent the introduction of extraneous material into samples and to prevent cross-contamination between samples. The equipment was scrubbed with a brush, using laboratory grade detergent, Alconox®, and potable water solution, rinse with potable water, and rinse again with de-ionized water.
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
2-2 RBAE-RUSTON-0001
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
3.0 Investigation Results
Analytical laboratory results for soil samples are provided in Appendix A. XRF results are provided in Appendix B.
Arsenic was reported in soil above the Model Toxics Cleanup Act (MTCA) cleanup level for unlimited land use (20 milligrams per kilogram [mg/kg]) in 24 out of 34 samples. Lead was reported in soil above the MTCA cleanup level for unlimited use (250 mg/kg) in two of 34 samples; both samples were collected from location PH16. Figure 1 presents the analytical laboratory results for arsenic and lead.
RBAE-RUSTON-0001 3-1
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
This page intentionally left blank.
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
3-2 RBAE-RUSTON-0001
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
4.0 References
Washington Department of Ecology. 2012. Tacoma Smelter Plume Model Remedies Guidance, Sampling and Cleanup of Arsenic and Lead Contaminated Soils. June
RBAE-RUSTON-0001 4-1
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
This page intentionally left blank.
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
4-2 RBAE-RUSTON-0001
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
5.0 Limitations
This sampling effort was conducted in a manner consistent with the level of care and skill ordinarily exercised by members of the profession currently practicing in the same locality under similar conditions. No other warranty, either expressed or implied, is made.
No sampling effort can completely and thoroughly evaluate a given site for all potential occurrences of hazardous materials and/or recognized environmental conditions. Environmental conditions may exist that cannot be inferred from analytical results from discrete sampling locations; other environmental conditions may exist in areas not sampled or between sampling locations.
RBAE-RUSTON-0001 5-1
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
This page intentionally left blank.
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
5-2 RBAE-RUSTON-0001
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Figure
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
RBAE-RUSTON-0001
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
This page intentionally left blank.
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
RBAE-RUSTON-0001
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
PH16 SAMPLE ID RESULT(mg/kg) 6" PH16-S-01 Arsenic 190 PH16-S-01 Lead 650* 18" PH16-S-02 Arsenic 220 PH16-S-01 Lead 670*
PH01 SAMPLE ID RESULT(mg/kg) 6" PH01-S-01 Arsenic 110 PH01-S-01 Lead 150 18" PH01-S-02 Arsenic 36 PH01-S-02 Lead 39
!(!(
!(!(
!(!(
!(!(
PH15 SAMPLE ID RESULT(mg/kg) 6" PH15-S-01 Arsenic 38 PH15-S-01 Lead 7.2 18" PH15-S-02 Arsenic 5.5 PH15-S-02 Lead 2
PH14 SAMPLE ID RESULT(mg/kg) 6" PH14-S-01 Arsenic 5 PH14-S-01 Lead 22 18" PH14-S-02 Arsenic 95 PH14-S-02 Lead 110
!(!(
PH03 SAMPLE ID RESULT(mg/kg) 6" PH03-S-01 Arsenic 91 PH03-S-01 Lead 97 18" PH03-S-02 Arsenic 9.2 PH03-S-02 Lead 12
!(!(
!(!(
!(!(
PH04 SAMPLE ID RESULT(mg/kg) 6" PH04-S-01 Arsenic 23 PH04-S-01 Lead 21 18" PH04-S-02 Arsenic 11 PH04-S-02 Lead 9.9
!(!(
!(!(
!(!(
!(!(!(
!(!( !(!(
!(!(!(
!(!(
PH09 SAMPLE ID RESULT(mg/kg) 6" PH09-S-01 Arsenic 20 PH09-S-01 Lead 25 18" PH09-S-02 Arsenic 15 PH09-S-02 Lead 13
PH10 SAMPLE ID RESULT(mg/kg) 6" PH10-S-01 Arsenic 6.7 PH10-S-01 Lead 1.6 18" PH10-S-02 Arsenic 16 PH10-S-02 Lead 13 PH10-S-03 Arsenic 17 PH10-S-03 Lead 14
PH07 SAMPLE ID RESULT(mg/kg) 6" PH07-S-01 Arsenic 150 PH07-S-01 Lead 93 18" PH07-S-02 Arsenic 150 PH07-S-02 Lead 200 PH07-S-03 Arsenic 170 PH07-S-03 Lead 200
0 75 150
FEET
LEGEND
Arsenic Lead
100 140
Arsenic Lead
130 130
ArsenicLead
110110
RESULT(mg/kg) Arsenic
Lead120140
ArsenicLead
2.99.1
PH13 SAMPLE ID6" PH13-S-01PH13-S-0118" PH13-S-02PH13-S-02
RESULT(mg/kg)PH02 SAMPLE ID6" PH02-S-01 PH02-S-01 18" PH02-S-02 PH02-S-02
RESULT(mg/kg)
PH12SAMPLE ID6" PH12-S-01PH12-S-0118" PH12-S-02PH12-S-02
ArsenicLead
45 28
ArsenicLead
98 24
PH11 SAMPLE ID6" PH11-S-01 PH11-S-01 18" PH11-S-02 PH11-S-02
RESULT(mg/kg)
ArsenicLead
150120
PH08 SAMPLE ID6" PH08-S-01 PH08-S-01 18" PH08-S-02 PH08-S-02
RESULT(mg/kg)
Arsenic Lead
230 220
Arsenic Lead
150 64
RESULT(mg/kg)
Arsenic Lead
15 33
RESULT(mg/kg)
ArsenicLead
100 140
ArsenicLead
60 84
mpl
ingR
esul
ts.m
xd 0
5/02
/201
4 S
CD
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
ANALYTICAL RESULTS
ARSENIC (mg/kg)
!( 0 - <20
!( >20 - <100
(! >100
NOTES: 1. SAMPLE DEPTH REPRESENTED IN INCHES BELOW
ROAD BASE (STREET) OR GRASS ROOTS (MEDIAN). 2. FIELD DUPLICATE SAMPLES AT PH07 AND PH10
ARE NOTED WITH -03 IN THE SAMPLE ID. 3. THE STATE CLEANUP LEVELS FOR ARSENIC AND LEAD
ARE 20 mg/kg AND 250 mg/kg. TWO SAMPLES EXCEEDED THE STATE CLEANUP LEVEL FOR LEAD. THOSE SAMPLES ARE NOTED WITH AN (*) NEXT TO THE RESULT.
4. MAP SYMBOLOGY IS BASED ON ARSENIC RESULTS.
mg/kg - MILLIGRAMS PER KILOGRAM
FIXED BASE ANALYTICAL RESULTS EPA METHOD 6010B
WINNIFRED STREET SAMPLING
FIGURE
1
PREPARED BY: BRAD Y
PH05 SAMPLE ID6" PH05-S-01 PH05-S-01 18" PH05-S-02 PH05-S-02
Arsenic Lead
58 100
PH06SAMPLE ID6" PH06-S-01PH06-S-0118" PH06-S-02PH06-S-02
´
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
This page intentionally left blank.
RBAE-RUSTON-0001
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Appendix A Laboratory Analytical Report
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
RBAE-RUSTON-0001
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
This page intentionally left blank.
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
RBAE-RUSTON-0001
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
1
ANALYTICAL REPORT TestAmerica Laboratories, Inc. TestAmerica Seattle 5755 8th Street East Tacoma, WA 98424 Tel: (253)922-2310
9 TestAmerica Job ID: 580-43163-1 Client Project/Site: Winnifred Street (WA)
For: Richard Brady & Associates 3710 Ruffin Rd San Diego, California 92123
Attn: Jesse MacNeill
Authorized for release by: 4/28/2014 11:32:55 AM Melissa Armstrong, Project Manager II (253)248-4975 [email protected]
Designee for
Kim Presley, Project Management Assistant I (253)922-2310 [email protected]
This report has been electronically signed and authorized by the signatory. Electronic signature is intended to be the legally binding equivalent of a traditionally handwritten signature.
Results relate only to the items tested and the sample(s) as received by the laboratory.
2
3
4
5
6
7
8
10
11
TestAmerica Seattle4/28/2014 Page 2 of 54
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Client: Richard Brady & Associates Project/Site: Winnifred Street (WA)
Table of Contents TestAmerica Job ID: 580-43163-1
Cover Page . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 3
Table of Contents . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 4
Case Narrative . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 5Definitions ................................................................................................................ 4
Client Sample Results . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 6
QC Sample Results . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 39 7Chronicle .................................................................................................................. 42
Certification Summary . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 49 8
Sample Summary ................................................................................................... 50 9
Chain of Custody . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 51 10Receipt Checklists ................................................................................................. 54
1
2
11
TestAmerica Seattle4/28/2014 Page 3 of 54
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Case Narrative 1
Client: Richard Brady & Associates TestAmerica Job ID: 580-43163-1 Project/Site: Winnifred Street (WA)
Job ID: 580-43163-1
Laboratory: TestAmerica Seattle
Narrative
Receipt
The samples were received on 4/10/2014 12:50 PM; the samples arrived in good condition, properly preserved and, where required, on ice. The temperature of the cooler at receipt was 8.2º C.
Metals
No analytical or quality issues were noted, other than those described in the Definitions/Glossary page.
General Chemistry No analytical or quality issues were noted, other than those described in the Definitions/Glossary page.
9
2
3
4
5
6
7
8
10
11
TestAmerica Seattle
Page 4 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Client: Richard Brady & Associates Project/Site: Winnifred Street (WA)
Definitions/Glossary
TestAmerica Job ID: 580-43163-1
Qualifiers
Metals
Qualifier Qualifier Description
F1 MS and/or MSD Recovery exceeds the control limits
Glossary
Abbreviation These commonly used abbreviations may or may not be present in this report.
¤ Listed under the "D" column to designate that the result is reported on a dry weight basis
%R Percent Recovery
CNF Contains no Free Liquid
DER Duplicate error ratio (normalized absolute difference)
Dil Fac Dilution Factor
DL, RA, RE, IN Indicates a Dilution, Re-analysis, Re-extraction, or additional Initial metals/anion analysis of the sample
DLC Decision level concentration
MDA Minimum detectable activity
EDL Estimated Detection Limit
MDC Minimum detectable concentration
MDL Method Detection Limit
ML Minimum Level (Dioxin)
NC Not Calculated
ND Not detected at the reporting limit (or MDL or EDL if shown)
PQL Practical Quantitation Limit
QC Quality Control
RER Relative error ratio
RL Reporting Limit or Requested Limit (Radiochemistry)
RPD Relative Percent Difference, a measure of the relative difference between two points
TEF Toxicity Equivalent Factor (Dioxin)
TEQ Toxicity Equivalent Quotient (Dioxin)
1
2
3
4
5
6
7
8
9
10
11
TestAmerica Seattle
Page 5 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Client Sample Results 1
Client: Richard Brady & Associates Project/Site: Winnifred Street (WA)
Client Sample ID: PH01-S-01/PH01 Date Collected: 04/09/14 09:25 Date Received: 04/10/14 12:50
TestAmerica Job ID: 580-43163-1
Lab Sample ID: 580-43163-1 Matrix: Solid
Percent Solids: 81.5
9
2
3
4
5
6
7
8
10
11
Method: 6010B - Metals (ICP) Analyte
Result
Qualifier
RL
MDL
Unit
D
Prepared
Analyzed
Dil Fac
Arsenic 110 3.3 mg/Kg ☼ 04/22/14 13:29 04/23/14 13:13 1
Lead 150 1.6 mg/Kg ☼ 04/22/14 13:29 04/23/14 13:13 1
General Chemistry Analyte
Result
Qualifier
RL
RL
Unit
D
Prepared
Analyzed
Dil Fac
Percent Solids 81 0.10 % 04/16/14 13:34 1
Percent Moisture 19 0.10 % 04/16/14 13:34 1
TestAmerica Seattle
Page 6 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Client Sample Results 1
Client: Richard Brady & Associates Project/Site: Winnifred Street (WA)
Client Sample ID: PH01-S-02/PH01 Date Collected: 04/09/14 09:30 Date Received: 04/10/14 12:50
TestAmerica Job ID: 580-43163-1
Lab Sample ID: 580-43163-2 Matrix: Solid
Percent Solids: 71.1
9
2
3
4
5
6
7
8
10
11
Method: 6010B - Metals (ICP) Analyte
Result
Qualifier
RL
MDL
Unit
D
Prepared
Analyzed
Dil Fac
Arsenic 36 3.1 mg/Kg ☼ 04/22/14 13:29 04/23/14 13:16 1
Lead 39 1.6 mg/Kg ☼ 04/22/14 13:29 04/23/14 13:16 1
General Chemistry Analyte
Result
Qualifier
RL
RL
Unit
D
Prepared
Analyzed
Dil Fac
Percent Solids 71 0.10 % 04/16/14 13:34 1
Percent Moisture 29 0.10 % 04/16/14 13:34 1
TestAmerica Seattle
Page 7 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Client Sample Results 1
Client: Richard Brady & Associates Project/Site: Winnifred Street (WA)
Client Sample ID: PH02-S-01/PH02 Date Collected: 04/09/14 09:46 Date Received: 04/10/14 12:50
TestAmerica Job ID: 580-43163-1
Lab Sample ID: 580-43163-3 Matrix: Solid
Percent Solids: 78.6
9
2
3
4
5
6
7
8
10
11
Method: 6010B - Metals (ICP) Analyte
Result
Qualifier
RL
MDL
Unit
D
Prepared
Analyzed
Dil Fac
Arsenic 100 3.3 mg/Kg ☼ 04/22/14 13:29 04/23/14 13:19 1
Lead 140 1.6 mg/Kg ☼ 04/22/14 13:29 04/23/14 13:19 1
General Chemistry Analyte
Result
Qualifier
RL
RL
Unit
D
Prepared
Analyzed
Dil Fac
Percent Solids 79 0.10 % 04/16/14 14:56 1
Percent Moisture 21 0.10 % 04/16/14 14:56 1
TestAmerica Seattle
Page 8 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Client Sample Results 1
Client: Richard Brady & Associates Project/Site: Winnifred Street (WA)
Client Sample ID: PH02-S-02/PH02 Date Collected: 04/09/14 09:56 Date Received: 04/10/14 12:50
TestAmerica Job ID: 580-43163-1
Lab Sample ID: 580-43163-4 Matrix: Solid
Percent Solids: 71.9
9
2
3
4
5
6
7
8
10
11
Method: 6010B - Metals (ICP) Analyte
Result
Qualifier
RL
MDL
Unit
D
Prepared
Analyzed
Dil Fac
Arsenic 130 3.2 mg/Kg ☼ 04/22/14 13:29 04/23/14 13:22 1
Lead 130 1.6 mg/Kg ☼ 04/22/14 13:29 04/23/14 13:22 1
General Chemistry Analyte
Result
Qualifier
RL
RL
Unit
D
Prepared
Analyzed
Dil Fac
Percent Solids 72 0.10 % 04/16/14 14:56 1
Percent Moisture 28 0.10 % 04/16/14 14:56 1
TestAmerica Seattle
Page 9 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Client Sample Results 1
Client: Richard Brady & Associates Project/Site: Winnifred Street (WA)
Client Sample ID: PH03-S-01/PH03 Date Collected: 04/09/14 10:15 Date Received: 04/10/14 12:50
TestAmerica Job ID: 580-43163-1
Lab Sample ID: 580-43163-5 Matrix: Solid
Percent Solids: 76.5
9
2
3
4
5
6
7
8
10
11
Method: 6010B - Metals (ICP) Analyte
Result
Qualifier
RL
MDL
Unit
D
Prepared
Analyzed
Dil Fac
Arsenic 91 3.4 mg/Kg ☼ 04/22/14 13:29 04/23/14 13:24 1
Lead 97 1.7 mg/Kg ☼ 04/22/14 13:29 04/23/14 13:24 1
General Chemistry Analyte
Result
Qualifier
RL
RL
Unit
D
Prepared
Analyzed
Dil Fac
Percent Solids 76 0.10 % 04/16/14 14:56 1
Percent Moisture 24 0.10 % 04/16/14 14:56 1
TestAmerica Seattle
Page 10 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Client Sample Results 1
Client: Richard Brady & Associates Project/Site: Winnifred Street (WA)
Client Sample ID: PH03-S-02/PH03 Date Collected: 04/09/14 10:16 Date Received: 04/10/14 12:50
TestAmerica Job ID: 580-43163-1
Lab Sample ID: 580-43163-6 Matrix: Solid
Percent Solids: 71.1
9
2
3
4
5
6
7
8
10
11
Method: 6010B - Metals (ICP) Analyte
Result
Qualifier
RL
MDL
Unit
D
Prepared
Analyzed
Dil Fac
Arsenic 9.2 3.6 mg/Kg ☼ 04/22/14 13:29 04/23/14 13:27 1
Lead 12 1.8 mg/Kg ☼ 04/22/14 13:29 04/23/14 13:27 1
General Chemistry Analyte
Result
Qualifier
RL
RL
Unit
D
Prepared
Analyzed
Dil Fac
Percent Solids 71 0.10 % 04/16/14 14:56 1
Percent Moisture 29 0.10 % 04/16/14 14:56 1
TestAmerica Seattle
Page 11 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Client Sample Results 1
Client: Richard Brady & Associates Project/Site: Winnifred Street (WA)
Client Sample ID: PH04-S-01/PH04 Date Collected: 04/09/14 10:45 Date Received: 04/10/14 12:50
TestAmerica Job ID: 580-43163-1
Lab Sample ID: 580-43163-7 Matrix: Solid
Percent Solids: 76.0
9
2
3
4
5
6
7
8
10
11
Method: 6010B - Metals (ICP) Analyte
Result
Qualifier
RL
MDL
Unit
D
Prepared
Analyzed
Dil Fac
Arsenic 23 3.8 mg/Kg ☼ 04/23/14 13:26 04/24/14 12:24 1
Lead 21 1.9 mg/Kg ☼ 04/23/14 13:26 04/24/14 12:24 1
General Chemistry Analyte
Result
Qualifier
RL
RL
Unit
D
Prepared
Analyzed
Dil Fac
Percent Solids 76 0.10 % 04/16/14 14:56 1
Percent Moisture 24 0.10 % 04/16/14 14:56 1
TestAmerica Seattle
Page 12 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Client Sample Results 1
Client: Richard Brady & Associates Project/Site: Winnifred Street (WA)
Client Sample ID: PH04-S-02/PH04 Date Collected: 04/09/14 10:52 Date Received: 04/10/14 12:50
TestAmerica Job ID: 580-43163-1
Lab Sample ID: 580-43163-8 Matrix: Solid
Percent Solids: 74.9
9
2
3
4
5
6
7
8
10
11
Method: 6010B - Metals (ICP) Analyte
Result
Qualifier
RL
MDL
Unit
D
Prepared
Analyzed
Dil Fac
Arsenic 11 3.3 mg/Kg ☼ 04/23/14 13:26 04/24/14 12:26 1
Lead 9.9 1.7 mg/Kg ☼ 04/23/14 13:26 04/24/14 12:26 1
General Chemistry Analyte
Result
Qualifier
RL
RL
Unit
D
Prepared
Analyzed
Dil Fac
Percent Solids 75 0.10 % 04/16/14 14:56 1
Percent Moisture 25 0.10 % 04/16/14 14:56 1
TestAmerica Seattle
Page 13 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Client Sample Results 1
Client: Richard Brady & Associates Project/Site: Winnifred Street (WA)
Client Sample ID: PH05-S-01/PH05 Date Collected: 04/09/14 11:05 Date Received: 04/10/14 12:50
TestAmerica Job ID: 580-43163-1
Lab Sample ID: 580-43163-9 Matrix: Solid
Percent Solids: 88.9
9
2
3
4
5
6
7
8
10
11
Method: 6010B - Metals (ICP) Analyte
Result
Qualifier
RL
MDL
Unit
D
Prepared
Analyzed
Dil Fac
Arsenic 58 2.6 mg/Kg ☼ 04/23/14 13:26 04/24/14 12:29 1
Lead 100 1.3 mg/Kg ☼ 04/23/14 13:26 04/24/14 12:29 1
General Chemistry Analyte
Result
Qualifier
RL
RL
Unit
D
Prepared
Analyzed
Dil Fac
Percent Solids 89 0.10 % 04/16/14 14:56 1
Percent Moisture 11 0.10 % 04/16/14 14:56 1
TestAmerica Seattle
Page 14 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Client Sample Results 1
Client: Richard Brady & Associates Project/Site: Winnifred Street (WA)
Client Sample ID: PH05-S-02/PH05 Date Collected: 04/09/14 11:16 Date Received: 04/10/14 12:50
TestAmerica Job ID: 580-43163-1
Lab Sample ID: 580-43163-10 Matrix: Solid
Percent Solids: 79.1
9
2
3
4
5
6
7
8
10
11
Method: 6010B - Metals (ICP) Analyte
Result
Qualifier
RL
MDL
Unit
D
Prepared
Analyzed
Dil Fac
Arsenic 15 3.5 mg/Kg ☼ 04/23/14 13:26 04/24/14 12:32 1
Lead 33 1.7 mg/Kg ☼ 04/23/14 13:26 04/24/14 12:32 1
General Chemistry Analyte
Result
Qualifier
RL
RL
Unit
D
Prepared
Analyzed
Dil Fac
Percent Solids 79 0.10 % 04/16/14 14:56 1
Percent Moisture 21 0.10 % 04/16/14 14:56 1
TestAmerica Seattle
Page 15 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Client Sample Results 1
Client: Richard Brady & Associates Project/Site: Winnifred Street (WA)
Client Sample ID: PH06-S-01/PH06 Date Collected: 04/09/14 11:30 Date Received: 04/10/14 12:50
TestAmerica Job ID: 580-43163-1
Lab Sample ID: 580-43163-11 Matrix: Solid
Percent Solids: 84.6
9
2
3
4
5
6
7
8
10
11
Method: 6010B - Metals (ICP) Analyte
Result
Qualifier
RL
MDL
Unit
D
Prepared
Analyzed
Dil Fac
Arsenic 100 3.0 mg/Kg ☼ 04/23/14 13:26 04/24/14 12:35 1
Lead 140 1.5 mg/Kg ☼ 04/23/14 13:26 04/24/14 12:35 1
General Chemistry Analyte
Result
Qualifier
RL
RL
Unit
D
Prepared
Analyzed
Dil Fac
Percent Solids 85 0.10 % 04/16/14 14:56 1
Percent Moisture 15 0.10 % 04/16/14 14:56 1
TestAmerica Seattle
Page 16 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Client Sample Results 1
Client: Richard Brady & Associates Project/Site: Winnifred Street (WA)
Client Sample ID: PH06-S-02/PH06 Date Collected: 04/09/14 11:40 Date Received: 04/10/14 12:50
TestAmerica Job ID: 580-43163-1
Lab Sample ID: 580-43163-12 Matrix: Solid
Percent Solids: 83.8
9
2
3
4
5
6
7
8
10
11
Method: 6010B - Metals (ICP) Analyte
Result
Qualifier
RL
MDL
Unit
D
Prepared
Analyzed
Dil Fac
Arsenic 60 2.8 mg/Kg ☼ 04/23/14 13:26 04/24/14 12:37 1
Lead 84 1.4 mg/Kg ☼ 04/23/14 13:26 04/24/14 12:37 1
General Chemistry Analyte
Result
Qualifier
RL
RL
Unit
D
Prepared
Analyzed
Dil Fac
Percent Solids 84 0.10 % 04/16/14 14:56 1
Percent Moisture 16 0.10 % 04/16/14 14:56 1
TestAmerica Seattle
Page 17 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Client Sample Results 1
Client: Richard Brady & Associates Project/Site: Winnifred Street (WA)
Client Sample ID: PH07-S-01/PH07 Date Collected: 04/09/14 12:20 Date Received: 04/10/14 12:50
TestAmerica Job ID: 580-43163-1
Lab Sample ID: 580-43163-13 Matrix: Solid
Percent Solids: 86.3
9
2
3
4
5
6
7
8
10
11
Method: 6010B - Metals (ICP) Analyte
Result
Qualifier
RL
MDL
Unit
D
Prepared
Analyzed
Dil Fac
Arsenic 150 3.0 mg/Kg ☼ 04/23/14 13:26 04/24/14 12:40 1
Lead 93 1.5 mg/Kg ☼ 04/23/14 13:26 04/24/14 12:40 1
General Chemistry Analyte
Result
Qualifier
RL
RL
Unit
D
Prepared
Analyzed
Dil Fac
Percent Solids 86 0.10 % 04/16/14 14:56 1
Percent Moisture 14 0.10 % 04/16/14 14:56 1
TestAmerica Seattle
Page 18 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Client Sample Results 1
Client: Richard Brady & Associates Project/Site: Winnifred Street (WA)
Client Sample ID: PH07-S-02/PH07 Date Collected: 04/09/14 12:40 Date Received: 04/10/14 12:50
TestAmerica Job ID: 580-43163-1
Lab Sample ID: 580-43163-14 Matrix: Solid
Percent Solids: 80.2
9
2
3
4
5
6
7
8
10
11
Method: 6010B - Metals (ICP) Analyte
Result
Qualifier
RL
MDL
Unit
D
Prepared
Analyzed
Dil Fac
Arsenic 150 3.4 mg/Kg ☼ 04/23/14 13:26 04/24/14 12:04 1
Lead 200 1.7 mg/Kg ☼ 04/23/14 13:26 04/24/14 12:04 1
General Chemistry Analyte
Result
Qualifier
RL
RL
Unit
D
Prepared
Analyzed
Dil Fac
Percent Solids 80 0.10 % 04/16/14 14:56 1
Percent Moisture 20 0.10 % 04/16/14 14:56 1
TestAmerica Seattle
Page 19 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Client Sample Results 1
Client: Richard Brady & Associates Project/Site: Winnifred Street (WA)
Client Sample ID: PH07-S-03/PH07 Date Collected: 04/09/14 12:40 Date Received: 04/10/14 12:50
TestAmerica Job ID: 580-43163-1
Lab Sample ID: 580-43163-15 Matrix: Solid
Percent Solids: 80.6
9
2
3
4
5
6
7
8
10
11
Method: 6010B - Metals (ICP) Analyte
Result
Qualifier
RL
MDL
Unit
D
Prepared
Analyzed
Dil Fac
Arsenic 170 3.0 mg/Kg ☼ 04/23/14 13:26 04/24/14 12:49 1
Lead 200 1.5 mg/Kg ☼ 04/23/14 13:26 04/24/14 12:49 1
General Chemistry Analyte
Result
Qualifier
RL
RL
Unit
D
Prepared
Analyzed
Dil Fac
Percent Solids 81 0.10 % 04/16/14 14:56 1
Percent Moisture 19 0.10 % 04/16/14 14:56 1
TestAmerica Seattle
Page 20 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Client Sample Results 1
Client: Richard Brady & Associates Project/Site: Winnifred Street (WA)
Client Sample ID: PH08-S-01/PH08 Date Collected: 04/09/14 13:05 Date Received: 04/10/14 12:50
TestAmerica Job ID: 580-43163-1
Lab Sample ID: 580-43163-16 Matrix: Solid
Percent Solids: 76.1
9
2
3
4
5
6
7
8
10
11
Method: 6010B - Metals (ICP) Analyte
Result
Qualifier
RL
MDL
Unit
D
Prepared
Analyzed
Dil Fac
Arsenic 230 3.3 mg/Kg ☼ 04/23/14 13:26 04/24/14 12:52 1
Lead 220 1.6 mg/Kg ☼ 04/23/14 13:26 04/24/14 12:52 1
General Chemistry Analyte
Result
Qualifier
RL
RL
Unit
D
Prepared
Analyzed
Dil Fac
Percent Solids 76 0.10 % 04/16/14 14:56 1
Percent Moisture 24 0.10 % 04/16/14 14:56 1
TestAmerica Seattle
Page 21 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Client Sample Results 1
Client: Richard Brady & Associates Project/Site: Winnifred Street (WA)
Client Sample ID: PH08-S-02/PH08 Date Collected: 04/09/14 13:17 Date Received: 04/10/14 12:50
TestAmerica Job ID: 580-43163-1
Lab Sample ID: 580-43163-17 Matrix: Solid
Percent Solids: 69.2
9
2
3
4
5
6
7
8
10
11
Method: 6010B - Metals (ICP) Analyte
Result
Qualifier
RL
MDL
Unit
D
Prepared
Analyzed
Dil Fac
Arsenic 150 4.0 mg/Kg ☼ 04/23/14 13:26 04/24/14 12:54 1
Lead 64 2.0 mg/Kg ☼ 04/23/14 13:26 04/24/14 12:54 1
General Chemistry Analyte
Result
Qualifier
RL
RL
Unit
D
Prepared
Analyzed
Dil Fac
Percent Solids 69 0.10 % 04/16/14 14:56 1
Percent Moisture 31 0.10 % 04/16/14 14:56 1
TestAmerica Seattle
Page 22 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Client Sample Results 1
Client: Richard Brady & Associates Project/Site: Winnifred Street (WA)
Client Sample ID: PH09-S-01/PH09 Date Collected: 04/09/14 14:09 Date Received: 04/10/14 12:50
TestAmerica Job ID: 580-43163-1
Lab Sample ID: 580-43163-18 Matrix: Solid
Percent Solids: 69.5
9
2
3
4
5
6
7
8
10
11
Method: 6010B - Metals (ICP) Analyte
Result
Qualifier
RL
MDL
Unit
D
Prepared
Analyzed
Dil Fac
Arsenic 20 4.1 mg/Kg ☼ 04/23/14 13:26 04/24/14 12:57 1
Lead 25 2.0 mg/Kg ☼ 04/23/14 13:26 04/24/14 12:57 1
General Chemistry Analyte
Result
Qualifier
RL
RL
Unit
D
Prepared
Analyzed
Dil Fac
Percent Solids 70 0.10 % 04/16/14 14:56 1
Percent Moisture 30 0.10 % 04/16/14 14:56 1
TestAmerica Seattle
Page 23 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Client Sample Results 1
Client: Richard Brady & Associates Project/Site: Winnifred Street (WA)
Client Sample ID: PH09-S-02/PH09 Date Collected: 04/09/14 14:12 Date Received: 04/10/14 12:50
TestAmerica Job ID: 580-43163-1
Lab Sample ID: 580-43163-19 Matrix: Solid
Percent Solids: 71.2
9
2
3
4
5
6
7
8
10
11
Method: 6010B - Metals (ICP) Analyte
Result
Qualifier
RL
MDL
Unit
D
Prepared
Analyzed
Dil Fac
Arsenic 15 3.9 mg/Kg ☼ 04/23/14 13:26 04/24/14 13:00 1
Lead 13 1.9 mg/Kg ☼ 04/23/14 13:26 04/24/14 13:00 1
General Chemistry Analyte
Result
Qualifier
RL
RL
Unit
D
Prepared
Analyzed
Dil Fac
Percent Solids 71 0.10 % 04/16/14 14:56 1
Percent Moisture 29 0.10 % 04/16/14 14:56 1
TestAmerica Seattle
Page 24 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Client Sample Results 1
Client: Richard Brady & Associates Project/Site: Winnifred Street (WA)
Client Sample ID: PH10-S-01/PH10 Date Collected: 04/09/14 14:42 Date Received: 04/10/14 12:50
TestAmerica Job ID: 580-43163-1
Lab Sample ID: 580-43163-20 Matrix: Solid
Percent Solids: 96.7
9
2
3
4
5
6
7
8
10
11
Method: 6010B - Metals (ICP) Analyte
Result
Qualifier
RL
MDL
Unit
D
Prepared
Analyzed
Dil Fac
Arsenic 6.7 2.6 mg/Kg ☼ 04/23/14 13:26 04/24/14 13:03 1
Lead 1.6 1.3 mg/Kg ☼ 04/23/14 13:26 04/24/14 13:03 1
General Chemistry Analyte
Result
Qualifier
RL
RL
Unit
D
Prepared
Analyzed
Dil Fac
Percent Solids 97 0.10 % 04/16/14 14:56 1
Percent Moisture 3.3 0.10 % 04/16/14 14:56 1
TestAmerica Seattle
Page 25 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Client Sample Results 1
Client: Richard Brady & Associates Project/Site: Winnifred Street (WA)
Client Sample ID: PH10-S-02/PH10 Date Collected: 04/09/14 14:50 Date Received: 04/10/14 12:50
TestAmerica Job ID: 580-43163-1
Lab Sample ID: 580-43163-21 Matrix: Solid
Percent Solids: 75.2
9
2
3
4
5
6
7
8
10
11
Method: 6010B - Metals (ICP) Analyte
Result
Qualifier
RL
MDL
Unit
D
Prepared
Analyzed
Dil Fac
Arsenic 16 3.1 mg/Kg ☼ 04/23/14 16:07 04/24/14 10:41 1
Lead 13 1.6 mg/Kg ☼ 04/23/14 16:07 04/24/14 10:41 1
General Chemistry Analyte
Result
Qualifier
RL
RL
Unit
D
Prepared
Analyzed
Dil Fac
Percent Solids 75 0.10 % 04/16/14 14:56 1
Percent Moisture 25 0.10 % 04/16/14 14:56 1
TestAmerica Seattle
Page 26 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Client Sample Results 1
Client: Richard Brady & Associates Project/Site: Winnifred Street (WA)
Client Sample ID: PH10-S-03/PH10 Date Collected: 04/09/14 14:50 Date Received: 04/10/14 12:50
TestAmerica Job ID: 580-43163-1
Lab Sample ID: 580-43163-22 Matrix: Solid
Percent Solids: 78.7
9
2
3
4
5
6
7
8
10
11
Method: 6010B - Metals (ICP) Analyte
Result
Qualifier
RL
MDL
Unit
D
Prepared
Analyzed
Dil Fac
Arsenic 17 2.7 mg/Kg ☼ 04/23/14 16:07 04/24/14 11:00 1
Lead 14 1.3 mg/Kg ☼ 04/23/14 16:07 04/24/14 11:00 1
General Chemistry Analyte
Result
Qualifier
RL
RL
Unit
D
Prepared
Analyzed
Dil Fac
Percent Solids 79 0.10 % 04/16/14 14:56 1
Percent Moisture 21 0.10 % 04/16/14 14:56 1
TestAmerica Seattle
Page 27 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Client Sample Results 1
Client: Richard Brady & Associates Project/Site: Winnifred Street (WA)
Client Sample ID: PH11-S-01/PH11 Date Collected: 04/09/14 15:08 Date Received: 04/10/14 12:50
TestAmerica Job ID: 580-43163-1
Lab Sample ID: 580-43163-23 Matrix: Solid
Percent Solids: 75.5
9
2
3
4
5
6
7
8
10
11
Method: 6010B - Metals (ICP) Analyte
Result
Qualifier
RL
MDL
Unit
D
Prepared
Analyzed
Dil Fac
Arsenic 150 3.7 mg/Kg ☼ 04/23/14 16:07 04/24/14 11:03 1
Lead 120 1.9 mg/Kg ☼ 04/23/14 16:07 04/24/14 11:03 1
General Chemistry Analyte
Result
Qualifier
RL
RL
Unit
D
Prepared
Analyzed
Dil Fac
Percent Solids 75 0.10 % 04/16/14 14:56 1
Percent Moisture 25 0.10 % 04/16/14 14:56 1
TestAmerica Seattle
Page 28 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Client Sample Results 1
Client: Richard Brady & Associates Project/Site: Winnifred Street (WA)
Client Sample ID: PH11-S-02/PH11 Date Collected: 04/09/14 15:15 Date Received: 04/10/14 12:50
TestAmerica Job ID: 580-43163-1
Lab Sample ID: 580-43163-24 Matrix: Solid
Percent Solids: 86.1
9
2
3
4
5
6
7
8
10
11
Method: 6010B - Metals (ICP) Analyte
Result
Qualifier
RL
MDL
Unit
D
Prepared
Analyzed
Dil Fac
Arsenic 2.9 2.9 mg/Kg ☼ 04/23/14 16:07 04/24/14 11:06 1
Lead 9.1 1.4 mg/Kg ☼ 04/23/14 16:07 04/24/14 11:06 1
General Chemistry Analyte
Result
Qualifier
RL
RL
Unit
D
Prepared
Analyzed
Dil Fac
Percent Solids 86 0.10 % 04/16/14 14:56 1
Percent Moisture 14 0.10 % 04/16/14 14:56 1
TestAmerica Seattle
Page 29 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Client Sample Results 1
Client: Richard Brady & Associates Project/Site: Winnifred Street (WA)
Client Sample ID: PH12-S-01/PH12 Date Collected: 04/09/14 15:55 Date Received: 04/10/14 12:50
TestAmerica Job ID: 580-43163-1
Lab Sample ID: 580-43163-25 Matrix: Solid
Percent Solids: 73.3
9
2
3
4
5
6
7
8
10
11
Method: 6010B - Metals (ICP) Analyte
Result
Qualifier
RL
MDL
Unit
D
Prepared
Analyzed
Dil Fac
Arsenic 45 3.3 mg/Kg ☼ 04/23/14 16:07 04/24/14 11:08 1
Lead 28 1.7 mg/Kg ☼ 04/23/14 16:07 04/24/14 11:08 1
General Chemistry Analyte
Result
Qualifier
RL
RL
Unit
D
Prepared
Analyzed
Dil Fac
Percent Solids 73 0.10 % 04/16/14 14:56 1
Percent Moisture 27 0.10 % 04/16/14 14:56 1
TestAmerica Seattle
Page 30 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Client Sample Results 1
Client: Richard Brady & Associates Project/Site: Winnifred Street (WA)
Client Sample ID: PH12-S-02/PH12 Date Collected: 04/09/14 16:00 Date Received: 04/10/14 12:50
TestAmerica Job ID: 580-43163-1
Lab Sample ID: 580-43163-26 Matrix: Solid
Percent Solids: 66.0
9
2
3
4
5
6
7
8
10
11
Method: 6010B - Metals (ICP) Analyte
Result
Qualifier
RL
MDL
Unit
D
Prepared
Analyzed
Dil Fac
Arsenic 98 3.7 mg/Kg ☼ 04/23/14 16:07 04/24/14 11:11 1
Lead 24 1.9 mg/Kg ☼ 04/23/14 16:07 04/24/14 11:11 1
General Chemistry Analyte
Result
Qualifier
RL
RL
Unit
D
Prepared
Analyzed
Dil Fac
Percent Solids 66 0.10 % 04/16/14 14:56 1
Percent Moisture 34 0.10 % 04/16/14 14:56 1
TestAmerica Seattle
Page 31 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Client Sample Results 1
Client: Richard Brady & Associates Project/Site: Winnifred Street (WA)
Client Sample ID: PH13-S-01/PH13 Date Collected: 04/09/14 16:30 Date Received: 04/10/14 12:50
TestAmerica Job ID: 580-43163-1
Lab Sample ID: 580-43163-27 Matrix: Solid
Percent Solids: 79.6
9
2
3
4
5
6
7
8
10
11
Method: 6010B - Metals (ICP) Analyte
Result
Qualifier
RL
MDL
Unit
D
Prepared
Analyzed
Dil Fac
Arsenic 110 3.1 mg/Kg ☼ 04/23/14 16:07 04/24/14 11:14 1
Lead 110 1.5 mg/Kg ☼ 04/23/14 16:07 04/24/14 11:14 1
General Chemistry Analyte
Result
Qualifier
RL
RL
Unit
D
Prepared
Analyzed
Dil Fac
Percent Solids 80 0.10 % 04/16/14 14:56 1
Percent Moisture 20 0.10 % 04/16/14 14:56 1
TestAmerica Seattle
Page 32 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Client Sample Results 1
Client: Richard Brady & Associates Project/Site: Winnifred Street (WA)
Client Sample ID: PH13-S-02/PH13 Date Collected: 04/09/14 16:33 Date Received: 04/10/14 12:50
TestAmerica Job ID: 580-43163-1
Lab Sample ID: 580-43163-28 Matrix: Solid
Percent Solids: 79.7
9
2
3
4
5
6
7
8
10
11
Method: 6010B - Metals (ICP) Analyte
Result
Qualifier
RL
MDL
Unit
D
Prepared
Analyzed
Dil Fac
Arsenic 120 3.6 mg/Kg ☼ 04/23/14 16:07 04/24/14 11:17 1
Lead 140 1.8 mg/Kg ☼ 04/23/14 16:07 04/24/14 11:17 1
General Chemistry Analyte
Result
Qualifier
RL
RL
Unit
D
Prepared
Analyzed
Dil Fac
Percent Solids 80 0.10 % 04/16/14 14:56 1
Percent Moisture 20 0.10 % 04/16/14 14:56 1
TestAmerica Seattle
Page 33 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Client Sample Results 1
Client: Richard Brady & Associates Project/Site: Winnifred Street (WA)
Client Sample ID: PH14-S-01/PH14 Date Collected: 04/09/14 16:50 Date Received: 04/10/14 12:50
TestAmerica Job ID: 580-43163-1
Lab Sample ID: 580-43163-29 Matrix: Solid
Percent Solids: 84.2
9
2
3
4
5
6
7
8
10
11
Method: 6010B - Metals (ICP) Analyte
Result
Qualifier
RL
MDL
Unit
D
Prepared
Analyzed
Dil Fac
Arsenic 5.0 3.2 mg/Kg ☼ 04/23/14 16:07 04/24/14 11:25 1
Lead 22 1.6 mg/Kg ☼ 04/23/14 16:07 04/24/14 11:25 1
General Chemistry Analyte
Result
Qualifier
RL
RL
Unit
D
Prepared
Analyzed
Dil Fac
Percent Solids 84 0.10 % 04/16/14 14:56 1
Percent Moisture 16 0.10 % 04/16/14 14:56 1
TestAmerica Seattle
Page 34 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Client Sample Results 1
Client: Richard Brady & Associates Project/Site: Winnifred Street (WA)
Client Sample ID: PH14-S-02/PH14 Date Collected: 04/09/14 16:54 Date Received: 04/10/14 12:50
TestAmerica Job ID: 580-43163-1
Lab Sample ID: 580-43163-30 Matrix: Solid
Percent Solids: 74.4
9
2
3
4
5
6
7
8
10
11
Method: 6010B - Metals (ICP) Analyte
Result
Qualifier
RL
MDL
Unit
D
Prepared
Analyzed
Dil Fac
Arsenic 95 3.2 mg/Kg ☼ 04/23/14 16:07 04/24/14 11:28 1
Lead 110 1.6 mg/Kg ☼ 04/23/14 16:07 04/24/14 11:28 1
General Chemistry Analyte
Result
Qualifier
RL
RL
Unit
D
Prepared
Analyzed
Dil Fac
Percent Solids 74 0.10 % 04/16/14 15:00 1
Percent Moisture 26 0.10 % 04/16/14 15:00 1
TestAmerica Seattle
Page 35 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Client Sample Results 1
Client: Richard Brady & Associates Project/Site: Winnifred Street (WA)
Client Sample ID: PH15-S-01/PH15 Date Collected: 04/09/14 17:15 Date Received: 04/10/14 12:50
TestAmerica Job ID: 580-43163-1
Lab Sample ID: 580-43163-31 Matrix: Solid
Percent Solids: 87.9
9
2
3
4
5
6
7
8
10
11
Method: 6010B - Metals (ICP) Analyte
Result
Qualifier
RL
MDL
Unit
D
Prepared
Analyzed
Dil Fac
Arsenic 38 2.8 mg/Kg ☼ 04/23/14 16:07 04/24/14 11:31 1
Lead 7.2 1.4 mg/Kg ☼ 04/23/14 16:07 04/24/14 11:31 1
General Chemistry Analyte
Result
Qualifier
RL
RL
Unit
D
Prepared
Analyzed
Dil Fac
Percent Solids 88 0.10 % 04/16/14 15:00 1
Percent Moisture 12 0.10 % 04/16/14 15:00 1
TestAmerica Seattle
Page 36 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Client Sample Results 1
Client: Richard Brady & Associates Project/Site: Winnifred Street (WA)
Client Sample ID: PH15-S-02/PH15 Date Collected: 04/09/14 17:20 Date Received: 04/10/14 12:50
TestAmerica Job ID: 580-43163-1
Lab Sample ID: 580-43163-32 Matrix: Solid
Percent Solids: 88.4
9
2
3
4
5
6
7
8
10
11
Method: 6010B - Metals (ICP) Analyte
Result
Qualifier
RL
MDL
Unit
D
Prepared
Analyzed
Dil Fac
Arsenic 5.5 3.0 mg/Kg ☼ 04/23/14 16:07 04/24/14 11:33 1
Lead 2.0 1.5 mg/Kg ☼ 04/23/14 16:07 04/24/14 11:33 1
General Chemistry Analyte
Result
Qualifier
RL
RL
Unit
D
Prepared
Analyzed
Dil Fac
Percent Solids 88 0.10 % 04/16/14 15:00 1
Percent Moisture 12 0.10 % 04/16/14 15:00 1
TestAmerica Seattle
Page 37 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Client Sample Results 1
Client: Richard Brady & Associates Project/Site: Winnifred Street (WA)
Client Sample ID: PH16-S-01/PH16 Date Collected: 04/09/14 17:30 Date Received: 04/10/14 12:50
TestAmerica Job ID: 580-43163-1
Lab Sample ID: 580-43163-33 Matrix: Solid
Percent Solids: 79.4
9
2
3
4
5
6
7
8
10
11
Method: 6010B - Metals (ICP) Analyte
Result
Qualifier
RL
MDL
Unit
D
Prepared
Analyzed
Dil Fac
Arsenic 190 2.7 mg/Kg ☼ 04/23/14 16:07 04/24/14 11:36 1
Lead 650 1.4 mg/Kg ☼ 04/23/14 16:07 04/24/14 11:36 1
General Chemistry Analyte
Result
Qualifier
RL
RL
Unit
D
Prepared
Analyzed
Dil Fac
Percent Solids 79 0.10 % 04/16/14 15:00 1
Percent Moisture 21 0.10 % 04/16/14 15:00 1
TestAmerica Seattle
Page 38 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Client Sample Results 1
Client: Richard Brady & Associates Project/Site: Winnifred Street (WA)
Client Sample ID: PH16-S-02/PH16 Date Collected: 04/09/14 17:35 Date Received: 04/10/14 12:50
TestAmerica Job ID: 580-43163-1
Lab Sample ID: 580-43163-34 Matrix: Solid
Percent Solids: 74.3
9
2
3
4
5
6
7
8
10
11
Method: 6010B - Metals (ICP) Analyte
Result
Qualifier
RL
MDL
Unit
D
Prepared
Analyzed
Dil Fac
Arsenic 220 3.4 mg/Kg ☼ 04/23/14 16:07 04/24/14 11:39 1
Lead 670 1.7 mg/Kg ☼ 04/23/14 16:07 04/24/14 11:39 1
General Chemistry Analyte
Result
Qualifier
RL
RL
Unit
D
Prepared
Analyzed
Dil Fac
Percent Solids 74 0.10 % 04/16/14 15:00 1
Percent Moisture 26 0.10 % 04/16/14 15:00 1
TestAmerica Seattle
Page 39 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
QC Sample Results 1
Client: Richard Brady & Associates Project/Site: Winnifred Street (WA)
TestAmerica Job ID: 580-43163-1
Method: 6010B - Metals (ICP)
Lab Sample ID: MB 580-157550/21-A Client Sample ID: Method Blank
Matrix: Solid Prep Type: Total/NA Analysis Batch: 157646 Prep Batch: 157550
Lab Sample ID: LCS 580-157550/22-A
Client Sample ID: Lab Control Sample
Matrix: Solid Prep Type: Total/NA Analysis Batch: 157646 Prep Batch: 157550
Spike LCS LCS %Rec.
Analyte Qualifier Unit D
Arsenic mg/Kg Lead mg/Kg
Lab Sample ID: LCSD 580-157550/23-A Client Sample ID: Lab Control Sample Dup
Matrix: Solid Prep Type: Total/NA Analysis Batch: 157646 Prep Batch: 157550
Analyte
Spike
Added
LCSD LCSD
Result Qualifier
Unit
D %Rec
%Rec.
Limits
RPD
RPD
Limit
Arsenic 200 187 mg/Kg 94 80 - 120 0 20
Lead 50.0 46.4 mg/Kg 93 80 - 120 0 20
Lab Sample ID: MB 580-157645/18-A Client Sample ID: Method Blank
Matrix: Solid Prep Type: Total/NA Analysis Batch: 157749 Prep Batch: 157645
MB MB
Analyte Result Qualifier RL MDL Unit D Prepared Analyzed Dil Fac
Arsenic ND 3.0 mg/Kg 04/23/14 13:26 04/24/14 11:53 1
Lead ND 1.5 mg/Kg 04/23/14 13:26 04/24/14 11:53 1
Lab Sample ID: LCS 580-157645/19-A Client Sample ID: Lab Control Sample
Matrix: Solid Prep Type: Total/NA Analysis Batch: 157749 Prep Batch: 157645
Spike LCS LCS %Rec.
2
3
4
5
6
7
8
9
10
11
Analyte
MB
Result
MB
Qualifier
RL
MDL
Unit
D
Prepared
Analyzed
Dil Fac
Arsenic ND 3.0 mg/Kg 04/22/14 13:29 04/23/14 12:01 1
Lead ND 1.5 mg/Kg 04/22/14 13:29 04/23/14 12:01 1
Analyte Qualifier Unit D Arsenic mg/Kg Lead mg/Kg
TestAmerica Seattle
Page 40 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Lab Sample ID: LCSD 580-157645/20-A
Client Sample ID: Lab Control Sample Dup
Matrix: Solid Prep Type: Total/NA Analysis Batch: 157749 Prep Batch: 157645
Lab Sample ID: 580-43163-14 MS
Client Sample ID: PH07-S-02/PH07
Matrix: Solid Prep Type: Total/NA Analysis Batch: 157749 Prep Batch: 157645
Sample Sample Spike MS MS %Rec.
Analyte Result Qualifier Added Result Qualifier Unit D %Rec Limits
Arsenic 150 203 372 mg/Kg ☼ 107 80 - 120
LCSD
Analyte Qualifier Unit D Arsenic mg/Kg Lead mg/Kg
TestAmerica Seattle
Page 41 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
QC Sample Results 1
Client: Richard Brady & Associates Project/Site: Winnifred Street (WA)
TestAmerica Job ID: 580-43163-1
Method: 6010B - Metals (ICP) (Continued)
Lab Sample ID: 580-43163-14 MS
Client Sample ID: PH07-S-02/PH07
Matrix: Solid Prep Type: Total/NA Analysis Batch: 157749 Prep Batch: 157645
Analyte
Sample
Result
Sample
Qualifier
Spike
Added
MS MS
Result Qualifier
Unit
D %Rec
%Rec.
Limits
Lead 200 50.9 243 mg/Kg ☼ 83 80 - 120
Lab Sample ID: 580-43163-14 MSD Client Sample ID: PH07-S-02/PH07
Matrix: Solid Prep Type: Total/NA Analysis Batch: 157749 Prep Batch: 157645
Sample Sample Spike MSD MSD %Rec. RPD
Analyte Result Qualifier Added Result Qualifier Unit D %Rec Limits RPD Limit
Arsenic 150 232 371 mg/Kg
Lead 200 58.0 243 F1 mg/Kg
☼ 93 80 - 120 0 20 ☼ 72 80 - 120 0 20
Lab Sample ID: 580-43163-14 DU Client Sample ID: PH07-S-02/PH07
Matrix: Solid Prep Type: Total/NA Analysis Batch: 157749 Prep Batch: 157645
Sample Sample DU DU RPD
Analyte Result Qualifier Qualifier U D Arsenic 150 m ☼ Lead 200 m ☼
Lab Sample ID: MB 580-157665/20-A Client Sample ID: Method Blank
Matrix: Solid Prep Type: Total/NA Analysis Batch: 157744 Prep Batch: 157665
Analyte
MB
Result
MB
Qualifier
RL
MDL Unit
D
Prepared
Analyzed
Dil Fac
Arsenic ND 3.0 mg/Kg 04/23/14 16:07 04/24/14 10:29 1
Lead ND 1.5 mg/Kg 04/23/14 16:07 04/24/14 10:29 1
Lab Sample ID: LCS 580-157665/21-A Client Sample ID: Lab Control Sample
Matrix: Solid Prep Type: Total/NA Analysis Batch: 157744 Prep Batch: 157665
Spike LCS LCS %Rec.
Analyte Qualifier Unit D
2
3
4
5
67
8
9
10
11
TestAmerica Seattle
Page 42 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Analyte
Arsenic
Lead
Arsenic mg/Kg Lead mg/Kg
Lab Sample ID: LCSD 580-157665/22-A Client Sample ID: Lab Control Sample Dup
Matrix: Solid Prep Type: Total/NA Analysis Batch: 157744 Prep Batch: 157665
LCSD
Analyte Qualifier Unit D Arsenic mg/Kg Lead mg/Kg
Lab Sample ID: 580-43163-21 M Client Sample ID: PH10-S-02/PH10Matrix: Solid Prep Type: Total/NAAnalysis Batch: 157744 Prep Batch: 157665
Sample Sample Spike MS MS %Rec.
Result Qualifier Added Result Qualifier Unit D %Rec Limits
16 254 260 mg/Kg
13 63.6 74.3 mg/Kg
☼ 96 80 - 120 ☼ 97 80 - 120
TestAmerica Seattle
Page 43 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
QC Sample Results 1
Client: Richard Brady & Associates Project/Site: Winnifred Street (WA)
TestAmerica Job ID: 580-43163-1
Method: 6010B - Metals (ICP) (Continued)
Lab Sample ID: 580-43163-21 MSD Client Sample ID: PH10-S-02/PH10
Matrix: Solid Prep Type: Total/NA Analysis Batch: 157744 Prep Batch: 157665
Lab Sample ID: 580-43163-21 DU Client Sample ID: PH10-S-02/PH10Matrix: Solid Prep Type: Total/NAAnalysis Batch: 157744 Prep Batch: 157665
Sample Sample DU DU RPD
Analyte Result Qualifier Qualifier U D
Arsenic 16 m ☼ Lead 13 m ☼
Method: D 2216 - Percent Moisture
Lab Sample ID: 580-43163-3 DU Client Sample ID: PH02-S-01/PH02
Matrix: Solid Prep Type: Total/NA Analysis Batch: 157177
Analyte
Sample
Result
Sample
Qualifier DU
Qualifier
U
D
Percent Solids 79 % Percent Moisture 21 %
Lab Sample ID: 580-43163-21 DU Client Sample ID: PH10-S-02/PH10
Matrix: Solid Prep Type: Total/NA Analysis Batch: 157177
Analyte
Sample
Result
Sample
Qualifier DU
Qualifier
U
D
Percent Solids 75 % Percent Moisture 25 %
2
3
4
5
6
7
8
9
10
11
Sample Sample Spike MSD MSD %Rec. RPD
Analyte Result Qualifier Added Result Qualifier Unit D %Rec Limits RPD Limit
Arsenic 16 220 222 mg/Kg ☼ 94 80 - 120 16 20
Lead 13 54.9 62.8 mg/Kg ☼ 91 80 - 120 17 20
Client Sample ID: PH03-S-01/PH03 Date Collected: 04/09/14 10:15 Date Received: 04/10/14 12:50
Lab Sample ID: 580-43163-5Matrix: Solid
Percent Solids: 76.5
Batch
Type
Prep
Analysis
Batch
Method
3050B
6010B
Dilution
Factor
Batch
Number
157550
157646
Prepared
or Analyzed
04/22/14 13:29
04/23/14 13:24
Prep Type
Total/NA
Total/NA
Run Analyst
PAB
HJM
Lab
TAL SEA
TAL SEA 1
Total/NA Analysis D 2216 1 157177 04/16/14 14:56 JJP TAL SEA
TestAmerica Seattle
Page 42 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Lab Chronicle 1
Client: Richard Brady & Associates TestAmerica Job ID: 580-43163-1 Project/Site: Winnifred Street (WA)
Client Sample ID: PH01-S-01/PH01 Lab Sample ID: 580-43163-1 Date Collected: 04/09/14 09:25 Date Received: 04/10/14 12:50
Matrix: Solid Percent Solids: 81.5
Client Sample ID: PH01-S-02/PH01 Lab Sample ID: 580-43163-2 Date Collected: 04/09/14 09:30 Matrix: Solid
Date Received: 04/10/14 12:50 Percent Solids: 71.1 9
Prep Type
Batch
Type
Batch
Method
Run
Dilution
Factor
Batch
Number
Prepared
or Analyzed
Analyst
Lab
Total/NA Prep 3050B 157550 04/22/14 13:29 PAB TAL SEA
Total/NA Analysis 6010B 1 157646 04/23/14 13:16 HJM TAL SEA
Total/NA Analysis D 2216 1 157170 04/16/14 13:34 JJP TAL SEA
Client Sample ID: PH02-S-01/PH02 Lab Sample ID: 580-43163-3 Date Collected: 04/09/14 09:46 Date Received: 04/10/14 12:50
Matrix: Solid Percent Solids: 78.6
Client Sample ID: PH02-S-02/PH02 Lab Sample ID: 580-43163-4
2
3
4
5
6
7
8
10
11
Prep Type
Batch
Type
Batch
Method
Run
Dilution
Factor
Batch
Number
Prepared
or Analyzed
Analyst
Lab
Total/NA Prep 3050B 157550 04/22/14 13:29 PAB TAL SEA
Total/NA Analysis 6010B 1 157646 04/23/14 13:13 HJM TAL SEA
Total/NA Analysis D 2216 1 157170 04/16/14 13:34 JJP TAL SEA
Prep Type
Batch
Type
Batch
Method
Run
Dilution
Factor
Batch
Number
Prepared
or Analyzed
Analyst
Lab
Total/NA Prep 3050B 157550 04/22/14 13:29 PAB TAL SEA
Total/NA Analysis 6010B 1 157646 04/23/14 13:19 HJM TAL SEA
Total/NA Analysis D 2216 1 157177 04/16/14 14:56 JJP TAL SEA
Client Sample ID: PH03-S-01/PH03 Date Collected: 04/09/14 10:16 Date Received: 04/10/14 12:50
Lab Sample ID: 580-43163-5Matrix: Solid
Percent Solids: 76.5
Batch
Type
Prep
Analysis
Batch
Method
3050B
6010B
Dilution
Factor
Batch
Number
157550
157646
Prepared
or Analyzed
04/22/14 13:29
04/23/14 13:24
Prep Type
Total/NA
Total/NA
Run Analyst
PAB
HJM
Lab
TAL SEA
TAL SEA 1
Total/NA Analysis D 2216 1 157177 04/16/14 14:56 JJP TAL SEA
TestAmerica Seattle
Page 42 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Date Collected: 04/09/14 09:56 Date Received: 04/10/14 12:50
Matrix: Solid Percent Solids: 71.9
Prep Type
Batch
Type
Batch
Method
Run
Dilution
Factor
Batch
Number
Prepared
or Analyzed
Analyst
Lab
Total/NA Prep 3050B 157550 04/22/14 13:29 PAB TAL SEA
Total/NA Analysis 6010B 1 157646 04/23/14 13:22 HJM TAL SEA
Total/NA Analysis D 2216 1 157177 04/16/14 14:56 JJP TAL SEA
Client Sample ID: PH05-S-02/PH05 Date Collected: 04/09/14 11:16 Date Received: 04/10/14 12:50
Lab Sample ID: 580-43163-10Matrix: Solid
Percent Solids: 79.1
Batch
Type
Prep
Analysis
Analysis
Batch
Method
3050B
6010B D 2216
Dilution
Factor
Batch
Number
157645
157749 157177
Prepared
or Analyzed
04/23/14 13:26
04/24/14 12:32 04/16/14 14:56
Prep Type
Total/NA
Total/NA
Total/NA
Run Analyst
PAB
HJM
JJP
Lab
TAL SEA
TAL SEA
TAL SEA
1 1
TestAmerica Seattle
Page 43 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Lab Chronicle 1
Client: Richard Brady & Associates TestAmerica Job ID: 580-43163-1 Project/Site: Winnifred Street (WA)
Client Sample ID: PH03-S-02/PH03 Lab Sample ID: 580-43163-6 Date Collected: 04/09/14 10:16 Date Received: 04/10/14 12:50
Matrix: Solid Percent Solids: 71.1
Prep Type
Batch
Type
Batch
Method
Run
Dilution
Factor
Batch
Number
Prepared
or Analyzed
Analyst
Lab
Total/NA Prep 3050B 157550 04/22/14 13:29 PAB TAL SEA
Total/NA Analysis 6010B 1 157646 04/23/14 13:27 HJM TAL SEA
Total/NA Analysis D 2216 1 157177 04/16/14 14:56 JJP TAL SEA
Client Sample ID: PH04-S-01/PH04 Lab Sample ID: 580-43163-7 Date Collected: 04/09/14 10:45 Date Received: 04/10/14 12:50
Matrix: Solid Percent Solids: 76.0
Prep Type
Batch
Type
Batch
Method
Run
Dilution
Factor
Batch
Number
Prepared
or Analyzed
Analyst
Lab
Total/NA Prep 3050B 157645 04/23/14 13:26 PAB TAL SEA
Total/NA Analysis 6010B 1 157749 04/24/14 12:24 HJM TAL SEA
Total/NA Analysis D 2216 1 157177 04/16/14 14:56 JJP TAL SEA
Client Sample ID: PH04-S-02/PH04 Lab Sample ID: 580-43163-8 Date Collected: 04/09/14 10:52 Date Received: 04/10/14 12:50
Matrix: Solid Percent Solids: 74.9
Client Sample ID: PH05-S-01/PH05 Lab Sample ID: 580-43163-9 Date Collected: 04/09/14 11:05 Date Received: 04/10/14
2
3
4
5
6
7
8
9
10
11
Prep Type
Batch
Type
Batch
Method
Run
Dilution
Factor
Batch
Number
Prepared
or Analyzed
Analyst
Lab
Total/NA Prep 3050B 157645 04/23/14 13:26 PAB TAL SEA
Total/NA Analysis 6010B 1 157749 04/24/14 12:26 HJM TAL SEA
Total/NA Analysis D 2216 1 157177 04/16/14 14:56 JJP TAL SEA
Prep Type
Batch
Type
Batch
Method
Run
Dilution
Factor
Batch
Number
Prepared
or Analyzed
Analyst
Lab
Total/NA Prep 3050B 157645 04/23/14 13:26 PAB TAL SEA
Total/NA Analysis 6010B 1 157749 04/24/14 12:29 HJM TAL SEA
Total/NA Analysis D 2216 1 157177 04/16/14 14:56 JJP TAL SEA
Client Sample ID: PH05-S-02/PH05 Date Collected: 04/09/14 11:17 Date Received: 04/10/14 12:50
Lab Sample ID: 580-43163-10Matrix: Solid
Percent Solids: 79.1
Batch
Type
Prep
Analysis
Analysis
Batch
Method
3050B
6010B D 2216
Dilution
Factor
Batch
Number
157645
157749 157177
Prepared
or Analyzed
04/23/14 13:26
04/24/14 12:32 04/16/14 14:56
Prep Type
Total/NA
Total/NA
Total/NA
Run Analyst
PAB
HJM
JJP
Lab
TAL SEA
TAL SEA
TAL SEA
1 1
TestAmerica Seattle
Page 43 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
12:50 Matrix: Solid Percent Solids: 88.9
Client Sample ID: PH07-S-03/PH07 Date Collected: 04/09/14 12:40 Date Received: 04/10/14 12:50
Lab Sample ID: 580-43163-15Matrix: Solid
Percent Solids: 80.6
Batch
Type
Prep
Analysis
Analysis
Batch
Method
3050B
6010B D 2216
Dilution
Factor
Batch
Number
157645
157749 157177
Prepared
or Analyzed
04/23/14 13:26
04/24/14 12:49 04/16/14 14:56
Prep Type
Total/NA
Total/NA
Total/NA
Run Analyst
PAB
HJM
JJP
Lab
TAL SEA
TAL SEA
TAL SEA
1 1
TestAmerica Seattle
Page 44 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Lab Chronicle 1
Client: Richard Brady & Associates TestAmerica Job ID: 580-43163-1 Project/Site: Winnifred Street (WA)
Client Sample ID: PH06-S-01/PH06 Lab Sample ID: 580-43163-11 Date Collected: 04/09/14 11:30 Date Received: 04/10/14 12:50
Matrix: Solid Percent Solids: 84.6
Prep Type
Batch
Type
Batch
Method
Run
Dilution
Factor
Batch
Number
Prepared
or Analyzed
Analyst
Lab
Total/NA Prep 3050B 157645 04/23/14 13:26 PAB TAL SEA
Total/NA Analysis 6010B 1 157749 04/24/14 12:35 HJM TAL SEA
Total/NA Analysis D 2216 1 157177 04/16/14 14:56 JJP TAL SEA
Client Sample ID: PH06-S-02/PH06 Lab Sample ID: 580-43163-12 Date Collected: 04/09/14 11:40 Date Received: 04/10/14 12:50
Matrix: Solid Percent Solids: 83.8
Prep Type
Batch
Type
Batch
Method
Run
Dilution
Factor
Batch
Number
Prepared
or Analyzed
Analyst
Lab
Total/NA Prep 3050B 157645 04/23/14 13:26 PAB TAL SEA
Total/NA Analysis 6010B 1 157749 04/24/14 12:37 HJM TAL SEA
Total/NA Analysis D 2216 1 157177 04/16/14 14:56 JJP TAL SEA
Client Sample ID: PH07-S-01/PH07 Lab Sample ID: 580-43163-13 Date Collected: 04/09/14 12:20 Date Received: 04/10/14 12:50
Matrix: Solid Percent Solids: 86.3
Client Sample ID: PH07-S-02/PH07 Lab Sample ID: 580-43163-14 Date Collected: 04/09/14 12:40 Date Received: 04/10/14
2
3
4
5
6
7
8
9
10
11
Prep Type
Batch
Type
Batch
Method
Run
Dilution
Factor
Batch
Number
Prepared
or Analyzed
Analyst
Lab
Total/NA Prep 3050B 157645 04/23/14 13:26 PAB TAL SEA
Total/NA Analysis 6010B 1 157749 04/24/14 12:40 HJM TAL SEA
Total/NA Analysis D 2216 1 157177 04/16/14 14:56 JJP TAL SEA
Prep Type
Batch
Type
Batch
Method
Run
Dilution
Factor
Batch
Number
Prepared
or Analyzed
Analyst
Lab
Total/NA Prep 3050B 157645 04/23/14 13:26 PAB TAL SEA
Total/NA Analysis 6010B 1 157749 04/24/14 12:04 HJM TAL SEA
Total/NA Analysis D 2216 1 157177 04/16/14 14:56 JJP TAL SEA
Client Sample ID: PH07-S-03/PH07 Date Collected: 04/09/14 12:40 Date Received: 04/10/14 12:50
Lab Sample ID: 580-43163-15Matrix: Solid
Percent Solids: 80.7
Batch
Type
Prep
Analysis
Analysis
Batch
Method
3050B
6010B D 2216
Dilution
Factor
Batch
Number
157645
157749 157177
Prepared
or Analyzed
04/23/14 13:26
04/24/14 12:49 04/16/14 14:56
Prep Type
Total/NA
Total/NA
Total/NA
Run Analyst
PAB
HJM
JJP
Lab
TAL SEA
TAL SEA
TAL SEA
1 1
TestAmerica Seattle
Page 44 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
12:50 Matrix: Solid Percent Solids: 80.2
Client Sample ID: PH10-S-01/PH10 Date Collected: 04/09/14 14:42 Date Received: 04/10/14 12:50
Lab Sample ID: 580-43163-20Matrix: Solid
Percent Solids: 96.7
Batch
Type
Prep
Analysis
Analysis
Batch
Method
3050B
6010B D 2216
Dilution
Factor
Batch
Number
157645
157749 157177
Prepared
or Analyzed
04/23/14 13:26
04/24/14 13:03 04/16/14 14:56
Prep Type
Total/NA
Total/NA
Total/NA
Run Analyst
PAB
HJM
JJP
Lab
TAL SEA
TAL SEA
TAL SEA
1 1
TestAmerica Seattle
Page 45 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Lab Chronicle 1
Client: Richard Brady & Associates TestAmerica Job ID: 580-43163-1 Project/Site: Winnifred Street (WA)
Client Sample ID: PH08-S-01/PH08 Lab Sample ID: 580-43163-16 Date Collected: 04/09/14 13:05 Date Received: 04/10/14 12:50
Matrix: Solid Percent Solids: 76.1
Prep Type
Batch
Type
Batch
Method
Run
Dilution
Factor
Batch
Number
Prepared
or Analyzed
Analyst
Lab
Total/NA Prep 3050B 157645 04/23/14 13:26 PAB TAL SEA
Total/NA Analysis 6010B 1 157749 04/24/14 12:52 HJM TAL SEA
Total/NA Analysis D 2216 1 157177 04/16/14 14:56 JJP TAL SEA
Client Sample ID: PH08-S-02/PH08 Lab Sample ID: 580-43163-17 Date Collected: 04/09/14 13:17 Date Received: 04/10/14 12:50
Matrix: Solid Percent Solids: 69.2
Prep Type
Batch
Type
Batch
Method
Run
Dilution
Factor
Batch
Number
Prepared
or Analyzed
Analyst
Lab
Total/NA Prep 3050B 157645 04/23/14 13:26 PAB TAL SEA
Total/NA Analysis 6010B 1 157749 04/24/14 12:54 HJM TAL SEA
Total/NA Analysis D 2216 1 157177 04/16/14 14:56 JJP TAL SEA
Client Sample ID: PH09-S-01/PH09 Lab Sample ID: 580-43163-18 Date Collected: 04/09/14 14:09 Date Received: 04/10/14 12:50
Matrix: Solid Percent Solids: 69.5
Client Sample ID: PH09-S-02/PH09 Lab Sample ID: 580-43163-19 Date Collected: 04/09/14 14:12 Date Received: 04/10/14
2
3
4
5
6
7
8
9
10
11
Prep Type
Batch
Type
Batch
Method
Run
Dilution
Factor
Batch
Number
Prepared
or Analyzed
Analyst
Lab
Total/NA Prep 3050B 157645 04/23/14 13:26 PAB TAL SEA
Total/NA Analysis 6010B 1 157749 04/24/14 12:57 HJM TAL SEA
Total/NA Analysis D 2216 1 157177 04/16/14 14:56 JJP TAL SEA
Prep Type
Batch
Type
Batch
Method
Run
Dilution
Factor
Batch
Number
Prepared
or Analyzed
Analyst
Lab
Total/NA Prep 3050B 157645 04/23/14 13:26 PAB TAL SEA
Total/NA Analysis 6010B 1 157749 04/24/14 13:00 HJM TAL SEA
Total/NA Analysis D 2216 1 157177 04/16/14 14:56 JJP TAL SEA
Client Sample ID: PH10-S-01/PH10 Date Collected: 04/09/14 14:42 Date Received: 04/10/14 12:50
Lab Sample ID: 580-43163-20Matrix: Solid
Percent Solids: 96.8
Batch
Type
Prep
Analysis
Analysis
Batch
Method
3050B
6010B D 2216
Dilution
Factor
Batch
Number
157645
157749 157177
Prepared
or Analyzed
04/23/14 13:26
04/24/14 13:03 04/16/14 14:56
Prep Type
Total/NA
Total/NA
Total/NA
Run Analyst
PAB
HJM
JJP
Lab
TAL SEA
TAL SEA
TAL SEA
1 1
TestAmerica Seattle
Page 45 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
12:50 Matrix: Solid Percent Solids: 71.2
Client Sample ID: PH12-S-01/PH12 Date Collected: 04/09/14 15:55 Date Received: 04/10/14 12:50
Lab Sample ID: 580-43163-25Matrix: Solid
Percent Solids: 73.3
Batch
Type
Prep
Analysis
Analysis
Batch
Method
3050B
6010B D 2216
Dilution
Factor
Batch
Number
157665
157744 157177
Prepared
or Analyzed
04/23/14 16:07
04/24/14 11:08 04/16/14 14:56
Prep Type
Total/NA
Total/NA
Total/NA
Run Analyst
PAB
HJM
JJP
Lab
TAL SEA
TAL SEA
TAL SEA
1 1
TestAmerica Seattle
Page 46 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Lab Chronicle 1
Client: Richard Brady & Associates TestAmerica Job ID: 580-43163-1 Project/Site: Winnifred Street (WA)
Client Sample ID: PH10-S-02/PH10 Lab Sample ID: 580-43163-21 Date Collected: 04/09/14 14:50 Date Received: 04/10/14 12:50
Matrix: Solid Percent Solids: 75.2
Prep Type
Batch
Type
Batch
Method
Run
Dilution
Factor
Batch
Number
Prepared
or Analyzed
Analyst
Lab
Total/NA Prep 3050B 157665 04/23/14 16:07 PAB TAL SEA
Total/NA Analysis 6010B 1 157744 04/24/14 10:41 HJM TAL SEA
Total/NA Analysis D 2216 1 157177 04/16/14 14:56 JJP TAL SEA
Client Sample ID: PH10-S-03/PH10 Lab Sample ID: 580-43163-22 Date Collected: 04/09/14 14:50 Date Received: 04/10/14 12:50
Matrix: Solid Percent Solids: 78.7
Prep Type
Batch
Type
Batch
Method
Run
Dilution
Factor
Batch
Number
Prepared
or Analyzed
Analyst
Lab
Total/NA Prep 3050B 157665 04/23/14 16:07 PAB TAL SEA
Total/NA Analysis 6010B 1 157744 04/24/14 11:00 HJM TAL SEA
Total/NA Analysis D 2216 1 157177 04/16/14 14:56 JJP TAL SEA
Client Sample ID: PH11-S-01/PH11 Lab Sample ID: 580-43163-23 Date Collected: 04/09/14 15:08 Date Received: 04/10/14 12:50
Matrix: Solid Percent Solids: 75.5
Client Sample ID: PH11-S-02/PH11 Lab Sample ID: 580-43163-24 Date Collected: 04/09/14 15:15 Date Received: 04/10/14
2
3
4
5
6
7
8
9
10
11
Prep Type
Batch
Type
Batch
Method
Run
Dilution
Factor
Batch
Number
Prepared
or Analyzed
Analyst
Lab
Total/NA Prep 3050B 157665 04/23/14 16:07 PAB TAL SEA
Total/NA Analysis 6010B 1 157744 04/24/14 11:03 HJM TAL SEA
Total/NA Analysis D 2216 1 157177 04/16/14 14:56 JJP TAL SEA
Prep Type
Batch
Type
Batch
Method
Run
Dilution
Factor
Batch
Number
Prepared
or Analyzed
Analyst
Lab
Total/NA Prep 3050B 157665 04/23/14 16:07 PAB TAL SEA
Total/NA Analysis 6010B 1 157744 04/24/14 11:06 HJM TAL SEA
Total/NA Analysis D 2216 1 157177 04/16/14 14:56 JJP TAL SEA
Client Sample ID: PH12-S-01/PH12 Date Collected: 04/09/14 15:55 Date Received: 04/10/14 12:50
Lab Sample ID: 580-43163-25Matrix: Solid
Percent Solids: 73.4
Batch
Type
Prep
Analysis
Analysis
Batch
Method
3050B
6010B D 2216
Dilution
Factor
Batch
Number
157665
157744 157177
Prepared
or Analyzed
04/23/14 16:07
04/24/14 11:08 04/16/14 14:56
Prep Type
Total/NA
Total/NA
Total/NA
Run Analyst
PAB
HJM
JJP
Lab
TAL SEA
TAL SEA
TAL SEA
1 1
TestAmerica Seattle
Page 46 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
12:50 Matrix: Solid Percent Solids: 86.1
Client Sample ID: PH14-S-02/PH14 Date Collected: 04/09/14 16:54 Date Received: 04/10/14 12:50
Lab Sample ID: 580-43163-30Matrix: Solid
Percent Solids: 74.4
Batch
Type
Prep
Analysis
Analysis
Batch
Method
3050B
6010B D 2216
Dilution
Factor
Batch
Number
157665
157744 157177
Prepared
or Analyzed
04/23/14 16:07
04/24/14 11:28 04/16/14 15:00
Prep Type
Total/NA
Total/NA
Total/NA
Run Analyst
PAB
HJM
JJP
Lab
TAL SEA
TAL SEA
TAL SEA
1 1
TestAmerica Seattle
Page 47 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Lab Chronicle 1
Client: Richard Brady & Associates TestAmerica Job ID: 580-43163-1 Project/Site: Winnifred Street (WA)
Client Sample ID: PH12-S-02/PH12 Lab Sample ID: 580-43163-26 Date Collected: 04/09/14 16:00 Date Received: 04/10/14 12:50
Matrix: Solid Percent Solids: 66.0
Prep Type
Batch
Type
Batch
Method
Run
Dilution
Factor
Batch
Number
Prepared
or Analyzed
Analyst
Lab
Total/NA Prep 3050B 157665 04/23/14 16:07 PAB TAL SEA
Total/NA Analysis 6010B 1 157744 04/24/14 11:11 HJM TAL SEA
Total/NA Analysis D 2216 1 157177 04/16/14 14:56 JJP TAL SEA
Client Sample ID: PH13-S-01/PH13 Lab Sample ID: 580-43163-27 Date Collected: 04/09/14 16:30 Date Received: 04/10/14 12:50
Matrix: Solid Percent Solids: 79.6
Prep Type
Batch
Type
Batch
Method
Run
Dilution
Factor
Batch
Number
Prepared
or Analyzed
Analyst
Lab
Total/NA Prep 3050B 157665 04/23/14 16:07 PAB TAL SEA
Total/NA Analysis 6010B 1 157744 04/24/14 11:14 HJM TAL SEA
Total/NA Analysis D 2216 1 157177 04/16/14 14:56 JJP TAL SEA
Client Sample ID: PH13-S-02/PH13 Lab Sample ID: 580-43163-28 Date Collected: 04/09/14 16:33 Date Received: 04/10/14 12:50
Matrix: Solid Percent Solids: 79.7
Client Sample ID: PH14-S-01/PH14 Lab Sample ID: 580-43163-29 Date Collected: 04/09/14 16:50 Date Received: 04/10/14
2
3
4
5
6
7
8
9
10
11
Prep Type
Batch
Type
Batch
Method
Run
Dilution
Factor
Batch
Number
Prepared
or Analyzed
Analyst
Lab
Total/NA Prep 3050B 157665 04/23/14 16:07 PAB TAL SEA
Total/NA Analysis 6010B 1 157744 04/24/14 11:17 HJM TAL SEA
Total/NA Analysis D 2216 1 157177 04/16/14 14:56 JJP TAL SEA
Prep Type
Batch
Type
Batch
Method
Run
Dilution
Factor
Batch
Number
Prepared
or Analyzed
Analyst
Lab
Total/NA Prep 3050B 157665 04/23/14 16:07 PAB TAL SEA
Total/NA Analysis 6010B 1 157744 04/24/14 11:25 HJM TAL SEA
Total/NA Analysis D 2216 1 157177 04/16/14 14:56 JJP TAL SEA
Client Sample ID: PH14-S-02/PH14 Date Collected: 04/09/14 16:54 Date Received: 04/10/14 12:50
Lab Sample ID: 580-43163-30Matrix: Solid
Percent Solids: 74.5
Batch
Type
Prep
Analysis
Analysis
Batch
Method
3050B
6010B D 2216
Dilution
Factor
Batch
Number
157665
157744 157177
Prepared
or Analyzed
04/23/14 16:07
04/24/14 11:28 04/16/14 15:00
Prep Type
Total/NA
Total/NA
Total/NA
Run Analyst
PAB
HJM
JJP
Lab
TAL SEA
TAL SEA
TAL SEA
1 1
TestAmerica Seattle
Page 47 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
12:50 Matrix: Solid Percent Solids: 84.2
TestAmerica Seattle
Page 48 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Lab Chronicle 1
Client: Richard Brady & Associates TestAmerica Job ID: 580-43163-1 Project/Site: Winnifred Street (WA)
Client Sample ID: PH15-S-01/PH15 Lab Sample ID: 580-43163-31 Date Collected: 04/09/14 17:15 Date Received: 04/10/14 12:50
Matrix: Solid Percent Solids: 87.9
Prep Type
Batch
Type
Batch
Method
Run
Dilution
Factor
Batch
Number
Prepared
or Analyzed
Analyst
Lab
Total/NA Prep 3050B 157665 04/23/14 16:07 PAB TAL SEA
Total/NA Analysis 6010B 1 157744 04/24/14 11:31 HJM TAL SEA
Total/NA Analysis D 2216 1 157177 04/16/14 15:00 JJP TAL SEA
Client Sample ID: PH15-S-02/PH15 Lab Sample ID: 580-43163-32 Date Collected: 04/09/14 17:20 Date Received: 04/10/14 12:50
Matrix: Solid Percent Solids: 88.4
Prep Type
Batch
Type
Batch
Method
Run
Dilution
Factor
Batch
Number
Prepared
or Analyzed
Analyst
Lab
Total/NA Prep 3050B 157665 04/23/14 16:07 PAB TAL SEA
Total/NA Analysis 6010B 1 157744 04/24/14 11:33 HJM TAL SEA
Total/NA Analysis D 2216 1 157177 04/16/14 15:00 JJP TAL SEA
Client Sample ID: PH16-S-01/PH16 Lab Sample ID: 580-43163-33 Date Collected: 04/09/14 17:30 Date Received: 04/10/14 12:50
Matrix: Solid Percent Solids: 79.4
Client Sample ID: PH16-S-02/PH16 Lab Sample ID: 580-43163-34 Date Collected: 04/09/14 17:35 Date Received: 04/10/14 12:50
Matrix: Solid Percent Solids: 74.3
Laboratory References:
TAL SEA = TestAmerica Seattle, 5755 8th Street East, Tacoma, WA 98424, TEL (253)922-2310
2
3
4
5
6
7
8
9
10
11
Prep Type
Batch
Type
Batch
Method
Run
Dilution
Factor
Batch
Number
Prepared
or Analyzed
Analyst
Lab
Total/NA Prep 3050B 157665 04/23/14 16:07 PAB TAL SEA
Total/NA Analysis 6010B 1 157744 04/24/14 11:36 HJM TAL SEA
Total/NA Analysis D 2216 1 157177 04/16/14 15:00 JJP TAL SEA
Prep Type
Batch
Type
Batch
Method
Run
Dilution
Factor
Batch
Number
Prepared
or Analyzed
Analyst
Lab
Total/NA Prep 3050B 157665 04/23/14 16:07 PAB TAL SEA
Total/NA Analysis 6010B 1 157744 04/24/14 11:39 HJM TAL SEA
Total/NA Analysis D 2216 1 157177 04/16/14 15:00 JJP TAL SEA
TestAmerica Seattle
Page 49 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Certification Summary 1
Client: Richard Brady & Associates TestAmerica Job ID: 580-43163-1 Project/Site: Winnifred Street (WA)
Laboratory: TestAmerica Seattle All certifications held by this laboratory are listed. Not all certifications are applicable to this report.
Authority Program EPA Region Certification ID Expiration Date
Alaska (UST) State Program 10 UST-022 07-31-14 *
California NELAP 9 01115CA 01-31-14 *
California State Program 9 2901 01-31-15
L-A-B DoD ELAP L2236 01-19-16
L-A-B ISO/IEC 17025 L2236 01-19-16
Montana (UST) State Program 8 N/A 04-30-20
Oregon NELAP 10 WA100007 11-06-14
USDA Federal P330-11-00222 04-08-17
Washington State Program 10 C553 02-17-15
9
2
3
4
5
6
7
8
10
11
TestAmerica Seattle
Page 50 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
* Expired certification is currently pending renewal and is considered valid.
TestAmerica Seattle
Page 51 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Sample Summary 1
Client: Richard Brady & Associates Project/Site: Winnifred Street (WA)
TestAmerica Job ID: 580-43163-1
9
2
3
4
5
6
7
8
10
11
Lab Sample ID Client Sample ID Matrix Collected Received
580-43163-1 PH01-S-01/PH01 Solid 04/09/14 09:25 04/10/14 12:50
580-43163-2 PH01-S-02/PH01 Solid 04/09/14 09:30 04/10/14 12:50
580-43163-3 PH02-S-01/PH02 Solid 04/09/14 09:46 04/10/14 12:50
580-43163-4 PH02-S-02/PH02 Solid 04/09/14 09:56 04/10/14 12:50
580-43163-5 PH03-S-01/PH03 Solid 04/09/14 10:15 04/10/14 12:50
580-43163-6 PH03-S-02/PH03 Solid 04/09/14 10:16 04/10/14 12:50
580-43163-7 PH04-S-01/PH04 Solid 04/09/14 10:45 04/10/14 12:50
580-43163-8 PH04-S-02/PH04 Solid 04/09/14 10:52 04/10/14 12:50
580-43163-9 PH05-S-01/PH05 Solid 04/09/14 11:05 04/10/14 12:50
580-43163-10 PH05-S-02/PH05 Solid 04/09/14 11:16 04/10/14 12:50
580-43163-11 PH06-S-01/PH06 Solid 04/09/14 11:30 04/10/14 12:50
580-43163-12 PH06-S-02/PH06 Solid 04/09/14 11:40 04/10/14 12:50
580-43163-13 PH07-S-01/PH07 Solid 04/09/14 12:20 04/10/14 12:50
580-43163-14 PH07-S-02/PH07 Solid 04/09/14 12:40 04/10/14 12:50
580-43163-15 PH07-S-03/PH07 Solid 04/09/14 12:40 04/10/14 12:50
580-43163-16 PH08-S-01/PH08 Solid 04/09/14 13:05 04/10/14 12:50
580-43163-17 PH08-S-02/PH08 Solid 04/09/14 13:17 04/10/14 12:50
580-43163-18 PH09-S-01/PH09 Solid 04/09/14 14:09 04/10/14 12:50
580-43163-19 PH09-S-02/PH09 Solid 04/09/14 14:12 04/10/14 12:50
580-43163-20 PH10-S-01/PH10 Solid 04/09/14 14:42 04/10/14 12:50
580-43163-21 PH10-S-02/PH10 Solid 04/09/14 14:50 04/10/14 12:50
580-43163-22 PH10-S-03/PH10 Solid 04/09/14 14:50 04/10/14 12:50
580-43163-23 PH11-S-01/PH11 Solid 04/09/14 15:08 04/10/14 12:50
580-43163-24 PH11-S-02/PH11 Solid 04/09/14 15:15 04/10/14 12:50
580-43163-25 PH12-S-01/PH12 Solid 04/09/14 15:55 04/10/14 12:50
580-43163-26 PH12-S-02/PH12 Solid 04/09/14 16:00 04/10/14 12:50
580-43163-27 PH13-S-01/PH13 Solid 04/09/14 16:30 04/10/14 12:50
580-43163-28 PH13-S-02/PH13 Solid 04/09/14 16:33 04/10/14 12:50
580-43163-29 PH14-S-01/PH14 Solid 04/09/14 16:50 04/10/14 12:50
580-43163-30 PH14-S-02/PH14 Solid 04/09/14 16:54 04/10/14 12:50
580-43163-31 PH15-S-01/PH15 Solid 04/09/14 17:15 04/10/14 12:50
580-43163-32 PH15-S-02/PH15 Solid 04/09/14 17:20 04/10/14 12:50
580-43163-33 PH16-S-01/PH16 Solid 04/09/14 17:30 04/10/14 12:50
580-43163-34 PH16-S-02/PH16 Solid 04/09/14 17:35 04/10/14 12:50
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
0
e(' Pt- J. be."-/"
-/.:;::: Matrix I
I P 11 0 1 I
c;-P J/ o3 - -o l I P H o3 101 5'"
t{)
0..
TactAmerica Seattle 5755 8th Street E. Tacoma, WA 98424 Tel. 253-922-2310 Fax 253-922-5047
lJ l"\Ull
D Short Hold
Chain of Custody
Record
'..<...t.
THE LEADER IN ENVIRONMENTAL TESTING www.testamericainc.com
I N..
Client Client Contact
R .ꞏc.A°" r J .I/ Ass. oc._ <.i.o--1\ .... oS S / _s5-c.. fU .c.c .#4-; ll Date Chriln of Custody Number 00
q.c;;. ;;. t> 14 21967 '<t
Address Telephone Number (Area Code)!Fax Number Lab Number
3 7 !0 R. v Pt V\, f?..oc.d &1q 71- L-Jie:;i 1 I1i s-1 tf°!fc, 060? 4 i \() Page I of 3 s..... "" ..., tJ>
::; I z;c;:l 3
Sht;"I\..' J)t" &rosS
I'(;'
City iD Sampler I Lab Contact Analysis (Attach list it more space is needed)
Project Name and L(Jr!ation (State) IAh 1•ui tr e-A $-rr4?...e:r { lJA-\ Billing Contact I .:Jci..S, .M -t' c. u°-ill Special Instructions/
tract/Purchase Orderlo. • .?. £ Containers & 1 -...: Conditions of Receipt v S .i''Q "'"\ l '-l 1 :e Preservatives -
.(Sample IJY,fmr!f..o. cation!/ ꞏ :s1 l I 8 (3::t: V) (ConL. ' s p,,, ,,,ay "" combined on one line) Date Time
"" "5 ">. "' 13
'l: "" a.i § §i! ::i:: "'t
1_/ p )..J e; l -- 0 \ I P H ol tt ꞏi4 ot:t J,.s i. Y.. "";'""'; . ꞏ - - - I- - ,_
- ꞏ- ,-
2- IIIIlll! IIm D ,-- P H o t - s - r,Q
I
Lt">q"? O
P J.J o ;;. - S - o l I f H o J.. oq4 h
L[ --pH oc;... - 5.- o.;).. I P Ii 01 oci,C'- 580-43163 Chain of Custody '<t
'+- 0 ......
0 P H o5 -5 - o;z. I P H o I O I I.() m
q- P H o£/- $- o t I P H o'-f Ol
104? Cll t.1
?- PH ol/.-S - oa- I P H D'f J o 5' ;)... l!Z- (.r
-restAmerica
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
I
a-- P H oS- S - tll I P H os II oS- L_C- t<it> w H- lo p J.l o t:' - S -o;).... I P H O 'S" Ill /(1-?11 1?8Li \[--- p H O G:o - - o l / P l-f o r.:, Jl .30 1: ;/rs "e'c_.r 1).0,
lYP H o - 5 - o J PHO '\i / Jl 4V .. ' I
Cooler I Possible Hazard Identification Sample Disposal Ill Disposal By Lab (,4 fee may be assessed if samples
I:ba:.. Yes D No Cooler Temp: D Non-Hazard D Flammable D Skin Irritant D Poison s jZl' Unknown D Return To Client D Archive For Months are retained longer than 1 month)
Tum Around 77me Required (business days)
0 24 Hours D 48 Hours D 5 Days J&L 1a Days 0 15 Days 0 Other Date
lime
QC Requirements (Specify)
0.--;-
5[,111- "'f ꞏID • I J.f JJS'T) . /'\. r l ꞏ
2.Relinquished By Sign/Print Date Time 2. Received By Sign/Print
I 3. Relinquished By Sign/Print Date Time 3. Received By Sign/Print
I Comments
DISTRIBUTION: WHITE - Stays with the Samples; CANARY - Returned to Client with Report; PINK - Re/1Copy TAL-8274-580 (0210)
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
D Short Hold ""'"
A
J.K.. v f-C- -. k.. ,' H a 3
I
I
'+-
Ql
. .. .. - - - --
TestAmerica Seattle D Rush 5755 8th Street E. Tacoma, WA 98424 Tel. 253-922-2310 Custody Record """""
THE LEADER IN ENVIRONMENTAL TESTING Fax 253-922-5047 0
www.testamaricainc.com 00 N
Client Client Contact I / Date Chain of Custody Number
r<. c.J\ V\.(" J 6 r J..1 ;.-A.s s. o L. Sh°'"' "' J)J<? rv'f> s ..e.-S S e.- ""-'-A/e..; JI £/ .qꞏ;). o I L/ 21968 Address Telephone Number (,4ra Code)!Fax Ne'r Lamber 3 7 10 j_ &! q S7 I - t/'1?.. I $5""g - Lf CJ (,,, - osas- Page d of <. l t: I z;ca;_ l ;lJ
Sampler
A.l'\._ J>;£.-- "i 0 ho...rt. L- J>e t ('();j
Lab Contact Analysis (Attach list if more space is needed)
Project Name and Lo<ft!rtion (State) Billing Contact I (S
ld ut n C,e.. J 5rr-e..L+- ( LJA) l:JL5.S <-- MP\.C.. .Ale.:; I\ -......;
Special Instructions/
R. 'vJ \V\v-.ꞏ 1 Matrix I Containers & ct:. Conditions of Receipt
Contract/Purchase Order/Quote No.
v!> o""- r.P P Preservatives
(§ample w)q,rr(({.ocatiofi:';.- - - sa I o; ' (Corrtainers ror eacn samp1f!7TTt!TDe combined on one line) Date Time i i5 Ile '3 :t:
;;i.
""""' "" ::;
\] --Pꞏ H o7-5 - o l I P H o7 4ꞏCJꞏ 14 J d,.'O "/... I
/ 4-P J-1 01-S-od.... I P H o7 ꞏ!;}. £./ 0 I I TY\ 5 / J'h S l>
l<J-ꞏP H o? -S - C?3 I P 11 07 l 't 0 J v Pl ; e..:r
1 0----PPHO'& - S-o I I P H o'il l t-p H og- s -o;t. I P H o11.
1'3 05-
I nn "L"O'" u
N, ,....
(a-ꞏP H <:Pl. -5 - ot l P H o1 / lf o&i Q)
(q_/-P li o PJ -S - o I P H ()1 14 1 a::
Zfr_PJ-110 - .S - D I I P H I O i l.{ 4 2,l -P H J o -s -o I .P l-I 10 / lf 5V fV) s IIJ1.S D
;v--P H !rJ - .S -o3 / P H 10 1450 dv ,o f; Cc.. f-e
Chainof
13
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
:LtꞏP H fl - s- o l I P H H J S-o
t P H ti -S- oa I PH H .....
J 6'15' '"' Cooler I Possible Hazard Identification
Yes D No Cooler Temp: D Non-Hazard D Flammable D Skin Irritant I D Poison 8
I Sample Disposal Ill Disposal By Lab ('A fee may be assessed if samples
l2f Unknown D Return To Client D Archive For Months are retained longer than 1 month)
TumAround lime Required (business days)
D 24 Hours D 48 Hours 0 5 Days fiZl 10 Days 0 15Days D Other
QC Requirements (Specify)
Date
q,19 . Date
Trme
t Time
I 3. Relinquished By Sign/Print Date Time 3. Received By Sign/Print
I Comments
DISTRIBUTION: WHITE - Stays with the Samples; CANARY - Returned to Client with Report; PINK - Reid. Copy
I
TAL-8274-580 (0210)
. R:r
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
0
Client Client Contact /. Date Chain of Custody Number ""'"
\ \ bit1 3
Matrix I
n
"( <[.> ::i::
(") OJ
I
I
TestAmerica THE LEADER IN ENVIRONMENTAL TESTING
13-- . - TestAmerica Seattle 5755 8th Street E. Tacoma, WA 98424 Tel. 253-922-2310 Fax 253-922-5047 www.testamericainc.com
'
D Rush
D Short Hold
Chain of Custody Record "T""'""
00
R ,'t".h o...rd 6 r c... d,'/ -1- A s.soL. st.out ,, De.. ro S5 .:f .s.s AAt:.. .)/e,; ll l.f - ;;.,r;/'{ 21969 Address Telephone Number (Area Code)/Fax Jmber Lab Number
3 7 /D f<. v f Pi RJ lo!"! 571- 17'p,_ :Sl $ 'i i::j C) (p- OS-o S- l\1.J(o Page 3 ot 3 City Sampler I Lab Contact Analysis (Attac!i list if
more space is needed) <)/;\. h. D e.Jt o -Project Name and Location (State) 5hfhnt-- De..ss B'.J! Contact I <;;:..
w; Yl,"'\,: f-r d -r-re-e.-1 ( lJA-) !>Se... A1p.. r-.J/L. fl .::::: Special Instructions/
Contract/Purchase Order/Quote No. j_ T;:r:- P
Conditions of Receipt
'l?. v si-D V\ l..b .Vi Vl ) f. .,,
Containers &
,£ Preservatives
(Sample !. Date gi
Time J u; ["! Si ::t: ..,'
(Containets 'Vt "awsamp ve combined on one line) -"' £! c:; "'I:
d-c ;;-PP J.l l-S - o l I P J-t l ;t L/ꞏ Pf. I L[ 15"5" Jl 'J._ I
d0.-P l-I !d-- -5 - oa I p /-1 l J'lP OO
d-1-PJ-l n --o I I PJ./ 13 / fo3 0
'P H 13 -S -o I PH /3 /(Q 3] "L"O'"
t -pH 14- - - o< I P H t'f 11 70 0
3D--ꞏP fl Ft - s -o I Pfl I L/ l(p5"Lf Q)
o l/ Pl-I 10 -5 - ol I Pf-l J5J 171 s- a".'.
ZJ -p J-1 l S" - f;. -OOl.. I f H I? 11,i o 3)-ꞏ p fi / (p -S - v L I P H tlP 1130
I
3q. - P H t iP - S -oi .I P H! IP -- 17 3 ,. ... - --
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
77me
Cooler I Possible Hazard Identification I Sample Disposal llf Disposal By Lab (A fee may be assessed if samples Yes D No Cooler Temp: D Non-Hazard D Flammable 0 Skin Irritant D PoisonB 121 Unknown D Retum To Client D Archive For Months are retained longer than 1 month)
Tum Around 77me Required (business days)
D 24 Hours D 48 Hours 0 5 Days !El 10 Days D 15Days 0 Other Date
/ lvꞏI
QC Requirements (Specify)
J is" r /{ / /./)r 2. Relinquished By Sign/Print Date 77mJ 2. Received By Sign/Print Date
I 3. Relinquished By Sign/Print Date Time 3. Received By Sign/Print Date
I Comments
D/SfRJBUTION: WHfTE - Stays with the Samples; CANARY - Returned to Client with Report; PINK - Rel1Copy TAL-8274-580 (0210)
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
1 Login Sample Receipt Checklist
Client: Richard Brady & Associates Job Number: 580-43163-1
Login Number: 43163
List Number: 1
Creator: Balles, Racheal M
Question Answer Comment
List Source: TestAmerica Seattle
Radioactivity wasn't checked or is </= background as measured by a survey meter.
The cooler's custody seal, if present, is intact.
Sample custody seals, if present, are intact.
The cooler or samples do not appear to have been compromised or
True
N/A
N/A
True
tampered with. 9
Samples were received on ice.
Cooler Temperature is acceptable.
Cooler Temperature is recorded.
COC is present.
COC is filled out in ink and legible.
COC is filled out with all pertinent information.
Is the Field Sampler's name present on COC?
There are no discrepancies between the containers received and the COC.
Samples are received within Holding Time.
Sample containers have legible labels.
Containers are not broken or leaking.
Sample collection date/times are provided.
Appropriate sample containers are used.
Sample bottles are completely filled.
Sample Preservation Verified.
There is sufficient vol. for all requested analyses, incl. any requested MS/MSDs
Containers requiring zero headspace have no headspace or bubble is <6mm (1/4").
Multiphasic samples are not present.
Samples do not require splitting or compositing.
Residual Chlorine Checked.
True
True
True
True
True
True
True
True
True
True
True
True
True
True
N/A
True
N/A
True
True
N/A
2
3
4
5
6
7
8
10
11
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
TestAmerica Seattle
Page 54 of 54 4/28/2014
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Appendix B Field X-ray Fluorescence Screening Results
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
RBAE-RUSTON-0001
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
This page intentionally left blank.
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
RBAE-RUSTON-0001
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
Field X‐Ray Fluorescence Screening Results
Location
Sample ID
Depth
(inches)
Arsenic
Result
(ppm)
Arsenic
Qualifier
Arsenic
Margin of
Error (+/‐
ppm)
Lead
Result
(ppm)
Lead
Qualifier
Lead Margin
of Error (+/‐
ppm)
PH01 PH01‐S‐01 6 64 11 38 13
PH01 PH01‐S‐02 18 ND< 9 ND<15
PH02 PH02‐S‐01 6 ND<61 ND<116
PH02 PH02‐S‐02 18 ND<86 ND<149
PH03 PH03‐S‐01 6 ND<65 ND<118
PH03 PH03‐S‐02 18 ND<53 ND<97
PH04 PH04‐S‐01 6 17 4 ND<18
PH04 PH04‐S‐02 18 ND<17 ND<28
PH05 PH05‐S‐01 6 29 8 62 11
PH05 PH05‐S‐02 18 ND<17 ND<28
PH06 PH06‐S‐01 6 ND<42 117 21
PH06 PH06‐S‐02 18 41 12 145 18
PH07 PH07‐S‐01 6 56 18 ND<72
PH07 PH07‐S‐02 18 ND<81 ND<124
PH07 PH07‐S‐03 18 NA NA
PH08 PH08‐S‐01 6 109 9 67 10
PH08 PH08‐S‐02 18 78 5 31 5
PH09 PH09‐S‐01 6 ND<16 ND<25
PH09 PH09‐S‐02 18 ND<14 ND<24
PH10 PH10‐S‐01 6 ND<31 ND<48
PH10 PH10‐S‐02 18 ND<16 ND<25
PH10 PH10‐S‐03 18 NA NA
PH11 PH11‐S‐01 6 38 6 53 8
PH11 PH11‐S‐02 18 ND<7 ND<12
PH12 PH12‐S‐01 6 40 6 ND<23
PH12 PH12‐S‐02 18 12 3 ND<11
PH13 PH13‐S‐01 6 41 9 62 12
PH13 PH13‐S‐02 18 ND<38 71 19
PH14 PH14‐S‐01 6 ND<18 ND<29
PH14 PH14‐S‐02 18 30 9 44 13
PH15 PH15‐S‐01 6 23 6 ND<22
PH15 PH15‐S‐02 18 ND<10 ND<16
PH16 PH16‐S‐01 6 83 18 208 25
PH16 PH16‐S‐02 18 77 17 305 24
Note:
For samples collected from street locations, depth is measured below base gravel. For samples in the grassy
median the depth is measured below grass roots.
ND ‐ not detected below stated detection limit
NA ‐ not analyzed
ppm ‐ parts per million, equivalent to milligrams per kilogram
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
RBAE‐RUSTON‐0001
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
., OLYMPUS® Olympus NDT 241 Riverview Ave. Auburndale, MA 02466, USA
Your Vision, Our Future Tel: 781-419-3900 Fax: 781-419-3980 www.olympus-ims.com [email protected]
Certificate of Calibration
Certification No: 01: 5635-01
Date Calibrated: 01h sho14
Instrument No: 5635
Type: a-4000 S
This instrument was calibrated according to Olympus NDT ANl/lnnov-X in-house calibration proced u res. Traceability of standards is to Reference Materials prod uced by Analytical Reference Materials International (ARMI), NIST or other recognized national standards laboratories. Some measu rements are traceable to natu ral physical constants, consensus standards or by ratio type measurements.
This instrument conforms to Olympus NDT ANl/lnnov-X Quality Assu rance standards.
7 t 'ꞏ" r \_) Test Technician U
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
ur rent I Rernotc luorescenc e & Di
h V ideo V i
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS
ATTACHMENT D
STREET EXCAVATION PERMIT
SEP 18-05 - COMPLETE STREETS TIB IMPROVEMENTS